Loading...
HomeMy WebLinkAboutContract 63375FORTWORTH.) CSC No. 63375 CONTRACT FOR THE CONSTRUCTION OF SENDERA RANCH 5.5MG GROUND STORAGE TANK Mattie Parker Mayor City Project No. 105781 Chris Harder Director, Water Department Prepared for The City of Fort Worth Water Department March 2025 Jay Chapa City Manager Kimley)))Horn Texas Registered Engineering Firm F-928 OFFICIAL RECORD KHA No. 061018460 CITY SECRETARY FT. WORTH, TX Kyle Welden, P.E. Kimley-Horn and Associates, Inc. TBPE Reg # F-298 801 Cherry Street, Unit 11 Suite 1300 Fort Worth, TX 76102 Sean Hudson, P.E. Kimley-Horn and Associates, Inc. TBPE Reg # F-298 13455 Noel Road Two Galleria Office Tower, #700 Dallas, TX 75240 3/5/2025# OF � ■ Ai i i * .■.■.■■■■t■r......... 0 rt KYLE L. YYLI]EN ............. A 124805 For Civil Design i 5 ••' TF'r�� 1) SEAN HUDSON V.......................................... 153284 o, +�I��,c•.l� pG ��S CENSE• For Electrical Design FORT WORTH.. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 001 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Paget of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 01/17/2024 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalification's 08/13/2011 0045 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 00 52 43 Agreement 3/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 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 1100 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 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 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 7123 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 7, 2024 00 00 001 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 03 - Concrete Date Modified 03 3000 Cast -In -Place Concrete —MODIFIED 1/24/2025 Division 08 - Openings 08 11 13 Hollow -Metal Doors and Frames — NON-STANDARD 3/03/2025 0871 11 Door Hardware — NON-STANDARD 3/03/2025 Division 26 - Electrical 26 00 10 Electrical General Provisions — NON-STANDARD 2/21/2025 2601 10 Raceways — NON-STANDARD 2/21/2025 26 01 20 Wire and Cable — NON-STANDARD 2/21/2025 26 01 91 Dry Type Transformers — NON-STANDARD 2/21/2025 26 01 92 Lighting Panelboards — NON-STANDARD 2/21/2025 26 01 94 Distribution Panelboards — NON-STANDARD 2/21/2025 26 04 10 Underground — NON-STANDARD 2/21/2025 26 04 50 Grounding — NON-STANDARD 2/21/2025 26 05 00 Common Work Results for Electrical — MODIFIED 2/21/2025 2605 10 Demolition for Electrical Systems — MODIFIED 2/21/2025 26 05 33 Raceways and Boxes for Electrical Systems — MODIFIED 2/21/2025 26 05 43 Underground Ducts and Raceways for Electrical Systems — MODIFIED 2/21/2025 25 05 50 Communications Multi -Duct Conduit — MODIFIED 2/21/2025 26 09 10 Instrumentation — NON-STANDARD 2/21/2025 26 09 30 SCADA — NON-STANDARD 2/21/2025 Division 31- Earthwork 31 1000 Site Clearing — MODIFIED 1/24/2025 3123 16 Unclassified Excavation - MODIFED 1/24/2025 31 23 23 Borrow — MODIFIED 1/24/2025 31 24 00 Embankments — MODIFIED 1/24/2025 31 25 00 Erosion and Sediment Control — MODIFIED 1/24/2025 31 37 00 Riprap — MODIFIED 1/24/2025 Division 32 - Exterior Improvements 32 13 13 Concrete Paving — MODIFIED 1/24/2025 32 1373 Concrete Paving Joint Sealants — MODIFIED 1/24/2025 32 31 31 Brick Fences and Gates — NON-STANDARD 1/24/2025 3232 13 Cast -in -Place Concrete Retaining Walls — MODIFIED 1/24/2025 3291 19 Topsoil Placement and Finishing of Parkways — MODIFIED 1/24/2025 32 92 14 Non -Native Seeding — MODIFIED 1/24/2025 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 7, 2024 00 00 001 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 Division 33 — Utilities 33 0133 Closed Circuit Television (CCTV) Inspection for Water Transmission Mains — 1/24/2025 NON-STANDARD 33 04 10 Joint Bonding and Electrical Isolation — MODIFIED 1/24/2025 3304 11 Corrosion Control Test Stations - MODIFIED 1/24/2025 33 04 12 Magnesium Anode Cathodic Protection System - MODIFIED 1/24/2025 33 04 40 Cleaning and Acceptance Testing of Water Mains — MODIFIED 1/24/2025 3305 10 Utility Trench Excavation, Embedment, and Backfill — MODIFIED 1/24/2025 33 05 13 Frame, Cover and Grade Rings -Cast Iron — MODIFIED 1/24/2025 3305 16 Concrete Water Vaults — MODIFIED 1/24/2025 33 05 26 Utility Markers/Locators — MODIFIED 1/24/2025 33 05 30 Location of Existing Utilities — MODIFIED 1/24/2025 33 09 10 Motorized Valve Actuator — NON-STANDARD 1/24/2025 33 1105 Bolts, Nuts, and Gaskets — MODIFIED 1/24/2025 33 11 10 Ductile Iron Pipe — MODIFIED 1/24/2025 33 11 11 Ductile Iron Fittings — MODIFIED 1/24/2025 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe — MODIFIED 1/24/2025 33 11 14 Buried Steel Pipe and Fittings — MODIFIED 1/24/2025 33 1220 Resilient Seated Gate Valve — MODIFIED 1/24/2025 33 1221 AWWA Rubber -Seated Butterfly Valves — MODIFIED 1/24/2025 33 1225 Connection to Existing Water Mains — MODIFIED 1/24/2025 33 1240 Fire Hydrants — MODIFIED 1/24/2025 33 1613 Precast, Prestressed Concrete Tank with Steel Diaphragm — NON-STANDARD 1/24/2025 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts — MODIFIED 1/24/2025 33 49 40 Storm Drainage Headwalls and Wingwalls — MODIFIED 1/24/2025 Division 46 — Water and Wastewater Equipment 46 41 23 Tank Circulation Equipment — NON-STANDARD 1/24/2025 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION/ CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 7, 2024 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, May 13, 2025 REFERENCE NO.: **M&C 25-0404 LOG NAME: 60SENDERARGST-PRELOADANDKHA SUBJECT: (CD 10) Authorize Execution of a Contract with Preload, LLC in the Amount of $11,937,000.00 for New Sendera Ranch Ground Storage Tank Project, Provide for Project Costs for a Project Total in the Amount of $12,769,462.00, 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 RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Preload, LLC in the amount of $11,937,000.00 for the New Sendera Ranch Ground Storage Tank project; 2. Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds from future debt for the New Sendera Ranch GST project; and 3. Adopt the attached appropriation ordinance adjusting appropriations in the Water & Sewer Commercial Paper Fund by increasing appropriations in the New Sendera Ranch Ground Storage Tank project (City Project No. 105781) in the amount of $12,769,462.00 and decreasing appropriations in the 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: On November 12, 2024, Mayor and Council Communication (M&C) 24-0998 authorized an engineering agreement with Kimley-Horn and Associates, Inc. (City Secretary No. 62396) for the preparation of plans and specifications for the New Sendera Ranch Ground Storage Tank. This Mayor and Council Communication (M&C) is to authorize a contract with Preload, LLC in the amount of $11,937,000.00 for construction of the New Sendera Ranch Ground Storage Tank. Construction of the project was advertised for bid on March 5, 2025 and March 12, 2025 in the Fort Worth Star -Telegram. On April 3, 2025 the following bid was received: Bidder Preload, LLC DN Tanks, LLC Amount i $11,937,000.00�1 $11,955,955.00I1 Contract Time 400 Calendar Days In addition to the contract cost, $436,357.00 is required for project management, material testing and inspection and $298,425.00 is provided for project contingency. The project appropriation includes $97,680.00 for Amendment No. 1 to City Secretary Contract No. 62396 with Kimley-Horn and Associates, Inc. that will provide for construction phase services, additional design and easement services on the project. This project will have no impact on the Water Department operating budget when completed. 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 (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program. Funding for New Sendera Ranch GST is depicted below: 60SENDERARGST-PRELOADANDKHA Capital project FY2025 CIP Budget Change Revised Fund Name Appropriations Authority (Increase/Decrease) FY2025 Name Budget 56026- 105781 W&S — New Commercial Sendera $0.00 This M&C $12,769,462.00 $12,769,462.00 Paper Fund Ranch GST Funding is budgeted in the Commercial Paper project within the W&S Commercial Paper Fund for the purpose of funding of the New Sendera Ranch GST project. Funding for the New Sendera Ranch Ground Storage Tank is depicted below: Fund Existing Additional project Total* Appropriations Appropriations 56026 — W&S Commercial $809,721.00 $12,769,462.00 $13,579,183.00 Paper Project Total J $809,721.0011 $12,769,462.00 $13,579,183.00 DVIN: The Business Equity Division placed a 9.01 percent business equity goal on this solicitation/contract. Preload, LLC, will be exceeding the goal at 10.52 percent, 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 are 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 New Sendera Ranch GST project to support the above recommendations and execution of the contract and amendment. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) Fund Department Account Project ProgramActivity Budget Reference # ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manager's Office by: Jesica McEachern (5804) Originating Department Head: Additional Information Contact: Chris Harder (5020) Dena Johnson (7866) Amount ATTACHMENTS 1. 25-0099 (105781 CON ITB Sendera Ranch Ground Storaae Tank)CM-NS Preload.pdf (CFW Internal) 2. 60SENDERARGST-PRELOADANDKHA FID Table (WCF 05.07.25).xlsx (CFW Internal) 3. 60SENDERARGST-PRELOADANDKHAfunds avail.docx (CFW Internal) 4. 60SENDERARGST-PRELOADANDKHA Map. pdf (Public) 5. City of Fort WorthCPN 105781 Sendera Ranch 5.5 MG GST-Form 1295 Certificate KHA.pdf (CFW Internal) 6. Commercial Paper Balance as of 04.09.25.xlsx (CFW Internal) 7. Form 1295 Certificate Preload Final.pdf (CFW Internal) 8.ORD.APP60SENDERARGST-PRELOADANDKHA 56023 A025(r3).docx (Public) 9. PBS CPN 105781.pdf (CFW Internal) 10. Res.60SENDERARGST-PRELOADANDKHA.docx (Public) 11. SAM.aov search KHA.pdf (CFW Internal) 12. SAM.aov search Preload LLC.pdf (CFW Internal) 60SENDERARGST-PRELOADANDKHA FID Table 3 56026 0600430 5550102 105781 001880 9999 $2,000.00 Public Outreach 2 56026 0600430 5330500 105781 001830 9999 $97,680.00 Pay to Engineering Company 1 56026 0600430 5740010 105781 001880 9999 $11,937,000.00 Pay to Contractor 3 56026 0600430 5740010 105781 001880 9999 $298,425.00 Contract Contingency 3 56026 0600430 5330500 105781 001884 9999 $67,295.00 Soil Lab Consultant 3 56026 0600430 5310350 105781 001884 9999 $18,353.00 Soil Lab TPW Staff Cost 3 56026 0600430 5110101 105781 001885 9999 $269,179.00 Water Inspection Staff 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 0005 10-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) [Assembler: For Contract Document execution, remove this page and replace with the approved M&C for the award of the project. M&C insert shall be on blue paper.] END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 ADDENDUM NO. 1 _ CITY OF FORT WORTH WATER DEPARTMENT SENDERA RANCH 5.5 MG GROUND STORAGE TANK City Project No. 105781 Addendum No. 1 Issue Date: March 07, 2025 Bid Opening Date: April 3, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPECIFICATIONS 1. Specification 00 21 13 — Instruction to Bidders o Section 6 — Interpretations and Addenda. MODIFY Section "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 on or before 2 p.m. the Thursdav prior to the Bid opening. " 2. Specification 00 45 40 — Business Equity Goal o MODIFY Business Equity Project Goal as follows: • "The City's Business Equity goal on this project is 9.01 % of the total bid value of the contract (Base bid applies to Parks and Community Services) CONTRACTOR OUESTIONS 1. Is an estimated cost available? • The estimated cost for this project is between $9.3 Million and $10.3 Million All other terms and conditions remain unchanged. 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: / Preload, LLC SIGNATURE: ' �•— - 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. ADDENDUM NO. 1 ADDENDUM NO.2 CITY OF FORT WORTH WATER DEPARTMENT SENDERA RANCH 5.5 MG GROUND STORAGE TANK City Project No. 105781 _ Addendum No. 2 Issue Date: March 19, 2025 Bid Opening Date: April 3, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. The Sendera Ranch Ground Storage Tank Bid plans are hereby replaced in their entirety by the Addendum No.2 Conformed Plans uploaded to Bonfire 2. The Sendera Ranch Ground Storage Tank Bid Specifications are hereby replaced in their entirety by the Addendum No. 2 Conformed Specifications uploaded to bonfire SPECIFICATIONS The following changes have been incorporated into the posted contract documents on Bonfire: 1. Specification 00 00 00 — Table of Contents o ADD Division 05 — Metal o ADD Specification 05 53 16 — Aluminum Grating o DELETE Specification 32 31 31 — Brick Fences and Gates from Division 32 — Exterior Improvements 2. Specification 00 4100 — Instruction to Bidders o Section 3 — Prequalification. ADD " d. Cast -in -Place Concrete Retaining Walls, All Sizes. " 3. Specification 00 73 00 — Supplementary Conditions o MODIFY Outstanding Right -of -Way, and/or Easements to Be Acquired as follows: "None" 4. Specification 03 30 00 — Cast in Place Concrete o This specification is hereby replaced in its entirety with the revised section 03 30 00 — Cast in Place Concrete attached. 5. Specification 05 53 16 — Aluminum Grating o Specification 05 53 16 —Aluminum Grating is hereby added to the contract documents and is attached. 6. Specification 26 09 30 — SCADA o This specification is hereby replaced in its entirety by Section 26 09 30 — SCADA attached. 7. Appendix GC-4.01 Availability of Lands o This specification is hereby replaced in its entirety by the fully executed Temporary Construction Easement attached. ADDENDUM NO.2 ADDENDUM NO.2 PLANS The following changes have been incorporated into the posted plan documents on Bonfire: 1. Sheets S1 - S13 -ADD sheets S 1 — S 13 o Added structural notes and design pertaining to the proposed overflow structure. 2. Sheet GI — DELETE sheet G1 and REPLACE with sheet G1A attached. o Revised sheet index to include structural plans added with this addendum. 3. Sheet C8 — DELETE sheet C8 and REPLACE with Sheet C8A attached. o Added the City of Fort Worth's standard tank logo to detail 2/C8. 4. Sheet C10 —DELETE sheet C 10 and REPLACE with sheet C 10A attached. o Revised Overflow Structure to reflect dimensions and reinforcement detailed in Sheets SI- S12 attached. 5. Sheet C15 —DELETE sheet C 15 and REPLACE with sheet C 15A attached o Revised Reinforcement per structural engineers' recommendation. CONTRACTOR OUESTIONS See below for contradiction on the scopes that will require prequalification. The retaining wall scope is not listed in Section 00 41 00 but included in the table found in Section 00 45 12 to be submitted with the bid. • The statement is acknowledged. Section 00 4100 has been revised per the statement above and is attached to this addendum. 2. Does the City of Fort Worth have an WBE/MBE specialist or coordinator that we could talk to about meeting the Minority Requirements? • Please see the City of Fort Worth's WBE/MBE contact information below: Nohemi Sanches • Email - Nohemi.Sanchez(a,fortworthtexas.zov • Phone - 817-392-2675 3. Drawing Sheet C9 states the aluminum dome handrail is to be anodized. We respectfully request that this requirement be eliminated. Comment: The anodizing process has become very expensive and causes delays on tank projects. It is in our opinion that aluminum is already very resistant to corrosion and that this process is unnecessary. • The statement is acknowledged; however, the aluminum handrail will be required to be anodized. Procurement of long lead time items shall be prioritized by the contractor in order to prevent delays to the overall project schedule. 4. It states in the plans that the logo should be the same as the existing tank. Can we have a detail of the existing logo? Sheet C8 has been revised to include The City of Fort Worth's standard logo. Per Tank Logo Note 1 on sheet C8, the contractor shall coordinate the final size, and colors of the logo with the City of Fort Worth prior to construction. ADDENDUM NO.2 ADDENDUM NO.2 _ Will Buy American/AIS be required on this project? • Buy American /American Iron and Steel will not be required as part of this project. Please refer to the contract documents for specific product requirements. Spec section 33 16 13 requires a min dome thickness of 4-inch. A 4-inch lower limit on the cast -in - place dome thickness is not supported either by AWWA Standard D110 (which specifies a minimum cast -in -place dome thickness of 3 inches); or by the applicable ACI Standards 372 and 350-06, Section G.2.3.1.2(g) (according to which, the 4-inch thickness limitation applies only to precast domes, while for cast -in -place, monolithic domes the minimum thickness is 3 inches). Please advise if a 3-inch dome is acceptable for a cast in place dome. The statement is acknowledged; however, the minimum wall thickness shall remain 4" in accordance with section 33 1613. 7. Please confirm minimum freeboard height above the design liquid level shall be per ACI 372 and AWWA D110 and not as described in Section 33 16 13. Comment: Freeboard is a function of the dome/wall interface and covered by the ACI 372 and AWWA D110. 11" is the minimum fora precast dome roof, while 6" is the minimum for CIP dome roofs. The statement is acknowledged, however, the freeboard height shall remain 12" in accordance with section 33 1613. 8. Is a perimeter drain required for the GST? • A permanent perimeter drainage system will not be required as part of this project. Please refer to the geotechnical report included in the appendix of the Contract documents for specific drainage requirements as they pertain to the ground storage tank. 9. Sheet E13 states to match existing fixtures, is alight fixture schedule available? There is no light fixture schedule available at this time. The Contractor is required to coordinate the make and model of the proposed flood lights with The City of Fort Worth prior to construction. 10. Please provide a list of prequalified vendors for the paving and retaining wall scopes. We did not see these scopes indicated in the list of prequalified water/wastewater contractors available on the City of Fort Worth website. Please contact the Transportation and Public Works (TPW) department at TPW Preaualificationafortworthtexas.Qov for the current list ofprequalified contractors. 11. Will the City be providing a list of pre -approved Systems Integrators for this bid opportunity? Also, please confirm the intended use of Allen Bradley PLC hardware on this job, not Schneider Modicon. • The City will not be providing a list of pre -approved integrators for this project. Please see revised specification attached. PLC hardware shall be Schneider Modicon compatible in accordance with section 26 09 30. 12. In order to help facilitate meeting the MBE/WBE participation goals, would it be possible for the bid date to be extended 1 week? The bid date will NOT be extended. Please refer to the contract documents for the submission deadlines. 13. Please post the pre -bid attendee list after the meeting on 3/24, loam • The statement is acknowledged. Attendance at the pre -bid meeting will be documented via the meeting notes and will be posted to bonfire following the meeting. ADDENDUM NO.2 ADDENDUM NO. 2 All other terms and conditions remain unchanged. 03/19/2025 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT .................................. 0 ............. ■ ............................. ■ 1 By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: _ Preload, LLC SIGNATURE:'_ 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. ADDENDUM NO. 2 ADDENDUM NO.3 CITY OF FORT WORTH WATER DEPARTMENT / SENDERA RANCH 5.5 MG GROUND STORAGE TANK City Project No. 105781 Addendum No. 3 Issue Date: March 25, 2025 Bid Opening Date: April 3, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. Meeting notes and sign -in sheet from the virtual Pre -Bid held on Monday March 241}i have been attached and have been uploaded to Bonfire. 2. The Sendera Ranch Ground Storage Tank Bid Specifications are hereby replaced in their entirety by the Addendum No. 3 Conformed Specifications uploaded to bonfire SPECIFICATIONS 1. Section 00 4100 — Bid Form o Section 3 — Prequalification. DELETE V. Cast -in -Place Concrete Retaining Walls, All Sizes. " 2. Section 00 45 12 — Prequalification Statement o DELETE. "Cast -in -Place Concrete Retaining Wall, All Sizes" from Major Work Types listed 3. Section 26 09 30 — SCADA o This specification is hereby replaced in its entirety by Section 26 09 30 — SCADA attached CONTRACTOR OUESTIONS 1. Discussions with City of Fort Worth Transportation Department indicate that Retaining Wall Construction is not a scope that typically requires prequalification and there is not a list available of prequaliiied retaining wall contractors available. Please confirm this scope will not require prequaliiication. • This is correct, the City of Fort Worth's Transportation and Public Works Department does not maintain a list of prequalified retaining wall contractors. The retaining wall contractor will not require prequalification. 2. Please provide information on how access to the site can be arranged for a site visit. • A pre -bid site visit has been scheduled for March 26th at 9: 00 A.M. 3. Please confirm that the pre -bid meeting is virtual only and there is not an in -person option. • The Pre -bid meeting on March 24th will be virtual only. PRE -BID MEETING OUESTIONS 4. Is there a cost associated with the Building Permit • Yes, the total fee due at the time of application is $289.00 ADDENDUM NO.3 ADDENDUM NO.3 5. Are there provisions for the all-weather access road to allow for the drainage of the existing tank? • Per sheet note 2 on sheet Cl, it is the contractor's responsibility to make provisions for the existing drainage swale located in the temporary access easement. Will the Temporary Construction Easement need to be restored to existing conditions upon the completion of the project? • Yes, all disturbed areas must be restored to existing conditions upon the completion of the project. This includes but is not limited to, topsoil, seeding, removal of culverts or low water crossings, ect. All other terms and conditions remain unchanged. 1 617 5�64e& 03/24/2025 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ................................................ ■ ............................. ■ 1 By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: Preload, LLC SIGNATURE: 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. ADDENDUM NO. 3 ADDENDUM NO.4 CITY OF FORT WORTH WATER DEPARTMENT SENDERA RANCH 5.5 MG GROUND STORAGE TANK City Project No. 105781 Addendum No. 4 Issue Date: March 27, 2025 I Bid Opening Date: April 3, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. The Sendera Ranch Ground Storage Tank Bid Plans are hereby replaced in their entirety by the Addendum No. 4 Conformed Plans uploaded to bonfire. 2. The Sendera Ranch Ground Storage Tank Bid Specifications are hereby replaced in their entirety by the Addendum No. 4 Conformed Specifications uploaded to bonfire. SPECIFICATIONS The following changes have been incorporated into the posted contract documents on Bonfire: 1. Section 33 16 13 — Precast, Prestressed Concrete Tank with Steel Diaphragm o Paragraph 2.2.E.1.b.2) — DELETE Section "a)" in its entirety and REPLACE with the following: o "a) One (1) " o Paragraph 2.2.D. 7. — DELETE Section "e. " in its entirety and REPLACE with the following: o "e. Decorative Coating System for Tank 1) Select one of two decorative coating systems: a) System 1 (1) One coat cementitious based waterproofing product such as "Tamoseal" or approved equal, and; (2) One coat of non-cementious, high build 100% acrylic resin polymer such as "Tammscoat" or approved equal b) System 2 (1) Two coats of non-cementious, high build 100% acrylic resin polymer such as "Tammscoat Smooth Coating Smooth" or approved equal 2) Tank Colors Selection by the City includes (1) Wall and Dome Color (2) Dome Ring Color (3) Two (2) colors for the logo' PLANS The following changes have been incorporated into the posted plan documents on Bonfire: 1. Sheet C11 —DELETE sheet C11 and REPLACE with sheet C11A attached. o Revised Bolted Manway detail to show the material as 304 stainless steel. ADDENDUM NO.4 ADDENDUM NO.4 CONTRACTOR QUESTIONS Supplementary Conditions SC-6.07.A states the prevailing wages shall be in accordance with the 2013 posting. Please confirm 2013 rates are the accurate wage rates. • Confirmed. 2013 rates are the accurate wage rates. 2. Specification Section 01 50 00, Paragraph 1.4.C.7 states a field office is required for this project. Please confirm if this is a requirement for owner's job site trailer and if so provide the size and furnishing requirements for the field office. • This requirement is solely for the contractor's job site trailer. This requirement does not pertain to a job site trailer for the owner. Specification Section 33 16 13, Paragraph 2.2.E.1.b.2).a) states that 2 hatches are required. However, Sheet C8 only shows a single hatch. Please confirm only 1 hatch is required. • Only one (1) roof hatch is required. Specification 33 1613 has been revised to require one (1) roof hatch. 4. Specification Section 33 16 13, Paragraph 2.2.D.7.e provides the coating system for the dome but does not indicate the coating system for the wall. Please confirm the GST walls will also be coated with 2 coats of Tammscoat as noted for a Cast in Place Dome. Specification 33 16 13, Paragraph 2.2.D.7.e. has been modified to provide language pertaining to the coating system for the GST walls. 5. Specification Section 33 16 13, Paragraph 2.2.C.1.b.1).a) notes a minimum 2 feet of freeboard from liquid depth to the top of prestressed wall. This will drive the tank wall to be higher than typically required and furthermore higher than the existing tank onsite. Please confirm the freeboard may be reduced to 9-inches to match the adjacent tank built in 2006. Additionally, please confirm the additional wall height of 12-inch over the max rise over the overflow weir will not be required. • Additional wall height above the overflow elevation is required in accordance with Section 2.2.C.1 of Specification 33 16 13. Specification Section 33 16 13, Paragraph 2.2.E.1.e.1) states the wall manways shall be 304 stainless steel. However, Sheet Cll, Section 3 states the manways shall be 316 stainless steel. Please confirm the manways shall be 304 stainless steel matching the interior ladder material. Confirmed. The manways shall be 304 stainless steel. Sheet CII has been revised and attached to this Addendum. Specification Section 33 16 13, Paragraph 3.7.C.3 states the disinfection method shall be in accordance with AWWA C652 and method shall be approved by the City. As the different methods require varying levels of coordination and cost, please confirm Method 3 in accordance with AWWA C652 is acceptable. • Method 3 in accordance with AWWA C652 is an acceptable method for disinfection. At the time of tank testing, a disinfection plan shall be submitted for approval by the City. 8. Per Sheet C9, please confirm the tank anti -vortex plates may be designed per NFPA 22 instead of modeling flow rates detailed in the drawings. Modeling of flows for sizing of the anti -vortex plate is beyond the ability for the tank contractor to model. • The anti -vortex plates may be designed per NFPA 22. However, the chosen design shall meet flow requirements shown on Sheet C9 of the Plans. 9. Sheet C11, section 1 indicates the mow strip shall be essentially on top of the tank footing with f- inch of sand cushion. Sheet C2 does not indicate an elevation at the tank footing. Please confirm the top elevation of the mow strip at the tank wall. • Top elevation of the mow strip at the tank wall shall be 801.75'. ADDENDUM NO.4 ADDENDUM NO.4 10. Sheet C11, Section 4 indicates a roof safety cable but does not show a length or location(s). If this system is required please indicate location and length. • The roof safety cable shall be approximately 70' in length, spanning from the exterior ladder location to the Dome vent with the spacing dimension shown in Section 4. 11. Sheet C12, Section 3 indicates a safety system to support the Honeywell Miller Duraseal SRL fall prevention device. Please provide additional information regarding the requirements of this support including load capacity, horizontal reach, height above the hatch opening and any other accessories. It is anticipated that this shall be an engineered fabrication, if this is a mfg. product please provide model number if available. Per the User Instruction Manual for the Miller Duraseal SRL, the anchorage must be capable of supporting 5, 000 lbs per worker; or it must be designed, installed, and used under the supervision of a qualified person as part of a complete fall arrest system which maintains a safety factor of two. The engineered fabrication is required to be a minimum of Tin height above the hatch opening with a minimum of 5' of horizontal reach. 12. Sheet S1, Cast in Place Concrete Notes states typical structural concrete shall be 4500 unless noted otherwise on the plans. Please confirm this does not apply to the precast concrete tank and that the tank concrete design shall be per the prestressed tank specification. • The tank concrete design shall be per Specification Section 33 1613. 13. Section 4.3.3 of the Geotechnical Report indicates requirements for a mud slab with spread/mat foundation systems when more than 24 hours of exposure on the bearing surface is anticipated. With the fill over the tank bearing surface being limited to free draining crushed stone or flexible base, please confirm a mud slab is not required provided a layer of either recommended material is placed within 24 hours of exposure. • If along period of time will pass between excavation and exposure of the limestone prior to filling with the stone base, the limestone should have a mud slab protection placed. The mud slab is required to protect the in -situ materials. 14. Please confirm the allowable bearing capacity of 5.0 kips per square foot given in Section 4.3.1 of the Geotechnical Report is based on a FS of 3. • A safety factor of 3 was used in the bearing capacity calculations. 15. Please confirm no additional tests or measures must be taken to measure corrosivity of soils toward concrete as no tests were run and Section 7.6 of the Geotechnical Report indicates soils may be corrosive. • No additional tests or measures must be taken to measure corrosivity of soils toward concrete. 16. Please confirm the costs required for City of Fort Worth Building Permit for this project. The fee due at the time of application is $289.00. The remaining cost for the Building Permit is calculated after Plan Review and will be based off the use and square footage of the project. At this time, the cost is expected to be $1, 705.69. 17. Do the subcontractors that require prequals have to be on the prequal list prior to bid opening in order for the contractor to name them in their bids? Subcontractors requiring prequalification must be on the prequalification list prior to bid opening. Subcontractors will need to submit prequalification information to the City 7 days prior to bid opening. ADDENDUM NO.4 ADDENDUM NO.4 18. The pipe sections on Sheet C9 indicate a minimum of 12-inches of crushed rock backfill under the tank and encasements. The geotechnical report does not specify a minimum thickness of crushed rock backfill and indicates to excavate clays down to limestone. Please clarify if there is a minimum thickness of crushed stone required beneath the tank floor and encasements as this would increase the excavation to remove limestone under the tank. Also please confirm if the minimum thickness required includes the 4" mud mat or if the mud mat would be in addition to the minimum fill thickness • A uniform minimum of 12-inches of crushed rock backfill will be required under the tank foundation and pipe encasements per Details 1 &2 on Sheet C9. Per question response #13, if a long period of time will pass between excavation and exposure of the limestone prior to filling with the stone base, the limestone should have a mud slab protection placed and therefore be in addition to the minimum fill thickness. 19. Per Section 4.3.2 Page 6 of the geotechnical report crushed rock is preferred as backfill under the tank vs. flexbase due to less potential for fill settlement, additionally all plan notes reference crushed stone backfill beneath the tank. However Section 4.3.2 Page 6 also allows for the use of flexbase fill. Please confirm that either crushed stone or flexbase may be used as structural fill beneath the tank. If there are any changes to the settlement values as provided in report please provide guidance on the settlments resulting from the use of flexbase in lieu of crushed stone fill. • Either option results in long-term differential settlements on the order of Y inch between the center and perimeter of the structure. Total settlements are estimated to be on the order of I inch. The clean stone results in less but not to the point of needing to alter the above design values. Structural fill material beneath the tank shall be per the Plans. All other terms and conditions remain unchanged. %dvLy �`ld�d 03/27/2025 0 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT .................................................... ■ ............................. ■ . By the signature affixed below, Addendum No. 4 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: Preload, LLC SIGNATURE: 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. ADDENDUM NO.4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 000515-1 ADDENDA Page 1 of 1 SECTION 00 05 15 ADDENDA [Assembler: For Contract Document execution, remove this page and replace with any addenda issued during bidding.] END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of the SENDERA RANCH 5.5MG GROUND STORAGE TANK ("Project") will be received by the City of Fort Worth via the Procurement Portal httvs:Hfortworthtexas.bonfirehub.com/aortal/?tab=oaen0aaortunities, under the respective Project until 2:00 P.M. CST, Thursday, April 3, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at New City Hall, 100 Fort Worth Trail, Fort Worth, Texas, on the Mezzanine of New City Hall (NCH); Room Mz10_12. 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:Hfortworthtexas.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 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised 2/08/24 00 11 13 INVITATION TO BIDDERS Page 2 of 3 For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us 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: • Site Work, Yard Piping, and Appurtenances • One (1) 5.5 Million Gallon Prestressed Concrete Ground Storage Tank • Addition of Interior Wall to Pump Station Electrical Room 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:Hfortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDortunities, 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 httl)s:Hfortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortunities, 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: Monday, March 24`h, 2025 TIME: 10:00 A.M. httos:Hfortworthtexas.webex.com/fortworthtexas/i.nhn?MTID=m624f965eO7ecc2a8797 ] 9f9889b Of920 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised 2/08/24 00 11 13 INVITATION TO BIDDERS Page 3 of 3 AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES March 5`h, 2025 March 12`h, 2025 END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 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: httDS://aDDS. fortworthtexas. eov/Proi ectRe sources/ CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httDs://aDDs. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavin2 %20Contractor%2OPreaualification%2OPro2ram/PREOUALIFICATION%20REO UI EMENTS%20FOR%2OPAVING%2OCONTRACTORS.Ddf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httl)s://apps. fortworthtexas. aov/Proi ectResources/Resourc esP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2ORoadwa v%20and%2OPedestrian%2OLi2htina%2OPreaualification%2OPro2ram/STREET% 20LIGHT%20PREOUAL%20REOMNTS.pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at: htti)s://apps.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%20and%2 OSanitarv%2OSewer%2OContractor%2OPrea_ualification%2OPro2_ ram/WSS%20_Dre aual%20reauirements.Ddf 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised/Updated 1/17/24 0021 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised/Updated 1/17/24 0021 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Al 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 project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal htti)s://fortworthtexas.bonfirehub.com/portal/?tab=oi)en0ggortunities on or before 2 p.m., the Thursdav 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=ol2enOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 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 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: httDS://codelibrarv.amle2al.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. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 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 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portaU?tab=open0pi)ortunities. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 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. 17.4. Contractor shall perform with his own organization, work of a value not less than 3 5 % of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 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 httvs://www.ethics.state.tx.us/data/forms/1295/1295.udf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised/Updated 1/17/24 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 003513-1 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror, or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercises discretion in planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Office Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. htti)://www.ethics.state.tx.us/fonns/CIO.i)df htti)://www.ethics.state.tx.us/fonns/CIS.i)df 0 CIQ Form is on file with City Secretary XD CIQ Form is being provided to the City Secretary 0 CIS Form does not apply 0 CIS Form is on File with City Secretary Y? Eu ciq �C�e, € zois 0 CIS Form is being provided to the City Secretary *FNTUC� av - BIDDER: Preload, LLC Company 4000 Tower Rd. Address Louisville, KY 40219 City/State/Zip By: Tom S. Kleppe, P.E. (Please Print) Signature: Title: Vice President of Sales END OF SECTION (Please Print) CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 27, 2012 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: SENDERA RANCH 5.5MG GROUND STORAGE TANK City Project No.: 105781 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105781 Revised 09/30/2021 0041 00 BID FORM Page 2 of 3 3. Prequalification r : `C : `C r `C `C : `C : `C r `C : `C : `C r `C `C : `C : `C r `C : `C `( `C N `C `C \ % % % i k % % r : N `C The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. AWWA D-110, Type III, Pre -stressed Concrete Ground Storage Tank, 5MG or greater b. Yard Piping, 54" and greater c. Concrete Paving Construction/Reconstruction (1,100 square yards and greater) 4. Time of Completion 4.1. The Work will be complete for Substantial Completion within 400 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2 The work will be complete for Final Acceptance within 460 calender days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions 4.3 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, 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 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid $11,937,000.00 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105781 Revised 09/30/2021 0 7. Bid Submittal This Bid is submitted on April 3, 2025 Respectfully submitted, By: (Signature) Tom S. Kleppe, P.E. (Printed Name) Title: Vice President of Sales Company: Preload, LLC Address: 4000 Tower Rd. Louisville, KY 40219 State of Incorporation: Kentucky Email: tkleppe@preload.com Phone: 407-739-3978 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 by the entity named below. END OF SECTION 0041 00 BID FORM Page 3 of 3 Receipt is acknowledged of the Initial following Addenda: jAddendum No. 1: _ jAddendum No. 2: jAddendum No. 3: _^ jAddendum No. 4: Corporate Seal: i.' QED ll�.C�%. COMPANY 2015 F,yroD SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT NO. 105781 WRITTEN CONSENT IN LIEU OF MEETING OF THE MANAGERS OF PRELOAD, LLC The undersigned, being all of the Managers (the "Managers") of Preload, LLC, a Kentucky limited liability company (the "Company"), hereby waive notice of the date, time, place, and purpose of a meeting and consent in writing to the actions contemplated below in accordance with the Company's Operating Agreement (as amended, the ("Operating Agreement") and otherwise applicable law: AUTHORIZATION FOR EXECUTION OF PROPOSALS, CONTRACTS, AND SURETY BONDS Resolved, the Managers unanimously approved a resolution appointing Andrew E. Tripp, Jr., William R. Cooksey, Steven J. Dudle, K. Ryan Harvey, Thomas S. Kleppe, Daniel J. McCarthy, Robert V. Barbarisi, Jr., Terry D. McNeil, Matthew Cribbs, Sean Macphee, Ryan Leisey, Rick A. Smith, Michael R. Shaffer, and Kevin G. Gallagher as its true and lawful attorneys -in -fact for the purpose of executing proposals for the sale of materials or the providing of construction work, to make contracts for the same and execute surety bonds to be executed therewith. The undersigned have executed this written consent on the 5th day of March 2025. MANAGERS: Joseph G. Carson WRITTEN CONSENT IN LIEU OF MEETING OF THE MANAGERS OF PRELOAD, LLC The undersigned, being all of the Managers (the "Managers") of Preload, LLC, a Kentucky limited liability company (the "Company"), hereby waive notice of the date, time, place, and purpose of a meeting and consent in writing to the actions contemplated below in accordance with the Company's Operating Agreement (as amended, the ("Operatinv Agreement") and otherwise applicable law: AUTHORIZATION FOR EXECUTION OF PROPOSALS, CONTRACTS, AND SURETY BONDS Resolved, the Managers unanimously approved a resolution appointing Andrew E. Tripp, Jr., William R. Cooksey, Steven J. Dudle, K. Ryan Harvey, Thomas S. Kleppe, Daniel J. McCarthy, Robert V. Barbarisi, Jr., Terry D. McNeil, Matthew Cribbs, Sean Macphee, Ryan Leisey, Rick A. Smith, Michael R. Shaffer, and Kevin G. Gallagher as its true and lawful attorneys -in -fact for the purpose of executing proposals for the sale of materials or the providing of construction work, to make contracts for the same and execute surety bonds to be executed therewith. The undersigned have executed this written consent on the 5th day of March 2025. MANAGERS: Bernard S. Fineman K. Ryan Harvey Wt�/ J eph G. Carson 00 42 43 BID PROPOSAL Page 1 of 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity 1 0170.0100 Mobilization 01 7000 LS 1 $200,000.00 $200,000.00 Yard Piping Improvements: Including but not limited to exterior water and storm drainage piping, fittings, valves, appurtenances, vaults and 2 connections, and including all equipment, materials, labor and services Various LS 1 $2,150,000.00 $2,150,000.00 required in accordance with the Contract Douments, Drawings, and specifications for the completion of the Work. Site Improvements: Including but not limited to site grading, rip rap, paving, retaining wall, fencing, erosion control and preparation of SWPPP, $800,000.00 $800,000.00 3 as -built survey of underground improvement, and including all equipment, Various LS 1 materials, labor and services required in accordance With the Contract Documents, Drawings, and specifications for the completion of the Work. Ground Storage Tank, Foundation, and Subgrade: Including but not limited to excavation, subgrade preparation, tank inlet and outlet piping, 4 construciton of a 5.5 million gallon precast, prestressed concrete tank with Various LS 1 $7,135,230.00 $7,135,230.00 steel diaphram, including all equipment, materials, labor and services required in accordance with the Contract Documents, Drawings, and specifications for the completion of the Work. Site Electrical, Instrumentation, and Controls: Including but not limited to procurement and installation of all proposed electrical, instrumentation, 5 and controls equipment, connection to electric utility, including all Various LS 1 $1,500,000.00 $1,500,000.00 equipment, materials, labor and services required in accordance with the Contract Documents, Drawings, and specifications for the completion of the Work. 6 3305.0109 Trench Safety 33 05 10 LF 885 $2.00 $1.770.00 7 Construction Allowance 3471 13 LS 1 $150,000.00 $150,000.00 Total Bid $11.937,000.00 END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised 9/30/2021 00 42 12_Bid Proposal SECTION 00 4313 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, Preload, LLC , known as "Bidder" herein and Great American Insurance Company 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 Sendera Ranch 5.5 MG Ground 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 duly authorized agents and officers on this the 3rd day of April 2025. ATTES Q kAl�� Witness ( nP incipa Kelly Miller - Witness CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PRINCIPAL: Preload, LLC BY. 7—, ture Signa Tom S. Kleppe, P.E. - Vice President of Sales Name and Title SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 C), L Witness as to Surety Destini Watson, Witness Attach Power of Attorney (Surety) for Attomey-in-Fact 00 43 13 BID BOND Page 2 of 2 Address: 4000 Tower Road, Louisville, KY 40219 SURETY: Great American Insurance Company BY: nature Jonathan Jonathan Gleason, Attornev-in-Fact Name and Title Address: 301 E. Fourth Street, Cincinnati. OW 45202 Telephone Number: (513) 369-5000 `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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIF;CATION DOCUMENTS CITY PROJECT No. 105781 Revised 9/302021 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than TWELVE No.0 22277 POWER OFATTOR\TEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -Tact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof: provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JONATHAN GLEASON JENNIFER GODERE ALL OF ALL NICHOL AS MILLER JOSHUA SANFORD HARTFORD, CONNECTICUT $100,000,000 SARAH MURTHA MICHELLE ANNE MCMAHON DORITZA MOJICA GENTRY STEWART CONNOR WOLPERT JENNIFER GAIL GODERE RICHARD HACKNER KATHRYN PRYOR This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2ND day of FEBRUARY 2022 Attest Assistant secrerary GREAT AMERICAN INSU NICE COMPANY Divisional Senior Tice President STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK VICAR10 t877-377-24e51 On this 2ND day of FEBRUARY 2022 before me personally appeared MARK VICARIO, tome known, being duly swom, deposes and says that he resides in Cincinnati. Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. I" A KO"ORST Notary Public State of Ohio g My Comm. Expires May 18, 2025 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisonal Assistant Tice Presidents, or any one of them, be and hereby is authori_ed, from titne to time, to appoint one or store Atornevs-in-Fact to execute on behalf of the Courpant; as surety; art' and all bonds, undertakings and contracts ofsurehship, or other written obligations in the nature thereof,- to prescribe their respective duties and the respective limits of their authori'; and to revoke aev such appointment at am� time.. RESOLVED FURTHER: That the Company seal and the signature of anv of the aforesaid officers and any Secretary or Assistant Secretary of the Company nu v be affixed by.pesimile to any power of attorney or certificate of either given far the execution of any bond, undertaking, contract ofsurehship, or other written obligation in the stature thereof, such signature and seal it -hen so used being hereby adopted by the Company as the original signature of such officer and the original seal of'the Company, to be valid and binding upon the Company with the same force and effect as though .manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of AttomPy and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 3rd day of April , 2025 .assistant Secretary S1029AH R3120) Great American Insurance Company of New York GREATAMER/CAN Great American Alliance Insurance Company INSURANCE GROUP Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: 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 at: P.O. Box 149104 Austin, TX 78714-9104 FAX: 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance Company P.O. Box 2119 Cincinnati, Ohio 45202 Physical Address: Great American Insurance Company 301 E. Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Email: bondclaims@gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning 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 BOND: This notice is for information only and does not become a part or condition of the attached document. F.9667A (3/11) 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 Kentucky our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: Preload, LLC `� COMPANY � 2015 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 By: (Signature) Tom S. Kleppe, P.E. Title: Vice President of Sales Date: 4/3/2025 00 42 12_Bid Proposal 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 The prequalification process will establish a bid limit based on a technical evaluation and 16 financial analysis of the contractor. For example, a contractor wishing to submit bids on 17 projects to be opened on the 7th of April must file the information by the 31st day of March 18 in order to be eligible to work on these projects. In order to facilitate the approval of a 19 Bidder's Prequalification Application, the following must accompany the submission. 20 a. A complete set of audited or reviewed financial statements. 21 (1) Classified Balance Sheet 22 (2) Income Statement 23 (3) Statement of Cash Flows 24 (4) Statement of Retained Earnings 25 (5) Notes to the Financial Statements, if any 26 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 27 of Incorporation, Articles of Organization, Certificate of Formation, LLC 28 Regulations, Certificate of Limited Partnership Agreement). 29 c. A completed Bidder Prequalification Application. 30 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 31 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 32 number visit the Texas Comptroller of Public Accounts online at the 33 following web address www.window.state.tx.us/taxnennit/ and fill out the 34 application to apply for your Texas tax ID. 35 (2) The firm's e-mail address and fax number. 36 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 37 is used by the City for required reporting on Federal Aid projects. The DUNS 38 number may be obtained at www.dnb.com. 39 d. Resumes reflecting the construction experience of the principles of the firm for firms 40 submitting their initial prequalification. These resumes should include the size and 41 scope of the work performed. 42 e. Other information as requested by the City. 43 44 2. Prequalification Requirements 45 a. Financial Statements. Financial statement submission must be provided in 46 accordance with the following: 47 (1) The City requires that the original Financial Statement or a certified copy 48 be submitted for consideration. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised August 13, 2021 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised August 13, 2021 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised August 13, 2021 004512-1 PREQUALIFICATION STATEMENT Page 1 of 1 1 SECTION 00 45 12 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s) listed. 6 Major Work Type AWWA D-110, Type III, Pre -Stressed Concrete Ground Storage Tank, All Sizes Yard Piping, 54-Inch and larger Concrete Paving, Construction, 1,100 square yards and GREATER) 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Contractor/Subcontractor Prequalification Company Name Expiration Date Preload, LLC 4/30/2025 CLW Watergroup, LLC 4/30/2026 CLW Watergroup, LLC 4/30/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Preload, LLC Tom S. Kleppe, P.E. By: Company (Please Print) 4000 Tower Rd. Signature: Address Louisville, KY 40219 Vice President of Sales Title: City/State/Zip (Please Print) 4/3/2025 Date: AP' SD QP SD COMPANY 4 .. +15 END OF SECTION FAI CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 30, 2021 FORT WORTH SECTION 00 4513 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) 1 Telephone City City ( 1 Fax Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State State Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Zip Code Zip Code Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Department Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting iohn.kasavich(a,FortWorthTexas.eov Alicia. Garciaafortworthtexas.sov clint.hooverafortworthtexas.2ov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept, 8851 Camp Bowie West Blvd. Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 Fort Worth, Texas 76116 Attn: Alicia Garcia James Ave. Fort Worth, TX76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) nHas fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less _ Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller _ Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller _ Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller _ Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger _ CCTV, 8-inches and smaller _ CCTV, 12-inches and smaller _ CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH SENDERA RANCH 5.5 MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised August 13, 2021 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 concrete paving CITY OF FORT WORTH SENDERA RANCH 5.5 MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised August 13, 2021 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 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 had: (a) As a General Contractor: construction work has your organization (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION CONTRACT OF DATE CITY -COUNTY - AMOUNT WORK COMPLETED STATE *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? NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER 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 SENDERA RANCH 5.5 MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised August 13, 2021 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. I NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH SENDERA RANCH 5.5 MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised August 13, 2021 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH SENDERA RANCH 5.5 MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised August 13, 2021 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - ITEM DESCRIPTION TOTAL BALANCESHEET VALUE CITY OF FORT WORTH SENDERA RANCH 5.5 MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised August 13, 2021 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH SENDERA RANCH 5.5 MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised August 13, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105781. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: n, o load., LLC Company 4000 Tosae r Rd. Address T Louisville, KY 4021-9 City/State/Zip THE STATE OF-+E-X," . By: K.- Signature: Title: Cl„Pf RxarntjjT 9f_fi^CC (Please Print) KELLY ANN MILLER NOTARY PUBLIC § STATE AT LARGE KENTUCKY COMMISSION # KYNP839g COUNTY OF TA R R A 41 § MT COMMISSION EXPIRES 8/1/2028 BEFORE ME, the undersigned a ority, on this day personally appeared K. Rvan Harvey _ , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Chief_ Executive Officer for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ _day of 20 . - w - b Nota 11c in d r he State of Texas END OF SECTION CITY OF FORT WORTH SENDER.A RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 004540-1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 12 2020 (codified at: https:HcodelibLM.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-225931 apply to 13 this bid. 14 15 BUSINESS EOUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 21.63% of the total bid value of the contract (Base bid 17 applies to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 26 Prime contractor Waiver documentation. 27 28 SUBMITTAL OF REOUIRED DOCUMENTATION 29 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 30 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 31 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 32 business day after the bid opening date, exclusive of the bid opening date. 33 34 The Offeror must submit one or more of the following documents: 35 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 36 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 37 participation is less than stated goal, or no Business Equity participation is accomplished; 38 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 39 all subcontracting/supplier opportunities; or 40 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 41 Protege participation. 42 43 These forms can be found at: 44 Business Equity Utilization Form and Letter of Intent 45 httl)s:Hapes.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MW E/Business Equity Utilization 46 Fornl_DVIN 2022 220324.pdf 47 48 Letter of Intent CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised October 27, 2021 004540-2 Business Equity Goal Page 2 of 2 1 httl)s://abbs.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 2 2021.pdf 3 4 Business Equity Good Faith Effort Form 5 httos:Habbs.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Good Faith Effort 6 Form DVIN 2022.ndf 7 8 Business Equity Prime Contractor Waiver Form 9 httl)s:Habbs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 10 Waiver-220313.ndf 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Business Equity Joint Venture Form httos://abbs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint Venture 220225.Ddf FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REQUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact The Business Equity Division of the Department of Diversity and Inclusion at (817) 392-2674. END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised October 27, 2021 00 52 43 - 1 Agreement Pagel of 7 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 05/13/2025 , is made by and between the City of Fort Worth, a Texas home rule munici1� rty, ctin by and through its duly authorized City Manager, ("City"), and `Y U6 I J 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: SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 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���2�'111��i t�p,�,�(Q�•Jj�``I!���^""`�'t , ($_ �' b Contract price may be adjusted by change orders duly authorized by the Parties. OFFICIAL RECORD Article 4. CONTRACT TIME CITY SECRETARY 4.1 Final Acceptance. FT. WORTH, TX The Work will be substantially complete within 400 days after the date when the Contract Time commences to run as provided in Paragraph 2.02 of the General Conditions. The Work shall be complete for Final Acceptance within 460 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence of this Agreement and that Citv will suffer financial loss if the Work is not comDleted within the times specified in Paragraph 4.1 above, Dlus anv extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in Droving in a legal Droceeding the actual loss suffered by the Citv if the Work is not comDleted on time. Accordingly, instead of reauiring anv such Droof. Contractor agrees that as liquidated damages for delav (but not as a Denaltv). Contractor shall pay Citv One Thousand Two Hundred Fiftv Dollars ($1,250.00) for each day that expires after the time specified in Paragraph 4.1 for Substantial Completion until the City issues the Letter of Substantial Completion in accordance with SC-14.10 of the SuDDlementary Conditions. After Substantial Completion, if Contractor shall neglect, refuse, or fail to CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 8, 2023 00 52 43 - 2 Agreement Page 2 of 7 complete the remaining Work for Final Acceptance within 60 days from the date of Substantial Completion, or anv proper extension thereof Granted by the Citv, Contractor shall pav Citv Six Hundred Twentv-Five Dollars ($625.00) for each day that expires after the time specified in ParaLraph 4.1 for Final Acceptance until the Citv issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 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. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCU NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 8, 2023 005243-3 Agreement Page 3 of 7 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 anv act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by anv act, omission or 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCU NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 8, 2023 00 52 43 - 4 Agreement Page 4 of 7 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCU NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 8, 2023 005243-5 Agreement Page 5 of 7 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCU NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 8, 2023 005243-6 Agreement Page 6 of 7 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 8, 2023 005243-7 Agreement Page 7 of 7 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: Sig e (Printed Na �© Title �(X YV°Ll.( ki 01o0 (U Address City/State/Zip Da e City of Fort Worth Jesica McEachern Assistant City Manager 06/04/2025 Date Attest: Jannette Goodall, City Secretary (Seal) 25-0404 M&C: Date: May 13, 2025 01 ports °oa I.g °cnq�zpsa Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. T . �� Dena Johnson, P.E. Senior Project Manager, Water Department Approved as to Form and Legality: Douglas Black (May 27, 202517:34 CDT) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: �HdeL ww�Chr272(125 DR-4r CnT) Christopher Harder, P.E. Director, Water Department OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 8, 2023 0061 13- 1 PERFORMANCE BOND Page 1 of2 Bond No. 5856060 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Preload, LLC _ known as 8 "Principal" herein and Great American Insurance Company a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 12 sum of, Eleven Million Nine Hundred Thirty Seven Thousand & 00/100 Dollars 13 ($11,937,000.00 _ ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded 18 the 13u' day of May , 2025 , which Contract is hereby referred to and made a part 19 hereof for al I purposes as if fully set forth herein, to famish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as SENDERA RANCH 5.5MG GROUND STORAGE 22 TANK. CITY PROJECT No. 105781 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 25 perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 8, 2023 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 I 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 lq day of Mat 1 6 , 2015 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A'CI'EST: (�A I(Pr' ipal) Secretary Josh C,nn� W i , ess s to in i kal PA( N I I,Icr Witness to Surety Ally Nardini Name and Title Address: Vp —Mc,d SURETY: Great American Instance Company BY: - -- Signature �. Michelle Anne McMahon, Attorney -in -Fact ., ,,, •'M Namex' Name and Title Address: 10 State House Square, Fl. 11 Hartford, CT 06103 Telephone Number: 267-593-6398 Email Address: kaitlyn.malkowski@ Nvhvco.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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 8, 2023 0061 14 - 1 PAYMENT BOND Page 1 of2 1 SECTION 00 6114 Bond No. 5856060 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Preload,.LLC known as 8 "Principal" herein, and Great American Insurance Company , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal 12 sum Of Eleven Million Nine Hundred Thirty Seven Thousand & 00/100 Dollars 13 ($ 11,937,000.00_ _ ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 13th day of May , 20 25 , which Contract is hereby referred to and made 19 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 20 and other accessories as defined by law, in the prosecution of the Work as provided for in said 21 Contract and designated as SENDERA RANCH 5.5MG GROUND STORAGE TANK, CITY 22 PROJECT No.105781. 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 8, 2023 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 Is_ day of it 5 6 7 8 9 10 12 ATTEST: (rrin aid secretary Witn ss as to Pri ipal PRINCIPAL: Prel _ LC BY: U Si to A- P-YA.v ��.dCVlt�6f�t� Name and Title Address: ygpp .ZDA-t> SURETY: Great American Insurance Company ATTEST: BY: �j Signature Michelle Anne McAMon,,AttorneFact (Surety) fey Ellis Reid, Witness Name and Title Address: 10 State House Square, FI. 11 n Hartford, CT 06103 Witnes 2to urety Ally Nardini Telephone Number: 267-593-6398 Email Address: kaitlyn.malkowski@wlwco.com Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 8, 2023 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than TWELVE No.O 22277 POWER OF ATTORNEY KNOW ALL MIEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-hr-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the trait stated below. Name Address Limit of Power JONATHAN GLEASON JENNIFER GODERE ALL OF ALL NICHOLAS MILLER JOSHUA SANFORD HARTFORD, CONNECTICUT $100,000,000 SARAH MURTHA MICHELLE ANNE MCMAHON DORITZA MOJICA GENTRY STEWART CONNOR WOLPERT JENNIFER GAIL GODERE RICHARD HACKNER KATHRYN PRYOR This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2ND day of FEBRUARY 2022 Attest GREAT AMERICAN INS ANCE COMPA Assistant Secretary Divisional Senior f tee President STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK VICARK) (877-377-2405) On this 2ND day of FEBRUARY 2022 , before me personally appeared MARK VICARIO, tome known, being duly sworn, deposes and says that he resides in Cincinnati. Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. F SUSAN A KOHORST a Notary Public z € State of Ohio My Comm. Expires May 18, 2025 This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents mrd Divisonal Assistant Vice Presidents, or any one of (lien), be and hereby is authorized, fioni time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company; as surety; arty and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties and the respective lirnits of their authority; and to revoke any such appointment at arty time. RESOLVED FURTHER: That lire Company seal and the signature of any of the aforesaid officers and any Secretaq or Assistant Secretary of the Company inav he aflired hy, facsimile to any power of attorney or certificate of either given far the execution of any bond, undertaking, contract of stuetyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Conhpan)v, to be valid and hinting trpai the Company with the same.force and ejfecl as though rattail), affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in fall force and effect. Signed and sealed this day of .dssistnrt Secreran• S1029AH (03/20) Great American Insurance Company of New York GREATAmERICAN, Great American Alliance Insurance Company INSURANCE GROUP Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: 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 at: P.O. Box 149104 Austin, TX 78714-9104 FAX: 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance Company P.O. Box 2119 Cincinnati, Ohio 45202 Physical Address: Great American Insurance Company 301 E. Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Email: bondclaims@gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning 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 BOND: This notice is for information only and does not become a part or condition of the attached document. F9667A (3111) 0061 19 - 1 MAINTENANCE BOND Page I of 3 Bond No. 5856060M I SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Preload, LLC known as 8 "Principal" herein and Great American Insurance Company , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum 12 of Eleven Million Nine Hundred Thirty Seven & 00/100 Dollars ($ 11,937,000.00 ) 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 14 of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 16 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded 18 the 13th day of MaY , 20 25 , which Contract is hereby 19 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, 20 equipment labor and other accessories as defined by law, in the prosecution of the Work, including 21 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 22 provided for in said contract and designated as SENDERA RANCH 5.5MG GROUND 23 STORAGE TANK. CITY PROJECT No. 105781; and 24 25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will remain 27 free from defects in materials or workmanship for and during the period of two (2) years after the 28 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 31 receiving notice from the City of the need therefor at any time within the Maintenance Period. 32 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 8, 2023 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET 0 CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than TWELVE No.O 22277 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-hn-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JONATHAN GLEASON JENNIFER GODERE ALL OF ALL NICHOLAS MILLER JOSHUA SANFORD HARTFORD, CONNECTICUT $100,000,000 SARAH MURTHA MICHELLE ANNE MCMAHON DORITZA MOJICA GENTRY STEWART CONNOR WOLPERT JENNIFER GAIL GODERE RICHARD HACKNER KATHRYN PRYOR This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-hn-fact named above. INWITNESS WHEREOF tine GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2ND day of FEBRUARY 2022 Attest GREAT AMERICAN INS CE COIvIPA Assistant Secretaq, Divisional Senior Tice President STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK wCARio (877-377-2405) On this 2ND day of FEBRUARY 2022 , before me personally appeared MARK VICARIO, tome knnonnn, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. SUSAN A KOHORST n Notary Public State of Ohio My Comm. Expires May 18, 2025 This Power of Attorney is granted by authority of tie following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior lice Presidents, Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or wry one of thent, be and hereby is authorized, fnnnt fine to tune, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surely; an), and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at an.), tine. RESOLVED FURTHER: That the Company seal and the signature of anv oj'the aforesaid officers and any Secretary m• Assistant Secretary of the Company may be affixed by facsin le to any pouter of attorney or certificate of either given for lire execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this day of Assistant Secretor• S1029AH (03/20) Great American Insurance Company of New York GREATAMERICAN Great American Alliance Insurance Company INSURANCE GROUP Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: 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 at: P.O. Box 149104 Austin, TX 78714-9104 FAX: 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance Company P.O. Box 2119 Cincinnati, Ohio 45202 Physical Address: Great American Insurance Company 301 E. Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Email: bondclaims@gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning 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 BOND: This notice is for information only and does not become a part or condition of the attached document. F.9667A (3/11) WRITTEN CONSENT IN LIEU OF MEETING OF THE MANAGERS OF PRELOAD, LLC The undersigned, being all of the Managers (the "Managers") of Preload, LLC, a Kentucky limited liability company (the "Company"), hereby waive notice of the date, time, place, and purpose of a meeting and consent in writing to the actions contemplated below in accordance with the Company's Operating Agreement (as amended, the ("Operating Agreement") and otherwise applicable law: AUTHORIZATION FOR EXECUTION OF PROPOSALS, CONTRACTS, AND SURETY BONDS Resolved, the Managers unanimously approved a resolution appointing Andrew E. Tripp, Jr., William R. Cooksey, Steven J. Dudle, K. Ryan Harvey, Thomas S. Kleppe, Daniel J. McCarthy, Robert V. Barbarisi, Jr., Terry D. McNeil, Matthew Cribbs, Sean Macphee, Ryan Leisey, Rick A. Smith, Michael R. Shaffer, and Kevin G. Gallagher as its true and lawful attorneys -in -fact for the purpose of executing proposals for the sale of materials or the providing of construction work, to make contracts for the same and execute surety bonds to be executed therewith. The undersigned have executed this written consent on the 5th day of March 2025. MANAGERS: 4�1 11 �3ern�rd S. Fines an Qll _ K. rvey U Joseph G. Carson WRITTEN CONSENT IN LIEU OF MEETING OF THE MANAGERS OF PRELOAD, LLC The undersigned, being all of the Managers (the "Managers") of Preload, LLC, a Kentucky limited liability company (the "Company"), hereby waive notice of the date, time, place, and purpose of a meeting and consent in writing to the actions contemplated below in accordance with the Company's Operating Agreement (as amended, the ("Operating, Agreement") and otherwise applicable law: AUTHORIZATION FOR EXECUTION OF PROPOSALS, CONTRACTS, AND SURETY BONDS Resolved, the Managers unanimously approved a resolution appointing Andrew E. Tripp, Jr., William R. Cooksey, Steven J. Dudle, K. Ryan Harvey, Thomas S. Kleppe, Daniel J. McCarthy, Robert V. Barbarisi, Jr., Terry D. McNeil, Matthew Cribbs, Sean Macphee, Ryan Leisey, Rick A. Smith, Michael R. Shaffer, and Kevin G. Gallagher as its true and lawful attorneys -in -fact for the purpose of executing proposals for the sale of materials or the providing of construction work, to make contracts for the same and execute surety bonds to be executed therewith. The undersigned have executed this written consent on the 5th day of March 2025. MANAGERS: Bernard S. Fineman K. Ryan Harvey J seph G. Carson ^ CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations subject to such written contract; or B. In the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. The written contract requires you to provide the additional insured such coverage; and 2. This Coverage Part provides such coverage; and C. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: 1. Coverage broader than what you are required to provide by the written contract; or 2. A higher limit of insurance than what you are required to provide by the written contract. Any coverage granted by this Paragraph I. shall apply solely to the extent permissible by law. It. If the written contract requires additional insured coverage under the 07-04 edition of CG2010 or CG2037, then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations subject to such written contract; or B. In the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. The written contract requires you to provide the additional insured such coverage; and 2. This Coverage Part provides such coverage. III. But if the written contract requires: A. Additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CB2010, or under the 10- 01 edition of CG2037; or B. Additional insured coverage with "arising out of" language; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. CNA75079XX (3-22) Page 1 of 3 CONTINENTAL CASUALTY COMPANY Insured Name: CALDWELL GROUP LLC & PRELOAD LLC Pollcy No: 7094689957 Endorsement No: 6 Effective Date: 01/01/2025 Copyrlghl CNA All Rlghls Reserved. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement IV. But if the written contract requires additional insured coverage to the greatest extent permissible by law, then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional! on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. V. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities; or B. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. VI. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this Coverage Part: Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. Primary and non-contributing with other insurance available to the additional insured; or 2. Primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. Give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. Send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. Make available any other insurance, and endeavor to tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to other insurance under which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. CNA75079XX (3-22) Page 2 of 3 CONTINENTAL CASUALTY COMPANY Insured Name: CALDWELL GROUP LLC & PRELOAD LLC Policy No: 7094689957 Endorsement No: 6 Effective Date: 01 / 01 / 2 02 5 Copyright CNA All Rights Reserved. N O O CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement Vill. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: A. Was executed prior to: 1. The bodily injury or property damage; or 2. The offense that caused the personal and advertising injury; for which the additional insured seeks coverage; and B. Is still in effect at the time of the bodily injury or property damage occurrence or personal and advertising injury offense. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (3-22) Page 3 of 3 CONTINENTAL CASUALTY COMPANY Insured Name: CALDWELL GROUP LLC & PRELOAD LLC Policy No: 7094689957 Endorsement No: 6 Effective Date: 01/01/2025 Copyright CNA All Rights Reserved. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II — WHO IS AN (a) The Additional Insured — Owners, Les - INSURED: sees or Contractors — Scheduled Person Any person or organization that: or Organization endorsement CG 20 10 a. You agree in a written contract or agreement to 07 04 or CG 20 10 04 13, the Additional include as an additional insured on this Coverage Insured — Owners, Lessees or Contrac- Part; and tors — Completed Operations endorse- ment CG 20 37 07 04 or CG 20 3 7 04 13, b. Has not been added as an additional insured for or both of such endorsements with either the same project by attachment of an endorse- of those edition dates; or ment under this Coverage Part which includes (b) Either or both of the following: the Addi- such person or organization in the endorsement's tional Insured — Owners, Lessees or Con- schedule; tractors — Scheduled Person Or Organi- is an insured, but: zation endorsement CG 20 10, or the Ad- a. Only with respect to liability for "bodily injury" or ditional Insured — Owners, Lessees or "property damage" that occurs, or for "personal Contractors — Completed Operations en - injury" caused by an offense that is committed, dorsement CG 20 37, without an edition subsequent to the signing of that contract or date of such endorsement specified; agreement and while that part of the contract or the person or organization is an additional in - agreement is in effect; and sured only if the injury or damage is caused, b. Only as described in Paragraph (1), (2) or (3) be- in whole or in part, by acts or omissions of low, whichever applies: you or your subcontractor in the performance (1) If the written contract or agreement specifical- of "your work" to which the written contract or ly requires you to provide additional insured agreement applies; or coverage to that person or organization by (3) If neither Paragraph (1) nor (2) above applies: the use of: (a) The person or organization is an addi- (a) The Additional Insured — Owners, Les- tional insured only if, and to the extent sees or Contractors — (Form B) endorse- that, the injury or damage is caused by ment CG 20 10 11 85; or acts or omissions of you or your subcon- (b) Either or both of the following: the Addi- tractor in the performance of "your work" tional Insured — Owners, Lessees or Con- to which the written contract or agree - tractors — Scheduled Person Or Organi- ment applies; and zation endorsement CG 20 10 10 01, or (b) Such person or organization does not the Additional Insured — Owners, Lessees qualify as an additional insured with re - or Contractors — Completed Operations spect to the independent acts or omis- endorsement CG 20 37 10 01; sions of such person or organization. the person or organization is an additional in- The insurance provided to such additional insured is sured only if the injury or damage arises out subject to the following provisions: of "your work" to which the written contract or a. If the Limits of Insurance of this Coverage Part agreement applies; shown in the Declarations exceed the minimum (2) If the written contract or agreement specifical- limits required by the written contract or agree- ly requires you to provide additional insured ment, the insurance provided to the additional in - coverage to that person or organization by sured will be limited to such minimum required the use of: limits. For the purposes of determining whether CG D6 04 02 19 © 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY b C. this limitation applies, the minimum limits required by the written contract or agreement will be con- sidered to include the minimum limits of any Um- brella or Excess liability coverage required for the additional insured by that written contract or agreement. This provision will not increase the limits of insurance described in Section III — Limits Of Insurance. The insurance provided to such additional insured does not apply to: (1) Any "bodily injury", "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional archi- tectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. (2) Any "bodily injury" or "property damage" caused by "your work" and included in the "products -completed operations hazard" un- less the written contract or agreement specifi- cally requires you to provide such coverage for that additional insured during the policy period. The additional insured must comply with the fol- lowing duties: (1) Give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. (2) If a claim is made or "suit' is brought against the additional insured: (a) Immediately record the specifics of the claim or "suit' and the date received; and (b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit' as soon as practicable. (3) Immediately send us copies of all legal pa- pers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions. (4) Tender 'the defense and indemnity of any claim or "suit' to any provider of other insur- ance which would cover such additional in- sured for a loss we cover, However, this con- dition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organiza- tion as a named insured as described in Par- agraph 4., Other Insurance, of Section IV — Commercial General Liability Conditions. Page 2 of 2 © 2017 The Travelers Indemnity Company. All rights reserved. CG D6 04 02 19 CNA CNA PARAMOUNT Waiver of Transfer of Rights of Recovery Against Others to the Insurer Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION ON WHOSE BEHALF YOU ARE REQUIRED TO OBTAIN THIS WAIVER OF OUR RIGHT TO RECOVER FROM UNDER WRITTEN CONTRACT OR AGREEMENT. (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) Under COMMERCIAL GENERAL LIABILITY CONDITIONS, it is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended by the addition of the following: With respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Insured's ongoing operations or your work included in the products -completed operations hazard. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, lakes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75008XX (10-16) Policy No: 7094689957 Page 1 of 1 Endorsement No: 8 CONTINENTAL CASUALTY COMPANY Effective Dale: 01/01/2025 Insured Name: CALDWELL GROUP LLC & PRELOAD LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with Its permission. C �A Workers Compensation And Employers Liability Insurance (atiit;�rfet,.l,���I ils�rs�.t It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificate Holders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificate Holder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: CC68021 A (02-2013) Policy No: WC 7094689926 Policyholder Notice; Page: 1 of 1 Policy Effective Date: O1/Ol/2025 Underwriting Company: Transportation Insurance company ,151 N Franklin St, Chicago, IL 60606 0 Copyright CNA All Rights Reserved. C/VA Workers Compensation And Employers Liability Insurance Policyholder Notice 111(11'k; ()1 t„',jilt, i',I,. , I'I� It�i 1 i1 t i'I�!Ir;�\, I' I' 1�.� 1`,fY., . WPM - It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificate Holders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificate Holder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: CC68021 A (02-2013) Policy No: \NC 7094689912 Policyholder Notice; Page: 1 of 1 Policy Effective Date: 01/01/2025 Underwriting Company: American Casaulty Company of Reading Pennsylvania,151 N Franklin St, Chicago, 11, 60606 ° Copyright CNA All Rights Reserved. CA Workers Compensation And Employers Liability Insurance Ir6Vll?;�� I il'lti�l°.t'RYIE'SI� 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. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Any person or organization for which the employer has agreed by written contract, executed prior to loss, may execute a waiver of subrogation. However, for purposes of work performed by the employer in Missouri, this waiver of subrogation does not apply to any construction group of classifications as designated by the waiver of right to recover from others (subrogation) rule in our manual. Schedule Any Person or Organization on whose behalf you are required to obtain this waiver of our right to recover from under a written or agreement. This endorsement is not applicable in the states of KY, NH, NJ, TX & UT. The premium charge for the endorsement is reflected in the Schedule of Operations. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC 00 03 13 (04-1984) Underwriting Company: American Casualty Company, 151 N Franklin St, Chicago, IL 60606 Policy No: ti'C 7094689912 Policy Effective Date: 01/01/2025 Copyright 1983 National Council on Compensation Insurance. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE [Assembler: For Contract Document execution, remove this page and replace with standard ACORD Certificate of Insurance form.] END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 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 Article 1 — Definitions and Terminology ..................................... 1.01 Defined Terms.......................................................... 1.02 Terminology............................................................. Article 2 — Preliminary Matters............................................................. 2.01 Copies of Documents........................................................ 2.02 Commencement of Contract Time; Notice to Proceed .... 2.03 Starting the Work.............................................................. 2.04 Before Starting Construction ............................................ 2.05 Preconstruction Conference .............................................. 2.06 Public Meeting.................................................................. 2.07 Initial Acceptance of Schedules ........................................ Article 3 — Contract Documents: Intent, Amending, Reuse ......... 3.01 Intent........................................................................... 3.02 Reference Standards ................................................... 3.03 Reporting and Resolving Discrepancies .................... 3.04 Amending and Supplementing Contract Documents 3.05 Reuse of Documents .................................................. 3.06 Electronic Data........................................................... Page ......................................1 ......................................1 ...................................... 6 ................... 7 .................. 7 .................. 7 .................. 8 .................. 8 .................. 8 .................. 8 .................. 8 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- 11.01 Cost of the Work..................................................................................................... 11.02 Allowances.............................................................................................................. 11.03 Unit Price Work...................................................................................................... 11.04 Plans Quantity Measurement.................................................................................. Article 12 - Change of Contract Price; Change of Contract Time ................................. 12.01 Change of Contract Price............................................................................ 12.02 Change of Contract Time............................................................................ 12.03 Delays.......................................................................................................... Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ... 13.01 Notice of Defects.................................................................................................... 13.02 Access to Work....................................................................................................... 13.03 Tests and Inspections.............................................................................................. 13.04 Uncovering Work.................................................................................................... 13.05 City May Stop the Work......................................................................................... 13.06 Correction or Removal of Defective Work............................................................ 13.07 Correction Period.................................................................................................... 13.08 Acceptance of Defective Work............................................................................... 13.09 City May Correct Defective Work......................................................................... .41 ..41 ..43 .. 44 .. 45 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 ............................................. 17.01 Giving Notice ............................................. 17.02 Computation of Times ............................... 17.03 Cumulative Remedies ................................ 17.04 Survival of Obligations .............................. 17.05 Headings ..................................................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 ................................................................................. 62 ................................................................................. 62 ................................................................................. 62 ................................................................................. 62 ................................................................................. 63 ................................................................................. 63 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 Project. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-I 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 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms orAdjectives: 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 Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH 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: 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: 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 1 I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. 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: 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 indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH 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: 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. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF 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 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. 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 indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or 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 6.09.13. 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: hUs://co=troUer.texas. Qov/taxes/permit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and OtherAreas: 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 indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 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 INTENDFD TO OPERATE AND BF FFFF,CTIVF F`TFN 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 INTFNDFD TO OPERATE AND BE EFFECTTVF FVFN IF TT TS ALLEGED OR PROVEN THAT ALL OR SOME, OF THE DAMAGES RFTNG SOUGHT WERE CAUSED. TN WVLOLE OR IN PART. BY ANY ACT. OMjSSTON OIR NEGLIGFNCF, 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: 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 for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 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: changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0 LA, (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 11.013, 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 11.0l.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 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: 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. 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: where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH 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 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; no fee shall be payable on the basis of costs itemized under Paragraphs I1.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH 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. 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: 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 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 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 #20020-12-2011 established 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 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this 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 10.06.1) 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 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of March 5, 2025: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION Variable Width Temporary City of Fort Worth March 2025 Construction Easement 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 7 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 March 5, 2025: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report No. 103-24-563, dated February 2025, prepared by CMJ Engineering, a sub - consultant of Kimley-Horn, a consultant of the City, providing additional information on geotechnical conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: 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: Kimley-Horn and Associates, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 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 o£ $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 NOT require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 8, 2024 $4,000,000 $2,000,000 X Not required for this Contract SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 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: Heavy and Highway Construction Prevailing Wage Rates 2013 2013 Prevailing Wage Rates Construction Industry A copy of the table is also available by accessing the City's website at: httus:HaiDDs.fortworthtexas.L,ov/Proi ectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: Citv of Fort Worth Buildine Permit Stormwater Pollution Prevention (SWPPP) CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 7 SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. TCEQ — Public Water System Plan Review 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 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION Contractor Building Permit May 2025 Contractor SWPPP May 2025 City TCEQ — PWS May 2025 SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Dena Johnson, P.E., or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., "Tests and Inspections" None SC-14.10, "Substantial Completion" Add the following Section as follows: 14.10 Substantial Completion A. When Contractor considers the entire Work sufficiently complete, in accordance with the Contract Documents and this Agreement, such that the Citv may implement or use the Work for its intended purpose, Contractor shall notifv the Citv in writine that the entire Work is substantially complete and reauest that the Citv issue a letter of Substantial Completion. Contractor shall at the same time submit to the Citv an initial draft punch list to be completed or corrected before final acceptance. B. Promptly after Contractor's notification, Citv and Contractor shall make an inspection of the Work to determine the status of completion. If Citv does not consider the Work substantiallv complete, Citv will notifv Contractor in writing $ivinQ the reasons therefore. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 7 of 7 C. If Citv considers the Work substantially complete. Citv will deliver to Contractor a letter of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the Letter of Substantial Completion a list of items to be completed or corrected before Final Acceptance. D. At the time of receipt of the letter of Substantial Completion, Citv and Contractor will confer re2ardinQ Citv's use or occuDancv of the Work followine Substantial Completion. All suretv and insurance shall remain in effect until Final Pavment. E. After Substantial Completion, the Contractor shall DromDtly begin work on the punch list of items to be completed or corrected prior to Final Acceptance. In appropriate cases, Contractor may submit monthly ADDlications for Pavment for completed punch list items, following the Dro2reSs Davment Drocedures set forth herein. SC-16.01C.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 8, 2024 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 SUMMARY OF WORK Pagel of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1 9 2. Added 1.2.A.2 10 3. Modified I.A.B.1 11 4. Added I.A.B.2 12 5. Added 1.4.0 & 1.4.F 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Unit Price - Work associated with this Item is considered subsidiary to the various 19 items bid. No separate payment will be allowed for this Item. 20 2. Lump Sum Price - Work associated with this Item is included in the total lump 21 sum urice. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Work Covered by Contract Documents 25 1. Work is to include furnishing all labor, materials, and equipment, and performing 26 all Work necessary for this construction project as detailed in the Drawings and 27 Specifications. 28 B. Subsidiary Work 29 1. Unit Price Bid - Any and all Work specifically governed by documentary 30 requirements for the project, such as conditions imposed by the Drawings or 31 Contract Documents in which no specific item for bid has been provided for in the 32 Proposal and the item is not a typical unit bid item included on the standard bid 33 item list, then the item shall be considered as a subsidiary item of Work, the cost of 34 which shall be included in the price bid in the Proposal for various bid items. 35 2. Lumu Sum Price — Anv and all Work suecificallv governed by documentary 36 reauirements for the uroiect, such as conditions imposed by the Drawings or 37 Contract Documents are included in the total lumu sum urice bid. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 C. Examination of the Site 2 1. Visit the site, to compare drawings and specifications with anv work in place, 3 and observe all site conditions, including other work, if anv, is being 4 performed. Failure to visit the site shall not relieve the Contractor from the 5 necessity of furnishing materials or performing work required to complete 6 work in accordance with the Contract Documents. 7 D. Use of Premises 8 1. Coordinate uses of premises under direction of the City. 9 2. Assume full responsibility for protection and safekeeping of materials and 10 equipment stored on the Site. 11 3. Use and occupy only portions of the public streets and alleys, or other public places 12 or other rights -of -way as provided for in the ordinances of the City, as shown in the 13 Contract Documents, or as may be specifically authorized in writing by the City. 14 a. A reasonable amount of tools, materials, and equipment for construction 15 purposes may be stored in such space, but no more than is necessary to avoid 16 delay in the construction operations. 17 b. Excavated and waste materials shall be stored in such a way as not to interfere 18 with the use of spaces that may be designated to be left free and unobstructed 19 and so as not to inconvenience occupants of adjacent property. 20 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 21 manner as not to interfere with the operation of the railroad. 22 1) All Work shall be in accordance with railroad requirements set forth in 23 Division 0 as well as the railroad permit. 24 E. Work within Easements 25 1. Do not enter upon private property for any purpose without having previously 26 obtained permission from the owner of such property. 27 2. Do not store equipment or material on private property unless and until the 28 specified approval of the property owner has been secured in writing by the 29 Contractor and a copy furnished to the City. 30 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 31 obstructions which must be removed to make possible proper prosecution of the 32 Work as a part of the project construction operations. 33 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 34 lawns, fences, culverts, curbing, and all other types of structures or improvements, 35 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 36 appurtenances thereof, including the construction of temporary fences and to all 37 other public or private property adjacent to the Work. 38 5. Notify the proper representatives of the owners or occupants of the public or private 39 lands of interest in lands which might be affected by the Work. 40 a. Such notice shall be made at least 48 hours in advance of the beginning of the 41 Work. 42 b. Notices shall be applicable to both public and private utility companies and any 43 corporation, company, individual, or other, either as owners or occupants, 44 whose land or interest in land might be affected by the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 c. Be responsible for all damage or injury to property of any character resulting 2 from any act, omission, neglect, or misconduct in the manner or method or 3 execution of the Work, or at any time due to defective work, material, or 4 equipment. 5 6. Fence 6 a. Restore all fences encountered and removed during construction of the Project 7 to the original or a better than original condition. 8 b. Erect temporary fencing in place of the fencing removed whenever the Work is 9 not in progress and when the site is vacated overnight, and/or at all times to 10 provide site security. 11 c. The cost for all fence work within easements, including removal, temporary 12 closures and replacement, shall be subsidiary to the various items bid in the 13 project proposal, unless a bid item is specifically provided in the proposal. 14 F. Partial Owner Occunancv 15 1. The Citv reserves the right to take possession and use anv completed or 16 partially completed Dortion of the Work regardless of the time of completion 17 of the Work, providing it does not interfere with the Contractor's work. Such 18 possession or use of the Work shall not be construed as final acceptance of the 19 proiect or anv portion thereof. 20 1.5 SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS [NOT USED] 29 PART 3 - EXECUTION [NOT USED] 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 01 25 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. Modified 1.2A.1 16 2. Added 1.2A.2 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Unit Price - Work associated with this Item is considered subsidiary to the various 23 items bid. No separate payment will be allowed for this Item. 24 2. Lump Sum Price - Work associated with this Item is included in the total lump 25 sum price. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Request for Substitution - General 29 1. Within 30 days after award of Contract (unless noted otherwise), the City will 30 consider formal requests from Contractor for substitution of products in place of 31 those specified. 32 2. Certain types of equipment and kinds of material are described in Specifications by 33 means of references to names of manufacturers and vendors, trade names, or 34 catalog numbers. 35 a. When this method of specifying is used, it is not intended to exclude from 36 consideration other products bearing other manufacturer's or vendor's names, 37 trade names, or catalog numbers, provided said products are "or -equals," as 38 determined by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 3. Other types of equipment and kinds of material may be acceptable substitutions 2 under the following conditions: 3 a. Or -equals are unavailable due to strike, discontinued production of products 4 meeting specified requirements, or other factors beyond control of Contractor; 5 or, 6 b. Contractor proposes a cost and/or time reduction incentive to the City. 7 1.5 SUBMITTALS 8 A. See Request for Substitution Form (attached) 9 B. Procedure for Requesting Substitution 10 1. Substitution shall be considered only: 11 a. After award of Contract 12 b. Under the conditions stated herein 13 2. Submit 3 copies of each written request for substitution, including: 14 a. Documentation 15 1) Complete data substantiating compliance of proposed substitution with 16 Contract Documents 17 2) Data relating to changes in construction schedule, when a reduction is 18 proposed 19 3) Data relating to changes in cost 20 b. For products 21 1) Product identification 22 a) Manufacturer's name 23 b) Telephone number and representative contact name 24 c) Specification Section or Drawing reference of originally specified 25 product, including discrete name or tag number assigned to original 26 product in the Contract Documents 27 2) Manufacturer's literature clearly marked to show compliance of proposed 28 product with Contract Documents 29 3) Itemized comparison of original and proposed product addressing product 30 characteristics including, but not necessarily limited to: 31 a) Size 32 b) Composition or materials of construction 33 c) Weight 34 d) Electrical or mechanical requirements 35 4) Product experience 36 a) Location of past projects utilizing product 37 b) Name and telephone number of persons associated with referenced 38 projects knowledgeable concerning proposed product 39 c) Available field data and reports associated with proposed product 40 5) Samples 41 a) Provide at request of City. 42 b) Samples become the property of the City. 43 c. For construction methods: 44 1) Detailed description of proposed method 45 2) Illustration drawings 46 C. Approval or Rejection 47 1. Written approval or rejection of substitution given by the City CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 2. City reserves the right to require proposed product to comply with color and pattern 2 of specified product if necessary to secure design intent. 3 3. In the event the substitution is approved, the resulting cost and/or time reduction 4 will be documented by Change Order in accordance with the General Conditions. 5 4. No additional contract time will be given for substitution. 6 5. Substitution will be rejected if- 7 a. Submittal is not through the Contractor with his stamp of approval 8 b. Request is not made in accordance with this Specification Section 9 c. In the City's opinion, acceptance will require substantial revision of the original 10 design 11 d. In the City's opinion, substitution will not perform adequately the function 12 consistent with the design intent 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. In making request for substitution or in using an approved product, the Contractor 18 represents that the Contractor: 19 1. Has investigated proposed product, and has determined that it is adequate or 20 superior in all respects to that specified, and that it will perform function for which 21 it is intended 22 2. Will provide same guarantee for substitute item as for product specified 23 3. Will coordinate installation of accepted substitution into Work, to include building 24 modifications if necessary, making such changes as may be required for Work to be 25 complete in all respects 26 4. Waives all claims for additional costs related to substitution which subsequently 27 arise 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 PART 3 - EXECUTION [NOT USED] 33 END OF SECTION 34 35 36 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUM NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 Recommended Recommended Not recommended By Date Remarks Date Rejected Received late SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 1 2 3 PART1- GENERAL SECTION 013119 PRECONSTRUCTION MEETING 013119-1 PRECONSTRUCTION MEETING Pagel of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2A.1 10 2. Added 1.2A.2 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Unit Price - Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item. 18 2. Lump Sum Price - Work associated with this Item is included in the total lump 19 sum price. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Attend preconstruction meeting. 24 2. Representatives of Contractor, subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each represents. 26 3. Meeting administered by City may be tape recorded. 27 a. If recorded, tapes will be used to prepare minutes and retained by City for 28 future reference. 29 B. Preconstruction Meeting 30 1. A preconstruction meeting will be held within 14 days after the execution of the 31 Agreement and before Work is started. 32 a. The meeting will be scheduled and administered by the City. 33 2. The Project Representative will preside at the meeting, prepare the notes of the 34 meeting and distribute copies of same to all participants who so request by fully 35 completing the attendance form to be circulated at the beginning of the meeting. 36 3. Attendance shall include: 37 a. Project Representative 38 b. Contractor's project manager CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised August 17, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 0131 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. ayroll Certification n. terial Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. ekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised August 17, 2012 0131 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised August 17, 2012 013120-1 PROJECT MEETINGS Paget of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. Modified 1.2A.1 11 2. Added 1.2A.2 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 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Unit Price - Work associated with this Item is considered subsidiary to the various 18 items bid. No separate payment will be allowed for this Item. 19 2. Lump Sum Price - Work associated with this Item is included in the total lump 20 sum price. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Schedule, attend and administer as specified, periodic progress meetings, and 25 specially called meetings throughout progress of the Work. 26 2. Representatives of Contractor, subcontractors and suppliers attending meetings 27 shall be qualified and authorized to act on behalf of the entity each represents. 28 3. Meetings administered by City may be tape recorded. 29 a. If recorded, tapes will be used to prepare minutes and retained by City for 30 future reference. 31 4. Meetings, in addition to those specified in this Section, may be held when requested 32 by the City, Engineer or Contractor. 33 B. Pre -Construction Neighborhood Meeting 34 1. After the execution of the Agreement, but before construction is allowed to begin, 35 attend 1 Public Meeting with affected residents to: 36 a. Present projected schedule, including construction start date 37 b. Answer any construction related questions 38 2. Meeting Location CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 a. Location of meeting to be determined by the City. 2 3. Attendees 3 a. Contractor 4 b. Project Representative 5 c. Other City representatives 6 4. Meeting Schedule 7 a. In general, the neighborhood meeting will occur within the 2 weeks following 8 the pre -construction conference. 9 b. In no case will construction be allowed to begin until this meeting is held. 10 C. Progress Meetings 11 1. Formal project coordination meetings will be held periodically. Meetings will be 12 scheduled and administered by Project Representative. 13 2. Additional progress meetings to discuss specific topics will be conducted on an as- 14 needed basis. Such additional meetings shall include, but not be limited to: 15 a. Coordinating shutdowns 16 b. Installation of piping and equipment 17 c. Coordination between other construction projects 18 d. Resolution of construction issues 19 e. Equipment approval 20 3. The Project Representative will preside at progress meetings, prepare the notes of 21 the meeting and distribute copies of the same to all participants who so request by 22 fully completing the attendance form to be circulated at the beginning of each 23 meeting. 24 4. Attendance shall include: 25 a. Contractor's project manager 26 b. Contractor's superintendent 27 c. Any subcontractor or supplier representatives whom the Contractor may desire 28 to invite or the City may request 29 d. Engineer's representatives 30 e. City's representatives 31 f. Others, as requested by the Project Representative 32 5. Preliminary Agenda may include: 33 a. Review of Work progress since previous meeting 34 b. Field observations, problems, conflicts 35 c. Items which impede construction schedule 36 d. Review of off -site fabrication, delivery schedules 37 e. Review of construction interfacing and sequencing requirements with other 38 construction contracts 39 £ Corrective measures and procedures to regain projected schedule 40 g. Revisions to construction schedule 41 h. Progress, schedule, during succeeding Work period 42 i. Coordination of schedules 43 j. Review submittal schedules 44 k. Maintenance of quality standards 45 1. Pending changes and substitutions 46 m. Review proposed changes for: 47 1) Effect on construction schedule and on completion date 48 2) Effect on other contracts of the Project CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 n. Review Record Documents 2 o. Review monthly pay request 3 p. Review status of Requests for Information 4 6. Meeting Schedule 5 a. Progress meetings will be held periodically as determined by the Project 6 Representative. 7 1) Additional meetings may be held at the request of the: 8 a) City 9 b) Engineer 10 c) Contractor 11 7. Meeting Location 12 a. The City will establish a meeting location. 13 1) To the extent practicable, meetings will be held at the Site. 14 1.5 SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS [NOT USED] 23 PART 3 - EXECUTION [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 13 SCHEDULE OF VALUES 0132 13- 1 SCHEDULE OF VALUES Page 1 of 2 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Schedule of Values 8 B. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 — General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. M asurement and Payment 13 1. Work associated with this Item is included in the total lump sum price. 14 1.3 REFERENCES [NOT USED] 15 1.4 ADMINISTRATIVE REQUIREMENTS 16 A. Schedule of Values 17 1. General 18 a. Prepare a schedule of values in conjunction with the preparation of the progress 19 schedule. 20 1) Coordinate preparation of schedule of values and progress schedule. 21 b. Correlate line items with other administrative schedules and the forms required 22 for the work, including the progress schedule, payment request form, listing of 23 subcontractors, schedule of allowances, schedule of alternatives, listing of 24 products and principal suppliers and fabricators, and the schedule of submittals. 25 c. Provide breakdown of the Contract Sum in accordance with measurement and 26 payment sections and with sufficient detail to facilitate continued evaluation of 27 payment requests and progress reports. 28 1) Break down principal subcontract amounts into several line items in 29 accordance with section measurement and payment. 30 d. Round off to the nearest whole dollar, but with the total equal the Contract 31 Sum. 32 1.5 SUBMITTALS 33 A. Schedule of Values 34 1. Submit Schedule of Values in native file format and pdf format. 35 2. Submit Schedule of Values monthly no later than the last day of the month. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUM NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 August 2017 01 32 13 - 2 SCHEDULE OF VALUES Page 2 of 2 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Schedule shall be experienced in the 6 preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAM UMMARY OF CHANGE 18 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUM NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 August 2017 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Modified 1.2.A.1 12 2. Added 1.2.A.3 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 D. Purpose 17 The City of Fort Worth (City) is committed to delivering quality, cost-effective 18 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 19 properly structured schedule with accurate updates. This supports effective monitoring 20 of progress and is input to critical decision making by the project manager throughout 21 the lift of the project. Data from the updated project schedule is utilized in status 22 reporting to various levels of the City organization and the citizenry. 23 24 This Document complements the City's Standard Agreement to guide the construction 25 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 26 City in project delivery. The expectation is the performance of the work follows the 27 accepted schedule and adhere to the contractual timeline. 28 29 The Contractor will designate a qualified representative (Project Scheduler) responsible 30 for developing and updating the schedule and preparing status reporting as required by 31 the City. 32 1.2 PRICE AND PAYMENT PROCEDURES 33 A. asurement and Payment Me 34 1. Unit Price - Work associated with this Item is considered subsidiary to the various 35 items bid. No separate payment will be allowed for this Item. 36 2. Non-compliance with this specification is grounds for City to withhold payment of 37 the Contractor's invoices until Contractor achieves said compliance. 38 3. Lump Sum Price -Work associated with this Item is included in the total lump 39 sum price. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised October 6, 2023 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 1.3 REFERENCES 2 A. Project Schedules 3 Each project is represented by City's master project schedule that encompasses the 4 entire scope of activities envisioned by the City to properly deliver the work. When the 5 City contracts with a Contractor to perform construction of the Work, the Contractor 6 will develop and maintain a schedule for their scope of work in alignment with the 7 City's standard schedule requirements as defined herein. The data and information of 8 each such schedule will be leveraged and become integral in the master project 9 schedule as deemed appropriate by the City's Project Control Specialist and approved 10 by the City's Project Manager. 11 12 1. ster Project Schedule 13 The master project schedule is a holistic representation of the scheduled activities 14 and milestones for the total project and be Critical Path Method (CPM) based. The 15 City's Project Manager is accountable for oversight of the development and 16 maintaining a master project schedule for each project. When the City contracts for 17 the design and/or construction of the project, the master project schedule will 18 incorporate elements of the Design and Construction schedules as deemed 19 appropriate by the City's Project Control Specialist. The assigned City Project 20 Control Specialist creates and maintains the master project schedule in P6 (City's 21 scheduling software). 22 23 2. Construction Schedule 24 The Contractor is responsible for developing and maintaining a schedule for the 25 scope of the Contractor's contractual requirements. The Contractor will issue an 26 initial schedule for review and acceptance by the City's Project Control Specialist 27 and the City's Project Manager as a baseline schedule for Contractor's scope of 28 work. Contractor will issue current, accurate updates of their schedule (Progress 29 Schedule) to the City at the end of each month throughout the life of their work. 30 B. Schedule Tiers 31 The City has a portfolio of projects that vary widely in size, complexity and content 32 requiring different scheduling to effectively deliver each project. The City uses a 33 "tiered" approach to align the proper schedule with the criteria for each project. The 34 City's Project Manager determines the appropriate schedule tier for each project, and 35 includes that designation and the associated requirements in the Contractor's scope of 36 work. The following is a summary of the "tiers". 37 38 1. Tier 1: Small Size and Short Duration Project (design not required) 39 The City develops and maintains a Master Project Schedule for the project. No 40 schedule submittal is required from Contractor. City's Project Control Specialist 41 acquires any necessary schedule status data or information through discussions with 42 the respective party on an as -needed basis. 43 44 2. Tier 2: Small Size and Short to Medium Duration Project CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised October 6, 2023 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 identifies "start" and "finish" milestone dates on key elements of their 3 work as agreed with the City's Project Manager at the kickoff of their work effort. 4 The Contractor issues to the City, updates to the "start" and "finish" dates for such 5 milestones at the end of each month throughout the life of their work on the project. 6 7 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 8 4. The City develops and maintains a Master Project Schedule for the project. The 9 Contractor develops a Baseline Schedule and maintains the schedule of their 10 respective scope of work on the project at a level of detail (generally Level 3) and 11 in alignment with the WBS structure in Section 1.4.1­1 as agreed by the Project 12 Manager. The Contractor issues to the City, updates of their respective schedule 13 (Progress Schedule) at the end of each month throughout the life of their work on 14 the project. 15 C. Schedule Types 16 Project delivery for the City utilizes two types of schedules as noted below. The City 17 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 18 monthly updates to the City Project Manager (end of each month) as a "progress" 19 schedule. The Contractor prepares and submits each schedule type to fulfill their 20 contractual requirements. 21 22 1. Baseline Schedule 23 The Contractor develops and submits to the City, an initial schedule for their scope 24 of work in alignment with this specification. Once reviewed and accepted by the 25 City, it becomes the "Baseline" schedule and is the basis against which all progress 26 is measured. The baseline schedule will be updated when there is a change or 27 addition to the scope of work impacting the duration of the work, and only after 28 receipt of a duly authorized change order issued by the City. In the event progress 29 is significantly behind schedule, the City's Project Manager may authorize an 30 update to the baseline schedule to facilitate a more practical evaluation of progress. 31 An example of a Baseline Schedule is provided in Specification 0132 16.1 32 Construction Project Schedule Baseline Example. 33 34 2. Progress Schedule 35 The Contractor updates their schedule at the end of each month to represent the 36 progress achieved in the work which includes any impact from authorized changes 37 in the work. The updated schedule must accurately reflect the current status of the 38 work at that point in time and is referred to as the "Progress Schedule". The City's 39 Project Manager and Project Control Specialist reviews and accepts each progress 40 schedule. In the event a progress schedule is deemed not acceptable, the 41 unacceptable issues are identified by the City within 5 working days and the 42 Contractor must provide an acceptable progress schedule within 5 working days 43 after receipt of non -acceptance notification. An example of a Progress Schedule is 44 provided in Specification 0132 16.2 Construction Project Schedule Progress 45 Example. 46 D. City Standard Schedule Requirements 47 The following is an overview of the methodology for developing and maintaining a 48 schedule for delivery of a project. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised October 6, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number —Project Name —Baseline Example: 101376 North Montgomery Street HMAC Baseline • Progress Schedule File Name Format: City Project Number —Project Name_YYYY-MM Example: 101376 North Montgomery Street HNIAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number —Project Name_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC_PN 2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water 48 G. Schedule Calendar CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised October 6, 2023 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 eight standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of 5 the schedule development process and provide to the Project Control Specialist as part 6 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. S & 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 1.4.1-1 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 in 27 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 48 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised October 6, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX,30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX,40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX,70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX,80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX. 80. 85 Inspection XXXXXX.80.86 Landscaping XXXXXX,90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised October 6, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 • Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice to Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the 42 Contractor's schedule. The City's Project Control Specialist is responsible for ensuring 43 alignment of the Contractor's baseline and progress schedules with the Master Project 44 Schedule as support to the City's Project Manager. The City reviews and accepts or 45 rejects the schedule within ten workdays of Contractor's submittal. 46 47 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised October 6, 2023 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 7 or .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 w ill 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 18 schedule to determine alignment with the City's Master Project Schedule, including 19 format & WBS structure. Following the City's review, feedback is provided to the 20 Contractor for their use in finalizing their initial schedule and issuing (within five 21 workdays) their Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor w ill update and issue their project schedule (Progress Schedule) by 25 the last day of each month throughout the life of their work on the project. The 26 Progress Schedule is submitted in electronic form as noted above, in the City's 27 document 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, 34 following the submittal process noted above. The City's Project Manager and 35 Project Control Specialist review the Contractor's progress schedule for acceptance 36 and to monitor 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 50 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised October 6, 2023 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 0132 16.3 Construction Project Schedule Progress Narrative. The 6 content of the Construction Project Schedule Progress Narrative should be concise and 7 complete 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 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 0132 16.2 Construction Project Schedule Progress Example 32 Spec 0132 16.3 Construction Project Schedule Progress Narrative 33 34 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised October 6, 2023 1 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 5 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3.G. "Schedule Calendar" CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised October 6, 2023 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2A.1 10 2. Added 1.2A.2 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Unit Price - Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item. 18 2. Lump Sum Price - Work associated with this Item is included in the total lump 19 sum price. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Preconstruction Video 23 1. Produce a preconstruction video of the site/alignment, including all areas in the 24 vicinity of and to be affected by construction. 25 a. Provide digital copy of video upon request by the City. 26 2. Retain a copy of the preconstruction video until the end of the maintenance surety 27 period. 28 1.5 SUBMITTALS [NOT USED] 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 013233-2 PRECONSTRUCTION VIDEO 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] Page 2 of 2 4 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 SUMMARY OF CHANGE SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 013235-1 AERIAL/PHOTOGRAPHIC DOCUMENTATION Page 1 of 2 1 SECTION 0132 35 2 AERIAL/PHOTOGRAPHIC DOCUMENTATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Administrative and procedural requirements for: 7 a. Aerial Photographs 8 b. Project Photographs 9 B. Related Specification Sections include but are not necessarily limited to 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 11 Contract. 12 2. Division 1 - General Requirements. 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Lump Sum Price - Work associated with this Item is included in the total lump sum 16 price. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Project Aerials Photographs 20 1. Take aerial photographs of the project site prior to construction, monthly during the 21 construction of the project, and after completion of the project. 22 2. Aerial Photographs Provided by: 23 a. Aerial Photography, Incorporated, or approved equal 24 1) Contact: Michael Chase Eaton 25 a) Phone:954-568-0484 26 b) Email: michael@api4.com 27 3. Aerial Photographs 28 a. Taken with a quality digital camera (300 ppi or greater) 29 b. Provide three (3) photos for each trip, each at a different angle 30 4. Aerial Photograph Copies 31 a. Format 32 1) Provide digital copies of all photographs. 33 2) Provide prints of photographs as follows: 34 a) One glossy color 8.5" x 11" prints for each photograph taken. 35 b) Mark each print to indicate: 36 (1) Project name, 37 (2) Date, 38 (3) Location, 39 3) Photographs shall be clear and sharp with proper exposure. 40 5. Preconstruction Aerials CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 August 2017 01 32 35 - 2 AERIAL/PHOTOGRAPHIC DOCUMENTATION Page 2 of 2 1 a. Provide no less than three (3) aerial photographs of the site prior to construction 2 6. Progress Aerials 3 a. Starting one month after the date of the preconstruction aerial photographs and 4 continuing as long as the work is in progress, provide: 5 1) Progress Photos: 6 a) Three (3) monthly aerial photographs taken to accurately record the 7 work that has progressed during that period. 8 b. Prints and Digital photographs are to be submitted with the monthly Partial Pay 9 Request. 10 1) Provide prints in plastic binder. 11 B. Project Photographs 12 1. Take photographs of the project site/alignment prior to construction, monthly 13 during the construction of the project, and after completion of the project. 14 2. Photographs shall be taken with a quality digital camera with date back capability, 15 with lenses ranging from wide angle to 135mm. 16 3. Photographs shall be taken at locations designated by the Engineer. 17 4. Provide digital copies of all photographs. 18 5. Preconstruction Photos 19 a. Provide no less than forty-eight (48) photographs of the site and alignment prior 20 to construction. 21 6. Progress Photos 22 a. Starting one month after the date of the preconstruction photographs, and 23 continuing as long as the work is in progress, provide twenty-four (24) monthly 24 photographs taken to accurately record the work that has progressed during that 25 period. 26 b. Digital photographs are to be submitted with the monthly Partial Pay Request. 27 1.5 -1.12 [NOT USED] 28 PART 2 - PRODUCTS [NOT USED] 29 PART 3 - EXECUTION [NOT USED] 30 END OF SECTION 31 Revision Log DATE NAME SUMMARY OF CHANGE 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 August 2017 013300-1 SUBMITTALS Pagel of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. ck Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Modified 1.2.A.1 14 2. Added 1.2.A.2 15 3. Added 1.4.13 16 4. Deleted 1.4.K.2 17 5. Modified 1.4.K.3.a 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 20 2. Division 1 — General Requirements 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. asurement and Payment Me 23 1. Unit Price - Work associated with this Item is considered subsidiary to the various 24 items bid. No separate payment will be allowed for this Item. 25 2. Lump Sum Price - Work associated with this Item is included in the total lump 26 sum price. 27 1.3 REFERENCES [NOT USED] 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination 30 1. Notify the City in writing, at the time of submittal, of any deviations in the 31 submittals from the requirements of the Contract Documents. 32 2. Coordination of Submittal Times 33 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 34 performing the related Work or other applicable activities, or within the time 35 specified in the individual Work Sections, of the Specifications. 36 b. Contractor is responsible such that the installation will not be delayed by 37 processing times including, but not limited to: 38 a) Disapproval and resubmittal (if required) 39 b) Coordination with other submittals CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013300-2 SUBMITTALS Page 2 of 8 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. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Log/Schedule 1. Prior to submitting the first submittal for the proiect, provide a submittal log/schedule to include a. Anticipated Submittals b. Proposed Submittal Numbering c. Anticipated Submittal Dates. C. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing D. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 Fi: 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 013300-3 SUBMITTALS Page 3 of 8 E. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 %2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations F. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of a. Contractor b. Supplier C. nufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps G. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. ere correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. H. Product Data CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 8 1 1. For submittals of product data for products included on the City's Standard Product 2 List, clearly identify each item selected for use on the Project. 3 2. For submittals of product data for products not included on the City's Standard 4 Product List, submittal data may include, but is not necessarily limited to: 5 a. Standard prepared data for manufactured products (sometimes referred to as 6 catalog data) 7 1) Such as the manufacturer's product specification and installation 8 instructions 9 2) Availability of colors and patterns 10 3) Manufacturer's printed statements of compliances and applicability 11 4) Roughing -in diagrams and templates 12 5) Catalog cuts 13 6) Product photographs 14 7) Standard wiring diagrams 15 8) Printed performance curves and operational -range diagrams 16 9) Production or quality control inspection and test reports and certifications 17 10) Mill reports 18 11) Product operating and maintenance instructions and recommended 19 spare -parts listing and printed product warranties 20 12) As applicable to the Work 21 I. Samples 22 1. As specified in individual Sections, include, but are not necessarily limited to: 23 a. Physical examples of the Work such as: 24 1) Sections of manufactured or fabricated Work 25 2) Small cuts or containers of materials 26 3) Complete units of repetitively used products color/texture/pattern swatches 27 and range sets 28 4) Specimens for coordination of visual effect 29 5) Graphic symbols and units of Work to be used by the City for independent 30 inspection and testing, as applicable to the Work 31 J. Do not start Work requiring a shop drawing, sample or product data nor any material to 32 be fabricated or installed prior to the approval or qualified approval of such item. 33 1. Fabrication performed, materials purchased or on -site construction accomplished 34 which does not conform to approved shop drawings and data is at the Contractor's 35 risk. 36 2. The City will not be liable for any expense or delay due to corrections or remedies 37 required to accomplish conformity. 38 3. Complete project Work, materials, fabrication, and installations in conformance 39 with approved shop drawings, applicable samples, and product data. 40 K. Submittal Distribution 41 1. Electronic Distribution 42 a. Confirm development of Project directory for electronic submittals to be 43 uploaded to City's Buzzsaw site, or another external FTP site approved by the 44 City. 45 b. Shop Drawings 46 1) Upload submittal to designated project directory and notify appropriate 47 City representatives via email of submittal posting. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 1 2) Hard Copies (If reauiredl 2 a) 3 copies for all submittals 3 b) If Contractor requires more than 1 hard copy of Shop Drawings 4 returned, Contractor shall submit more than the number of copies listed 5 above. 6 c. Product Data 7 1) Upload submittal to designated project directory and notify appropriate 8 City representatives via email of submittal posting. 9 2) Hard Copies (If reauired) 10 a) 3 copies for all submittals 11 d. Samples 12 1) Distributed to the Project Representative 13 2. Han ropy Dis Lion (if relieu of eleetr-eniedistribution 14 a. Shop DF-awings 15 1) DistAbuted to the City 16 2) Copies 17 18 b) 7 eopies for- all otheF submittals 19 e)ifContFaeter-requires -more than 3 eopies of Shop Drawings 20 .-etur-nee Contractor shall s„h.,�.Ot more than thenumber of ...,pies rc�.�ar-iicw� c�� 21 listed ab 22 b. Pr-oduet Data 23 1) Distributed to the City 24 2) -Copies 25 a) -4-copies 26 e 27 1) Distributed to the Projeet Representative 28 2) Copies 29 . 30 3. Distribute reproductions of approved shop drawings and copies of approved 31 product data and samples, where required, to the job site file and elsewhere as 32 directed by the City. 33 a. Provide number of copies as directed by the City but not exceeding the 34 . 35 L. Submittal Review 36 1. The review of shop drawings, data and samples will be for general conformance 37 with the design concept and Contract Documents. This is not to be construed as: 38 a. Permitting any departure from the Contract requirements 39 b. Relieving the Contractor of responsibility for any errors, including details, 40 dimensions, and materials 41 c. Approving departures from details furnished by the City, except as otherwise 42 provided herein 43 2. The review and approval of shop drawings, samples or product data by the City 44 does not relieve the Contractor from his/her responsibility with regard to the 45 fulfillment of the terms of the Contract. 46 a. All risks of error and omission are assumed by the Contractor, and the City will 47 have no responsibility therefore. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013300-6 SUBMITTALS Page 6 of 8 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 1 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 2 all such fees invoiced by the City. 3 c. The need for more than 1 resubmission or any other delay in obtaining City's 4 review of submittals, will not entitle the Contractor to an extension of Contract 5 Time. 6 7. Partial Submittals 7 a. City reserves the right to not review submittals deemed partial, at the City's 8 discretion. 9 b. Submittals deemed by the City to be not complete will be returned to the 10 Contractor, and will be considered "Not Approved" until resubmitted. 11 c. The City may at its option provide a list or mark the submittal directing the 12 Contractor to the areas that are incomplete. 13 8. If the Contractor considers any correction indicated on the shop drawings to 14 constitute a change to the Contract Documents, then written notice must be 15 provided thereof to the City at least 7 Calendar Days prior to release for 16 manufacture. 17 9. When the shop drawings have been completed to the satisfaction of the City, the 18 Contractor may carry out the construction in accordance therewith and no further 19 changes therein except upon written instructions from the City. 20 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 21 following receipt of submittal by the City. 22 M. Mock ups 23 1. Mock Up units as specified in individual Sections, include, but are not necessarily 24 limited to, complete units of the standard of acceptance for that type of Work to be 25 used on the Project. Remove at the completion of the Work or when directed. 26 N. Qualifications 27 1. If specifically required in other Sections of these Specifications, submit a P.E. 28 Certification for each item required. 29 O. Request for Information (RFI) 30 1. Contractor Request for additional information 31 a. Clarification or interpretation of the contract documents 32 b. When the Contractor believes there is a conflict between Contract Documents 33 c. When the Contractor believes there is a conflict between the Drawings and 34 Specifications 35 1) Identify the conflict and request clarification 36 2. Use the Request for Information (RFI) form provided by the City. 37 3. Numbering of RFI 38 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 39 increasing sequentially with each additional transmittal. 40 4. Sufficient information shall be attached to permit a written response without further 41 information. 42 5. The City will log each request and will review the request. 43 a. If review of the project information request indicates that a change to the 44 Contract Documents is required, the City will issue a Field Order or Change 45 Order, as appropriate. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 1 1 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0135 13 SPECIAL PROJECT PROCEDURES 013513-1 SPECIAL PROJECT PROCEDURES Pagel of 8 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Use of Explosives, Drop Weight, Etc. 11 e. Water Department Notification 12 £ Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 i. Dust Control 16 j. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. Modified 1.2.A.1.b.1 19 2. Added 1.2.A.1.b.2 20 3. Modified 1.2.A.2.b.1 21 4. Added 1.2.A.2.b.2 22 5. Modified 1.2.A.3.a 23 6. Added 1.2.A.3.b 24 7. Modified 1A.G.1 25 C. Related Specification Sections include, but are not necessarily limited to: 26 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 27 2. Division 1 — General Requirements 28 3. Section 33 12 25 — Connection to Existing Water Mains 29 1.2 PRICE AND PAYMENT PROCEDURES 30 A. M asurement and Payment 31 1. Coordination within Railroad permit areas 32 a. M asurement 33 1) M asurement for this Item will be by lump sum. 34 b. Payment 35 1) Unit Price - The work performed and materials furnished in accordance 36 with this Item will be paid for at the lump sum price bid for Railroad 37 Coordination. 38 2) Lump Sum Price — The work performed and materials furnished in 39 accordance with this Item will be included in the total lump sum price. 40 c. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUM NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 11, 2022 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Mobilization 2 2) Inspection 3 3) Safety training 4 4) Additional Insurance 5 5) Insurance Certificates 6 6) Other requirements associated with general coordination with Railroad, 7 including additional employees required to protect the right-of-way and 8 property of the Railroad from damage arising out of and/or from the 9 construction of the Project. 10 2. Railroad Flagmen 11 a. asurement 12 1) Measurement for this Item will be per working day. 13 b. Payment 14 1) Unit Price - The work performed and materials furnished in accordance 15 with this Item will be paid for each working day that Railroad Flagmen are 16 present at the Site. 17 2) Lump Sum Price — The work performed and materials furnished in 18 accordance with this Item will be included in the total lump sum price. 19 c. The price bid shall include: 20 1) Coordination for scheduling flagmen 21 2) Flagmen 22 3) Other requirements associated with Railroad 23 3. All other items 24 a. Unit Price - Work associated with these Items is considered subsidiary to the 25 various Items bid. No separate payment will be allowed for this Item. 26 b. Lump Sum Price — Work associated with this Item is included in the total 27 lump sum price. 28 1.3 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 34 High Voltage Overhead Lines. 35 1.4 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. en work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 a. Notify the Texas Department of Transportation prior to commencing any work 40 therein in accordance with the provisions of the permit 41 b. All work performed in the TxDOT right-of-way shall be performed in 42 compliance with and subject to approval from the Texas Department of 43 Transportation 44 B. rk near High Voltage Lines Wo 45 1. Regulatory Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 11, 2022 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. All Work near High Voltage Lines (more than 600 volts measured between 2 conductors or between a conductor and the ground) shall be in accordance with 3 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 4 2. Warning sign 5 a. Provide sign of sufficient size meeting all OSHA requirements. 6 3. Equipment operating within 10 feet of high voltage lines will require the following 7 safety features 8 a. Insulating cage -type of guard about the boom or arm 9 b. Insulator links on the lift hook connections for back hoes or dippers 10 c. Equipment must meet the safety requirements as set forth by OSHA and the 11 safety requirements of the owner of the high voltage lines 12 4. Work within 6 feet of high voltage electric lines 13 a. Notification shall be given to: 14 1) The power company (example: ONCOR) 15 a) M intain an accurate log of all such calls to power company and record 16 action taken in each case. 17 b. Coordination with power company 18 1) After notification coordinate with the power company to: 19 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 20 lower the lines 21 c. No personnel may work within 6 feet of a high voltage line before the above 22 requirements have been met. 23 C. Confined Space Entry Program 24 1. Provide and follow approved Confined Space Entry Program in accordance with 25 OSHA requirements. 26 2. Confined Spaces include: 27 a. M nholes 28 b. All other confined spaces in accordance with OSHA's Permit Required for 29 Confined Spaces 30 D. TCEQ Air Permit 31 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 32 E. Use of Explosives, Drop Weight, Etc. 33 1. When Contract Documents permit on the project the following will apply: 34 a. Public Notification 35 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 36 prior to commencing. 37 2) M nimum 24 hour public notification in accordance with Section 01 31 13 38 F. Water Department Coordination 39 1. During the construction of this project, it will be necessary to deactivate, for a 40 period of time, existing lines. The Contractor shall be required to coordinate with 41 the Water Department to determine the best times for deactivating and activating 42 those lines. 43 2. Coordinate any event that will require connecting to or the operation of an existing 44 City water line system with the City's representative. 45 a. Coordination shall be in accordance with Section 33 12 25. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUM NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 11, 2022 0135 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 b. If needed, obtain a hydrant water meter from the Water Department for use 2 during the life of named project. 3 c. In the event that a water valve on an existing live system be turned off and on 4 to accommodate the construction of the project is required, coordinate this 5 activity through the appropriate City representative. 6 1) Do not operate water line valves of existing water system. 7 a) Failure to comply will render the Contractor in violation of Texas Penal 8 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 9 will be prosecuted to the full extent of the law. 10 b) In addition, the Contractor will assume all liabilities and 11 responsibilities as a result of these actions. 12 G. Public Notification Prior to Beginning Construction 13 1. Prior to beginning construction on at the site or on any block in the project, on a 14 block by block basis, prepare and deliver a notice or flyer of the pending 15 construction to the front door of each residence or business that will be impacted by 16 construction. The notice shall be prepared as follows: 17 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 18 beginning any construction activity on each block in the project area. 19 1) Prepare flyer on the Contractor's letterhead and include the following 20 information: 21 a) Name of Project 22 b) City Project No (CPN) 23 c) Scope of Project (i.e. type of construction activity) 24 d) Actual construction duration within the block 25 e) Name of the contractor's foreman and phone number 26 f) Name of the City's inspector and phone number 27 g) City's after-hours phone number 28 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 29 A. 30 3) City of Fort Worth Door Hangers will be provided to the Contractor for 31 distribution with their notice. 32 4) Submit schedule showing the construction start and finish time for each 33 block of the project to the inspector. 34 5) Deliver flyer to the City Inspector for review prior to distribution. 35 b. No construction will be allowed to begin on any block until the flyer and door 36 hangers are delivered to all residents of the block. 37 H. Public Notification of Temporary Water Service Interruption during Construction 38 1. In the event it becomes necessary to temporarily shut down water service to 39 residents or businesses during construction, prepare and deliver a notice or flyer of 40 the pending interruption to the front door of each affected resident. 41 2. Prepared notice as follows: 42 a. The notification or flyer shall be posted 24 hours prior to the temporary 43 interruption. 44 b. Prepare flyer on the contractor's letterhead and include the following 45 information: 46 1) Name of the project 47 2) City Project Number 48 3) Date of the interruption of service CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. I. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. J. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. K. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUM NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 11, 2022 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D.Johnson 13 3/11/2022 M Owen END OF SECTION Revision Log SUMMARY OF CHANGE 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> M Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 11, 2022 1 0a 3 4 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORT WORTH Date: Doe no. xxxx Project Hama: 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUM NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 11, 2022 014523-1 TESTING AND INSPECTION SERVICES Pagel of 3 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1 9 2. Added 1.2.A.2 10 11 12 13 1.2 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 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 PRICE AND PAYMENT PROCEDURES A. asurement and Payment Me 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. 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. 2. Lump Sum Price — Work associated with this Item is included in the total lump sum price. a. Contractor is responsible for performing, coordinating, and pavment of all Oualitv Control testing b. City is responsible for performing and payment for first set of Ouality Assurance testing. 1) If the first Ouality Assurance test performed by the Citv fails, the Contractor is responsible for payment of subsequent Ouality Assurance testing until passing test occurs. a) Final acceptance will not be issued by City until all required vavments for testing by Contractor have been paid in full. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS 39 A. Testing CITY OF FORT WORTH STANDARD CONSTRUCITON SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 9, 2020 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 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 3 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. en testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. en testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery C. terial 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. CITY OF FORT WORTH STANDARD CONSTRUCITON SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 9, 2020 014523-3 TESTING AND INSPECTION SERVICES Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCITON SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 9, 2020 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Modified 1.2.A.1 15 2. Added 1.2.A.2 16 3. Added I.A.C.7 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Unit Price - Work associated with this Item is considered subsidiary to the various 23 items bid. No separate payment will be allowed for this Item. 24 2. Lump Sum Price - Work associated with this Item is included in the total lump 25 sum price. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Temporary Utilities 29 1. Obtaining Temporary Service 30 a. Make arrangements with utility service companies for temporary services. 31 b. Abide by rules and regulations of utility service companies or authorities 32 having jurisdiction. 33 c. Be responsible for utility service costs until Work is approved for Final 34 Acceptance. 35 1) Included are fuel, power, light, heat and other utility services necessary for 36 execution, completion, testing and initial operation of Work. 37 2. Water CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 5. Fill and grade site for temporary structures to provide drainage away from 2 temporary and existing buildings. 3 6. Remove building from site prior to Final Acceptance. 4 7. A field office is reauired for this nroiect. 5 D. Temporary Fencing 6 1. Provide and maintain for the duration or construction when required in contract 7 documents 8 E. Dust Control 9 1. Contractor is responsible for maintaining dust control through the duration of the 10 project. 11 a. Contractor remains on -call at all times 12 b. Must respond in a timely manner 13 F. Temporary Protection of Construction 14 1. Contractor or subcontractors are responsible for protecting Work from damage due 15 to weather. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION [NOT USED] 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 3.4 INSTALLATION 30 A. Temporary Facilities 31 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.5 [REPAIR] / [RESTORATION] 2 3.6 RE -INSTALLATION 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work, to a 10 condition equal to or better than prior to start of Work. 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. dification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. asurement and Payment Me 18 1. rk associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. en traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 C. en traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing a 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) Contractor's responsibility to coordinate review of Traffic Control plans for 12 Street Use Permit, such that construction is not delayed. 13 C. dification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. en construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 22, 2021 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 A.A. Added language to emphasize minimizing of lane closures and impact to traffic. 1 A.A.l.c Added language to allow for use of published traffic control "Typicals" if 3/22/21021 M. Owen applicable to specific project/site. 1 AF. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Pagel of 3 1 SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.l.a 9 2. Added 1.2.A.l.b 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 3125 00 — Erosion and Sediment Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. asurement and Payment Me 17 1. Construction Activities resulting in less than 1 acre of disturbance 18 a. Unit Price - Work associated with this Item is considered subsidiary to the 19 various Items bid. No separate payment will be allowed for this Item. 20 b. Lump Sum Price - Work associated with this Item is included in the total 21 lump sum price. 22 2. Construction Activities resulting in greater than 1 acre of disturbance 23 a. asurement and Payment shall be in accordance with Section 3125 00. 24 1.3 REFERENCES 25 A. Abbreviations and Acronyms 26 1. Notice of Intent: NOI 27 2. Notice of Termination: NOT 28 3. Storm Water Pollution Prevention Plan: SWPPP 29 4. Texas Commission on Environmental Quality: TCEQ 30 5. Notice of Change: NOC 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification, unless a date is specifically cited. 35 2. Integrated Storm Management (iSWM) Technical Manual for Construction 36 Controls CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. General 3 1. Contractor is responsible for resolution and payment of any fines issued associated 4 with compliance to Stormwater Pollution Prevention Plan. 5 B. Construction Activities resulting in: 6 1. Less than 1 acre of disturbance 7 a. Provide erosion and sediment control in accordance with Section 3125 00 and 8 Drawings. 9 2. 1 to less than 5 acres of disturbance 10 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 11 Permit is required 12 b. Complete SWPPP in accordance with TCEQ requirements 13 1) TCEQ Small Construction Site Notice Required under general permit 14 TXR150000 15 a) Sign and post at job site 16 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 17 Transportation and Public Works, Environmental Division, (817) 392- 18 6088. 19 2) Provide erosion and sediment control in accordance with: 20 a) Section 3125 00 21 b) The Drawings 22 c) TXR150000 General Permit 23 d) SWPPP 24 e) TCEQ requirements 25 3. 5 acres or more of Disturbance 26 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 27 Permit is required 28 b. Complete SWPPP in accordance with TCEQ requirements 29 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 30 a) Sign and post at job site 31 b) Send copy to City Department of Transportation and Public Works, 32 Environmental Division, (817) 392-6088. 33 2) TCEQ Notice of Change required if making changes or updates to NOI 34 3) Provide erosion and sediment control in accordance with: 35 a) Section 3125 00 36 b) The Drawings 37 c) TXR150000 General Permit 38 d) SWPPP 39 e) TCEQ requirements 40 4) Once the project has been completed and all the closeout requirements of 41 TCEQ have been met a TCEQ Notice of Termination can be submitted. 42 a) Send copy to City Department of Transportation and Public Works, 43 Environmental Division, (817) 392-6088. 44 1.5 SUBMITTALS 45 A. SWPPP 46 1. Submit in accordance with Section 01 33 00, except as stated herein. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 2 as follows: 3 1) 1 copy to the City Project Manager 4 a) City Project Manager will forward to the City Department of 5 Transportation and Public Works, Environmental Division for review 6 B. dified SWPPP 7 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 8 in accordance with Section 01 33 00. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 0158 13- 1 TEMPORARY PROJECT SIGNAGE Paget of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1 9 2. Added 1.2.A.2 10 3. Modified 2.2.A.1 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. asurement and Payment Me 16 1. Unit Price - Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item. 18 2. Lump Sum Price - Work associated with this Item is included in the total lump 19 sum price. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 PART 2 - PRODUCTS 2 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 4 A. Design Criteria 5 1. Provide free standing Project Designation Sign in accordance with City's Standard 6 Details for project signs for Water Department vroiects. 7 B. Materials 8 1. Sign 9 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 10 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. General 18 1. Provide vertical installation at extents of project. 19 2. Relocate sign as needed, upon request of the City. 20 B. Mounting options 21 a. Skids 22 b. Posts 23 c. Barricade 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCU NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 3.13 MAINTENANCE 2 A. General 3 1. intenance will include painting and repairs as needed or directed by the City. 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 SUMMARY OF CHANGE SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 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 [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is available through the City's website at: 16 hUs:Happs.fortworthtexas. ov�/ProjectResources/ and following the directory path: 17 1. 02-Construction Documents/Standard Products List 18 B. Only products specifically included on City's Standard Product List in these Contract 19 Documents shall be allowed for use on the Project. 20 1. Any subsequently approved products will only be allowed for use upon specific 21 approval by the City. 22 C. Any specific product requirements in the Contract Documents supersede similar 23 products included on the City's Standard Product List. 24 1. The City reserves the right to not allow products to be used for certain projects even 25 though the product is listed on the City's Standard Product List. 26 D. Although a specific product is included on City's Standard Product List, not all 27 products from that manufacturer are approved for use, including but not limited to, that 28 manufacturer's standard product. 29 E. See Section 0133 00 for submittal requirements of Product Data included on City's 30 Standard Product List. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 9, 2020 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City website. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 9, 2020 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. Modified 1.2.A.1 13 2. Added 1.2.A.2 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Unit Price - Work associated with this Item is considered subsidiary to the various 20 items bid. No separate payment will be allowed for this Item. 21 2. Lump Sum Price - Work associated with this Item is included in the total lump 22 sum price. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY AND HANDLING 31 A. Delivery Requirements 32 1. Schedule delivery of products or equipment as required to allow timely installation 33 and to avoid prolonged storage. 34 2. Provide appropriate personnel and equipment to receive deliveries. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 2 for personnel or equipment to receive the delivery. 3 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 4 containers designed and constructed to protect the contents from physical or 5 environmental damage. 6 5. Clearly and fully mark and identify as to manufacturer, item and installation 7 location. 8 6. Provide manufacturer's instructions for storage and handling. 9 B. Handling Requirements 10 1. Handle products or equipment in accordance with these Contract Documents and 11 manufacturer's recommendations and instructions. 12 C. Storage Requirements 13 1. Store materials in accordance with manufacturer's recommendations and 14 requirements of these Specifications. 15 2. Make necessary provisions for safe storage of materials and equipment. 16 a. Place loose soil materials and materials to be incorporated into Work to prevent 17 damage to any part of Work or existing facilities and to maintain free access at 18 all times to all parts of Work and to utility service company installations in 19 vicinity of Work. 20 3. Keep materials and equipment neatly and compactly stored in locations that will 21 cause minimum inconvenience to other contractors, public travel, adjoining owners, 22 tenants and occupants. 23 a. Arrange storage to provide easy access for inspection. 24 4. Restrict storage to areas available on construction site for storage of material and 25 equipment as shown on Drawings, or approved by City's Project Representative. 26 5. Provide off -site storage and protection when on -site storage is not adequate. 27 a. Provide addresses of and access to off -site storage locations for inspection by 28 City's Project Representative. 29 6. Do not use lawns, grass plots or other private property for storage purposes without 30 written permission of owner or other person in possession or control of premises. 31 7. Store in manufacturers' unopened containers. 32 8. Neatly, safely and compactly stack materials delivered and stored along line of 33 Work to avoid inconvenience and damage to property owners and general public 34 and maintain at least 3 feet from fire hydrant. 35 9. Keep public and private driveways and street crossings open. 36 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 37 satisfaction of City's Project Representative. 38 a. Total length which materials may be distributed along route of construction at 39 one time is 1,000 linear feet, unless otherwise approved in writing by City's 40 Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 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 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION W CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2Re 1 oulization c) T,wrjy> and epefatifig emmowkil equ*rrA :t, , b) Site E4aa- yr w designated in the Gei#r-aet Deetiffleals 2)—Aamol//lizaian c) '_'-�&T ' cxV�Jr,w to . operation at the Site neeessafy to resume the We 3) No Payments will be made fer-! a) Mebiliz oR GxtdDamebilization from one lee onto annither- en the Site in or al l►r. . ti) &bmd by er- idle time 3. .=ebiliccc110n-/ —A D. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 om o,?I .11 cansist of the , eti. ifies and , est , a Work Order- L...si 2 3 c) TraqTaAafien ' 4 LCJW!w to the Site f f the ; ed Wer-k Or -den 5 b*--E-s-+,-- bZ1io.km ' 6 7 c4hL\1 c . 8 c) TraqTaAafien ' 9 zuppiica 10 Oder 11 12 e) Removal ef all bWldiags er- other- f4eilifies assembled at the Site fe 13 eaehWerk Odef 14 b.. Mobilization wd Doamol li2at 15 work for- w-hieh a,% ryovideaelse . efei the at.aet 16 4. Emefgeney Mebiliz crrr-rra Dernol7iHm. 17 18 mabilizatien „ti,ir 24 t,eiffs of the ; e of the Work Order-. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. Deleted 1.1.A.24 21 2. Modified 1.2.A.La 22 3. Deleted 1.2.A.2 23 4. Deleted 1.2.A.4 and 1.2.A.5 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 26 2. Division 1 — General Requirements 27 1.2 PRICE AND PAYMENT PROCEDURES 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Measurement and Payment 1. Mobilization and Demobilization a. Unit Price — Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. b. Lump Sum Price — Work associated with this Item is included in the total lump sum price. Deeth�nen4s a. !,.x 1lIYw-ent 4"!2—&v/ ea*t for -this 4tam Ayall be per eaoh romculizatperfefffled-. b. Petymen The d Ito, i a, ;si od ; aeee, d r o with this rye, and meastir-ed as provided tmder-'Aleastir-ement" will be paid fer- at4hee pri. oh "Eyooif:ed Rew,,.bili +;an" in acoorda- e with r a,.aet Do cuwAr.ts. a ! kc ec itte 4+—D3wz3 ilia-tiia as deser- bed ;n Se Lion 1.1.A.2.a.1) 2) n e,..., bilizeAie,, s deser- bed ;n Se ti-ar 1.1.A.2.a.2', CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCU NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised November 22, 2016 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 sl. 1`cz, , ' fit�000edis 2 item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 4. Mobilizations d Domobili2 :' 10 a. 1.�,r eat 11 4A'12�,r e~ 4tam Azall be f . eaeh Meb iliz tie and 12 DanrN.11Ll t 13 b. Payme 14 1) The Work per-fe�ed and materials ftffnished in aeeer-danee with this ite 15 " will be paid fer- EA the tMit 16 pfioo por oaok. "fix o-k Ofde. r,r,.bihz, i3a" im woorda e with r i#,aet 17 Deourf.,arftr. Dawz3 rihz&.4cn dSzzl tia eensidefed sttbsidiafy o wziNliz&.4en 18 a -ad shall not be paid fer- separ-ately. 19 a. T1w p-tiec chnk1 inn 20 1) N4ob;lizatio as dese ibex ;n &e tion 1.1.A.3.a.1} 22 d. No rcr, , ' fitr,-x000i_\+e� 23 item. 24 5 L`mefge,.e Mobilizations dilations Demobilizations f Miseell.,,,eetts Projects y and f 25 a. en4 26 4"1,t sP,,,v& rye~ z shall b . o,,e Mobilization an 27 Dart*N.lia.t' 28 b. Payme 29 30 " will be paid fer- at the tmit 31 aat" r oo o ordaneewith 32 mat Doou` f. Dawzob h2 t4om oliall, tie 33 mob.h2 tad &,all nat be paid for- sepafately. 34 35 1) Niobilizationasdeser-ibedinSeetioni.I.A.4.a) 36 2)-B:,molkhaakia as deser-ibe ;n ce ti-un 1. l.A 37 d. Nor,- , ' fite�000 ed is 38 item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCU NTS - WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 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. 0 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1.b.1 9 2. Modified 1.2.A.1.b.2 10 3. Modified 1.2.A.2.b.1 11 4. Added 1.2.A.2.b.2 12 5. Modified 1.9.A.1-3 13 6. Modified 1.9.13.2-3 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Construction Staking 20 a. Measurement 21 1) Measurement for this Item shall be by lump sum. 22 b. Payment 23 1) Unit Price - The work performed and the materials furnished in accordance 24 with this Item shall be paid for at the lump sum price bid for "Construction 25 Staking". 26 2) Lump Sum Price — Work associated with this Item included in the total 27 lump sum price. 28 c. The price bid shall include, but not be limited to the following: 29 1) Verification of control data provided by City. 30 2) Placement, maintenance and replacement of required stakes and markings 31 in the field. 32 3) Preparation and submittal of construction staking documentation in the 33 form of "cut sheets" using the City's standard template. 34 2. Construction Survey 35 a. Measurement 36 1) This Item is considered subsidiary to the various Items bid. 37 b. Payment 38 1) Unit Price - The work performed and the materials furnished in accordance 39 with this Item are subsidiary to the various Items bid and no other 40 compensation will be allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) LumD Sum Price — Work associated with this Item is included in the 2 total lump sum Drice. 3 3. As -Built Survey 4 a. Measurement 5 1) Measurement for this Item shall be by lump sum. 6 b. Payment 7 1) Unit Price - The work performed and the materials furnished in accordance 8 with this Item shall be paid for at the lump sum price bid for "As -Built 9 Survey". 10 2) LumD Sum Price — Work associated with this Item is included in the 11 total lump sum Drice. 12 c. The price bid shall include, but not be limited to the following:: 13 1) Field measurements and survey shots to identify location of completed 14 facilities. 15 2) Documentation and submittal of as -built survey data onto contractor redline 16 plans and digital survey files. 17 18 1.3 REFERENCES 19 A. Definitions 20 1. Construction Survev - The survey measurements made prior to or while 21 construction is in progress to control elevation, horizontal position, dimensions and 22 configuration of structures/improvements included in the Project Drawings. 23 2. As -built Survev —The measurements made after the construction of the 24 improvement features are complete to provide position coordinates for the features 25 of a project. 26 3. Construction Staking — The placement of stakes and markings to provide offsets 27 and elevations to cut and fill in order to locate on the ground the designed 28 structures/improvements included in the Project Drawings. Construction staking 29 shall include staking easements and/or right of way if indicated on the plans. 30 4. Survev "Field Checks" — Measurements made after construction staking is 31 completed and before construction work begins to ensure that structures marked on 32 the ground are accurately located per Project Drawings. 33 B. Technical References 34 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 35 website) — 01 71 23.16.01— Attachment A Survey Staking Standards 36 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 37 on City's Buzzsaw website). 38 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 39 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 40 Surveying in the State of Texas, Category 5 41 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. The Contractor's selection of a surveyor must comply with Texas Government 44 Code 2254 (qualifications based selection) for this project. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1.5 SUBMITTALS 2 A. Submittals, if required, shall be in accordance with Section 01 33 00. 3 B. All submittals shall be received and reviewed by the City prior to delivery of work. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Field Quality Control Submittals 6 1. Documentation verifying accuracy of field engineering work, including coordinate 7 conversions if plans do not indicate grid or ground coordinates. 8 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 9 (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards). 10 1.7 CLOSEOUT SUBMITTALS 11 B. As -built Redline Drawing Submittal 12 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 13 constructed improvements signed and sealed by Registered Professional Land 14 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 15 — Survey Staking Standards) . 16 2. Contractor shall submit the proposed as -built and completed redline drawing 17 submittal one (1) week prior to scheduling the project final inspection for City 18 review and comment. Revisions, if necessary, shall be made to the as -built redline 19 drawings and resubmitted to the City prior to scheduling the construction final 20 inspection. 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE 23 A. Construction Staking 24 1. Construction staking will be performed by the Contractor. 25 2. Coordination 26 a. Contnet City's 27 . 28 b. It is the Contractor's responsibility to coordinate staking such that 29 construction activities are not delayed or negatively impacted. 30 3. General 31 a. Contractor is responsible for preserving and maintaining stakes. If City 32 surveyors are required to re -stake for any reason, the Contractor will be 33 responsible for costs to perform staking. If in the opinion of the City, a 34 sufficient number of stakes or markings have been lost, destroyed disturbed or 35 omitted that the contracted Work cannot take place then the Contractor will be 36 required to stake or re -stake the deficient areas. 37 B. Construction Survey 38 1. Construction Survey will be performed by the Contractor. 39 2. Coordination 40 a. Contractor to verify that horizontal and vertical control data established in the 41 design survey and required for construction survey is available and in place. 42 3. General CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 a. Construction survey will be performed in order to construct the work shown 2 on the Construction Drawings and specified in the Contract Documents. 3 b. For construction methods other than open cut, the Contractor shall perform 4 construction survey and verify control data including, but not limited to, the 5 following: 6 1) Verification that established benchmarks and control are accurate. 7 2) Use of Benchmarks to furnish and maintain all reference lines and grades 8 for tunneling. 9 3) Use of line and grades to establish the location of the pipe. 10 4) Submit to the City copies of field notesused to establish all lines and 11 grades, if requested, and allow the City to check guidance system setup prior 12 to beginning each tunneling drive. 13 5) Provide access for the City, if requested, to verify the guidance system and 14 the line and grade of the carrier pipe. 15 6) The Contractor remains fully responsible for the accuracy of the work and 16 correction of it, as required. 17 7) Monitor line and grade continuously during construction. 18 8) Record deviation with respect to design line and grade once at each pipe 19 joint and submit daily records to the City. 20 9) If the installation does not meet the specified tolerances (as outlined in 21 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 22 the installation in accordance with the Contract Documents. 23 C. As -Built Survey 24 1. Required As -Built Survey will be performed by the Contractor. 25 2. Coordination 26 a. Contractor is to coordinate with City to confirm which features require as- 27 built surveying. 28 b. It is the Contractor's responsibility to coordinate the as -built survey and 29 required measurements for items that are to be buried such that construction 30 activities are not delayed or negatively impacted. 31 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 32 to physically measure depth and mark the location during the progress of 33 construction and take as -built survey after the facility has been buried. The 34 Contractor is responsible for the quality control needed to ensure accuracy. 35 3. General 36 a. The Contractor shall provide as -built survey including the elevation and 37 location (and provide written documentation to the City) of construction 38 features during the progress of the construction including the following: 39 1) W ter Lines 40 a) Top of pipe elevations and coordinates for waterlines at the following 41 locations: 42 (1) Minimum every 250 linear feet, including 43 (2) Horizontal and vertical points of inflection, curvature, 44 etc. 45 (3) Fire line tee 46 (4) Plugs, stub -outs, dead-end lines 47 (5) Casing pipe (each end) and all buried fittings 48 2) Sanitary Sewer CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 a) Top of pipe elevations and coordinates for force mains and siphon 2 sanitary sewer lines (non -gravity facilities) at the following locations: 3 (1) Minimum every 250 linear feet and any buried fittings 4 (2) Horizontal and vertical points of inflection, curvature, 5 etc. 6 3) Stormwater — Not Applicable 7 b. The Contractor shall provide as -built survey including the elevation and 8 location (and provide written documentation to the City) of construction 9 features after the construction is completed including the following: 10 1) Manholes 11 a) Rim and flowline elevations and coordinates for each manhole 12 2) W ter Lines 13 a) Cathodic protection test stations 14 b) Sampling stations 15 c) Meter boxes/vaults (All sizes) 16 d) Fire hydrants 17 e) Valves (gate, butterfly, etc.) 18 f) Air Release valves (Manhole rim and vent pipe) 19 g) Blow off valves (Manhole rim and valve lid) 20 h) Pressure plane valves 21 i) Underground Vaults 22 (1) Rim and flowline elevations and coordinates for each 23 Underground Vault. 24 3) Sanitary Sewer 25 a) Cleanouts 26 (1) Rim and flowline elevations and coordinates for each 27 b) Manholes and Junction Structures 28 (1) Rim and flowline elevations and coordinates for each 29 manhole and junction structure. 30 4) Stormwater — Not Applicable 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY 34 PART 2 - PRODUCTS 35 A. A construction survey will produce, but will not be limited to: 36 1. Recovery of relevant control points, points of curvature and points of intersection. 37 2. Establish temporary horizontal and vertical control elevations (benchmarks) 38 sufficiently permanent and located in a manner to be used throughout construction. 39 3. The location of planned facilities, easements and improvements. 40 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 41 areas, utilities, streets, highways, tunnels, and other construction. 42 b. A record of revisions or corrections noted in an orderly manner for reference. 43 c. A drawing, when required by the client, indicating the horizontal and vertical 44 location of facilities, easements and improvements, as built. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 2 construction staking projects. These cut sheets shall be on the standard city template 3 which can be obtained from the Survey Superintendent (817-392-7925). 4 5. Digital survey files in the following formats shall be acceptable: 5 a. AutoCAD (.dwg) 6 b. ESRI Shapefile (.shp) 7 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 8 standard templates, if available) 9 6. Survey files shall include vertical and horizontal data tied to original project 10 control and benchmarks, and shall include feature descriptions 11 PART 3 - EXECUTION 12 3.1 INSTALLERS 13 A. Tolerances: 14 1. The staked location of any improvement or facility should be as accurate as 15 practical and necessary. The degree of precision required is dependent on many 16 factors all of which must remain judgmental. The tolerances listed hereafter are 17 based on generalities and, under certain circumstances, shall yield to specific 18 requirements. The surveyor shall assess any situation by review of the overall plans 19 and through consultation with responsible parties as to the need for specific 20 tolerances. 21 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 22 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 23 1.0 ft. tolerance. 24 b. Horizontal alignment on a structure shall be within .0.lft tolerance. 25 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 26 walkways shall be located within the confines of the site boundaries and, 27 occasionally, along a boundary or any other restrictive line. Away from any 28 restrictive line, these facilities should be staked with an accuracy producing no 29 more than 0.05ft. tolerance from their specified locations. 30 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 31 electric lines, shall be located horizontally within their prescribed areas or 32 easements. Within assigned areas, these utilities should be staked with an 33 accuracy producing no more than 0.1 ft tolerance from a specified location. 34 e. The accuracy required for the vertical location of utilities varies widely. Many 35 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 36 should be maintained. Underground and overhead utilities on planned profile, 37 but not depending on gravity flow for performance, should not exceed 0.1 ft. 38 tolerance. 39 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 40 specifications or in compliance to standards. The City reserves the right to request a 41 calibration report at any time and recommends regular maintenance schedule be 42 performed by a certified technician every 6 months. 43 1. Field measurements of angles and distances shall be done in such fashion as to 44 satisfy the closures and tolerances expressed in Part 3.1.A. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 2. Vertical locations shall be established from a pre -established benchmark and 2 checked by closing to a different bench mark on the same datum. 3 3. Construction survey field work shall correspond to the client's plans. Irregularities 4 or conflicts found shall be reported promptly to the City. 5 4. Revisions, corrections and other pertinent data shall be logged for future reference. 6 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 APPLICATION 10 3.5 REPAIR / RESTORATION 11 A. If the Contractor's work damages or destroys one or more of the control 12 monuments/points set by the City, the monuments shall be adequately referenced for 13 expedient restoration. 14 1. Notify City if any control data needs to be restored or replaced due to damage 15 caused during construction operations. 16 a. Contractor shall perform replacements and/or restorations. 17 b. The City may require at any time a survey "Field Check" of any monument 18 or benchmarks that are set be verified by the City surveyors before further 19 associated work can move forward. 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD [OR] SITE QUALITY CONTROL 22 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 23 City in accordance with this Specification. This includes easements and right of way, if 24 noted on the plans. 25 B. Do not change or relocate stakes or control data without approval from the City. 26 3.8 SYSTEM STARTUP 27 A. Survey Checks 28 1. The City reserves the right to perform a Survey Check at any time deemed 29 necessary. 30 2. Checks by City personnel or 3' party contracted surveyor are not intended to 31 relieve the contractor of his/her responsibility for accuracy. 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised February 14, 2018 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0174 23 CLEANING 017423-1 CLEANING Pagel of 4 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.1 10 2. Added 1.2.A.2 11 3. Modified 3.10.D.2 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Unit Price - Work associated with this Item is considered subsidiary to the various 19 Items bid. No separate payment will be allowed for this Item. 20 2. Lump Sum Price — Work associated with this Item included n the total lump 21 sum price. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Scheduling 25 1. Schedule cleaning operations so that dust and other contaminants disturbed by 26 cleaning process will not fall on newly painted surfaces. 27 2. Schedule final cleaning upon completion of Work and immediately prior to final 28 inspection. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Store cleaning products and cleaning wastes in containers specifically designed for 9 those materials. 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Cleaning Agents 16 1. Compatible with surface being cleaned 17 2. New and uncontaminated 18 3. For manufactured surfaces 19 a. Material recommended by manufacturer CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 APPLICATION [NOT USED] 8 3.5 REPAIR / RESTORATION [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING 14 A. General 15 1. Prevent accumulation of wastes that create hazardous conditions. 16 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 17 governing authorities. 18 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 19 storm or sanitary drains or sewers. 20 4. Dispose of degradable debris at an approved solid waste disposal site. 21 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 22 alternate manner approved by City and regulatory agencies. 23 6. Handle materials in a controlled manner with as few handlings as possible. 24 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 25 this project. 26 8. Remove all signs of temporary construction and activities incidental to construction 27 of required permanent Work. 28 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 29 have the cleaning completed at the expense of the Contractor. 30 10. Do not burn on -site. 31 B. Intermediate Cleaning during Construction 32 1. Keep Work areas clean so as not to hinder health, safety or convenience of 33 personnel in existing facility operations. 34 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 35 3. Confine construction debris daily in strategically located container(s): 36 a. Cover to prevent blowing by wind CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 1 b. Store debris away from construction or operational activities 2 c. Haul from site at a minimum of once per week 3 4. Vacuum clean interior areas when ready to receive finish painting. 4 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 6 may become airborne or transported by flowing water during the storm. 7 C. Interior Final Cleaning 8 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 9 foreign materials from sight -exposed surfaces. 10 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 11 3. Wash and shine glazing and mirrors. 12 4. Polish glossy surfaces to a clear shine. 13 5. Ventilating systems 14 a. Clean permanent filters and replace disposable filters if units were operated 15 during construction. 16 b. Clean ducts, blowers and coils if units were operated without filters during 17 construction. 18 6. Replace all burned out lamps. 19 7. Broom clean process area floors. 20 8. Mop office and control room floors. 21 D. Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re -seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep flatwork, paving, and roadway to remove all rocks, pieces of asphalt, 26 concrete or any other object that may hinder or disrupt the flow of traffic along the 27 roadway. 28 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 29 junction boxes and inlets. 30 4. If no longer required for maintenance of erosion facilities, and upon approval by 31 City, remove erosion control from site. 32 5. Clean signs, lights, signals, etc. 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED 37 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 7719 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 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. Modified 1.2.A.1 9 2. Added 1.2.A.2 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Unit Price - Work associated with this Item is considered subsidiary to the various 16 Items bid. No separate payment will be allowed for this Item. 17 2. Lump Sum Price — Work associated with this Item is included in the total 18 lump sum price. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Guarantees, Bonds and Affidavits 22 1. No application for final payment will be accepted until all guarantees, bonds, 23 certificates, licenses and affidavits required for Work or equipment as specified are 24 satisfactorily filed with the City. 25 B. Release of Liens or Claims 26 1. No application for final payment will be accepted until satisfactory evidence of 27 release of liens has been submitted to the City. 28 1.5 SUBMITTALS 29 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 22, 2021 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. The Right-of-way shall be cleared of all construction materials, barricades, and 25 temporary signage. 26 4. Upon completion of Work associated with the items listed in the City's written 27 notice, inform the City, that the required Work has been completed. Upon receipt 28 of this notice, the City, in the presence of the Contractor, will make a subsequent 29 Final Inspection of the project. 30 5. Provide all special accessories required to place each item of equipment in full 31 operation. These special accessory items include, but are not limited to: 32 a. Specified spare parts 33 b. Adequate oil and grease as required for the first lubrication of the equipment 34 c. Initial fill up of all chemical tanks and fuel tanks 35 d. Light bulbs 36 e. Fuses 37 £ Vault keys 38 g. Handwheels CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 22, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 C1 21 22 23 24 25 26 27 28 29 30 31 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M. Owen 3AC Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised March 22, 2021 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Modified 1.2.A.1 14 2. Added 1.2.A.2 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. asurement and Payment Me 20 1. Unit Price - Work associated with this Item is considered subsidiary to the various 21 Items bid. No separate payment will be allowed for this Item. 22 2. Lump Sum Price — Work associated with this Item is included in the lump sum 23 price 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Schedule 27 1. Submit manuals in final form to the City within 30 calendar days of product 28 shipment to the project site. 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 31 approved by the City prior to delivery. 32 1.6 INFORMATIONAL SUBMITTALS 33 A. Submittal Form 34 1. Prepare data in form of an instructional manual for use by City personnel. 35 2. Format 36 a. Size: 8 1/2 inches x 11 inches CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. en multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. nual 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 c. Do not use Project Record Drawings as maintenance drawings. 2 4. itten text, as required to supplement product data for the particular installation: 3 a. Organize in consistent format under separate headings for different procedures. 4 b. Provide logical sequence of instructions of each procedure. 5 5. Copy of each warranty, bond and service contract issued 6 a. Provide information sheet for City personnel giving: 7 1) Proper procedures in event of failure 8 2) Instances which might affect validity of warranties or bonds 9 C. nual for Materials and Finishes 10 1. Submit 5 copies of complete manual in final form. 11 2. Content, for architectural products, applied materials and finishes: 12 a. nufacturer's data, giving full information on products 13 1) Catalog number, size, composition 14 2) Color and texture designations 15 3) Information required for reordering special manufactured products 16 b. Instructions for care and maintenance 17 1) Manufacturer's recommendation for types of cleaning agents and methods 18 2) Cautions against cleaning agents and methods which are detrimental to 19 product 20 3) Recommended schedule for cleaning and maintenance 21 3. Content, for moisture protection and weather exposure products: 22 a. nufacturer's data, giving full information on products 23 1) Applicable standards 24 2) Chemical composition 25 3) Details of installation 26 b. Instructions for inspection, maintenance and repair 27 D. nual for Equipment and Systems Ma 28 1. Submit 5 copies of complete manual in final form. 29 2. Content, for each unit of equipment and system, as appropriate: 30 a. Description of unit and component parts 31 1) Function, normal operating characteristics and limiting conditions 32 2) Performance curves, engineering data and tests 33 3) Complete nomenclature and commercial number of replaceable parts 34 b. Operating procedures 35 1) Start-up, break-in, routine and normal operating instructions 36 2) Regulation, control, stopping, shut -down and emergency instructions 37 3) Summer and winter operating instructions 38 4) Special operating instructions 39 C. intenance procedures 40 1) Routine operations 41 2) Guide to "trouble shooting" 42 3) Disassembly, repair and reassembly 43 4) Alignment, adjusting and checking 44 d. Servicing and lubrication schedule 45 1) List of lubricants required 46 e. nufacturer's printed operating and maintenance instructions 47 f. Description of sequence of operation by control manufacturer CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 1) Predicted life of parts subject to wear 2 2) Items recommended to be stocked as spare parts 3 g. As installed control diagrams by controls manufacturer 4 h. Each contractor's coordination drawings 5 1) As installed color coded piping diagrams 6 i. Charts of valve tag numbers, with location and function of each valve 7 j. List of original manufacturer's spare parts, manufacturer's current prices, and 8 recommended quantities to be maintained in storage 9 k. Other data as required under pertinent Sections of Specifications 10 3. Content, for each electric and electronic system, as appropriate: 11 a. Description of system and component parts 12 1) Function, normal operating characteristics, and limiting conditions 13 2) Performance curves, engineering data and tests 14 3) Complete nomenclature and commercial number of replaceable parts 15 b. Circuit directories of panelboards 16 1) Electrical service 17 2) Controls 18 3) Communications 19 c. As installed color coded wiring diagrams 20 d. Operating procedures 21 1) Routine and normal operating instructions 22 2) Sequences required 23 3) Special operating instructions 24 e. Maintenance procedures 25 1) Routine operations 26 2) Guide to "trouble shooting" 27 3) Disassembly, repair and reassembly 28 4) Adjustment and checking 29 f. Manufacturer's printed operating and maintenance instructions 30 g. List of original manufacturer's spare parts, manufacturer's current prices, and 31 recommended quantities to be maintained in storage 32 h. Other data as required under pertinent Sections of Specifications 33 4. Prepare and include additional data when the need for such data becomes apparent 34 during instruction of City's personnel. 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE 38 A. Provide operation and maintenance data by personnel with the following criteria: 39 1. Trained and experienced in maintenance and operation of described products 40 2. Skilled as technical writer to the extent required to communicate essential data 41 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCU NTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 —title of section removed 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised December 20, 2012 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 5 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Modified 1.2.A.1 14 2. Added 1.2.A.2 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Unit Price - Work associated with this Item is considered subsidiary to the various 21 Items bid. No separate payment will be allowed for this Item. 22 2. Lump Sum Price - Work associated with this Item is included in the total lump 23 sum price. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.5 SUBMITTALS 27 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 28 City's Project Representative. 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Accuracy of Records CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 1. Thoroughly coordinate changes within the Record Documents, making adequate 2 and proper entries on each page of Specifications and each sheet of Drawings and 3 other Documents where such entry is required to show the change properly. 4 2. Accuracy of records shall be such that future search for items shown in the Contract 5 Documents may rely reasonably on information obtained from the approved Project 6 Record Documents. 7 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 8 information that the change has occurred. 9 4. Provide factual information regarding all aspects of the Work, both concealed and 10 visible, to enable future modification of the Work to proceed without lengthy and 11 expensive site measurement, investigation and examination. 12 1.10 STORAGE AND HANDLING 13 A. Storage and Handling Requirements 14 1. Maintain the job set of Record Documents completely protected from deterioration 15 and from loss and damage until completion of the Work and transfer of all recorded 16 data to the final Project Record Documents. 17 2. In the event of loss of recorded data, use means necessary to again secure the data 18 to the City's approval. 19 a. In such case, provide replacements to the standards originally required by the 20 Contract Documents. 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 25 2.2 RECORD DOCUMENTS 26 A. Job set 27 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 28 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 29 B. Final Record Documents 30 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 31 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 5 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 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". 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 5 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. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 01 78 39 - 5 PROJECT RECORD DOCUMENTS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SENDERA RANCH 5.5MG GROUND STORAGE TANK SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS CITY PROJECT No. 105781 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE 03 30 00 - 1 CAST -IN -PLACE CONCRETE Pagel of 25 5 A. Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs -on -grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast -in -place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. Modified 1.2.A.2.a 20 2. Added 1.2.A.2.b 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Cast -in -Place Concrete 26 1. Measurement 27 a. This Item is considered subsidiary to the structure or Items being placed. 28 2. Payment 29 a. Unit Price - The work performed and the materials furnished in accordance 30 with this Item are subsidiary to the structure or Items being placed and no other 31 compensation will be allowed. 32 b. Lump Sum Price — The work performed and the materials furnished in ac- 33 cordance with this Item are included in the total luml7 sum price. 34 1.3 REFERENCES 35 A. Definitions 36 1. Cementitious Materials 37 a. Portland cement alone or in combination with 1 or more of the following: 38 1) Blended hydraulic cement CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 25 1 2) Fly ash 2 3) Other pozzolans 3 4) Ground granulated blast -furnace slag 4 5) Silica fume 5 b. Subject to compliance with the requirements of this specification 6 B. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. American Association of State Highway and Transportation (AASHTO): 11 a. M182, Burlap Cloth Made from Jute or Kenaf. 12 3. American Concrete Institute (ACI): 13 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 14 b. ACI 301 Specifications for Structural Concrete 15 c. ACI 305.1 Specification for Hot Weather Concreting 16 d. ACI 306.1 Standard Specification for Cold Weather Concreting 17 e. ACI 308.1 Standard Specification for Curing Concrete 18 f ACI 318 Building Code Requirements for Structural Concrete 19 g. ACI 347 Guide to Formwork for Concrete 20 4. American Institute of Steel Construction (AISC): 21 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 22 5. ASTM International (ASTM): 23 a. A36, Standard Specification for Carbon Structural Steel. 24 b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 25 Hardware. 26 c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting 27 Materials for High -Temperature Service and Other Special Purpose 28 Applications. 29 d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 30 Concrete Reinforcement. 31 e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for 32 Concrete Reinforcement. 33 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 34 Field. 35 g. C33, Standard Specification for Concrete Aggregates. 36 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 37 Specimens. 38 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 39 Beams of Concrete. 40 j. C94, Standard Specification for Ready -Mixed Concrete. 41 k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 42 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 43 1. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 44 m. C171, Standard Specification for Sheet Materials for Curing Concrete. 45 n. C150, Standard Specification for Portland Cement. 46 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 25 1 p. C219, Standard Terminology Relating to Hydraulic Cement. 2 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 3 Pressure Method. 4 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 5 s. C309, Standard Specification for Liquid Membrane -Forming Compounds for 6 Curing Concrete. 7 t. C494, Standard Specification for Chemical Admixtures for Concrete. 8 u. C595, Standard specification for Blended Hydraulic Cements 9 v. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 10 Pozzolan for Use in Concrete. 11 w. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 12 Concrete. 13 x. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 14 Use in Concrete and Mortars. 15 y. C 1017, Standard Specification for Chemical Admixtures for Use in Producing 16 Flowing Concrete. 17 z. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 18 Concrete. 19 aa. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 20 Cement Concrete. 21 bb. C 1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 22 cc. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor 23 Levelness Numbers. 24 dd. F436, Standard Specification for Hardened Steel Washers. 25 6. American Welding Society (AWS). 26 a. D1.1, Structural Welding Code -Steel. 27 b. D I A, Structural Welding Code -Reinforcing Steel. 28 7. Concrete Reinforcing Steel Institute (CRSI) 29 a. Manual of Standard Practice 30 8. Texas Department of Transportation 31 a. Standard Specification for Construction and Maintenance of Highways, Streets 32 and Bridges 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. Work Included 35 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 36 including shoring, reshoring, falsework, bracing, proprietary forming systems, 37 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 38 blockouts, sleeves, pockets and accessories. 39 a. Erection shall include installation in formwork of items furnished by other 40 trades. 41 2. Furnish all labor and materials required to fabricate, deliver and install 42 reinforcement and embedded metal assemblies for cast -in -place concrete, including 43 steel bars, welded steel wire fabric, ties, supports and sleeves. 44 3. Furnish all labor and materials required to perform the following: 45 a. Cast -in -place concrete CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 03 30 00 - 4 CAST -IN -PLACE CONCRETE Page 4 of 25 1 b. Concrete mix designs 2 c. Grouting 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 8 A. Product Data 9 1. Required for each type of product indicated 10 B. Design Mixtures 11 1. For each concrete mixture submit proposed mix designs in accordance with ACI 12 318, chapter 5. 13 2. Submit each proposed mix design with a record of past performance. 14 3. Submit alternate design mixtures when characteristics of materials, Project condi- 15 tions, weather, test results or other circumstances warrant adjustments. 16 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 17 a. Include this quantity on delivery ticket. 18 C. Steel Reinforcement Submittals for Information 19 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 20 ical analysis. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE 24 A. Manufacturer Qualifications 25 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 26 plies with ASTM C94 requirements for production facilities and equipment 27 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 28 Concrete Production Facilities" 29 B. Source Limitations 30 1. Obtain each type or class of cementitious material of the same brand from the same 31 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 32 1 source from a single manufacturer. 33 C. ACI Publications 34 1. Comply with the following unless modified by requirements in the Contract Docu- 35 ments: 36 a. ACI 301 Sections 1 through 5 37 b. ACI117 38 D. Concrete Testing Service CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 25 1 1. Engage a qualified independent testing agency to perform material evaluation tests. 2 1.10 DELIVERY, STORAGE, AND HANDLING 3 A. Steel Reinforcement 4 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 5 2. Avoid damaging coatings on steel reinforcement. 6 B. Waterstops 7 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 8 contaminants. 9 1.11 FIELD CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 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 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form -Facing Materials 1. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/4-inch x 3/4-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form -facing materials, formulate with rust inhibitor. 5. Form Ties CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 25 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt I1, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 25 b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C 150, Type I/II, gray b) ASTM C595, Type IL cement c) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable 46 J. Admixtures CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 25 1. Air -Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, Type II K. Waterstops 1. Self -Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 25 1 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 2 Company; W.B. Resin Cure 3 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 4 6) Euclid Chemical Company (The); Kurez DR VOX 5 7) Kaufman Products, Inc.; Thinfilm 420 6 8) Lambert Corporation; Aqua Kure -Clear 7 9) L&M Construction Chemicals, Inc.; L&M Cure R 8 10) Meadows, W. R., Inc.; 1100 Clear 9 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 10 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 11 13) Tamms Industries, Inc.; Horncure WB 30 12 14) Unitex; Hydro Cure 309 13 15) US Mix Products Company; US Spec Maxcure Resin Clear 14 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C 1059, Type Il, non-redispersible, acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 21 to damp surfaces, of class suitable for application temperature and of grade to 22 suit requirements, and as follows: 23 1) Types I and II, non -load bearing 24 2) IV and V, load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 32 tubes or wood 33 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement -based, polymer -modified, self -leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 44 defined in ASTM C219 45 c. Primer CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 03 30 00 - 10 CAST -IN -PLACE CONCRETE Page 10 of 25 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C109/C109M 2. Repair Overlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, C595 Portland cement, Portland -Limestone Cement or hy- draulic or blended hydraulic cement as defined in ASTMC219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General 1. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength Pc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 03 30 00 - 11 CAST -IN -PLACE CONCRETE Page 11 of 25 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast -Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride -ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical) b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water -reducing high -range water -reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water -reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal -weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high -range water -reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size 46 Q. Fabricating Reinforcement CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 03 30 00 - 12 CAST -IN -PLACE CONCRETE Page 12 of 25 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2 R. Fabrication of Embedded Metal Assemblies 3 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 4 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 5 accordance with AWS D1.1. 6 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 7 All other metal assemblies shall be either hot dip galvanized or painted with an 8 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 9 installed in accordance with the manufacturer's instructions. Repair painted 10 assemblies after welding with same type of paint. 11 S. Concrete Mixing 12 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 13 ASTM C94, and furnish batch ticket information. 14 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 15 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 16 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 17 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 18 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 19 batch machine mixer. 20 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 21 minutes, but not more than 5 minutes after ingredients are in mixer, before any 22 part of batch is released. 23 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 24 seconds for each additional 1 cubic yard. 25 c. Provide batch ticket for each batch discharged and used in the Work, indicating 26 Project identification name and number, date, mixture type, mixture time, 27 quantity, and amount of water added. Record approximate location of final 28 deposit in structure. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. Formwork 37 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 38 support vertical, lateral, static, and dynamic loads, and construction loads that might 39 be applied, until structure can support such loads. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 03 30 00 - 13 CAST -IN -PLACE CONCRETE Page 13 of 25 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs -on -grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth -formed finished surfaces. b. Class C, 1/2 inch for rough -formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 of 25 1 5. Fabricate forms for easy removal without hammering or prying against concrete 2 surfaces. Provide crush or wrecking plates where stripping may damage cast 3 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 4 horizontal to 1 vertical. 5 a. Install keyways, reglets, recesses, and the like, for easy removal. 6 b. Do not use rust -stained steel form -facing material. 7 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 8 required elevations and slopes in finished concrete surfaces. Provide and secure 9 units to support screed strips; use strike -off templates or compacting -type screeds. 10 7. Construct formwork to cambers shown or specified on the Drawings to allow for 11 structural deflection of the hardened concrete. Provide additional elevation or 12 camber in formwork as required for anticipated formwork deflections due to weight 13 and pressures of concrete and construction loads. 14 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 15 caps, walls, and columns straight and to the lines and grades specified. Do no earth 16 form foundation elements unless specifically indicated on the Drawings. 17 9. Provide temporary openings for cleanouts and inspection ports where interior area 18 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 19 securely braced to prevent loss of concrete mortar. Locate temporary openings in 20 forms at inconspicuous locations. 21 10. Chamfer exterior corners and edges of permanently exposed concrete. 22 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 23 bulkheads required in the Work. Determine sizes and locations from trades 24 providing such items. 25 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 26 sawdust, dirt, and other debris just before placing concrete. 27 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 28 leaks and maintain proper alignment. 29 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 30 written instructions, before placing reinforcement, anchoring devices, and 31 embedded items. 32 a. Do not apply form release agent where concrete surfaces are scheduled to 33 receive subsequent finishes which may be affected by agent. Soak contact 34 surfaces of untreated forms with clean water. Keep surfaces wet prior to 35 placing concrete. 36 B. Embedded Items 37 1. Place and secure anchorage devices and other embedded items required for 38 adjoining work that is attached to or supported by cast -in -place concrete. Use 39 setting drawings, templates, diagrams, instructions, and directions furnished with 40 items to be embedded. 41 a. Install anchor rods, accurately located, to elevations required and complying 42 with tolerances in AISC 303, Section 7.5. 43 1) Spacing within a bolt group: 1/8 inch 44 2) Location of bolt group (center): '/2 inch 45 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 03 30 00 - 15 CAST -IN -PLACE CONCRETE Page 15 of 25 1 4) Angle off vertical: 5 degrees 2 5) Bolt projection: f 3/8 inch 3 b. Install reglets to receive waterproofing and to receive through -wall flashings in 4 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 5 shelf angles, and other conditions. 6 C. Removing and Reusing Forms 7 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 8 compressive strength. 9 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 10 Work that does not support weight of concrete may be removed after cumulatively 11 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 12 concrete is hard enough to not be damaged by form -removal operations and curing 13 and protection operations are maintained. 14 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 15 that supports weight of concrete in place until concrete has achieved at least 70 16 percent of its 28-day design compressive strength. 17 b. Do not remove formwork supporting conventionally reinforced concrete until 18 concrete has attained 70 percent of its specified 28 day compressive strength as 19 established by tests of field cured cylinders. In the absence of cylinder tests, 20 supporting formwork shall remain in place until the concrete has cured at a 21 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 22 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 23 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 24 listed time period. Formwork for 2-way conventionally reinforced slabs shall 25 remain in place for at least the minimum cumulative time periods specified for 26 1-way slabs of the same maximum span. 27 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 28 removal. Reshores shall remain until the concrete has attained the specified 28 29 day compressive strength. 30 d. Minimum cumulative curing times may be reduced by the use of high -early 31 strength cement or forming systems which allow form removal without 32 disturbing shores, but only after the Contractor has demonstrated to the 33 satisfaction of the Engineer that the early removal of forms will not cause 34 excessive sag, distortion or damage to the concrete elements. 35 e. Completely remove wood forms. Provide temporary openings if required. 36 f. Provide adequate methods of curing and thermal protection of exposed concrete 37 if forms are removed prior to completion of specified curing time. 38 g. Reshore areas required to support construction loads in excess of 20 pounds per 39 square foot to properly distribute construction loading. Construction loads up 40 to the rated live load capacity may be placed on unshored construction provided 41 the concrete has attained the specified 28 day compressive strength. 42 It. Obtaining concrete compressive strength tests for the purposes of form removal 43 is the responsibility of the Contractor. 44 i. Remove forms only if shores have been arranged to permit removal of forms 45 without loosening or disturbing shores. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 03 30 00 - 16 CAST -IN -PLACE CONCRETE Page 16 of 25 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: f3/8 inch 2) Members more than 8 inches deep: f1/2 inch b. Concrete Cover to Formed or Finished Surfaces: f3/8 inches for members 8 inches deep or less; f1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 03 30 00 - 17 CAST -IN -PLACE CONCRETE Page 17 of 25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound, respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired, at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement 11 across construction joints, unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from a 16 beam -girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 18 beams, and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls, near corners, and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 forma continuous diaphragm. Install in longest lengths practicable. Supportand 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated, according to manufacturer's written instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole, prior to installing adhesive material. 41 I. Concrete Placement 42 1. Before placing concrete, verify that installation of formwork, reinforcement, and 43 embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 03 30 00 - 18 CAST -IN -PLACE CONCRETE Page 18 of 25 1 2. Do not add water to concrete during delivery, at Project site, or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete, water may be added at Project site, 4 subject to limitations of ACI 301. 5 a. Do not add water to concrete after adding high -range water -reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. 8 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 9 that no new concrete will be placed on concrete that has hardened enough to cause 10 seams or planes of weakness. If a section cannot be placed continuously, provide 11 construction joints as indicated. Deposit concrete to avoid segregation. 12 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 13 pressures, 15 feet maximum and in a manner to avoid inclined construction 14 joints. 15 b. Consolidate placed concrete with mechanical vibrating equipment according to 16 ACI 301. 17 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 18 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 19 layer and at least 6 inches into preceding layer. Do not insert vibrators into 20 lower layers of concrete that have begun to lose plasticity. At each insertion, 21 limit duration of vibration to time necessary to consolidate concrete and 22 complete embedment of reinforcement and other embedded items without 23 causing mixture constituents to segregate. 24 d. Do not permit concrete to drop freely any distance greater than 10 feet for 25 concrete containing a high range water reducing admixture (superplasticizer) or 26 5 feet for other concrete. Provide chute or tremie to place concrete where longer 27 drops are necessary. Do not place concrete into excavations with standing 28 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 29 with its outlet near the bottom of the place of deposit. 30 e. Discard pump priming grout and do not use in the structure. 31 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 32 within limits of construction joints, until placement of a panel or section is 33 complete. 34 a. Consolidate concrete during placement operations so concrete is thoroughly 35 worked around reinforcement and other embedded items and into corners. 36 b. Maintain reinforcement in position on chairs during concrete placement. 37 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 38 d. Slope surfaces uniformly to drains where required. 39 e. Begin initial floating using bull floats or darbies to form a uniform and open- 40 textured surface plane, before excess bleedwater appears on the surface. Do not 41 further disturb slab surfaces before starting finishing operations. 42 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 43 concrete work from physical damage or reduced strength that could be caused by 44 frost, freezing actions, or low temperatures. 45 a. When average high and low temperature is expected to fall below 40 46 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 47 temperature within the temperature range required by ACI 301. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March It, 2022 03 30 00 - 19 CAST -IN -PLACE CONCRETE Page 19 of 25 1 b. Do not use frozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt, or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice may be used to control 9 temperature, provided water equivalent of ice is calculated to total amount of 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 11 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 12 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 13 dry areas. 14 J. Finishing Formed Surfaces 15 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed -surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 20 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 23 indicated. 24 K. Miscellaneous Concrete Items 25 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 26 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 27 specified, to blend with in -place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 31 corners, intersections, and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations, complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 37 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 38 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 41 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 42 L. Concrete Protecting and Curing 43 1. General: Protect freshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 45 ACI 305.1 for hot -weather protection during curing. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces, including floors and slabs, concrete floor toppings, and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water -fog spray 14 3) Absorptive cover, water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete, placed in widest practicable width, with 19 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 43 projections on the surface, and stains and other discolorations that cannot be 44 removed by cleaning. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March It, 2022 03 30 00 - 21 CAST -IN -PLACE CONCRETE Page 21 of 25 1 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 2 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 4 with water, and brush -coat holes and voids with bonding agent. Fill and 5 compact with patching mortar before bonding agent has dried. Fill form -tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement so that, when dry, patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match before proceeding with patching. Compact mortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 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 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 19 not less than 1 test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 22 each composite sample, but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive -Strength Tests: ASTM C39; 32 a. Test I cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field -cured cylinders is less than 85 percent of companion 36 laboratory -cured cylinders, evaluate operations and provide corrective procedures 37 for protecting and curing in -place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive -strength tests equals or exceeds specified compressive 40 strength and no compressive -strength test value falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 2 within 48 hours of testing. Reports of compressive -strength tests shall contain 3 Project identification name and number, date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work, design 5 compressive strength at 28 days, concrete mixture proportions and materials, 6 compressive breaking strength, and type of break for both 7- and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump, air entrainment, compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure, as 14 indicated by cylinder tests, falls below the specified requirements, provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 18 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement, load testing, or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense, will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked. Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of f 1/4 inch in 10 feet, not to exceed 3/4 39 inches total variation, anywhere on the floor, from elevations indicated on the 40 Drawings. Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness, according to ASTM E1155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 25 1 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 2 solute minimum surface profile that will be acceptable for any I test sample 3 (line of measurements) anywhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement lines within each test section shall be 13 multidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values (FL) do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface, with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab -on -Grade Construction: f 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores: f 3/4 inch 30 3) Top surfaces of all other slabs: f 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms, equipment, protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors, wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 10 DATE NAME 12/20/2012 D.Johnson 3/11/2022 Zelalem Arega 11 END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, chloride -ion content 3A.C.1 — Changed 75% to 70% 1.3.B.5.t, 2.2.I.1, 2.2.0.2, — Added ASTMC595 — Type ILcement CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 08 11 13 HOLLOW -METAL DOORS AND FRAMES Page 1 of 11 1 SECTION 08 1113 2 HOLLOW -METAL DOORS AND FRAMES 3 PART 1 - GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Drawings and general provisions of the Contract, including General and Supplementary 6 Conditions and Division 01 Specification Sections, apply to this Section. 7 1.2 SUMMARY 8 A. Section Includes: 9 1. Standard and custom hollow metal doors and frames. 10 2. Steel sidelight, borrowed lite and transom frames. 11 3. Louvers installed in hollow metal doors. 12 4. Light frames and glazing installed in hollow metal doors. 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 B. Related Sections: 1. Division 01 Section "General Conditions". 2. Division 04 Section "Unit Masonry" for embedding anchors for hollow metal work into masonry construction. 3. Division 08 Section "Flush Wood Doors". 4. Division 08 Section "Fiberglass Reinforced Polyester (FRP) Doors". 5. Division 08 Section "Glazing" for glass view panels in hollow metal doors. 6. Division 08 Section "Door Hardware". 7. Division 08 Section "Access Control Hardware". 8. Division 09 Sections "Exterior Painting" and "Interior Painting" for field painting hollow metal doors and frames. C. Codes and References: Comply with the version year adopted by the Authority Having Jurisdiction. 1. ANSI/SDI A250.8 - Recommended Specifications for Standard Steel Doors and Frames. 2. ANSI/SDI A250.4 - Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors, Frames, Frames Anchors and Hardware Reinforcing. 3. ANSI/SDI A250.6 - Recommended Practice for Hardware Reinforcing on Standard Steel Doors and Frames. 4. ANSI/SDI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames. 5. ANSI/SDI A250.11 - Recommended Erection Instructions for Steel Frames. 6. ASTM A1008 - Standard Specification for Steel Sheet, Cold -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Low -Alloy with Improved Formability. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 08 11 13 HOLLOW -METAL DOORS AND FRAMES Page 2 of 11 1 7. ASTM A653 - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or 2 Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 3 8. ASTM A924 - Standard Specification for General Requirements for Steel Sheet, 4 Metallic -Coated by the Hot -Dip Process. 5 9. ASTM C 1363 - Standard Test Method for Thermal Performance of Building 6 Assemblies by Means of a Hot Box Apparatus. 7 10. ANSIBHMA A156.115 - Hardware Preparation in Steel Doors and Frames. 8 11. ANSI/SDI 122 - Installation and Troubleshooting Guide for Standard Steel Doors and 9 Frames. 10 12. ANSI/NFPA 80 - Standard for Fire Doors and Fire Windows; National Fire Protection 11 Association. 12 13. ANSI/NFPA 105: Standard for the Installation of Smoke Door Assemblies. 13 14. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; National Fire 14 Protection Association. 15 15. UL 1 OC - Positive Pressure Fire Tests of Door Assemblies. 16 16. UL 1784 - Standard for Air Leakage Tests of Door Assemblies. 17 1.3 SUBMITTALS 18 A. Product Data: For each type of product indicated. Include construction details, material 19 descriptions, core descriptions, hardware reinforcements, profiles, anchors, fire -resistance 20 rating, and finishes. 21 B. Door hardware supplier is to furnish templates, template reference number and/or physical 22 hardware to the steel door and frame supplier in order to prepare the doors and frames to 23 receive the finish hardware items. 24 C. Shop Drawings: Include the following: 25 1. Elevations of each door design. 26 2. Details of doors, including vertical and horizontal edge details and metal thicknesses. 27 3. Frame details for each frame type, including dimensioned profiles and metal 28 thicknesses. 29 4. Locations of reinforcement and preparations for hardware. 30 5. Details of anchorages, joints, field splices, and connections. 31 6. Details of accessories. 32 7. Details of moldings, removable stops, and glazing. 33 8. Details of conduit and preparations for power, signal, and control systems. 34 D. Samples for Verification: 35 1. Samples are only required by request of the architect and for manufacturers that are 36 not current members of the Steel Door Institute. 37 1.4 QUALITY ASSURANCE 38 A. Source Limitations: Obtain hollow metal doors and frames through one source from a 39 single manufacturer wherever possible. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 08 11 13 HOLLOW -METAL DOORS AND FRAMES Page 3 of 11 1 B. Quality Standard: In addition to requirements specified, furnish SDI -Certified 2 manufacturer products that comply with ANSI/SDI A250.8, latest edition, "Recommended 3 Specifications for Standard Steel Doors and Frames". 4 C. Fire -Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and 5 labeled by a qualified testing agency, for fire -protection ratings indicated, based on testing 6 at positive pressure according to UL10C (neutral pressure at 40" above sill) or UL IOC. 7 1. Oversize Fire -Rated Door Assemblies Construction: For units exceeding sizes of 8 tested assemblies, attach construction label certifying doors are built to standard 9 construction requirements for tested and labeled fire rated door assemblies except for 10 size. 11 2. Temperature -Rise Limit: Where indicated and at vertical exit enclosures (stairwell 12 openings) and exit passageways, provide doors that have a maximum transmitted 13 temperature end point of not more than 450 deg F (250 deg C) above ambient after 14 30 minutes of standard fire -test exposure. 15 3. Smoke Control Door Assemblies: Comply with NFPA 105. 16 17 a. Smoke "S" Label: Doors to bear "S" label, and include smoke and draft control 18 gasketing applied to frame and on meeting stiles of pair doors. 19 D. Fire -Rated, Borrowed -Light Frame Assemblies: Assemblies complying with NFPA 80 20 that are listed and labeled, by a testing and inspecting agency acceptable to authorities 21 having jurisdiction, for fire -protection ratings indicated, based on testing according to 22 NFPA 257. Provide labeled glazing material. 23 E. Pre -Submittal Conference: Conduct conference in compliance with requirements in 24 Division 01 Section "Project Meetings" with attendance by representatives of Supplier, 25 Installer, and Contractor to review proper methods and procedures for installing hollow 26 metal doors and frames and to verify installation of electrical knockout boxes and conduit 27 at frames with electrified or access control hardware. 28 1.5 DELIVERY, STORAGE, AND HANDLING 29 A. Deliver hollow metal work palletized, wrapped, or crated to provide protection during 30 transit and Project site storage. Do not use non -vented plastic. 31 B. Deliver welded frames with two removable spreader bars across bottom of frames, tack 32 welded to jambs and mullions. 33 C. Store hollow metal work under cover at Project site. Place in stacks of five units maximum 34 in a vertical position with heads up, spaced by blocking, on minimum 4-inch high wood 35 blocking. Do not store in a manner that traps excess humidity. 36 1. Provide minimum 1/4-inch space between each stacked door to permit air circulation. 37 Door and frames to be stacked in a vertical upright position. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 08 11 13 HOLLOW -METAL DOORS AND FRAMES Page 4 of 11 1 1.6 PROJECT CONDITIONS 2 A. Field Measurements: Verify actual dimensions of openings by field measurements before 3 fabrication. 4 1.7 COORDINATION 5 A. Coordinate installation of anchorages for hollow metal frames. Furnish setting drawings, 6 templates, and directions for installing anchorages, including sleeves, concrete inserts, 7 anchor bolts, and items with integral anchors. Deliver such items to Project site in time for 8 installation. 9 B. Building Information Modeling (BIM) Support: Utilize designated BIM software tools and 10 obtain training needed to successfully participate in the Project BIM processes. All 11 technical disciplines are responsible for the product data integration and data reliability of 12 their Work into the coordinated BIM applications. 13 1.8 WARRANTY 14 A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or 15 replace doors that fail in materials or workmanship within specified warranty period. 16 B. Warranty includes installation and finishing that may be required due to repair or 17 replacement of defective doors. 18 PART 2 - PRODUCTS 19 2.1 MANUFACTURERS 20 A. Manufacturers: Subject to compliance with requirements, provide steel doors and frames 21 from a SDI Certified manufacturer: 22 1. CECO Door Products (C). 23 2. Curries Company (CU). 24 3. Pioneer Industries (PI). 25 2.2 MATERIALS 26 A. Cold -Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; 27 suitable for exposed applications. 28 B. Metallic -Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B; 29 with minimum G60 (Z 180) or A60 (ZF 180) metallic coating. 30 C. Frame Anchors: ASTM A 653/A 653M, Commercial Steel (CS), Commercial Steel (CS), 31 Type B; with minimum G60 (Z180) or A60 (ZF180) metallic coating. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 08 11 13 HOLLOW -METAL DOORS AND FRAMES Page 5 of 11 2.3 HOLLOW METAL DOORS 2 A. General: Provide 1-3/4 inch doors of design indicated, not less than thickness indicated; 3 fabricated with smooth surfaces, without visible joints or seams on exposed faces unless 4 otherwise indicated. Comply with ANSI/SDI A250.8 and ANSUNAAMM HMMA 867. 5 B. Interior Doors: Face sheets fabricated of commercial quality hot -dipped zinc coated steel 6 that complies with ASTM A 653/A 653M, Coating Designation A60. Provide doors 7 complying with requirements indicated below by referencing ANSUSDI A250.8 for level 8 and model and ANSI/SDI A250.4 for physical performance level: 9 1. Design: Flush panel. 10 2. Level/Model: Level 2 and Physical Performance Level B (Heavy Duty), Minimum 11 16 gauge (0.053-inch - 1.33-mm) thick steel, Model 2. 12 3. Top and Bottom Edges: Reinforce tops and bottoms of doors with a continuous steel 13 channel not less than 16 gauge, extending the full width of the door and welded to the 14 face sheet. Doors with an inverted top channel to include a steel closure channel, 15 screw attached, with the web of the channel flush with the face sheets of the door. 16 Plastic or composite channel fillers are not acceptable. 17 4. Hinge Reinforcement: Minimum 7 gauge (3/16") plate 1-1/4" x 9" or minimum 14 18 gauge continuous channel with pierced holes, drilled and tapped. 19 5. Hardware Reinforcements: Fabricate according to ANSI/SDI A250.6 with 20 reinforcing plates from same material as door face sheets. 21 C. Manufacturers Basis of Design: 22 1. CECO Door Products (C) Honeycomb Core - Regent Series. 23 2. CECO Door Products (C) Energy Efficient - Trio-E Series. 24 3. Curries Company (CU) - Energy Efficient - 777 Trio-E Series. 25 2.4 HOLLOW METAL FRAMES 26 A. General: Comply with ANSI/SDI A250.8 and with details indicated for type and profile. 27 B. Exterior Frames: Fabricated of hot -dipped zinc coated steel that complies with ASTM 28 A 653/A 653M, Coating Designation A60. 29 1. Fabricate frames with mitered or coped corners. Profile as indicated on drawings. 30 2. Manufacturers Basis of Design: 31 a. CECO Door Products (C) — SU SR Series. 32 b. Curries Company (CU) — M Series. 33 C. Interior Frames: Fabricated from cold -rolled steel sheet that complies with 34 ASTM A 1008/A 1008M. 35 1. Fabricate frames with mitered or coped corners. Profile as indicated on drawings. 36 2. Manufacturers Basis of Design: 37 a. CECO Door Products (C) - SU Series. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 08 11 13 HOLLOW -METAL DOORS AND FRAMES Page 6 of 11 1 b. Curries Company (CU) - M Series. 2 D. Fire rated frames: Fabricate frames in accordance with NFPA 80, listed and labeled by a 3 qualified testing agency, for fire -protection ratings indicated. 4 E. Hardware Reinforcement: Fabricate according to ANSI/SDI A250.6 Table 4 with 5 reinforcement plates from same material as frames.+ 6 2.5 FRAME ANCHORS 7 A. Jamb Anchors: 8 1. Masonry Type: Adjustable strap -and -stirrup or T-shaped anchors to suit frame size, 9 formed from A60 metallic coated material, not less than 0.042 inch thick, with 10 corrugated or perforated straps not less than 2 inches wide by 10 inches long; or wire 11 anchors not less than 0.177 inch thick. 12 2. Stud Wall Type: Designed to engage stud and not less than 0.042 inch thick. 13 3. Compression Type for Drywall Slip-on (Knock -Down) Frames: Adjustable 14 compression anchors. 15 B. Floor Anchors: Floor anchors to be provided at each jamb, formed from A60 metallic 16 coated material, not less than 0.042 inches thick. 17 C. Mortar Guards: Formed from same material as frames, not less than 0.016 inches thick. 18 2.6 LOUVERS 19 A. Metal Louvers: Unless otherwise indicated provide louvers to meet the following 20 requirements. 21 1. Blade Type: Vision proof inverted V or inverted Y. 22 2. Metal and Finish: Galvanized steel, 0.040 inch thick, factory primed for paint finish 23 with baked enamel or powder coated finish. Match pre -finished door paint color 24 where applicable. 25 B. Louvers for Fire Rated Doors: Metal louvers with fusible link and closing device, listed 26 and labeled for use in doors with fire protection rating of 1-1/2 hours and less. 27 1. Manufacturers: Subject to compliance with requirements, provide louvers to meet 28 rating indicated. 29 2. Metal and Finish: Galvanized steel, 0.040 inch thick, factory primed for paint finish 30 with baked enamel or powder coated finish. Match pre -finished door paint color 31 where applicable. 32 2.7 LIGHT OPENINGS AND GLAZING 33 A. Stops and Moldings: Provide stops and moldings around glazed lites where indicated. 34 Form corners of stops and moldings with butted or mitered hairline joints at fabricator's 35 shop. Fixed and removable stops to allow multiple glazed lites each to be removed CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 08 11 13 HOLLOW -METAL DOORS AND FRAMES Page 7 of 11 1 independently. Coordinate frame rabbet widths between fixed and removable stops with 2 the type of glazing and installation indicated. 3 B. Moldings for Glazed Lites in Doors and Loose Stops for Glazed Lites in Frames: 4 Minimum 20 gauge thick, fabricated from same material as door face sheet in which they 5 are installed. 6 C. Fixed Frame Moldings: Formed integral with hollow metal frames, a minimum of 5/8 7 inch (16 mm) high unless otherwise indicated. Provide fixed frame moldings and stops on 8 outside of exterior and on secure side of interior doors and frames. 9 D. Preformed Metal Frames for Light Openings: Manufacturer's standard frame formed of 10 0.048-inch-thick, cold rolled steel sheet; with baked enamel or powder coated finish; and 11 approved for use in doors of fire protection rating indicated. Match pre -finished door 12 paint color where applicable. 13 2.8 ACCESSORIES 14 A. Mullions and Transom Bars: Join to adjacent members by welding or rigid mechanical 15 anchors. 16 B. Grout Guards: Formed from same material as frames, not less than 0.016 inches thick. 17 2.9 FABRICATION 18 A. Fabricate hollow metal work to be rigid and free of defects, warp, or buckle. Accurately 19 form metal to required sizes and profiles, with minimum radius for thickness of metal. 20 Where practical, fit and assemble units in manufacturer's plant. When shipping 21 limitations so dictate, frames for large openings are to be fabricated in sections for 22 splicing or splining in the field by others. 23 B. Tolerances: Fabricate hollow metal work to tolerances indicated in ANSI/SDI A250.8. 24 C. Hollow Metal Doors: 25 1. Exterior Doors: Provide optional weep -hole openings in bottom of exterior doors to 26 permit moisture to escape where specified. 27 2. Glazed Lites: Factory cut openings in doors with applied trim or kits to fit. Factory 28 install glazing where indicated. 29 3. Astragals: Provide overlapping astragals as noted in door hardware sets in Division 08 30 Section "Door Hardware" on one leaf of pairs of doors where required by NFPA 80 for 31 fire -performance rating or where indicated. Extend minimum 3/4 inch beyond edge of 32 door on which astragal is mounted. 33 4. Continuous Hinge Reinforcement: Provide welded continuous 12 gauge strap for 34 continuous hinges specified in hardware sets in Division 08 Section "Door Hardware". 35 D. Hollow Metal Frames: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 08 11 13 HOLLOW -METAL DOORS AND FRAMES Page 8 of 11 1 1. Shipping Limitations: Where frames are fabricated in sections due to shipping or 2 handling limitations, provide alignment plates or angles at each joint, fabricated of 3 same thickness metal as frames. 4 2. Welded Frames: Weld flush face joints continuously; grind, fill, dress, and make 5 smooth, flush, and invisible. 6 a. Welded frames are to be provided with two steel spreaders temporarily attached 7 to the bottom of both jambs to serve as a brace during shipping and handling. 8 Spreader bars are for bracing only and are not to be used to size the frame 9 opening. 10 3. Sidelight and Transom Bar Frames: Provide closed tubular members with no visible 11 face seams or joints, fabricated from same material as door frame. Fasten members at 12 crossings and to jambs by butt welding. 13 4. High Frequency Hinge Reinforcement: Provide high frequency hinge reinforcements 14 at door openings 48-inches and wider with mortise butt type hinges at top hinge 15 locations. 16 5. Continuous Hinge Reinforcement: Provide welded continuous 12 gauge straps for 17 continuous hinges specified in hardware sets in Division 08 Section "Door Hardware". 18 6. Provide countersunk, flat- or oval -head exposed screws and bolts for exposed 19 fasteners unless otherwise indicated for removable stops, provide security screws at 20 exterior locations. 21 7. Mortar Guards: Provide guard boxes at back of hardware mortises in frames at all 22 hinges and strike preps regardless of grouting requirements. 23 8. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot 24 welds per anchor. 25 9. Jamb Anchors: Provide number and spacing of anchors as follows: 26 a. Masonry Type: Locate anchors not more than 18 inches from top and bottom of 27 frame. Space anchors not more than 32 inches o.c. and as follows: 28 1) Two anchors per jamb up to 60 inches high. 29 2) Three anchors per jamb from 60 to 90 inches high. 30 3) Four anchors per jamb from 90 to 120 inches high. 31 4) Four anchors per jamb plus 1 additional anchor per jamb for each 24 inches 32 or fraction thereof above 120 inches high. 33 b. Stud Wall Type: Locate anchors not more than 18 inches from top and bottom of 34 frame. Space anchors not more than 32 inches o.c. and as follows: 35 1) Three anchors per jamb up to 60 inches high. 36 2) Four anchors per jamb from 60 to 90 inches high. 37 3) Five anchors per jamb from 90 to 96 inches high. 38 4) Five anchors per jamb plus 1 additional anchor per jamb for each 24 inches 39 or fraction thereof above 96 inches high. 40 5) Two anchors per head for frames above 42 inches wide and mounted in 41 metal stud partitions. 42 10. Door Silencers: Except on weatherstripped or gasketed doors, drill stops to receive 43 door silencers. Silencers to be supplied by frame manufacturer regardless if specified 44 in Division 08 Section "Door Hardware". CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 08 11 13 HOLLOW -METAL DOORS AND FRAMES Page 9 of 11 1 E. Hardware Preparation: Factory prepare hollow metal work to receive template mortised 2 hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to 3 the Door Hardware Schedule and templates furnished as specified in Division 08 Section 4 "Door Hardware." 5 1. Locate hardware as indicated, or if not indicated, according to ANSI/SDI A250.8. 6 2. Reinforce doors and frames to receive non -template, mortised and surface mounted 7 door hardware. 8 3. Comply with applicable requirements in ANSI/SDI A250.6 and 9 ANSI/DHI A115 Series specifications for preparation of hollow metal work for 10 hardware. 11 4. Coordinate locations of conduit and wiring boxes for electrical connections with 12 Division 26 Sections. 13 2.10 STEEL FINISHES 14 A. Prime Finishes: Doors and frames to be cleaned, and chemically treated to insure 15 maximum finish paint adhesion. Surfaces of the door and frame exposed to view to 16 receive a factory applied coat of rust inhibiting shop primer. 17 1. Shop Primer: Manufacturer's standard, fast -curing, lead and chromate free primer 18 complying with ANSI/SDI A250.10 acceptance criteria; recommended by primer 19 manufacturer for substrate; and compatible with substrate and field -applied coatings. 20 PART 3 - EXECUTION 21 3.1 EXAMINATION 22 A. Examine substrates, areas, and conditions, with Installer present, for compliance with 23 requirements for installation tolerances and other conditions affecting performance of the 24 Work. 25 B. General Contractor to verify the accuracy of dimensions given to the steel door and frame 26 manufacturer for existing openings or existing frames (strike height, hinge spacing, hinge 27 back set, etc.). 28 C. Proceed with installation only after unsatisfactory conditions have been corrected. 29 3.2 PREPARATION 30 A. Remove welded in shipping spreaders installed at factory. Restore exposed finish by 31 grinding, filling, and dressing, as required to make repaired area smooth, flush, and 32 invisible on exposed faces. 33 B. Prior to installation, adjust and securely brace welded hollow metal frames for square, 34 level, twist, and plumb condition. 35 C. Tolerances shall comply with SDI-117 "Manufacturing Tolerances Standard Steel Doors 36 and Frames." CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 08 11 13 HOLLOW -METAL DOORS AND FRAMES Page 10 of 11 1 D. Drill and tap doors and frames to receive non -template, mortised, and surface -mounted 2 door hardware. 3 3.3 INSTALLATION 4 A. General: Install hollow metal work plumb, rigid, properly aligned, and securely fastened 5 in place; comply with Drawings and manufacturer's written instructions. 6 B. Hollow Metal Frames: Install hollow metal frames of size and profile indicated. Comply 7 with ANSI/SDI A250.11 and NFPA 80 at fire rated openings. 8 1. Set frames accurately in position, plumbed, leveled, aligned, and braced securely until 9 permanent anchors are set. After wall construction is complete and frames properly set 10 and secured, remove temporary braces, leaving surfaces smooth and undamaged. Shim 11 as necessary to comply with installation tolerances. 12 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, 13 and secure with post -installed expansion anchors. 14 3. Masonry Walls: Coordinate installation of frames to allow for solidly filling space 15 between frames and masonry with mortar. 16 4. Grout Requirements: Do not grout head of frames unless reinforcing has been 17 installed in head of frame. Do not grout vertical or horizontal closed mullion 18 members. 19 C. Hollow Metal Doors: Fit hollow metal doors accurately in frames, within clearances 20 specified below. Shim as necessary. 21 1. Non -Fire -Rated Standard Steel Doors: 22 a. Jambs and Head: 1/8 inch plus or minus l/16 inch. 23 b. Between Edges of Pairs of Doors: 1/8 inch plus or minus 1/16 inch. 24 c. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch. 25 d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum 3/4 26 inch. 27 2. Fire -Rated Doors: Install doors with clearances according to NFPA 80. 28 D. Field Glazing: Comply with installation requirements in Division 08 Section "Glazing" 29 and with hollow metal manufacturer's written instructions. 30 3.4 ADJUSTING AND CLEANING 31 A. Final Adjustments: Check and readjust operating hardware items immediately before 32 final inspection. Leave work in complete and proper operating condition. Remove and 33 replace defective work, including hollow metal work that is warped, bowed, or otherwise 34 unacceptable. 35 B. Remove grout and other bonding material from hollow metal work immediately after 36 installation. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 08 11 13 HOLLOW -METAL DOORS AND FRAMES Page 11 of 11 I C. Prime -Coat and Painted Finish Touchup: Immediately after erection, sand smooth rusted 2 or damaged areas of prime coat, or painted finishes, and apply touchup of compatible air 3 drying, rust -inhibitive primer, zinc rich primer (exterior and galvanized openings) or 4 finish paint. 5 END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 1 2 3 4 PART 1 - GENERAL 5 1.1 RELATED DOCUMENTS SECTION 08 7100 DOOR HARDWARE 087100-1 DOOR HARDWARE Page 1 of 14 6 A. Drawings and general provisions of the Contract, including General and Supplementary 7 Conditions and Division 1 Specification Sections, apply to this Section. 8 1.2 SUMMARY 9 A. This Section includes commercial door hardware for the following: 10 1. Swinging doors. 11 2. Other doors to the extent indicated. 12 B. Door hardware includes, but is not necessarily limited to, the following: 13 1. Mechanical door hardware. 14 2. Cylinders specified for doors in other sections. 15 C. Related Sections: 16 1. Division 08 Section "Hollow Metal Doors and Frames". 17 2. Division 08 Section "Flush Wood Doors". 18 D. Codes and References: Comply with the version year adopted by the Authority Having 19 Jurisdiction. 20 1. ANSI Al 17.1 - Accessible and Usable Buildings and Facilities. 21 2. ICC/IBC - International Building Code. 22 3. NFPA 70 - National Electrical Code. 23 4. NFPA 80 - Fire Doors and Windows. 24 5. NFPA 101 - Life Safety Code. 25 6. NFPA 105 - Installation of Smoke Door Assemblies. 26 7. State Building Codes, Local Amendments. 27 E. Standards: All hardware specified herein shall comply with the following industry 28 standards as applicable. Any undated reference to a standard shall be interpreted as 29 referring to the latest edition of that standard: 30 1. ANSIBHMA Certified Product Standards - A156 Series. 31 2. UL10C - Positive Pressure Fire Tests of Door Assemblies. 32 3. ANSI/UL 294 - Access Control System Units. 33 4. UL 305 - Panic Hardware. 34 5. ANSI/UL 437- Key Locks. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 087100-1 DOOR HARDWARE Page 2 of 14 1.3 SUBMITTALS 2 A. Product Data: Manufacturer's product data sheets including installation details, material 3 descriptions, dimensions of individual components and profiles, operational descriptions 4 and finishes. B. Door Hardware Schedule: Prepared by or under the supervision of supplier, detailing, fabrication and assembly of door hardware, as well as procedures and diagrams. Coordinate the final Door Hardware Schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. 9 1. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and 10 Format for the Hardware Schedule." 11 2. Organization: Organize the Door Hardware Schedule into door hardware sets indicating 12 complete designations of every item required for each door or opening. Organize door 13 hardware sets in same order as in the Door Hardware Sets at the end of Part 3. 14 Submittals that do not follow the same format and order as the Door Hardware Sets 15 will be rejected and subject to resubmission. 16 3. Content: Include the following information: 17 a. Type, style, function, size, label, hand, and finish of each door hardware item. 18 b. M nufacturer of each item. 19 c. Fastenings and other pertinent information. 20 d. Location of door hardware set, cross-referenced to Drawings, both on floor plans 21 and in door and frame schedule. 22 e. Explanation of abbreviations, symbols, and codes contained in schedule. 23 f. M unting locations for door hardware. 24 g. Door and frame sizes and materials. 25 h. Warranty information for each product. 26 4. Submittal Sequence: Submit the final Door Hardware Schedule at earliest possible date, 27 particularly where approval of the Door Hardware Schedule must precede fabrication 28 of other work that is critical in the Project construction schedule. Include Product Data, 29 Samples, Shop Drawings of other work affected by door hardware, and other 30 information essential to the coordinated review of the Door Hardware Schedule. 31 C. Keying Schedule: After a keying meeting with the owner has taken place prepare a separate 32 keying schedule detailing final instructions. Submit the keying schedule in electronic 33 format. Include keying system explanation, door numbers, key set symbols, hardware set 34 numbers and special instructions. Owner must approve submitted keying schedule prior to 35 the ordering of permanent cylinders/cores. 36 D. Informational Submittals: 37 1. Product Test Reports: Indicating compliance with cycle testing requirements, based on 38 evaluation of comprehensive tests performed by manufacturer and witnessed by a 39 qualified independent testing agency. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 087100-1 DOOR HARDWARE Page 3 of 14 1.4 CLOSEOUT SUBMITTALS 2 A. Operating and Maintenance Manuals: Provide manufacturers operating and maintenance 3 manuals for each item comprising the complete door hardware installation in quantity as 4 required in Division 01, Closeout Procedures. B. Project Record Documents: Provide record documentation of as -built door hardware sets in digital format (.pdf, .docx, .xlsx, .csv) and as required in Division 01, Project Record Documents. 1.5 QUALITY ASSURANCE 9 A. Manufacturers Qualifications: Engage qualified manufacturers with a minimum 5 years of 10 documented experience in producing hardware and equipment similar to that indicated for 11 this Project and that have a proven record of successful in-service performance. 12 B. Certified Products: Where specified, products must maintain a current listing in the 13 Builders Hardware Manufacturers Association (BHMA) Certified Products Directory 14 (CPD). 15 C. Installer Qualifications: A minimum 3 years documented experience installing both 16 standard and electrified door hardware similar in material, design, and extent to that 17 indicated for this Project and whose work has resulted in construction with a record of 18 successful in-service performance. 19 D. Door Hardware Supplier Qualifications: Experienced commercial door hardware 20 distributors with a minimum 5 years documented experience supplying both mechanical 21 and electromechanical hardware installations comparable in material, design, and extent to 22 that indicated for this Project. Supplier recognized as a factory direct distributor by the 23 manufacturers of the primary materials with a warehousing facility in Project's vicinity. 24 Supplier to have on staff a certified Architectural Hardware Consultant (AHC) available 25 during the course of the Work to consult with Contractor, Architect, and Owner concerning 26 both standard and electromechanical door hardware and keying. 27 E. Source Limitations: Obtain each type and variety of door hardware specified in this section 28 from a single source unless otherwise indicated. 29 F. Each unit to bear third party permanent label indicating compliance with the referenced 30 testing standards. 31 G. Keying Conference: Conduct conference to comply with requirements in Division 01 32 Section "Project Meetings." Keying conference to incorporate the following criteria into the 33 final keying schedule document: 34 1. Function of building, purpose of each area and degree of security required. 35 2. Plans for existing and future key system expansion. 36 3. Requirements for key control storage and software. 37 4. Installation of permanent keys, cylinder cores and software. 38 5. Address and requirements for delivery of keys. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 087100-1 DOOR HARDWARE Page 4 of 14 1 H. Pre -Submittal Conference: Conduct coordination conference in compliance with 2 requirements in Division 01 Section "Project Meetings" with attendance by representatives 3 of Supplier(s), Installer(s), and Contractor(s) to review proper methods and the procedures 4 for receiving, handling, and installing door hardware. 5 1. Prior to installation of door hardware, conduct a project specific training meeting to 6 instruct the installing contractors' personnel on the proper installation and adjustment of 7 their respective products. Product training to be attended by installers of door hardware 8 (including electromechanical hardware) for aluminum, hollow metal and wood doors. 9 Training will include the use of installation manuals, hardware schedules, templates 10 and physical product samples as required. 11 2. Inspect and discuss electrical roughing -in, power supply connections, and other 12 preparatory work performed by other trades. 13 3. Review sequence of operation narratives for each unique access controlled opening. 14 4. Review and finalize construction schedule and verify availability of materials. 15 5. Review the required inspecting, testing, commissioning, and demonstration procedures 16 I. At completion of installation, provide written documentation that components were applied 17 according to manufacturer's instructions and recommendations and according to approved 18 schedule. 19 1.6 DELIVERY, STORAGE AND HANDLING 20 A. Inventory door hardware on receipt and provide secure lock -up and shelving for door 21 hardware delivered to Project site. Do not store electronic access control hardware, 22 software or accessories at Project site without prior authorization. 23 B. Tag each item or package separately with identification related to the final Door Hardware 24 Schedule, and include basic installation instructions with each item or package. 25 C. Deliver, as applicable, permanent keys, cylinders, cores, access control credentials, 26 software and related accessories directly to Owner via registered mail or overnight package 27 service. Instructions for delivery to the Owner shall be established at the "Keying 28 Conference". 29 1.7 COORDINATION 30 A. Templates: Obtain and distribute to the parties involved templates for doors, frames, and 31 other work specified to be factory prepared for installing standard and electrified hardware. 32 Check Shop Drawings of other work to confirm that adequate provisions are made for 33 locating and installing hardware to comply with indicated requirements. 34 B. Door and Frame Preparation: Doors and corresponding frames are to be prepared, 35 reinforced and pre -wired (if applicable) to receive the installation of the specified 36 electrified, monitoring, signaling and access control system hardware without additional in- 37 field modifications. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 087100-1 DOOR HARDWARE Page 5 of 14 1.8 WARRANTY 2 A. General Warranty: Reference Division 01, General Requirements. Special warranties 3 specified in this Article shall not deprive Owner of other rights Owner may have under 4 other provisions of the Contract Documents and shall be in addition to, and run concurrent 5 with, other warranties made by Contractor under requirements of the Contract Documents. 6 B. Warranty Period: Written warranty, executed by manufacturer(s), agreeing to repair or 7 replace components of standard and electrified door hardware that fails in materials or 8 workmanship within specified warranty period after final acceptance by the Owner. 9 Failures include, but are not limited to, the following: 10 1. Structural failures including excessive deflection, cracking, or breakage. 11 2. Faulty operation of the hardware. 12 3. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 13 4. Electrical component defects and failures within the systems operation. 14 C. Warranty Period: Unless otherwise indicated, warranty shall be one year from date of 15 Substantial Completion. 16 PART 2 - PRODUCTS 17 2.1 BUTT HINGES 18 A. Hinges: ANSIBHMA A156.1 butt hinges with number of hinge knuckles and other options 19 as specified in the Door Hardware Sets. 20 1. Quantity: Provide the following hinge quantity: 21 a. Two Hinges: For doors with heights up to 60 inches. 22 b. Three Hinges: For doors with heights 61 to 90 inches. 23 c. Four Hinges: For doors with heights 91 to 120 inches. 24 d. For doors with heights more than 120 inches, provide 4 hinges, plus 1 hinge for 25 every 30 inches of door height greater than 120 inches. 26 2. Hinge Size: Provide the following, unless otherwise indicated, with hinge widths sized 27 for door thickness and clearances required: 28 a. Widths up to 3'0": 4-1/2" standard or heavy weight as specified. 29 b. Sizes from 3' 1" to 4'0": 5" standard or heavyweight as specified. 30 3. Hinge Weight and Base Material: Unless otherwise indicated, provide the following: 31 a. Exterior Doors: Heavy weight, non-ferrous, ball bearing or oil impregnated bearing 32 hinges unless Hardware Sets indicate standard weight. 33 b. Interior Doors: Standard weight, steel, ball bearing or oil impregnated bearing 34 hinges unless Hardware Sets indicate heavy weight. 35 4. Hinge Options: Comply with the following: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 087100-1 DOOR HARDWARE Page 6 of 14 1 a. Non -removable Pins: With the exception of electric through wire hinges, provide 2 set screw in hinge barrel that, when tightened into a groove in hinge pin, prevents 3 removal of pin while door is closed; for the all out -swinging lockable doors. 4 5. M nufacturers: a 5 a. M Kinney (MK) - TA/T4A Series, 5-knuckle. 6 2.2 CYLINDERS AND KEYING 7 A. General: Cylinder manufacturer to have minimum (10) years experience designing secured 8 master key systems and have on record a published security keying system policy. 9 1. M nufacturers: a 10 a. M tch Existing, Field Verify. 11 b. No Substitution. 12 B. Cylinder Types: Original manufacturer cylinders able to supply the following cylinder 13 formats and types: 14 1. Threaded mortise cylinders with rings and cams to suit hardware application. 15 2. Rim cylinders with back plate, flat -type vertical or horizontal tailpiece, and raised trim 16 ring. 17 3. Bored or cylindrical lock cylinders with tailpieces as required to suit locks. 18 4. Tubular deadlocks and other auxiliary locks. 19 5. M rtise and rim cylinder collars to be solid and recessed to allow the cylinder face to 20 be flush and be free spinning with matching finishes. 21 6. Keyway: Match Facility Standard. 22 C. Keying System: Each type of lock and cylinders to be factory keyed. 23 1. Supplier shall conduct a "Keying Conference" to define and document keying system 24 instructions and requirements. 25 2. Furnish factory cut, nickel -silver large bow permanently inscribed with a visual key 26 control number as directed by Owner. 27 3. Existing System: Field verify and key cylinders to match Owner's existing system. 28 D. Key Quantity: Provide the following minimum number of keys: 29 1. Change Keys per Cylinder: Two (2) 30 2. M ster Keys (per Master Key Level/Group): Five (5). 31 E. Key Registration List (Bitting List): 32 1. Provide keying transcript list to Owner's representative in the proper format for 33 importing into key control software. 34 2. Provide transcript list in writing or electronic file as directed by the Owner. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 087100-1 DOOR HARDWARE Page 7 of 14 2.3 LOCK AND LATCH STRIKES 2 A. Strikes: Provide manufacturer's standard strike with strike box for each latch or lock bolt, 3 with curved lip extended to protect frame, finished to match door hardware set, unless 4 otherwise indicated, and as follows: 5 1. Flat -Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by 6 manufacturer. 7 2. Extra -Long -Lip Strikes: For locks used on frames with applied wood casing trim. 8 3. Aluminum -Frame Strike Box: Provide manufacturer's special strike box fabricated for 9 aluminum framing. 10 4. Double -lipped strikes: For locks at double acting doors. Furnish with retractable stop 11 for rescue hardware applications. 12 B. Standards: Comply with the following: 13 1. Strikes for Mortise Locks and Latches: BHMA A156.13. 14 2. Strikes for Bored Locks and Latches: BHMA A156.2. 15 3. Strikes for Auxiliary Deadlocks: BHMA A156.36. 16 4. Dustproof Strikes: BHMA A156.16. 17 2.4 CONVENTIONAL EXIT DEVICES 18 A. General Requirements: All exit devices specified herein shall meet or exceed the following 19 criteria: 20 1. At doors not requiring a fire rating, provide devices complying with NFPA 101 and 21 listed and labeled for "Panic Hardware" according to UL305. Provide proper fasteners 22 as required by manufacturer including sex nuts and bolts at openings specified in the 23 Hardware Sets. 24 2. Where exit devices are required on fire rated doors, provide devices complying with 25 NFPA 80 and with UL labeling indicating "Fire Exit Hardware". Provide devices with 26 the proper fasteners for installation as tested and listed by UL. Consult manufacturer's 27 catalog and template book for specific requirements. 28 3. Except on fire rated doors, provide exit devices with hex key dogging device to hold 29 the pushbar and latch in a retracted position. Provide optional keyed cylinder dogging 30 on devices where specified in Hardware Sets. 31 4. Devices must fit flat against the door face with no gap that permits unauthorized 32 dogging of the push bar. The addition of filler strips is required in any case where the 33 door light extends behind the device as in a full glass configuration. 34 5. Lever Operating Trim: Where exit devices require lever trim, furnish manufacturer's 35 heavy duty escutcheon trim with threaded studs for thru-bolts. 36 a. Lock Trim Design: As indicated in Hardware Sets, provide finishes and designs to 37 match that of the specified locksets. 38 b. Where function of exit device requires a cylinder, provide a cylinder (Rim or 39 Mortise) as specified in Hardware Sets. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 087100-1 DOOR HARDWARE Page 8 of 14 Vertical Rod Exit Devices: Where surface or concealed vertical rod exit devices are used at interior openings, provide as less bottom rod (LBR) unless otherwise indicated. Provide dust proof strikes where thermal pins are required to project into the 4 floor. 5 7. Narrow Stile Applications: At doors constructed with narrow stiles, or as specified in 6 Hardware Sets, provide devices designed for maximum 2" wide stiles. 7 8. Dummy Push Bar: Nonfunctioning push bar matching functional push bar. 8 9. Rail Sizing: Provide exit device rails factory sized for proper door width application. 9 10. Through Bolt Installation: For exit devices and trim as indicated in Door Hardware 10 Sets. 11 B. Conventional Push Rail Exit Devices (Heavy Duty): ANSIBHMA A156.3, Grade 1 12 Certified Products Directory (CPD) listed exit devices. Listed manufacturers shall meet all 13 functions and features as specified herein. 14 15 16 17 2.5 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 M nufacturers: a. Corbin Russwin Hardware (RU) - ED4000 / ED5000 Series. b. Sargent Manufacturing (SA) - 80 Series. DOOR CLOSERS A. All door closers specified herein shall meet or exceed the following criteria: 1. General: Door closers to be from one manufacturer, matching in design and style, with the same type door preparations and templates regardless of application or spring size. Closers to be non -handed with full sized covers. 2. Standards: Closers to comply with UL-IOC for Positive Pressure Fire Test and be U.L. listed for use of fire rated doors. 3. Size of Units: Comply with manufacturer's written recommendations for sizing of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Where closers are indicated for doors required to be accessible to the Americans with Disabilities Act, provide units complying with ANSI ICC/A117.1. 4. Closer Arms: Provide heavy duty, forged steel closer arms unless otherwise indicated in Hardware Sets. 5. Closers shall not be installed on exterior or corridor side of doors; where possible install closers on door for optimum aesthetics. 6. Closer Accessories: Provide door closer accessories including custom templates, special mounting brackets, spacers and drop plates as required for proper installation. Provide through -bolt and security type fasteners as specified in the hardware sets. B. Door Closers, Surface Mounted (Large Body Cast Iron): ANSI/BHMA A156.4, Grade 1 Certified Products Directory (CPD) listed surface mounted, heavy duty door closers with complete spring power adjustment, sizes 1 thru 6; and fully operational adjustable according to door size, frequency of use, and opening force. Closers to be rack and pinion type, one piece cast iron body construction, with adjustable backcheck and separate non- critical valves for closing sweep and latch speed control. 1. M nufacturers: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 087100-1 DOOR HARDWARE Page 9 of 14 1 a. Corbin Russwin Hardware (RU) - DC8000 Series. 2 b. Norton Rixson (NO) - 9500 Series. 3 c. Sargent Manufacturing (SA) - 281 Series. 4 C. Door Closers, Surface Mounted (Unitrol): ANSIBHMA A156.4, Grade 1 Certified 5 Products Directory (CPD) listed surface mounted closers with door stop mechanism to 6 absorb dead stop shock on arm and top hinge. Hold -open arms to have a spring loaded 7 mechanism in addition to shock absorber assembly. Arms to be provided with rigid steel 8 main arm and secondary arm lengths proportional to the door width. 9 1. M nufacturers: 10 a. Corbin Russwin Hardware (RU) - Unitrol Series. 11 b. Norton Rixson (NO) - Unitrol Series. 12 c. Sargent (SA) — With CPS arm 13 2.6 ARCHITECTURAL TRIM 14 A. Door Protective Trim 15 1. General: Door protective trim units to be of type and design as specified below or in 16 the Hardware Sets. 17 2. Size: Fabricate protection plates (kick, armor, or mop) not more than 2" less than door 18 width (LDW) on stop side of single doors and 1" LDW on stop side of pairs of doors, 19 and not more than 1" less than door width on pull side. Coordinate and provide proper 20 width and height as required where conflicting hardware dictates. Height to be as 21 specified in the Hardware Sets. 22 3. Where plates are applied to fire rated doors with the top of the plate more than 16" 23 above the bottom of the door, provide plates complying with NFPA 80. Consult 24 manufacturer's catalog and template book for specific requirements for size and 25 applications. 26 4. Protection Plates: ANSI/BHMA A156.6 protection plates (kick, armor, or mop), 27 fabricated from the following: 28 a. Stainless Steel: 300 grade, 050-inch thick. 29 5. Options and fasteners: Provide manufacturer's designated fastener type as specified in 30 the Hardware Sets. Provide countersunk screw holes. 31 6. M nufacturers: 32 a. Rockwood (RO). 33 2.7 DOOR STOPS AND HOLDERS 34 A. General: Door stops and holders to be of type and design as specified below or in the 35 Hardware Sets. 36 B. Door Stops and Bumpers: ANSIBHMA A156.16, Grade 1 door stops and wall bumpers. 37 Provide wall bumpers, either convex or concave types with anchorage as indicated, unless CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 087100-1 DOOR HARDWARE Page 10 of 14 1 floor or other types of door stops are specified in Hardware Sets. Do not mount floor stops 2 where they will impede traffic. Where floor or wall bumpers are not appropriate, provide 3 overhead type stops and holders. 4 1. M nufacturers: 5 a. Rockwood (RO). 6 2.8 ARCHITECTURAL SEALS 7 A. General: Thresholds, weatherstripping, and gasket seals to be of type and design as 8 specified below or in the Hardware Sets. Provide continuous weatherstrip gasketing on 9 exterior doors and provide smoke, light, or sound gasketing on interior doors where 10 indicated. At exterior applications provide non -corrosive fasteners and elsewhere where 11 indicated. 12 B. Smoke Labeled Gasketing: Assemblies complying with NFPA 105 that are listed and 13 labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for 14 smoke control ratings indicated, based on testing according to UL 1784. 15 1. Provide smoke labeled perimeter gasketing at all smoke labeled openings. 16 C. Fire Labeled Gasketing: Assemblies complying with NFPA 80 that are listed and labeled 17 by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire 18 ratings indicated, based on testing according to UL-IOC. 19 1. Provide intumescent seals as indicated to meet UL10C Standard for Positive Pressure 20 Fire Tests of Door Assemblies, and NFPA 252, Standard Methods of Fire Tests of 21 Door Assemblies. 22 D. Sound -Rated Gasketing: Assemblies that are listed and labeled by a testing and inspecting 23 agency, for sound ratings indicated. 24 E. Replaceable Seal Strips: Provide only those units where resilient or flexible seal strips are 25 easily replaceable and readily available from stocks maintained by manufacturer. 26 F. M nufacturers: 27 1. Pemko (PE). 28 2.9 FABRICATION 29 A. Fasteners: Provide door hardware manufactured to comply with published templates 30 generally prepared for machine, wood, and sheet metal screws. Provide screws according to 31 manufacturers recognized installation standards for application intended. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 087100-1 DOOR HARDWARE Page 11 of 14 1 2.10 FINISHES 2 A. Standard: Designations used in the Hardware Sets and elsewhere indicate hardware finishes 3 complying with ANSIBHMA A156.18, including coordination with traditional U.S. 4 finishes indicated by certain manufacturers for their products. 5 B. Provide quality of finish, including thickness of plating or coating (if any), composition, 6 hardness, and other qualities complying with manufacturer's standards, but in no case less 7 than specified by referenced standards for the applicable units of hardware 8 C. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, 9 temporary protective covering before shipping. 10 D. Finishes on new hardware to match existing hardware on similar doors in building. 11 PART 3 - EXECUTION 12 3.1 EXAMINATION 13 A. Examine scheduled openings, with Installer present, for compliance with requirements for 14 installation tolerances, labeled fire door assembly construction, wall and floor construction, 15 and other conditions affecting performance. 16 B. Notify architect of any discrepancies or conflicts between the door schedule, door types, 17 drawings and scheduled hardware. Proceed only after such discrepancies or conflicts have 18 been resolved in writing. 19 3.2 PREPARATION 20 A. Hollow Metal Doors and Frames: Comply with ANSI/DHI Al 15 series. 21 B. Wood Doors: Comply with ANSI/DHI Al 15-W series. 22 3.3 INSTALLATION 23 A. Install each item of mechanical and electromechanical hardware and access control 24 equipment to comply with manufacturer's written instructions and according to 25 specifications. 26 1. Installers are to be trained and certified by the manufacturer on the proper installation 27 and adjustment of fire, life safety, and security products including: hanging devices; 28 locking devices; closing devices; and seals. 29 B. Mounting Heights: Mount door hardware units at heights indicated in following applicable 30 publications, unless specifically indicated or required to comply with governing 31 regulations: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 087100-1 DOOR HARDWARE Page 12 of 14 1 1. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural 2 Hardware for Standard Steel Doors and Frames." 3 2. DHI TDH-007-20: Installation Guide for Doors and Hardware. 4 3. Where indicated to comply with accessibility requirements, comply with ANSI Al17.1 5 "Accessibility Guidelines for Buildings and Facilities." 6 4. Provide blocking in drywall partitions where wall stops or other wall mounted 7 hardware is located. 8 C. Retrofitting: Install door hardware to comply with manufacturer's published templates and 9 written instructions. Where cutting and fitting are required to install door hardware onto or 10 into surfaces that are later to be painted or finished in another way, coordinate removal, 11 storage, and reinstallation of surface protective trim units with finishing work specified in 12 Division 9 Sections. Do not install surface -mounted items until finishes have been 13 completed on substrates involved. 14 D. Push Plates and Door Pulls: When through -bolt fasteners are in the same location as a push 15 plate, countersink the fasteners flush with the door face allowing the push plate to sit flat 16 against the door. 17 E. Thresholds: Set thresholds for exterior and acoustical doors in full bed of sealant complying 18 with requirements specified in Division 7 Section "Joint Sealants." 19 F. Storage: Provide a secure lock up for hardware delivered to the project but not yet installed. 20 Control the handling and installation of hardware items so that the completion of the work 21 will not be delayed by hardware losses before and after installation. 22 3.4 ADJUSTING 23 A. Initial Adjustment: Adjust and check each operating item of door hardware and each door 24 to ensure proper operation or function of every unit. Replace units that cannot be adjusted 25 to operate as intended. Adjust door control devices to compensate for final operation of 26 heating and ventilating equipment and to comply with referenced accessibility 27 requirements. 28 3.5 CLEANING AND PROTECTION 29 A. Protect all hardware stored on construction site in a covered and dry place. Protect exposed 30 hardware installed on doors during the construction phase. Install any and all hardware at 31 the latest possible time frame. 32 B. Clean adjacent surfaces soiled by door hardware installation. 33 C. Clean operating items as necessary to restore proper finish. Provide final protection and 34 maintain conditions that ensure door hardware is without damage or deterioration at time of 35 owner occupancy. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 087100-1 DOOR HARDWARE Page 13 of 14 1 3.6 DEMONSTRATION 2 A. Instruct Owner's maintenance personnel to adjust, operate, and maintain mechanical and 3 electromechanical door hardware. 4 3.7 DOOR HARDWARE SETS 5 A. The hardware sets represent the design intent and direction of the owner and architect. They 6 are a guideline only and should not be considered a detailed hardware schedule. 7 Discrepancies, conflicting hardware and missing items should be brought to the attention of 8 the architect with corrections made prior to the bidding process. Omitted items not included 9 in a hardware set should be scheduled with the appropriate additional hardware required for 10 proper application and functionality. 11 1. Quantities listed are for each pair of doors, or for each single door. 12 2. The supplier is responsible for handing and sizing all products. 13 3. Where multiple options for a piece of hardware are given in a single line item, the 14 supplier shall provide the appropriate application for the opening. 15 B. Manufacturer's Abbreviations: 16 1. MK - McKinney 2. RU - Corbin Russwin 3. NO - Norton 4. RO - Rockwood 5. PE - Pemko 6. OT - Other Hardware Sets Set: 1.0 Doors: 100 2 Continuous Hinge CFMxxxHD 1 PT PE 2 Concealed Vert Rod 6160 EO AU627F M TCH YA 2 Parallel Closers PRO 4400 M TCH YA 2 Kick Plates K1050 10" 1" LDW CSK BEV M TCH RO 1 Gasketing 2891APK PE 1 Astragal 18041 CNB PE 2 Sweep 3452 ANB PE 1 Threshold 2005AT M TCH PE CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 2 Surface Overhead Stops 9-X36 END OF SECTION 087100-1 DOOR HARDWARE Page 14 of 14 MATCH RF CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 260010-1 ELECTRICAL GENERAL PROVISIONS Page 1 of 7 1 SECTION 26 00 10 2 ELECTRICAL GENERAL PROVISIONS 3 PART1- GENERAL 5 1.1 GENERAL CONDITIONS 6 A.The General Conditions and Requirements, Special Provisions, are hereby made a part of this 7 Section. 8 B. The Electrical Drawings and Specifications under this Section shall be made a part of the 9 Contract Documents. The Drawings and Specifications of other sections of this contract, as well 10 as supplements issued thereto, information to bidders and pertinent documents issued by the 11 Owner's Representative are a part of these Drawings and Specifications and shall be complied 12 with in every respect. All the above documents will be on file at the office of the Owner's 13 representative and shall be examined by all the bidders. Failure to examine all documents shall 14 not relieve the responsibility or be used as a basis for additional compensation. 15 C.Furnish all work, labor, tools, superintendence, material, equipment and operations necessary to 16 provide for a complete and workable electrical system as defined by the Contract Documents. A 17 licensed journeyman shall be on site at all times while electrical work is being performed and a 18 licensed master electrician shall be in charge of the work. Submit license for master electrician 19 and all journeymen. 20 D.Be responsible for visiting the site and checking the existing conditions. Ascertain the conditions 21 to be met for installing the work and adjust bid accordingly. This project shall include electrical 22 work as shown on the Location Map. 23 E. It is the intent of the Contract Documents that upon completion of the electrical work, the entire 24 system shall be in a finished, workable condition. 25 F. All work that may be called for in the Specifications but not shown on the Drawings, or, all work 26 that may be shown on the Drawings but not called for in the Specifications, shall be performed by 27 the Contractor as if described in both. Should work be required which is not set forth in either 28 document, but which work is nevertheless required for fulfilling of the intent thereof, then the 29 Contractor shall perform all work as fully as if it were specifically set forth in the Contract 30 Documents. 31 G.The definition of terms used throughout the Contract Documents shall be as specified by the 32 following agencies: 33 34 1. Underwriters Laboratories 35 2. National Electrical Manufacturers Association 36 3. American National Standards Institute 37 4. Insulated Power Cable Engineers Association 38 5. National Electrical Code 39 6. National Fire Protection Association 40 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260010-2 ELECTRICAL GENERAL PROVISIONS Page 2 of 7 41 H.The use of the terms "as (or where) indicated", "as (or where) shown", "as (or where) specified", 42 or "as (or where) scheduled" shall be taken to mean that the reference is made to the Contract 43 Documents, either on the Drawings or in the Specifications, or both documents. 44 I. The use of the words "furnish", "provide", or "install" shall be taken to mean that the item or 45 facility is to be both furnished and installed under Division 26, unless stated to the contrary that 46 the item or facility is to be either furnished under another Division or under another Contract, 47 furnished under this Division and installed under another Division or under another Contract, or 48 furnished and installed under another Division or under another Contract. 49 50 1.2 PERMITS AND CODES 51 52 A. Secure all permits, licenses, and inspection as required by all authorities having jurisdiction. 53 Give all notices and comply with all laws, ordinances, rules, regulations and contract 54 requirements bearing on the work. 55 B. The minimum requirements of the electrical system installation shall conform to the latest edition 56 of the National Electrical Code, as well as state and local codes. 57 C. Codes and ordinances having jurisdiction and specified codes shall serve as minimum 58 requirements, but, if the Contract Documents indicate requirements which are in excess of those 59 minimum requirements, then the requirements of the Contract Documents shall be followed. 60 Should there be any conflicts between the Contract Documents and codes, or any ordinances, 61 report these with bid. 62 63 64 PART 2 - PRODUCTS 65 66 2.1 STANDARDS 67 68 A.All materials and equipment shall conform to the requirements of the Contract Documents. They 69 shall be new, free from defects, and they shall conform to the following standards where these 70 organizations have set standards: 71 1. Underwriters Laboratories (UL) 72 2. National Electrical Manufacturer's Association (NEMA) 73 3. American National Standards Association (ANSI) 74 4. Insulated Cable Engineers Association (ICEA) 75 76 B.All material and equipment of the same class shall be supplied by the same manufacturer, unless 77 specified to the contrary. 78 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260010-3 ELECTRICAL GENERAL PROVISIONS Page 3 of 7 79 C.All products shall bear UL labels where standards have been set for listing. All other products 80 shall be UL labeled. Motor control centers, switchboards, and switchgear shall have UL labels. 81 Custom panels, modified motor starters, control panels, and instrument panels and the like shall 82 be manufactured by a fabricator approved as a UL508A shop and shall bear a UL 508A or UL 83 Industrial Control Panel label. 84 D.When the Contractor provides a product for this project he shall be bound by the terms and 85 conditions of the Contract Documents and he shall agree to warrant and to be liable for the 86 merchantability and fitness of his product to the applications to which his product is applied 87 under the Contract Documents. 88 89 2.2 SHOP DRAWINGS AND SUBMITTALS 90 91 A. Shop drawings and submittals shall comply with general conditions and as specified herein. 92 B. Shop drawings shall be taken to mean detailed drawings with dimensions, schedules, weights, 93 capacities, installation details and pertinent information that will be needed to describe the 94 material or equipment in detail. 95 C. Submittals shall be taken to mean catalog cuts, general descriptive information, catalog numbers 96 and manufacturer's name. 97 D.Submit for review all shop drawings and submittals as hereinbefore called for. 98 E. Review of submittals or shop drawings shall not remove the responsibility for furnishing 99 materials or equipment or proper dimensions, quantity and quality, nor will such review remove 100 the responsibility for error in the shop drawings or submittals. 101 F. Failure to process submittals or shop drawings on any item and/or items specified shall make the 102 Contractor responsible for the suitability for the item and/or items, even though the item and/or 103 items installed appear to comply with the Contract Documents. 104 G.Assume all costs and liabilities which may result from the ordering of any material or equipment 105 prior to the review of the shop drawings or submittals, and no work shall be done until the shop 106 drawings or submittals have been reviewed. In case of correction or rejection, resubmit until such 107 time as they are accepted by the Owner's Representative, and such procedures will not be cause 108 for delay. 109 H.Submittals and shop drawings shall be compiled from the manufacturer's latest product data. 110 Should there be any conflicts between this data and the Contract Documents, report this 111 information for each submittal and/or shop drawing. 112 I. Shop drawings and submittals will be returned and unchecked if the specific items proposed are 113 not clearly marked, or if the General Contractor's approval stamp is omitted. 114 J. When requested, furnish samples of materials for acceptance review. If a sample has been 115 reviewed and accepted, then that item of material or equipment installed on the job shall be equal 116 to the sample; if it is found that the installed item is not equal, then replace all such items with the 117 accepted sample equivalent. 118 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260010-4 ELECTRICAL GENERAL PROVISIONS Page 4 of 7 119 2.3 ACCEPTANCE AND SUBSTITUTIONS 120 A.All manufacturers named are a basis as a standard of quality and substitutions of any equal 121 product will be considered for acceptance. The judgment of equality of product substitution shall 122 be made by the Engineer. 123 B. Substitutions after award of Contract shall be made only within sixty (60) days after the notice to 124 proceed. Furnish all required supporting data. The submittal of substitutions for review shall not 125 be cause for time extensions. 126 C. Where substitutions are offered, the substituted product shall meet the product performance as set 127 forth in the specified manufacturer's current catalog literature, as well as meeting the details of 128 the Contract Documents. 129 D.The details on the drawings and the requirements of the Specifications are based on the first listed 130 material or equipment. If any other than the first listed material or equipment is furnished, then 131 assume responsibility for the correct function, operation, and accommodation of the substituted 132 item. In the event of misfits or changes in work required, either in this section or other sections 133 of the Contract, or in both, bear all costs in connection with all changes arising out of the use of 134 other than the first listed item specified. 135 E. Substitutions of products under other sections may occur. Make necessary adjustments and 136 additions to work under Division 26 to accommodate those substitutions. Such adjustments and 137 additions shall be performed in compliance with Division 26 Specifications at no additional 138 charge. 139 F. Energy efficiency of each item of power consuming equipment shall be considered one of the 140 standards for evaluation. 141 142 143 PART 3 - EXECUTION 144 145 3.1 CUTTING AND PATCHING 146 A.Cutting and patching required under this section shall be done in a neat workmanlike manner. 147 Cutting lines shall be uniform and smooth. 148 B.Use concrete saws for large cuts in concrete and use core drills for small round cuts in concrete. 149 C. Where openings are cut through masonry walls, provide lintel or other structural support to 150 protect the remaining masonry. Adequate support shall be provided during the cutting operation 151 to prevent damage to masonry. 152 D.Where large openings are cut through metal surfaces, attach metal angle around the opening. 153 E. Patch concrete openings that are to be filled with nonshrinking cementing compound. Finish 154 concrete patching shall be troweled smooth and shall be uniform with surrounding surfaces. 155 156 3.2 WATERPROOFING 157 A.Provide waterproof flashing for each penetration of exterior walls and roofs. 158 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260010-5 ELECTRICAL GENERAL PROVISIONS Page 5 of 7 159 3.3 CONSTRUCTION REQUIREMENTS 160 A.Except where specifically noted or shown, the locations and elevations of equipment are 161 approximate and are subject to small revisions as may prove necessary or desirable at the time the 162 work is installed. Locations changed substantially from that shown on the drawings shall be 163 confirmed with the Engineer in advance of construction. 164 B. Where equipment is being furnished under another Division, request from Engineer an accepted 165 drawing that will show exact dimensions of required locations or connections. Install the 166 required facilities to the exact requirements of the accepted drawings. 167 C.All work shall be done in the best and most workmanlike manner by qualified, careful electricians 168 who are skilled in their trade. The standards of work required throughout shall be of the first 169 class only. 170 D.Unless shown in detail, the Drawings are diagrammatic and do not necessarily give exact details 171 as to elevations and routing of raceways, nor do they show all offsets and fittings; nevertheless, 172 install the raceway system to conform to the structural and mechanical conditions of the 173 construction. 174 E. Holes for raceway penetration into sheet metal cabinets and boxes shall be accurately made with 175 an approved tool. Cutting openings with a torch or other device that produces a jagged, rough cut 176 will not be acceptable. 177 F. Cabling inside equipment shall be carefully routed, trained and laced. Cables so placed that they 178 obstruct equipment devices will not be acceptable. 179 G.Equipment shall be set level and plumb. Supporting devices installed shall be set and so braced 180 that equipment is held in a rigid, tight -fitting manner. 181 182 3.4 EQUIPMENT PROTECTION 183 A.Provide suitable protection for all equipment, work and property against damage during 184 construction. 185 B.Assume full responsibility for material and equipment stored at the site. 186 C. Conduit openings shall be closed with caps or plugs during installation and made watertight. All 187 outlet boxes and cabinets shall be kept free of concrete, plaster, dirt and debris. 188 D.Equipment shall be covered and tightly sealed against entrance of dust, dirt and moisture. 189 E. All dry -type transformers prior to energization shall be protected against moisture and dirt 190 absorption by a suitable covering. Also, maintain heat inside the covering by means of 100 watt 191 minimum lamps. 192 F. Interiors of and motor control centers shall be kept clean and dry prior to energization. Maintain 193 heat inside each unit with one (1) 100 watt lamp located at bottom of each vertical section or 194 energize section space heaters. 195 196 3.5 COOPERATION WITH WORK UNDER OTHER DIVISIONS 197 A.Cooperate with all other trades so as to facilitate the general progress of their work. Allow all 198 other trades every reasonable opportunity for the installation of their work and the storage of their 199 materials. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260010-6 ELECTRICAL GENERAL PROVISIONS Page 6 of 7 200 B.The work under this section shall follow the general building construction closely. Set all pipe 201 sleeves, inserts, etc., and see that openings for chases, pipes, etc.., are provided before concrete is 202 placed or masonry installed. 203 C. Work with other trades in determining exact locations of outlets, conduits, fixtures, and pieces of 204 equipment to avoid interference with lines as required to maintain proper installation of other 205 work. 206 D.Make such progress in work that will not delay the work of other trades. Schedule the work so 207 that completion dates as established by the Engineer are met. Furnish sufficient labor or work 208 overtime to accomplish these requirements if directed to do so. 209 210 3.6 INSTALLATION OF WORK UNDER ANOTHER DIVISION 211 A.Verify the electrical capacities of all motors and electrical equipment furnished under other 212 sections, or furnished by the Owner, and request wiring information from the Engineer if wiring 213 requirements are different from that specified under this Section. Do not make rough -ins until 214 equipment verification has been received. 215 B.Install all motors, controllers, terminal boxes, pilot devices, and miscellaneous items of electrical 216 equipment that are not integrally mounted with the equipment furnished under other divisions. 217 All such equipment shall be securely mounted and adequately supported in a neat and 218 workmanlike manner. 219 220 3.7 CLEAN-UP 221 A.Remove all temporary labels, dirt, paint, grease and stains from all exposed equipment. Upon 222 completion of work, clean equipment and the entire installation so as to present a first class job 223 suitable for occupancy. No loose parts or scraps of equipment shall be left on the premises. 224 B.Equipment paint scars shall be repaired with paint kits supplied by the equipment manufacturer or 225 with an approved paint. 226 C. Clean interiors of each item of electrical equipment. At completion of work all equipment 227 interiors shall be free from dust, dirt and debris. 228 3.8 TESTS 229 A.Test all systems furnished under Division 26 and repair or replace all defective work. Make all 230 necessary adjustments to the systems and instruct the Owner's personnel in the proper operation 231 of the system. 232 B.Make all circuit breaker and protective relay adjustments and settings. 233 C. Make the following minimum tests and checks prior to energizing the electrical equipment: 234 1. Check all wire and cable terminations for tightness. 235 2. Test all wiring as specified in Section 26 0120. 236 3. Test grounding system as specified in Section 26 04 50. 237 4. Set all transformer taps as required to obtain the proper secondary voltage. 238 5. Carefully check all interlocking, control and instrument wiring for each system to ascertain 239 that the system will function properly as indicated by schematics, wiring diagrams, or as 240 specified herein. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260010-7 ELECTRICAL GENERAL PROVISIONS Page 7 of 7 241 6. chanical inspection of all low voltage circuit breakers, disconnect switches, motor 242 starters, control equipment, etc. for proper operation. 243 7. Provide all instruments and equipment required for the above tests. 244 245 3.9 RECORD DRAWINGS 246 A.At the start and during the progress of the job, keep one separate set of blue -line prints for making 247 construction notes and mark-ups. 248 B. Show conduit routing and wiring runs as constructed and identify each. 249 C.Record all deviations from the Contract Documents. 250 D.Submit set of marked -up drawings for review. The final payment will not be made until the 251 review is complete. 252 253 3.10 OPERATIONS AND MAINTENANCE MANUALS 254 A.Compile an Operations and Maintenance Manual on each item of equipment. These manuals shall 255 include detailed instructions and maintenance as well as spare parts lists. 256 B. Submit copies for review as hereinbefore specified. 257 C.Preliminary Operations and Maintenance Manuals shall be included with the initial shipments. 258 259 260 261 END OF SECTION 262 263 264 265 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 1 2 3 PART1- GENERAL 4 1.1 SCOPE SECTION 26 0110 RACEWAYS 2601 10-1 RACEWAYS Pagel of 8 5 A.This section shall include raceways, enclosures, supporting devices ancillary fittings and 6 appurtenances. Furnish and install the complete raceway systems as shown on the Drawings and 7 as specified herein. 8 B.Raceway is a broad -scope term that shall be defined by the National Electrical Code under Article 9 100. 10 11 1.2 APPLICATIONS 12 A.Except as otherwise shown on the Drawings, or otherwise specified, all underground and in -slab 13 conduit raceways shall be made with schedule 40 PVC. Bends to grade shall be made with plastic 14 coated rigid galvanized steel conduit. 15 B.Except as otherwise shown on the Drawings, or otherwise specified, all outdoor exposed power, 16 control, and instrumentation, signal, and communication conduit shall be rigid aluminum, except 17 where noted. 18 19 1.3 SUBMITTALS AND SHOP DRAWINGS 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A.Process catalog submittals for the following: 1. Plastic Jacketed Rigid Steel Conduit 2. Rigid Non -Metallic Conduit 3. Liquid -tight Flexible Conduit 4. Liquid -tight Fittings 5. Conduit Bushings 6. Conduit Bodies 7. Conduit Sealing Fittings 8. Expansion -Deflection Fittings 9. Expansion Fittings 10. Cast Metal Boxes 11. NEMA 4X J-Boxes 12. Tape Products 13. Wiring Devices 14. Supporting Devices 15. Labels 16. Grounding Devices 17. Foam Sealant 18. Conduit End Bell Fittings CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260110-2 RACEWAYS Page 2 of 8 40 PART 2 - PRODUCTS 41 42 RACEWAYS 43 A.Rigid metallic aluminum conduit shall be manufactured of 6063 alloy, T-1 temper, with no more 44 than 0.02% copper content. All conduit couplings shall be threaded aluminum. All such conduit 45 shall be listed with UL and comply with UL-6 and ANSI C80.5. Aluminum conduit shall be 46 Easco, Indalex or equal. 47 B.Rigid metallic steel conduit shall be hot -dip galvanized inside and outside and over threads. All 48 such conduit shall comply with U.L. Standard UL-6, Federal Specification WWC-581-1), ANSI 49 C90.1, and NEMA RN1-1980. Furnish Wheatland, Allied or equal. 50 C. Plastic coated rigid steel conduit shall consist of rigid steel body that complies with above 51 specifications for rigid metallic steel conduit, plus conduit shall have 40 mil thick heat -fused PVC 52 over outside and 2 mil coat of fully catalyzed phenolic inside. The inside coat shall have the 53 chemical resistance of the outer coating and shall not dissolve in lacquer thinner. All couplings 54 shall be equipped with PVC sleeves that extend one pipe diameter or 2", whichever is less, 55 beyond the end of the coupling. All plastic coated conduit shall conform to NEMA Standard 56 #RNI-1974 (Type A) and such conduit shall be Robroy "Plastibond Red", or equal. 57 D.Non-metallic rigid conduit shall be Schedule 40 PVC. Such conduit shall be UL listed for 90 58 degrees C and shall conform to NEMA TC-2 and UL-651 standards. Furnish Carlon, Cantex, or 59 equal. Furnish manufacturer's approved solvent for joining couplings. 60 E. Liquid -tight flexible conduit shall consist of hot -dipped galvanized, flexible interlocking steel 61 core with thermoplastic cover, integral copper ground wire (through 1-1/4" trade size) and shall 62 be Anaconda Sealtite or equal. 63 64 2.2 CONDUIT FITTINGS 65 A.NEMA 4 locknuts for rigid metallic conduit shall consist of galvanized steel body with neoprene 66 sealing ring. Furnish Crouse -Hinds, T&B, or equal. 67 B.NEMA 1 locknuts for rigid metallic conduits shall be galvanized steel for use with galvanized 68 steel conduit and hardened aluminum for use with aluminum conduit. 69 C. Conduit field -applied hubs for sheet metal enclosures shall be aluminum body with recessed 70 neoprene sealing ring, threaded NPT insert, and shall be, T&B 370 AL series, or equal products 71 by OZ/Gedney. 72 D.Conduit hubs for non-metallic enclosures shall be fiberglass polyester reinforced with galvanized 73 steel core, complete with locknut and grounding bushing. All such hubs shall be Crouse -Hinds 74 Type NHU, or equal. 75 E. Rigid metallic conduit chase nipples, split couplings, slip fittings, unions, reducers, and enlargers, 76 shall be hot -dip or mechanically galvanized malleable iron. 77 F. Rigid metallic conduit short els and long els shall be hot -dip galvanized malleable iron with NPT 78 threaded hubs and male ends. Throats shall be smooth and free from burrs. All such fittings shall 79 be OZ/Gedney Type "9" Series, Appleton, or equal. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260110-3 RACEWAYS Page 3 of 8 80 G.Rigid metallic conduit split couplings shall have threaded body with split tightening shelves with 81 neoprene sandwich. Furnish malleable iron mechanically galvanized body. Such fittings shall be 82 OZ type "SSP", or equal. 83 H.Rigid metallic conduit grounding bushings shall be aluminum body with threaded hub, bakelite 84 insulated throat, and tin-plated copper ground lug. Furnish OZ/Gedney type ABLG, or equal. 85 I. Liquid -tight flexible conduit fittings shall be hot -dip galvanized steel body with internal locking 86 ring and ground cone plus external ground wire fitting. Furnish straight or angle connectors as 87 required. All such connectors shall be OZ/Gedney 4Q series, or equal. 88 J. Rigid metallic conduit expansion/deflection fittings shall consist of galvanized malleable iron 89 hubs with heat -fused epoxy coating, flexible neoprene joining sleeve banded to hubs with 90 stainless steel bands, and with internal bonding jumper and guide cones. Furnish Crouse -Hinds 91 type "XDHF" or equal. 92 K.Rigid metallic conduit expansion fittings shall consist of metallic barrel joined to hubs at each 93 end. One hub shall be threaded to barrel and other hub shall have slip fit to allow up to four (4") 94 inches of conduit lateral movement. Provide external bonding jumper for each expansion joint. 95 Furnish Crouse -Hinds type "XJ", OZ Type "AX", or equal. 96 L. Conduit waterstops for sealing inside of conduit runs shall consist of aluminum pressure discs 97 with sandwiched neoprene seal and with 316 stainless steel hardware. Furnish OZ/Gedney type 98 "CS" series products, as indicated. 99 100 2.3 CONDUIT BODIES AND BOXES 101 A.A. Conduit bodies such as "C", "LB", "T" and the like pulling fittings shall be zinc coated with 102 malleable iron or aluminum (material shall match conduit). Covers for damp and/or wet location 103 use shall be gasketed cast metal with "wedge -nut" clamps. Covers for dry locations shall be cast 104 aluminum and hardware shall be 316 stainless steel. All covers shall be equipped with clamp 105 type clevises. Furnish Crouse -Hinds Form 7, or Appleton Form "FM7" products. 106 B.B. Conduit bodies for use in corrosive areas shall be as specified above but shall have 40 mil 107 plastic coated PVC jacket and 2 mil interior coating as specified for plastic coated rigid steel 108 conduit. Furnish Robroy Plasti-bond Red fittings or equal. 109 C.C. Conduit bodies such as "GUA", "GUAT", "GUAL", and the like pulling/splicing fittings shall 110 be cast aluminum with threaded cast aluminum covers. All such conduit bodies shall be Killark 111 "GE" series, or equal products by Crouse -Hinds or Appleton. 112 D.D. Cast metal outlet boxes, pullboxes, and junction boxes whose volume is smaller than 100 113 cubic inches, and cast metal device boxes, shall be sand-cast, copper -free aluminum or zinc 114 coated sand-cast malleable iron. All boxes shall have threaded hubs. Furnish Crouse -Hinds "FD" 115 style condulets, Appleton "FD" style Unilets, or equal. 116 E. Covers for cast metal boxes shall be gasketed cast metal covers with 316 stainless steel screws 117 and shall be suitable for use in wet or damp locations. 118 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 2601 10 - 4 RACEWAYS Page 4 of 8 119 2.4 PULL AND JUNCTION BOXES 120 A.Pullboxes and junction boxes whose volume is less than 100 cubic inches shall be furnished as 121 specified hereinbefore except where sheet metal types are shown, in which case, furnish such 122 sheet metal enclosures in NEMA 4X 316 stainless steel construction with gasketed covers of 123 same material. 124 B.Pullboxes and junction boxes whose volume is 100 cubic inches and greater shall be NEMA 4X 125 316 grade stainless steel type with gasketed stainless steel covers. Provide print pocket and 126 interior back panel for mounting of terminal strips where terminal strips are called for on the 127 drawings. Sheet metal boxes shall be as manufactured by Hoffman or equal. 128 C.Covers for sheetmetal pullboxes and junction boxes over 100 cubic inches (and for smaller sized 129 where shown) shall have hinged doors. All hardware shall be 316 stainless steel. 130 D.Cast metal junction boxes shall be cast aluminum type with gasketed, cast metal covers and with 131 stainless steel cover screws. 132 133 2.5 LABELS 134 A.Buried conduit marking tape for marking path of secondary buried conduits shall be four (4") 135 inch nominal width strip of polyethylene with highly visible, repetitive marking 'BURIED 136 CONDUIT" or similar language, repeated along its length. 137 B. Voltage warning labels for cabinets shall be waterproof vinyl strips with adhesive back and shall 138 have "DANGER (VOLTAGE) - DISCONNECT ALL SOURCES OF POWER BEFORE 139 ENTERING". Letters shall be highly visible red color on white background. 140 141 2.6 SUPPORTING DEVICES 142 A.Mounting hardware, nuts, bolts, lockwashers, and washers, shall be Grade 304 stainless steel. 143 B.Unless otherwise indicated, channel framing and supporting devices shall be manufactured of 144 ASTM 6063, T06 grade aluminum; 1-5/8" wide x 3-1/4" deep (double opening type). Clamp 145 nuts for use with channels shall be grade 316 stainless steel. 146 C.Where indicated, furnish grade 316 stainless steel slotted channel members 1-5/8" wide x 1-5/8" 147 deep or 1 5/8" x 3 1/4" deep, double-faced type. All hardware and conduit clamps shall be grade 148 316 stainless steel. 149 D.Conduit clamp supports for terminating conduits onto cable trays shall be mechanically 150 galvanized malleable iron with adjustable angle clamp. Fittings shall be provided with 316 151 stainless steel hardware. Furnish OZ/Gedney type CTC products. 152 E. All such channel members and fittments shall be B-Line, Unistrut or equal. 153 F. Conduit straps, and associated nuts, lockwashers and bolts for use with channels shall be 316 154 stainless steel with 316 stainless steel hardware. Furnish B-Line products or equal. 155 G.After-set concrete inserts (drilled expansion shields "D.E.S.") shall consist of two types. For 156 anchors to accommodate 5/16" diameter bolts and smaller, provide HILTI "HDI" series 304 157 stainless steel anchors. For anchors to accommodate 3/8" diameter and larger bolts, provide 158 HILTI "HVA" series with 316 stainless steel threaded inserts. 159 H.Hanger rod shall be 3/8" minimum diameter Type 316 stainless steel all -thread. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260110-5 RACEWAYS Page 5 of 8 160 I. One hole conduit clamps shall be two piece nest -back or clamp -back type constructed of cast 161 malleable iron or cast copper -free aluminum. The material shall match the conduit. Furnish 162 Crouse -Hinds series 500 clamp and series CB spacer, T&B series 1270/1280 clamp + series 1350 163 spacer (add suffix "al" for aluminum items for T&B parts), OZ\Gedney 14G clamp + series 141 G 164 spacer + 141NG nestback (if required), or equal. Finish for malleable iron items shall be hot dip 165 galvanized 166 167 J. Conduit beam clamps shall be hot -dip galvanized malleable iron and shall be as follows: 168 169 TYPE MANUFACTURER 170 171 Right Angle OZ/Gedney Type "UBCG", or equal. 172 173 Parallel OZ/Gedney Type "UPCG", or equal. 174 175 Edge OZ/Gedney Type "UECG", or equal. 176 177 K.Hanger rod beam clamps shall be clamp type with hardened steel, bolt, Steel City "500" Series, 178 Crouse -Hinds series "500", or equal. Furnish swivel stud for each rod make- up. 179 L. Conduit "J" hangers shall consist of steel straddle with detachable bolt. Finish shall be electro- 180 galvanized. Furnish Kindorf type "C-149", Unistrut "J-1200" Series, or equal. 181 M. Conduit "U" bolts shall be hot -dip galvanized steel with 316 stainless steel hex -head bolts. 182 N.Equipment stands for supporting devices such as control stations, device boxes and the like, shall 183 consist of a welded structural steel c-channel and plate steel floor plate as detailed on the 184 drawings. Equipment stands shall be hot -dipped galvanized after fabrication. 185 186 2.7 MISCELLANEOUS MATERIAL 187 A.Double bushings for insulating wiring through sheet metal panels shall consist of mating male 188 and female threaded phenolic bushings. Phenolic insulation shall be high -impact thermosetting 189 plastic rated 150 degrees C. Furnish OZ Type "ABB", or equal. 190 B.Conduit pull -cords for use in empty raceways shall be glass -fiber reinforced tape with foot- 191 marked identification along its length. Furnish Thomas, Greenlee, or equal products. 192 C.Conduit thread coating compound shall be conductive, non -galling, and corrosion -inhibiting. 193 Furnish Crouse- Hinds Type "STL", Appleton Type "ST", or equal. 194 D.Plastic compound for field -coating of ferrous material products shall be PVC in liquid form that 195 sets -up semi- hard upon curing. Furnish Rob Roy 'Rob Kote", Sedco "Patch Coat", or equal. 196 E. Zinc spray for coating galvanized steel threads shall be Research Laboratory type "LPS", Mobil 197 "Zinc -Spray" or equal conductive zinc -rich spray enamel product. 198 F. Foam sealant for waterproofing uses shall be "AV280 Hydrofoam" by Avanti Internarional of 199 Webster, Texas or equal. 200 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 2601 10 - 6 RACEWAYS Page 6 of 8 201 PART 3 - EXECUTION 202 203 3.1 RACEWAYS 204 A.Install the conduit system to provide the facility with the utmost degree of reliability and 205 maintenance free operation. The conduit system shall have the appearance of having been 206 installed by competent workmen. Kinked conduit, conduit inadequately supported or carelessly 207 installed, do not give such reliability and maintenance free operation and will not be accepted. 208 B.Raceways shall be installed for all wiring runs, except as otherwise indicated. 209 C.Conduit sizes, where not indicated, shall be N.E.C. code -sized to accommodate the number and 210 diameter of wires to be pulled into the conduit. Unless otherwise indicated, 3/4" trade -size shall 211 be minimum size conduit. 212 D.Unless otherwise noted, conduit runs shall be installed exposed. Such runs shall be made parallel 213 to the lines of the structure. Conduit shall be installed such that it does not create a tripping 214 hazard or an obstruction for headroom. 215 E. All runs of rigid conduit shall be threaded, and all male threads shall be coated with non -galling 216 thread compound prior to assembly. 217 F. Plastic coated metallic conduit lengths shall be joined with threaded metallic coupling that shall 218 be each equipped with a 40 mil thickness sleeve that shall extend over the threads of the joined 219 conduit. Each joint shall be watertight. 220 G.Field-cut threads in runs of plastic coated metallic conduit shall be cut with a special die that has 221 rear reamed out oversize so as to slip over plastic coating. Do not attempt to cut threads on plastic 222 coated conduit with regular dies, whereby plastic coating is skinned back to allow the incorrect 223 die to be used. Coat all field -cut threads with cold -galvanizing spray, use two coats to provide 1- 224 mil minimum coating thickness. 225 H.Conduit runs made in concrete pours or surface -mounted runs that are attached to the structure 226 shall be equipped with an expansion/deflection fitting where they cross an expansion joint, or at 227 every 100 feet. 228 I. Unless otherwise shown, conduit penetrations through floors located below enclosures, shall be 229 made each with couplings set flush with the outside faces of the concrete pour. Each pair of 230 couplings shall be joined with a threaded spool piece. Use coated aluminum or galvanized steel 231 couplings. 232 J. Rigid metallic conduit runs shall have their couplings and connections made with screwed fittings 233 and shall be made up wrench -tight. Check all threaded conduit joints prior to wire pull. Coat all 234 male threads with Crouse -Hinds "STL" or equal, conductive lubricant prior to joining. 235 K.All conduit runs shall be watertight over their lengths of run, except where drain fittings are 236 indicated. In which cases, install specified drain fittings. 237 L. Plastic jacketed flexible steel conduit shall be used to connect wiring to motors, limit switches, 238 bearing thermostats, and other devices that may have to be removed for servicing. Unless 239 otherwise indicated, maximum lengths of flex shall be three (3') feet. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260110-7 RACEWAYS Page 7 of 8 240 M. Where plastic jacketed flex is installed, make up terminal ends with liquid -tight flex connectors. 241 In wet locations, install sealing gaskets on each threaded male connector. Each flex connector 242 shall be made-up tightly so that the minimum pull-out resistance is at least 150 lbs. Install 243 external spirally -wrapped ground wire around each run of liquid -tight flex and bond each end to 244 specified grounding -type fittings. 245 N.Empty conduits shall have pull -ropes installed. Identify each terminus as to location of other end 246 and trade size of conduit. Use blank plastic waterproof write -on label and write information on 247 each label with waterproof ink. Pull a mandrel through each conduit to check and clear blockage 248 before installing pull -rope. Owner's representative shall witness test. Provide documentation that 249 all conduits are clear and ready for future use. Cap exposed ends of empty conduit with threaded 250 plugs. 251 O.Conduit runs into boxes, cabinets and enclosures shall be set in a neat manner. Vertical runs shall 252 be set plumb. Conduits set cocked or out of plumb will not be acceptable. 253 P. Conduit entrances into equipment shall be carefully planned. Cutting away of enclosure 254 structure, torching out sill or braces, and removal of enclosure structural members, will not be 255 acceptable. 256 Q.Use approved hole cutting tools for entrances into sheet metal enclosure. Use of cutting torch or 257 incorrect tools will not be acceptable. Holes shall be cleanly cut and they shall be free from 258 burrs, jagged edges, and torn metal. 259 R.All raceways shall be swabbed clean after installation. There shall be no debris left inside. All 260 interior surfaces shall be smooth and free from burrs and defects that would injure wire 261 insulation. 262 263 3.2 CONDUIT BODIES AND BOXES 264 A.Conduit bodies such as "LB", "T", "GUAT", etc., shall be installed in exposed runs of conduit 265 wherever indicated and where required to overcome obstructions and to provide pulling access to 266 wiring. Covers for such fittings shall be accessible and unobstructed by the adjacent construction. 267 GUA series pulling bodies rather than LB fittings and the like, shall be used for splicing purposes 268 as well as pulling access. 269 B. Covers for all conduit bodies shall be installed with gasketed cast metal type where located in 270 damp or wet locations. 271 C.All conduit boxes installed whose inside volume is less than 100 cubic inches shall be cast metal 272 type with gasketed cast metal cover, unless otherwise indicated. 273 D.All conduit boxes whose inside volume exceeds 100 cubic inches shall be sheet metal type except 274 where gasketed cast metal type, stainless steel or fiberglass reinforced polyester are indicated. 275 276 3.3 RACEWAY SUPPORT 277 278 A.All raceway systems shall be adequately and safely supported. Loose, sloppy and inadequately 279 supported raceways will not be acceptable. Supports shall be installed at intervals not greater 280 than those set forth by the NEC, unless shorter intervals are otherwise indicated, or unless 281 conditions require shorter intervals of supports. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 2601 10 - 8 RACEWAYS Page 8 of 8 282 B.Multiple runs of surface mounted conduit on concrete or masonry surfaces shall be supported off 283 the surface by means of aluminum channels. Attach each slotted channel support to concrete 284 surface by means of two (2) 1/4" diameter stainless steel bolts into drilled expansion shields. 285 C. Single runs of surface mounted conduit on concrete or masonry surfaces shall be supported with 286 hot -dipped malleable iron conduit clamps and nest -back spacers. Furnish plastic coated malleable 287 iron conduit clamps and nest backs where corrosive areas are called out. 288 D.Conduit runs that are installed along metallic structures shall be supported by means of hot- 289 dipped galvanized beam clamps as specified herein. 290 291 3.4 LABELING 292 A.In addition to labeling requirements as specified throughout this and other Sections, install wiring 293 and raceway labeling as follows: 294 1. Apply write -on identification to empty conduits to identify each conduit as to terminus of 295 other end and also to identify trade size of conduit. 296 2. Where active conduits terminate into bottoms of motor control centers, install label on each 297 conduit terminus and show number and size of wiring and function of circuitry and trade 298 size of conduit. 299 300 301 END OF SECTION 302 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 SECTION 26 01 20 WIRE AND CABLE PART1- GENERAL 1.1 SCOPE 26 01 20 - 1 WIRE AND CABLE Page 1 of 7 A.This section shall include wire and cable, terminating devices, splice kits, labeling, and appurtenances. 1.2 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 1.3 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 2.1 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 480 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 21, 2025 SENDERA 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 260120-2 WIRE AND CABLE Page 2 of 7 35 C.Instrument cable for analog circuits, shall be # 16awg, twisted shielded pairs or triads with PVC 36 insulation and overall jacket. Cable assembly shall be rated for 600 volts, wet or dry locations. 37 Furnish Okonite "Okoseal-N Type P-OS" or approved equal. 38 D.Single conductor cable for 24 volt do control shall be minimum size #16. Furnish MTW type 39 insulation for panel wiring and XHHW-2 insulation for field wiring in conduits. 40 E. Single conductor cable 1/0 and above for use in cable trays shall be rated for CT (cable tray) use. 41 Insulation shall be cross -linked polyethylene, XHHW-2. Furnish Southwire XHHW/TC or 42 approved equal. 43 F. Multi -conductor power cable for use in cable trays shall be 600 volt and rated for CT use. Cable 44 assembly shall be three or four conductor with ground conductor. Insulation of each conductor 45 shall be cross -linked polyethylene, XHHW. Ground shall be bare. Cable assembly shall have an 46 overall PVC jacket. Furnish Southwire type TC or approved equal. 47 G.Multi-conductor control cable for use in cable trays shall be 600 volt and rated for CT use. 48 Insulation of each conductor shall be cross -linked polyethylene, XHHW. Cable assembly shall 49 have an overall PVC jacket. Furnish Southwire type TC Control Cable or approved equal. 50 H.Multi-conductor instrumentation cable for use in cable trays shall be 600 volt rated and rated for 51 CT use. Cable assembly shall consist of shielded pairs or triads with overall shield and Nylon 52 jacket. Conductor insulation shall be flame retardant PVC. Furnish Okonite Company "Okoseal- 53 N Type SP-OS or approved equal. 54 I. Multiconductor cable for connection of the output of VFDs to motors shall be 90 deg C rated, 55 2000 volt copper conductors with RHW insulation, copper tap shield and ground conductors. 56 Furnish Service Wire Company "ServiceDrive" or equal cable. 57 J. Ground mat and associated upcomers and grounding conductors shall be tin-plated stranded 58 copper. 59 K.Cable for RS485 applications shall be Belden #9841. 60 L. Telephone cable for underground shall be solid conductor 22 awg and shall meet REA 61 Specification PE-39. Furnish HWC series N08022-XX in pair numbers as indicated on the 62 drawings. 63 M. Telephone cable for inside of buildings shall be unshielded, twisted pair, solid conductor 24 64 awg and shall be in pairs as indicated on the drawings. Furnish Belden model 9562 (two pair), 65 9566 (six pair), 9570 (ten pair), or 9585 (twenty five pair). 66 N.Fiber optic cable shall be 6 fiber count cables. Cable shall be 62.5 um multimode and shall be 67 suitable for installation in conduit. Furnish Corning FREEDM One Riser Cables. 68 69 2.2 CONNECTORS 70 A.Mechanical connectors for 600V class wiring shall be tin-plated copper alloy bolted pressure type 71 with bronze tin-plated hardware. Furnish connectors as follows: 72 73 TYPE MANUFACTURER & TYPE 74 75 Single conductor Blackburn LH 76 to flat -plate connector CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260120-3 WIRE AND CABLE Page 3 of 7 77 78 Multiple conductor Blackburn L2H, L3H, L4H 79 to flat -plate connector 80 81 Split -bolt connector Blackburn HPS 82 83 Two -bolt parallel Blackburn 2BPW 84 connector with spacer 85 86 Cross Connector Blackburn XT 87 88 Splice Connector Blackburn S 89 90 Flush ground connector OZ Type "VG" 91 B.Insulated spring wire connectors, "wire -nuts", for small building wire taps and splices shall be 92 plated spring steel with thermoplastic jacket and pre -filled sealant. Connector shall be rated for 93 600 volts, 75 degrees C continuous. Furnish King Technology, or equal. 94 C. Connectors for control conductor connections to screw terminals shall be crimp -type with vinyl 95 insulated barrel and tin-plated copper ring -tongue style connector. Furnish T&B "Sta-Kon", 3M 96 "Scotchlok", or equal. 97 D.Terminal strips for miscellaneous field terminations of control and instrumentation circuits shall 98 consist of 12 point box lug terminals with marking surface. Terminal assembly shall accept #18 99 to #12 awg and shall be rated 600 volts. Furnish Allen-Bradley #1492-HJ812 terminal blocks. 100 101 2.3 INSULATING PRODUCTS 102 A.Tape products shall be furnished as hereinafter specified and shall be Plymouth, Okonite, 3M, or 103 equal. 104 B.General purpose electrical tape shall be 7 mil thick stretchable vinyl plastic, pressure adhesive 105 type, "Slipknot Grey", 3M Scotch 33+, or equal. 106 C. Insulating void -filling tape and high voltage bedding tape shall be stretchable ethylene propylene 107 rubber with high -tack and fast fusing surfaces. Tape shall be rated for 90 degrees C continuous, 108 130 degrees C overload, and shall be moisture -proof. Void filling tape shall be "Plysafe", 3M 109 Scotch 23, or equal. 110 D.High temperature protective tape shall be rated 180°C continuous indoor/outdoor, stretchable, l l l self -bonding silicone rubber. High temperature tape shall be Plysil #3455, 3M Scotch 70, or 112 equal. 113 E.Insulation putty filler -tape shall be Plymouth #32074, 3M Scotchfill, or equal. 114 F. Arc and fireproofing tape shall be Plymouth #3318, 3M Scotch #70 or equal. 115 116 2.4 LABELS 117 118 A.Colored banding tape shall be 5 mil stretchable vinyl with permanent solid color. Colors shall be 119 as hereinafter specified. Tape shall be Plymouth "Slipknot 45", 3M Scotch #35, or equal. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 26 01 20 - 4 WIRE AND CABLE Page 4 of 7 120 B.Numbered wire marking labels shall be PVC sleeve -type markers, T&B, Brady or equal. 121 Markers using adhesive are not acceptable. 122 C. Cable identification ties shall be weather resistant polyester with blank write -on space, T&B, 123 Brady or equal. 124 125 2.5 MISCELLANEOUS MATERIAL 126 A.Cable grips shall be 316 SS grip -type wire mesh with machined metal support. Furnish Kellems, 127 Appleton, or equal products. 128 B. Wire pulling compound shall be non -injurious to insulation and to conduit and shall be 129 lubricating, non- crumbling, and non-combustible. Furnish Gedney "Wire- Quick", Ideal 130 "Yellow" or equal. 131 C. Fiber Optic Patch Panels shall be 12 fiber with SC connectors. Furnish Corning SPH-01P units. 132 Furnish two patch panels per RTU enclosure. One shall be for the 6 fiber cable ring and the other 133 shall be for interconnection of fiber optic cables for the video surveillance system cameras. 134 D.Patch cables shall be factory terminated and tested in lengths as needed with SC or ST connectors 135 as required. Furnish Industrial Networking Solutions or equal products. 136 E. Conduits for concrete encased ductbanks that are supported by piers shall be fiberglass conduits 137 manufactured by Champion. 138 PART 3 - EXECUTION 139 140 3.1 POWER AND CONTROL CABLE 141 142 A.Power and control conductors shall be sized as shown and where no size is indicated, the 143 conductor size shall be #12 awg for power circuits #14 awg for 120 vac control circuits, and #16 144 awg for instrumentation circuits. 145 B. Equipment grounding conductors shall be installed with type XHHW insulated stranded copper 146 conductors and the insulation color shall be green in sizes up to and including #10 awg. 147 C. Color coding shall be as follows. Non -factory color coded cables shall be marked 148 with specified color tape. Use the following colors: 149 150 CONDUCTOR 120/208V 160V 480V 151 SYSTEMS SYSTEMS SYSTEMS 152 153 154 Phase A or L1 Black Black Brown 155 156 Phase B or L2 Red Red Orange 157 158 Phase C Blue Blue Yellow 159 160 Neutral White White N/A 161 162 Ground Green Green CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260120-5 WIRE AND CABLE Page 5 of 7 163 164 D.Branch circuits may be spliced for receptacle, lighting and small appliance load inside appropriate 165 junction boxes. Feeders, branch circuit, power wiring, control wiring, and signal wiring shall be 166 installed without splice. 167 E. Except as otherwise specified, taps and splices with #10 AWG and smaller, shall be made with 168 insulated spring wire connectors. Such connectors in damp or wet locations shall be 169 waterproofed by filling interstices around wires with silicone rubber and further insulating with 170 an envelope of stretched piece of EPR tape around each wire. Then, apply one-half lapped layer 171 of electrical tape over all. 172 F. Motor connections made with #10 AWG and smaller wire shall be made up with set -screwed 173 copper lugs with threaded -on insulating jacket. After make-up of each connector, install two (2) 174 layers half -lapped, of high temperature tape over connector barrel and down one (1") inch over 175 wires. 176 G.Taps, splices, and connections in #8 AWG and larger wires shall be made with copper alloy 177 bolted pressure connectors. Each such connector shall be insulated by means of applying 178 insulation putty over sharp edges so as to present a smooth bonding surface. Next, apply at least 179 four (4) layers, half -lapped each layer of EPR tape. Then, make final wrapping of at least three 180 (3) layers, half -lapped each layer of electrical tape. 181 H.Control wiring connections to stud type and screw type terminals shall be made with ring -tongue 182 type crimp connectors. Label each terminal jacket with wire marking label at each connection. 183 I. Each wire connection shall be made up tightly so that resistance of connection is as low as 184 equivalent length of associated conductor resistance. 185 J. Numbered marking labels shall be installed to identify circuit numbers from panelboards. Install 186 labels on each wire in each panelboard, junction, pullbox and device connection. 187 K.Label each wiring run with write -on waterproof labels inside motor control center. Install write- 188 on label ties around wire group at conduit entrance and write -on label the wire size, conduit size 189 and service. 190 L.Install PVC sleeve type numbered marking on each control wire termination at each terminal strip 191 and at each device. Do this in motor control center, terminal cabinets, safety switches, remote 192 controllers, pilot operators, and instrumentation equipment. Number selected shall correspond to 193 number on terminal strip. 194 M. All wiring inside equipment enclosures shall be neatly trained and laced with nylon tie -wraps. 195 N.Tie wrap cables in tray. 196 197 3.2 INSTRUMENTATION WIRING 198 199 A.All 4-20mA analog pairs shall have shields grounded at the instrumentation panel and insulated 200 on the field end unless otherwise required by instrument supplier. Single point grounding shall be 201 maintained. 202 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260120-6 WIRE AND CABLE Page 6 of 7 203 3.3 GROUND WIRING 204 A.Each item of equipment shall be adequately and thoroughly grounded. Comply with Article 250 205 of N.E.C., except where higher standards of grounding have been specified. In addition to 206 requirements as specified under Section 26 04 50, install grounding for general wiring systems as 207 follows. 208 B.Equipment grounding conductors (EGC) shall be installed in each run of power and control 209 conduits. These wires shall be green colored in sizes #6 AWG and smaller and green banded in 210 larger sizes. Ground wires shall be type XHHW-2 insulated copper wires. 211 C.EGC runs into equipment shall be grounded to equipment bus where available, or to equipment 212 ground lugs. 213 D.Where grounding type bushings are installed, bond EGC thereto, and furthermore, ground each 214 bushing lug to equipment ground bus or ground lug, or ground rod. 215 E. In each motor terminal box, install equipment ground lug and connect EGC thereto. Bond pump 216 frame to motor frame. Bond motor and pump to grounded electrode conductor. 217 F. Run continuous ground in tray, bond to each section and to all switchgear, panels, and 218 transformers. 219 220 3.4 LABELING 221 A.In addition to labeling requirements as specified throughout this Section, install wiring and 222 raceway labeling as follows: 223 1. Apply numbered wire marking labels to control wiring terminations for each termination in 224 each item of equipment. Use PVC sleeve type labels. 225 2. Apply numbered wire marking labels to power and control wiring terminations in motor 226 control centers, panelboards, and at outlets, to identify circuit numbers. Use PVC sleeve 227 type labels. 228 3. Apply numbered wire marking labels to each signal wire termination in each instrument 229 junction box, and in each item of equipment served by instrumentation circuits. Use PVC 230 sleeve type labels. 231 4. Apply write -on identification labels to wiring sets in each motor control center, and in each 232 pullbox and junction box. Show wire size, conduit size, and line and load information. Use 233 waterproof plastic write -on labels with nylon tie -wraps. 234 235 3.5 TESTING 236 A.Each run of 600V class power and control wiring shall be tested prior to connection of line and 237 load. Make tests with 1000V do hand -crank or motor driven ohmmeter. Each run of wiring shall 238 be tested phase -to -phase and/or phase -to -neutral, and phase -to -ground. Test results for each test 239 shall be equal to or greater than 25,000,000 ohms with 1000V do applied. All tests shall be made 240 in the presence of the Owners representative or Engineer. 241 B.Test all runs of signal wiring with 250V do megger. Insulation values shall meet or exceed 242 1,000,000 ohms per 100 feet (cable to shield). 243 C. Should any cable or circuit fail to meet the above tests, replace wire and retest. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260120-7 WIRE AND CABLE Page 7 of 7 244 245 3.6 FIBEROPTIC CABLE INSTALLATION 246 A.The fiberoptic cable shall be installed and terminated per the manufacturer's installation 247 guidelines for the particular cable. No splices shall be made in manholes without prior approval. 248 B.Connectors shall be compatible with the fiberoptic equipment specified elsewhere in 249 specifications. Terminations shall be made by qualified technicians trained in the termination of 250 fiberoptic cables. Specified testing shall be performed after all terminations are made. 251 C.All cables and termination hardware shall be 100% tested for defects in installation and to verify 252 cabling system performance under installed conditions according to the requirements of 253 ANSI/TIA/EIA-568-B (13.1, 13.2, 13.3) and any additional requirements with respect to the 254 extended product and/or application assurance warranties. All pairs of each installed cable shall 255 be verified prior to system acceptance. Any defect in the cabling system installation including 256 but not limited to cable, connectors, feed through couplers, patch panels, and connector blocks 257 shall be repaired or replaced in order to ensure 100% useable conductors in all cables installed. 258 D.All cables shall be tested in accordance with this document, the ANSI/TIA/EIA standards and 259 best industry practice. If any of these are in conflict, the Contractor shall bring any discrepancies 260 to the attention of the project engineer/designer for clarification and resolution. 261 262 263 END OF SECTION 264 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 1 2 3 PART1- GENERAL 4 5 1.1 SCOPE 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 260191-1 DRY TYPE TRANSFORMERS Pagel of 3 SECTION 26 0191 DRY TYPE TRANSFORMERS A.This section refers to dry -type transformers. Furnish and install transformers as shown on the Drawings and as specified hereinafter. 1.2 STANDARDS A.Dry-type transformers shall be listed by UL and shall comply with UL-506, NEMA ST-20. 1.3 SUBNHTTALS A.Process catalog submittals on dry type transformers. PART 2 - PRODUCTS 2.1 GENERAL A.Dry type transformers 15 kVA and below shall be totally enclosed non -ventilated, 115°C rise. Core and coil shall be totally encapsulated in sand and resin or equivalent. Dry type transformers above 15 kVA shall be ventilated with 2200C rated insulation and 1150C rise. B.Each transformer shall be equipped with two 2.5% full -capacity below normal and two 2.5% full capacity above normal taps. C.Furnish transformers in KVA and voltage ratings as shown on the Drawings. Transformer enclosure shall be suitable for outdoor use. Enclosure shall be rated 3R. D.Sound level of each transformer shall not exceed 60 db at three feet. E. Transformer shall have electrostatic shield. F. Furnish General Electric, Cutler -Hammer, Square D, Siemens, or equal products. 28 PART 3 - EXECUTION 29 3.1 INSTALLATION 30 A.Install transformers where shown. Adequately support wall -mounted transformers. Top bolt shall 31 be 1/2" and shall extend though CMU wall and shall have bolt head and 2" square by 1/8" thick 32 hot -dipped galvanized washer on the outside. Waterproof penetration. Use stainless steel bolt and 33 hardware. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 34 35 36 26 01 91 - 2 DRY TYPE TRANSFORMERS Page 2 of 3 B.Bond neutral of each transformer to its enclosure and to grounding electrode conductors per NEC article 250. Install grounding electrode conductors from transformer secondary neutral to ground mat. 37 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 21, 2025 SENDERA 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 PAGE INTENTIONALLY LEFT BLANK 26 01 92 - 1 LIGHTING PANELBOARDS Page 1 of 1 1 SECTION 26 0192 2 LIGHTING PANELBOARDS 3 PART1- GENERAL 4 1.1 SCOPE 5 A.This specification covers the requirements for 240 volt and 208 volt lighting panelboards. 6 B.This specification defines minimum requirements, characteristic guidelines and features required. 7 8 1.2 STANDARDS 9 A. All panelboards shall be designed, manufactured and tested in accordance with the latest 10 applicable standards of UL and NEMA. Panelboards shall be UL listed. 11 12 1.3 SUBMITTALS 13 A. Submit outline and dimensional drawings and catalog literature to Engineer for review. 14 PART 2 - PRODUCTS 15 2.1 GENERAL 16 A.Ratings shall be as indicated on the drawings. 17 B.Circuit Breakers shall be bolt on and rated 10,000 amps rms symmetrical interrupting capacity. 18 C.Panelboards shall have integrated SPD rated for 120 kA. Provide alarm contacts, event counter, 19 and indicator lights. 20 21 2.2 CONSTRUCTION 22 A.All buses shall be tin-plated copper. 23 B. Enclosures shall be painted steel. 24 C.NEMA 12 for installation indoors, NEMA 4 for installation outdoors. 25 26 2.3 MANUFACTURER 27 A.Panelboards shall be Square D type NQ or equal product by Eaton, General Electric or equal. 28 PART 3 - EXECUTION 29 3.1 INSTALLATION 30 A.Install panelboards as scheduled and in locations shown on the drawings. Provide grounding as 31 specified per 26 04 50 and per NEC. 32 33 34 END OF SECTION CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 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 SECTION 26 0194 DISTRIBUTION PANELBOARDS PART1- GENERAL 1.1 SCOPE 26 01 94 - 1 DISTRIBUTION PANELBOARDS Page 1 of 2 A.This specification covers the requirements for 480 volt distribution panelboards. B.This specification defines minimum requirements, characteristic guidelines and features required. 1.2 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. 1.3 SUBMITTALS A. Submit outline and dimensional drawings and catalog literature to Engineer for review. PART 2 - PRODUCTS 2.1 GENERAL A.Ratings shall be as indicated on the drawings. B.Circuit Breakers shall be rated 14,000 amps rms symmetrical interrupting capacity. C.Panelboards shall have integrated 480 volt SPD rated for 200 kA. Provide alarm contacts, event counter, and indicator lights. 2.2 CONSTRUCTION A.All buses shall be tin-plated copper. B. Enclosures shall be painted steel. C.NEMA 4 for installation outdoors. 2.3 MANUFACTURER 30 A.Panelboards shall be Square D type I -Line or equal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 21, 2025 SENDERA 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 26 01 94 - 2 DISTRIBUTION PANELBOARDS Page 2 of 2 31 PART 3 - EXECUTION 32 3.1 INSTALLATION 33 A.Install panelboards as scheduled and in locations shown on the drawings. Provide grounding as 34 specified per 26 04 50 and per NEC. 35 PART 4 - PAYMENT 36 4.1 PAYMENT 37 A.Payment for electrical shall be made on a unit price basis as shown in the Bid Schedule and shall 38 constitute full payment for these items. 39 40 41 END OF SECTION CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 1 2 3 PART1- GENERAL 4 5 1.1 SCOPE OF WORK SECTION 26 04 10 UNDERGROUND 260410-1 UNDERGROUND Pagel of 3 6 A.Furnish and install a system of underground raceways and wiring as shown on the drawings. 7 8 1.2 APPLICATIONS 9 A.Except as otherwise shown on the Drawings, or otherwise specified, all underground and in -slab 10 conduit raceways shall be of the following type: 11 1. For small diameter conduits for instrumentation and feeder circuits, conduit runs shall be 12 made with schedule 40 PVC. Bends to grade shall be made with plastic coated rigid steel 13 conduit. All conduit coming out of the ground in grass areas shall have concrete mow 14 protection as detailed on the drawings. Plastic coated conduit in all cases shall extend 3" 15 above the concrete. 16 2. All instrumentation underground conduit runs shall be made with schedule 40 PVC conduit 17 with plastic coated rigid metallic conduit upturns. A 24" separation shall be maintained 18 from power conduit ductbanks or if in the same ductbank, it shall be plastic coated rigid 19 steel conduit the whole way. 20 21 1.3 SUBNHTTALS 22 A. Process submittals for the following: 23 1. Non Metallic conduit 24 2. tallic conduit 25 3. Grounding Bushings 26 4. Buried conduit marker tape 27 5. Conduit supporting saddles 28 29 1.4 RELATED WORK SPECIFIED UNDER OTHER SECTIONS 30 A.Refer to Section 26 01 10 for raceways. 31 B.Refer to Section 26 0120 for wiring. 32 C.Refer to Section 26 04 50 for grounding. 33 D.Refer to Division 3 for concrete. 34 35 PART 2 - PRODUCTS 36 2.1 RACEWAYS 37 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260410-2 UNDERGROUND Page 2 of 3 38 A.Raceways shall be as specified in Section 26 01 10. 39 40 2.2 MISCELLANEOUS 41 A.Gravel for underbedding of conduits shall be washed type pea gravel. 42 B.Plastic saddles (where allowed) for spacing and supporting conduits shall be interlocking types as 43 manufactured by Cantex. 44 C.Plastic marker label tape for buried conduits shall be yellow background with black letters with 45 repetitive marking "ELECTRIC LINE" on yellow background, continuous along its length. 46 Furnish T&B # NA-0608, or equal tape. 47 48 PART 3 - EXECUTION 49 50 3.1 EXCAVATION AND BACKFILLING 51 A.Do all excavating and backfilling necessary for the installation of the work. This shall include 52 shoring and pumping in ditches to keep them dry until the work has been installed. 53 B.All excavations shall be made to proper depth, with allowances made for floors, forms, beams, 54 piping, finished grades, etc. Ground under conduits shall be undisturbed earth or if disturbed, 55 mechanically compacted to a density ratio of 95% before conduits are installed. 56 C.All backfilling shall be made with selected soil, free of rocks and debris, and shall be 57 pneumatically tamped in six (6") inch layers to secure a field density ratio of 95%. 58 D.Field check and verify the locations of all underground utilities prior to any excavating. Avoid 59 disturbing these as far as possible. In the event existing utilities are broken into or damaged, they 60 shall be repaired so as to make their operation equal to that before the trenching was started. 61 E. All concrete ductbanks shall have a red dye in to indicate electrical ductbank. All ductbanks shall 62 be concrete encased. Concrete reinforcement shall comply with ASTM C 1116. Concrete shall 63 have PSI Fiberstrand F or approved equal reinforcement. 64 F. All concrete encased ductbanks shall be tied into structure with doweled rebar, on each corner, 65 four places minimum. 66 G.Where conduits turn up provide 6" rise of concrete encasement to protect conduit from mowing. 67 68 3.2 RACEWAYS 69 A.All underground conduits shall be PVC schedule 40 unless otherwise noted. All bends to grade 70 shall be made with plastic coated rigid metallic conduits and shall extend to 6" above grade. 71 Conduits shall be watertight over the entire length of the underground run. 72 B.Install all power, control, and signal wiring. Label each single conductor wire at each connection 73 with PVC sleeve type wire labels. Label each signal cable at each end with plastic waterproof 74 write -on type label to identify terminal connection and function and device served. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260410-3 UNDERGROUND Page 3 of 3 75 C. Where empty conduits terminate into equipment install blank "disc" under grounding bushing and 76 bring specified foot -marked pull tape through disc. Label each end of each pull tape with 77 waterproof plastic label to identify terminus of other end and also show conduit size. 78 79 3.3 WIRING 80 A. All underground wiring runs shall be installed from line to load without splice. 81 82 83 84 END OF SECTION 85 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260450-1 GROUNDING Pagel of 3 1 SECTION 26 04 50 2 GROUNDING 3 PART1- GENERAL 4 5 1.1 SCOPE 6 A.Furnish and install complete grounding systems in accordance with Article 250 of the National 7 Electrical Code as shown on the Drawings and as specified herein. 8 B.Provide ground mat grounding electrode system as shown on the drawings and as specified 9 herein. 10 11 1.2 SUBMITTALS 12 A. Submit manufacturers' catalog sheets with catalog numbers marked for the items furnished, which 13 shall include: 14 1. Ground well casings 15 2. Ground rods 16 3. Terminal lugs and clamps 17 4. Exothermal welding materials 18 5. Ground cable 19 6. Ground connection hardware 20 21 PART 2 - PRODUCTS 22 2.1 GROUNDING ELECTRODES 23 A.All ground mat grounding electrodes and grounding electrode conductors shall consist of tin 24 plated stranded copper. 25 B.All ground rods shall be copper clad steel products, 3/4" diameter x 10 foot long, unless 26 otherwise indicated. Ground rods shall be Blackburn #6258, or equal. Provide heavy duty ground 27 rod clamps, exothermic welds where concealed or below grade. Equal to Blackburn #GG58 28 where vertical connections are installed and #GUV where U-bolt connectors are installed to serve 29 horizontal connections. 30 31 2.2 GROUNDING DEVICES 32 A.Connectors shall be furnished as specified under Section 26 0120. 33 B.Conduit grounding bushings shall be furnished as specified under Section 26 01 10. 34 C.Equipment grounding conductors shall be furnished as specified under Section 26 0120. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260450-2 GROUNDING Page 2 of 3 35 D.Flush cast metal grounding plates shall consist of bronze body with flat plate on top and bolted 36 clamp connector on bottom. Furnish OZ type "VG", or equal flush connectors. Each such 37 connector shall be furnished with silicon bronze connector bolts for installation of top -mounted 38 grounding connectors. 39 E. Exothermal welding kits shall be "Cadweld" products as manufactured by Erico. Molds, 40 cartridges, powder, and accessories shall be as recommended by the manufacturer. 41 42 2.3 GROUND TEST WELLS 43 A.Ground test wells shall be furnished each ground rod for the purpose of field testing the ground 44 mat system. 45 B. Ground test wells shall each consist of ground rod with connector attached to a #4 upcomer from 46 the ground mat and contained within an access well with labeled top. 47 C.Ground test well enclosures shall be Brooks product #3RT series, or equal. Enclosures shall be 48 10 1/4" diameter and shall include cast iron cover with integrally cut "GROUND TEST WELL" 49 in top of cover. 50 51 PART 3 - EXECUTION 52 53 3.1 GROUND MATS AND GROUND WELLS 54 A.Install ground mat around the perimeter of structures, electrical equipment racks, the generator 55 pad and where indicated on the drawings. Use #4/0 AWG tin-plated copper stranded conductor 56 for the ground mat. Install upcomer with indicated wire sizes of tin plated copper conductors. 57 Exothermally weld all connections. 58 B.Unless other larger sizes are indicated on the drawings, install #2 upcomers from ground mat to 59 PLC, and other equipment indicated on the drawings. Install "VG" flush floor connector to serve 60 each upcomers and run #2 stingers from top side of each "VG" to ground bus in equipment. Bond 61 VG to rebar in concrete. 62 C.Install ground rods in test wells where indicated on the drawings. 63 64 3.2 TRANSFORMER 65 A.Bond transformer neutral to cabinet. 66 B.Install grounding electrode conductor from each transformer neutral to system ground and to 67 local electrodes as shown. Run #2 ground wire to ground mat. 68 69 3.3 WIRING SYSTEMS GROUNDING 70 A.All equipment enclosures, motor and transformer frames, metallic conduit systems and exposed 71 structural steel systems shall be grounded. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260450-3 GROUNDING Page 3 of 3 72 B.Equipment grounding conductors shall be run with all wiring. Sizes of equipment grounding 73 conductors shall be based on Article 250 of the N.E.C. except where larger sizes may be shown. 74 Bond each equipment grounding conductor to the equipment grounds at each end of each run. 75 Run 4/0 ground full length of tray, bond to each section and every enclosure where conductors 76 originate or terminate. Protect grounded equipment conductor in conduit where it leaves the tray. 77 C.Liquid tight flexible metal conduit in sizes 1" and larger shall be equipped with external bonding 78 jumpers. Use liquid tight connectors integrally equipped with suitable grounding lugs. 79 D.Where conduits enter into equipment free of the metal enclosure, install grounding bushing on 80 each conduit and bond bushing lug to equipment ground bus. 81 E. Where conduits enter equipment enclosures, equip each penetration inside with grounding 82 bushing. Install bonding jumper from each grounding bushing to ground bus. 83 F. Equipment enclosures that do not come furnished with a ground bus, install ground lug in each 84 enclosure that shall be bonded to the metal cabinet or backpan of the enclosure. 85 G.Separately derived systems shall be each grounded as shown and shall comply with Article 250 of 86 the NEC except where higher standards are shown. 87 88 3.4 TESTING 89 A.All exothermic weld connections shall successfully resist moderate hammer blows. Any 90 connection which fails such test or if upon inspection, weld indicates a porous or deformed 91 connection, the weld shall be remade. 92 B.All exothermic welds shall encompass 100 percent of the ends of the materials being welded. 93 Welds which do not meet this requirement shall be remade. 94 C. Test the ground resistance of the system. All test equipment shall be furnished by Contractor and 95 be approved by Engineer. Test equipment shall be as manufactured by Biddle or approved equal. 96 Dry season resistance of the system shall not exceed five ohms. If such resistance cannot be 97 obtained with the system as shown, provide additional grounding as directed by Engineer. 98 99 100 END OF SECTION 101 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260500-1 COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 4 1 SECTION 26 05 00 2 COMMON WORK RESULTS FOR ELECTRICAL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All labor, materials and equipment required to install, test and provide an 7 operational, electrical system as specified and as shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.1.b.1 10 2. Added 1.2.A.1.b.2 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Electrical Facilities 17 a. Measurement 18 1) Measurement for this Item shall be by lump sum. 19 b. Payment 20 1) Unit Price - The work performed and materials furnished in accordance to 21 this Item shall be paid for at the lump sum price bid for "Electrical 22 Facilities". 23 2) Lump Sum Price — The work performed and the materials furnished in 24 accordance with this Item are included in the total lump sum price. 25 c. The price bid shall include: 26 1) Furnishing and installing a complete electrical system 27 2) Wire 28 3) Cable 29 4) Conduit and related hardware 30 5) Supports 31 6) Excavation 32 7) Furnishing, placement and compaction of backfill 33 8) Hauling 34 9) Clean-up 35 1.3 REFERENCES 36 A. Reference Standards 37 1. Reference standards cited in this Specification refer to the current reference 38 standard published at the time of the latest revision date logged at the end of this 39 Specification, unless a date is specifically cited. 40 2. Underwriters Laboratories, Inc. (UL) CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 260500-2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Coordination 3 1. Where references are made to the Related Work paragraph in each Specification 4 Section, referring to other Sections and other Divisions of the Specifications, the 5 Contractor shall provide such information or Work as may be required in those 6 references, and include such information or Work as may be specified. 7 2. Division 26 requirements apply to electrical work provided under any division of 8 the Specifications 9 B. Codes, Inspections and Fees 10 1. Obtain all necessary permits and pay all fees required for permits and inspections. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. Materials and Equipment 17 1. New, except where specifically identified on the Drawings to be reused. 18 2. UL listed, where such listing exists. 19 3. Electrical service 20 a. Service type shall be as shown on the Drawings. 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD CONDITIONS [NOT USED] 23 1.12 WARRANTY 24 A. Manufacturer Warranty 25 1. Manufacturer's warranties are specified in each of the Specification Sections. 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION 30 A. Interpretation of Drawings 31 1. Coordinate the conduit installation with other trades and the actual supplied 32 equipment. 33 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 34 raceway installation. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 4 1 3. Verify exact locations and mounting heights of lighting fixtures, switches and 2 receptacles prior to installation. 3 3.3 PREPARATION [NOT USED] 4 3.4 INSTALLATION 5 A. Phase Balancing 6 1. Connect circuits on motor control centers and panelboards to result in evenly 7 balanced loads across all phases. 8 3.5 REPAIR / RESTORATION [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Tests and Settings 1. Test systems and equipment furnished under Division 26. 2. Repair or replace all defective work. 3. Make adjustments to the systems as specified and/or required. 4. Prior to energizing electrical equipment, make all tests required by the individual Specification sections. a. Submit a sample test form or procedure. b. Submit the required test reports and data within 30 days after the test. c. Include names of all test personnel. d. Initial each test. 5. Check wire and cable terminations for tightness. 6. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 12 3 rotation on a phase sequence motor when connected to A, B, and C phases. 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, motor starters, and control equipment. 8. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 10. Provide qualified test personnel, instruments and test equipment. 11. Refer to the individual equipment Sections for additional specific testing requirements. adjusting [not used] CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March It, 2022 260500-4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 4 1 3.9 CLEANING [NOT USED] 2 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3 3.11 PROTECTION [NOT USED] 4 3.12 MAINTENANCE [NOT USED] 5 3.13 ATTACHMENTS [NOT USED] 6 END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 2605 10 - 1 DEMOLITION FOR ELECTRICAL SYSTEMS Page 1 of 4 1 SECTION 26 0510 2 DEMOLITION FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, install and test all equipment, wiring and appurtenances as may be required 7 to perform the electrical demolition shown on the Drawings and as specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.2.a 10 2. Added 1.2.A.2.b 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by lump sum. 18 2. Payment 19 a. Unit Price - The work performed and the materials furnished in accordance 20 with this Item shall be paid for at the lump sum price bid for "Salvage 21 Electrical Equipment". 22 b. Lump Sum Price — The work performed and the materials furnished in 23 accordance with this Item are included in the total lump sum price. 24 3. The price bid shall include: 25 a. Removing and salvaging electrical equipment including, but not limited to: 26 1) Wire and cable 27 2) Encasement 28 3) Conduit 29 4) Supports 30 b. Excavation 31 c. Furnishing, placement and compaction of backfill 32 d. Hauling 33 e. Clean-up 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. 39 2. National Fire Protection Association (NFPA) CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 2605 10 - 2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 4 1 a. 70, National Electrical Code (NEC) 2 1.4 ADMINISTRATIVE REQUIREMENTS 3 A. Coordination 4 1. Coordinate with the City or their designee 48 hours in advance of removals. 5 2. Coordinate with other Trades for removal of electrical services in conjunction with 6 the removal of the associated equipment. 7 1.5 SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING 13 A. Delivery and Acceptance Requirements 14 1. All salvage materials will be delivered by the Contractor to the City at a location 15 designated by the Inspector. The Inspector, assisted by authorized representatives, 16 will serve as the receiving agent for salvage material. 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION 23 A. Verify field measurements and circuiting arrangements. 24 B. Verify that abandoned wiring and equipment serve only abandoned facilities. 25 C. Report Drawing discrepancies to City before disturbing the existing installation. 26 3.3 PREPARATION 27 A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal. 28 B. Coordinate utility service outages with Utility Company to minimize length and number 29 of outages. 30 C. Provide temporary wiring and connections to maintain existing systems in service 31 during construction. 32 D. When work must be performed on energized equipment or circuits, use personnel 33 experienced in such operations. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 260510-3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 4 1 E. Existing Electrical Service: Maintain existing system in service until new system is 2 complete and ready for service. 3 F. Disable system only to make switchovers and connections. 4 G. Obtain permission from City at least 1 week in advance, before partially or completely 5 disabling system. 6 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK 7 A. Remove, relocate and extend existing installations to accommodate new construction. 8 B. Remove abandoned wiring to source of supply. 9 C. Remove exposed abandoned conduit, including abandoned conduit above accessible 10 ceiling finishes. 11 1. Cut conduit flush with walls and floors and patch surfaces. 12 D. Disconnect abandoned outlets and remove devices. 13 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 14 2. Provide blank cover for abandoned outlets which are not removed. 15 E. Disconnect and remove abandoned panelboards and distribution equipment. 16 F. Disconnect and remove electrical devices and equipment that has been removed. 17 G. Repair adjacent construction and finishes damaged during demolition and extension 18 work. 19 H. Maintain access to existing installations which remain active. Modify installation or 20 provide access to panels as appropriate. 21 I. Where the demolition or revision of any portion of a raceway or box in the raceway 22 system, in an area, causes the raceway system of the area to no longer comply with the 23 classification or Specification requirements of the area, provide and install such boxes, 24 fittings, etc. as may be necessary to return the raceway system to compliance with 25 Specifications. 26 J. Extend existing installations using materials and methods as specified for new Work. 27 K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to 28 the surroundings. 29 L. Salvaged Equipment and Materials 30 1. The City shall have the right to retain any or all electrical and instrumentation 31 equipment shown or specified to be removed from the site. 32 2. Deliver the City's equipment to a site designated by the City. 33 3. If the City refuses the salvage, the Contractor must claim ownership of the 34 materials and dispose of them properly. 35 4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of 36 demolition and the City will designate those items that are to remain the property of 37 the City. 38 5. Take necessary precautions in removing City designated property to prevent 39 damage during the demolition process. 40 a. Remove steel structural members by unbolting, cutting welds, or cutting rivet 41 heads and punching shanks through holes. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 2605 10 - 4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 4 1 b. Do not use a cutting torch to separate the City's equipment or material. 2 6. Remove items in 1 piece or in a manner that does not impact their reuse. 3 a. Loose components may be removed separately. 4 b. Controls and electrical equipment may be removed from the equipment and 5 handled separately. 6 c. Large units may be handled separately. 7 d. Salvaged piping shall be taken apart at flanges or fittings and removed in 8 sections. 9 M. Material removed from the construction site during demolition, and any equipment not 10 otherwise designated to remain the property of the City in accordance with the pre- 11 demolition identification process shall become the property of the Contractor, and shall 12 be promptly removed from the construction site. 13 N. Refurbish and replace any existing facility, to be left in place, which is damaged by the 14 demolition operations. 15 1. The repair of such damage shall leave the parts in a condition at least equal to that 16 found at the start of the work. 17 3.5 RESTORATION 18 A. Clean and repair existing materials and equipment which remain or are to be reused. 19 B. Panelboards 20 1. Clean exposed surfaces. 21 2. Check tightness of electrical connections. 22 3. Replace damaged circuit breakers. 23 4. Provide closure plates for vacant positions. 24 5. Provide typed circuit directory showing revised circuiting arrangement. 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] 32 3.13 MAINTENANCE [NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 260533-1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 12 1 SECTION 26 05 33 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install complete raceway systems as shown on the Drawings and as 7 specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.1.b.1 10 2. Added 1.2.A.1.b.2 11 3. Modified 1.2.A.2.b.1 12 4. Added 1.2.A.2.b.2 13 5. Modified 1.2.A.3.b.1 14 6. Added 1.2.A.3.b.2 15 7. Modified 1.2.A.4.b.1 16 8. Added 1.2.A.4.b.2 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 3. Section 26 05 43 — Underground Ducts and Raceways for Electrical Systems 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists 24 a. Measurement 25 1) This Item is considered subsidiary to Electrical Facilities. 26 b. Payment 27 1) Unit Price - The work performed and the materials furnished in accordance 28 with this Item are subsidiary to Electrical Facilities and shall be subsidiary 29 to the lump sum price bid for Electrical Facilities, and no other 30 compensation will be allowed. 31 2) Lump Sum Price — The work performed and the materials furnished in 32 accordance with this Item are included in the total lump sum price. 33 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists 34 a. Measurement 35 1) Measurement for conduit shall be per linear foot of the size, installation 36 method, and type of conduit installed. 37 2) Limits of measurement for conduit are from center to center between 38 ground boxes or poles, a combination of the two or to the termination point. 39 b. Payment CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 26 05 33 - 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 1) Unit Price - Payment for conduit shall be made at the price bid per linear foot of the size, installation method, and type of conduit installed. 2) Lump Sum Price — The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. c. The price bid shall include: 1) Installation of Conduit and Related Hardware including, but not limited to: a) Elbows b) Couplings c) Weatherheads 3. Conduit Boxes, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 2) Lump Sum Price — The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 4. Conduit Boxes, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for this Item shall be per each Conduit Box installed per location of installation. b. Payment 1) Unit Price - The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid for "Conduit Box" installed. 2) Lump Sum Price — The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. c. The price bid shall include: 1) Furnishing and installing the Conduit Box 2) Excavation 3) Furnishing, placement and compaction of backfill 4) Clean-up 34 1.3 REFERENCES 35 A. Reference Standards 36 37 38 39 40 41 42 43 44 45 46 47 48 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, Inc. (ANSI). a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum Conduit (ERAC). 3. National Electrical Manufacturers Association (NEMA). a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). b. C80.1, Electrical Rigid Steel Conduit. c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing. e. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 26 05 33 - 3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 1 4. National Fire Protection Association (NFPA) 2 a. 70 — National Electrical Code (NEC). 3 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 4 2) Chapter 9, Tables. 5 5. Underwriters Laboratories (UL) 6 a. 6, Electrical Rigid Metal Conduit — Steel. 7 b. 51413, Conduit, Tubing and Cable Fittings. 8 c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. 9 B. All equipment components and completed assemblies specified in this Section of the 10 Specifications shall bear the appropriate label of UL. 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 14 A. Product Data 15 1. Submit to the City, in accordance with Division 1, the manufacturers' names and 16 product designation or catalog numbers of all materials specified. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Qualifications 21 1. Manufacturers 22 a. Refer to Specification Section 01 60 00 for listing of approved manufacturers 23 for all materials. 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A. Storage and Handling Requirements 26 1. Handling: In accordance with manufacturer's instructions. 27 2. Storage 28 a. In accordance with manufacturer's instructions 29 b. Not exposed to sunlight 30 c. Completely covered 31 3. Materials showing signs of previous or jobsite exposure will be rejected. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY 34 A. No separate warranty on conduit. 35 PART 2 - PRODUCTS 36 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 37 2.2 CONDUIT CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 26 05 33 - 4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 1 A. Liquidtight Steel Flexible Metal Conduit 2 1. Interlocked steel core 3 2. PVC jacket rated for 80 degrees Celsius 4 3. Complies with NEC Article 350 5 4. Fittings 6 5. Extruded from 6063 T-1 alloy 7 6. Maximum 0.1 percent copper content 8 7. Conform to: 9 a. ANSI C80.5 10 b. UL-6 11 B. Rigid Steel Conduit 12 1. Hot dip galvanized 13 2. Threads: Hot galvanized after cutting 14 3. Conforms to: 15 a. NEMA C80.1 16 C. Rigid PVC Schedule 80 Conduit 17 1. Designed for use above ground and underground as described in the NEC 18 2. Resistant to sunlight 19 3. UL Labeled 20 4. Conforms to: 21 a. NEMA TC-2 22 b. UL 651 23 5. Fittings conform to: 24 a. NEMA TC-3 25 b. UL 514B 26 D. Rigid PVC Schedule 40 Conduit 27 1. Designed for use underground as described in the NEC 28 2. Resistant to sunlight 29 3. UL Labeled. 30 4. Conforms to: 31 a. NEMA TC-2 32 b. UL 651 33 5. Fittings conform to: 34 a. NEMA TC-3 35 b. UL 514B 36 E. High Density Polyethylene (HDPE) Conduit 37 1. Designed for use underground as described in the NEC 38 2. Resistant to sunlight 39 3. UL Labeled 40 4. Conforms to: 41 a. UL 651A 42 b. UL 651B CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 26 05 33 - 5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 c. NEMA TC-7 2 F. Raceway Boxes 3 1. Use: Exposed raceway systems only 4 2. Boxes for underground systems: Refer to Section 26 05 43. 5 3. Box size 6 a. Distance between each raceway entry inside the box and the opposite wall: Not 7 be less than 6 times the trade size of the largest raceway in a row. 8 b. Distance shall be increased for additional entries by the amount of the sum of 9 the diameters of all other raceway entries in the same row on the same wall of 10 the box. 11 c. Each row calculated individually, and the single row that provides the 12 maximum distance used to size box. 13 2.3 ACCESSORIES 14 A. Conduit Outlet Bodies 15 1. Up to and including 2-1/2 inches 16 a. Conduit outlet bodies and covers: Galvanized steel 17 b. Captive screw -clamp cover 18 c. Neoprene gasket 19 d. Stainless steel screws and clamps 20 2. Larger than 2-1/2 inches 21 a. Use junction boxes. 22 B. Conduit Hubs 23 1. Watertight 24 2. Threaded galvanized steel 25 3. Insulated throat 26 4. Stainless steel grounding screw 27 C. Grounding Bushings 28 1. Insulated lay -in lug grounding bushings 29 2. Tin-plated copper grounding path 30 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees 31 Celsius 32 4. Plastic insert cap each bushing 33 5. Lug size: Sufficient to accommodate maximum ground wire size required by the 34 NEC for the application 35 D. Raceway Sealant 36 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures 37 where shown or specified 38 E. Conduit Penetration Seals 39 1. Use for conduit wall and floor seals 40 F. Conduit and related hardware CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 26 05 33 - 6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 1 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 2 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' 3 Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the 4 Drawings. 5 2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. 6 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on 7 type. 8 G. Expansion/Deflection Fittings 9 1. Use 10 a. Embedded in concrete 11 b. Exposed 12 2. Description 13 a. Internal grounding 14 b. 4 inch movement 15 c. Stainless steel/cast iron 16 H. Expansion Fittings 17 1. Galvanized steel 18 2. 8 inch movement 19 3. Internal grounding 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 APPLICATION 26 A. Interface with Other Work 27 1. Coordinate the placement of conduit and related components with other trades and 28 existing installations. 29 B. Unless shown on the Drawings or specified otherwise, the conduit type installed with 30 respect to the location shall be as follows: 31 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 32 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 33 3. Exposed: Rigid galvanized steel 34 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal 35 Conduit 36 C. Box Applications 37 1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the 38 location in which they are installed. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 26 05 33 - 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 1 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: 2 Galvanized steel 3 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or 4 enclosure is prohibited 5 D. Conduit Outlet Bodies Applications 6 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, 7 except where junction boxes are shown or otherwise specified 8 2. Conduits larger than 2-1/2 inches: Use junction boxes 9 E. Conduit Hub Applications 10 1. Unless specifically stated herein or described on the Drawings, all raceways shall 11 terminate at an outlet with a conduit hub. Locknut or double locknut terminations 12 will not be permitted. 13 F. Insulated Grounding Bushing Applications 14 1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or 15 switchgear, if there is no wall or floor pan on which to anchor or terminate the 16 raceway. 17 2. Other raceways: Terminate on enclosures with a conduit hub. 18 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be 19 pulled. 20 G. Conduit Fittings Applications 21 1. Combination expansion deflection fittings: Install where conduits cross structure 22 expansion joints, on conduit transitions from underground to above ground, and 23 where installed in exposed conduit runs such that the distance between expansion- 24 deflection fittings does not exceed 150 feet of conduit run. 25 2. Expansion fittings: Install in lieu of a combination expansion -deflection fitting, on 26 the exposed side of conduit transitions from underground to above ground, where 27 the earth has been disturbed to a depth of more than 10 feet. 28 H. Conduit Penetration Seals Applications 29 1. Conduit wall seals: Use where underground conduits penetrate walls or at other 30 locations shown on the Drawings 31 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at 32 other locations shown on the Drawings 33 I. Conduit Tag Applications 34 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor 35 penetrations. 36 2. Tag all underground conduits and ducts at all locations, exiting and entering from 37 underground, including manholes and hndholes. 38 J. Raceway Installation 39 1. No conduit smaller than 11/4 inch electrical trade size. 40 2. No more than the equivalent of 3 - 90 degree bends in any I run. 41 3. Do not pull wire until the conduit system is complete in all details. 42 4. Install all underground raceways in accordance with Section 26 05 43. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 260533-8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 5. Where raceways enter or leave the raceway system, where the raceway origin or termination, could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed, using watertight sealant (Duxseal or equal), at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment, at no cost to the City. Cleaning or drying of such damaged equipment will not be acceptable. 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 feet or less as required to obtain rigid construction. 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back plates, to raise conduits from the surface. 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal members and threaded hanger rods not less than 3/8 inch in diameter. 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to provide a minimum of 1/2 inch clearance between wall and equipment. 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. Use concrete inserts of the spot type where attached to concrete surfaces. 11. Conduits on exposed work a. Install at right angles to and parallel with the surrounding wall. b. Conform to the form of the ceiling. c. No diagonal runs. d. Provide concentric bends in parallel conduit runs. e. Install conduit perfectly straight and true. 12. Conduits terminated into enclosures: Install perpendicular to the walls where flexible liquidtight or rigid conduits are required. a. Do not use short sealtight elbow fittings for such terminations, except for connections to instrumentation transmitters where multiple penetrations are required. 13. Use insulated throat grounding bushings for conduits containing equipment grounding conductors and terminating in boxes. Connect grounding conductors to the box. 14. Install conduits using threaded fittings. Do not use running threads. 15. PVC conduit: Use glued type conduit fittings. 16. HDPE conduit: Use fittings by same manufacturer as conduit. 17. Liquidtight flexible steel conduit a. Primary and secondary of transformers b. Generator terminations c. Other equipment where vibration is present d. Connections to instrumentation transmitters, where multiple penetrations are required e. Do not use in other locations. £ Maximum length: Not greater than that of a factory manufactured long radius elbow of the conduit size being used CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 26 05 33 - 9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 1 g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, 2 Table 2, "Other Bends". 3 h. Do not use BX or AC type prefabricated cables. 4 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings 5 against the passage of flame and smoke. 6 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing 7 bushings. 8 20. Raceways terminating in Control Panels or boxes containing electrical equipment 9 a. Do not install to enter from the top of the panel or box. 10 b. Seal with a watertight sealant: Duxseal or equal 11 21. Conduit 12 a. The Contractor will be required to coordinate with all local utility companies, 13 long distance communication companies, City utilities, railroad companies, and 14 Dig Tess if applicable, to ascertain exact locations of conflicting underground 15 services. 16 b. The location of conduits and ground boxes are diagrammatic only and may be 17 shifted by the Inspector to accommodate field conditions. 18 c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. 19 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as 20 measured from the intended target point for bores. 21 e. The use of a pneumatically driven device for punching holes beneath the 22 pavement (commonly known as a "missile") will not be permitted. 23 f. Conduit installed for future use shall have a non-metallic, nylon type pull string 24 and shall be capped using standard weather tight conduit caps, as approved by 25 the Inspector. 26 g. The Contractor shall place duct seal or foam at the ends of all conduit where 27 conductors and/or cables are present. 28 h. New Conduit 29 1) All underground conduit shall be schedule 40 PVC conduit. 30 2) All conduit or raceways above ground shall be rigid metal. 31 3) All conduit and fittings shall be of the sizes and types shown on the 32 Drawings. 33 4) Each section of conduit shall bear evidence of approval by Underwriter's 34 Laboratories. 35 5) Conduit terminating in posts or pedestal bases shall not extend vertically 36 more than 3 inches above the concrete foundation. 37 6) Field bends in conduit shall have a minimum radius of 12 diameters of the 38 nominal size of the conduit. 39 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and 40 couplings made tight. PVC conduit shall be joined by the solvent --weld 41 method in accordance with the conduit manufacturer's recommendations. 42 8) No reducer couplings shall be used unless specifically indicated on the 43 Drawings. 44 9) Conduit and fittings shall have burrs and rough places smoothed and shall 45 be clean and free of obstructions before the cable is installed. 46 10) Field cuts shall be made with a hacksaw only, and shall be square and true 47 so that the ends will butt or come together for the full diameter thereof. 48 a) In no case shall a cutting torch be used to cut or join conduit. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 260533-10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 1 11) Slip joints or running threads will not be permitted for coupling conduit 2 unless approved by the Inspector. 3 12) When a standard coupling cannot be used, an approved union coupling 4 shall be used and shall provide a water -tight coupling between the conduit. 5 13) Couplings shall be properly installed to bring their ends of connected 6 conduit together to produce a good rigid connection throughout the entire 7 length of the conduit run. 8 14) Where the coating on a rigid metal conduit run has been damaged in 9 handling or installation, such damaged parts shall be thoroughly painted 10 with rust preventive paint. 11 15) Ends of conduits shall be capped or plugged until installation of the wire is 12 complete. 13 16) Upon request by the Inspector, the Contractor shall draw a full-size metal 14 wire brush, attached by swivel joint to a pull tape, through the metal 15 conduit to insure that the conduit is clean and free from obstructions. 16 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 17 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 18 mm) below the finished street grade in the street area. 19 18) Conduit placed for concrete encasement shall be secured and supported in 20 such a manner that the alignment will not be disturbed during placement of 21 the concrete. 22 a) No concrete shall be placed until all of the conduit ends have been 23 capped and all box openings closed. 24 19) PVC conduit, which is to be placed under existing pavement, sidewalks, 25 and driveways, shall be placed by first providing a void through which the 26 PVC conduit shall be inserted. 27 a) The void may be made by boring. 28 b) Use of water or other fluids in connection with the boring operation 29 will be permitted only to lubricate cuttings. 30 c) Water jetting will not be permitted. 31 20) If it is determined by the Inspector that it is impractical to place the conduit 32 by boring as outlined above due to unforeseen obstructions, written 33 permission may be granted by the Traffic Services Manager or designee for 34 the Contractor to cut the existing pavement. 35 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the 36 curb or the outside edge of the shoulder. 37 a) The boring method used shall not interfere with the operation of streets, 38 highways, or other facilities, and shall not weaken or damage any 39 embankment structure, or pavement. 40 22) Backfill - Compaction & Density Test for All Ditchlines 41 a) All ditchlines within paving areas of existing and proposed streets and 42 within 2 feet (600 mm) back of curb are to be mechanically tamped. 43 b) All tamping is to be density controlled to 90 percent standard proctor 44 density at optimum moisture content and no greater than 5 percent 45 optimum or less than 2 percent below optimum. 46 c) All backfill material is to be select native material, 6 inches (150 mm) 47 diameter clods and smaller. 48 d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 49 mm) lifts with densities being taken for each 1 feet (300 mm) of 50 compacted material on offsetting stations of 50 feet (15.9 M). CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 260533 -11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 11 of 12 1 23) Provide adequately bent conduit and properly excavate so as to prevent 2 damage to the conduit or conductor by a bend radius which is too short. 3 24) All conduit runs shall be continuous and of the same material (metal only 4 or PVC only). 5 25) Where tying into existing conduit, the Contractor must continue with the 6 same material (metal to metal or PVC to PVC). 7 26) Each length of galvanized rigid metal conduit, where used, shall be reamed 8 and threaded on each end and couplings shall be made up tight. 9 27) White -lead paint or equal shall be used on threads of all joints. 10 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 11 29) Where the coating on a metal conduit run has been damaged in handling or 12 installation, such damaged parts shall be thoroughly painted with rust 13 preventive paint. 14 i. Existing Conduit 15 1) Prior to pulling cable in existing underground conduit, the conduit shall be 16 cleaned with a mandrel or cylindrical wire brush and blown out with 17 compressed air. 18 2) If conduit appears to be blocked, the Contractor shall make an attempt to 19 clear the conduit by rodding (The Contractor will not receive extra 20 compensation for rodding). 21 3) If the existing conduit cannot be used, the Contractor may be required to 22 repair and/or replace this conduit as directed by the Engineer. 23 a) Repair of this conduit will be paid for as "extra work" on a Change 24 Order. 25 4) The Inspector shall be notified prior to disconnection or removal of any 26 existing cable. 27 22. Conduits from external sources entering or leaving a multiple compartment 28 enclosure: Stub up into the bottom horizontal wireway or other manufacturer 29 designated area, directly below the vertical section in which the conductors are to 30 be terminated. 31 23. Conduits entering from cable tray: Stub into the upper section. 32 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or 33 NEMA 7. 34 25. Conduit identification platens 35 a. Install on all power, instrumentation, alarm and control conduits at each end of 36 the run and at intermediate junction boxes and manholes. 37 b. Install conduit plates before conductors are pulled into conduits. 38 c. Coordinate exact identification plate location with the City at the time of 39 installation to provide uniformity of placement and ease of reading. 40 26. Pull mandrels through all existing conduits that will be reused and through all new 41 conduits 2 inches in diameter and larger prior to installing conductors. 42 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or 43 designated for future equipment. 44 28. Install conduit to drain away from the equipment served. If conduit drainage is not 45 possible, use conduit seals to plug the conduits at the point of attachment to the 46 equipment 47 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, 48 present or future, in floor or ceiling construction. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 260533-12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 12 30. Do not use running threads. 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 32. Locate conduits a minimum of 3 inches from steam or hot water piping. a. Where crossings are unavoidable, locate conduit at least 1 inch from the covering of the pipe crossed. 33. Conduits terminating at a cable tray a. Support independently from the cable tray. b. Provide conduit support within 1-feet of the cable tray. c. Weight of the conduit not supported by cable tray 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 CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 26 05 43 - 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 7 1 SECTION 26 05 43 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install a complete underground system of raceways, manholes and 7 hndholes 8 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways 9 and Boxes for Electrical Systems 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Modified 1.2.A.2.a 12 2. Added 1.2.A.2.b 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 3. Section 03 30 00 — Cast -in -Place Concrete 17 4. Section 26 05 33 — Raceways and Boxes for Electrical Systems 18 5. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. This Item is considered subsidiary to the Electrical Facilities being installed. 23 2. Payment 24 a. Unit Price - The work performed and the materials furnished in accordance 25 with this Item are subsidiary to the electrical facilities specified on the 26 Drawings and shall be subsidiary to the lump sum price bid for Electrical 27 Facilities, and no other compensation will be allowed. 28 b. Lump Sum Price — The work performed and the materials furnished in 29 accordance with this Item are included in the total lump sum price. 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification, unless a date is specifically cited. 35 2. American Association of State Highway and Transportation Officials (AASHTO) 36 a. M306 — Standard Specification for Drainage Structure Castings. 37 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 26 05 43 - 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. Plastic duct spacers 6 B. Shop Drawings 7 1. Manholes, handholes and associated hardware 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Manufacturers 13 a. Precast manholes: Manufactured in a NPCA (National Precast Concrete 14 Association) Certified Plant 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Handle and store material in accordance with manufacturer's instructions. 18 2. Store materials completely covered; do not expose materials to sunlight. 19 3. Materials showing signs of previous or jobsite exposure will be rejected. 20 1.11 FIELD [SITE] CONDITIONS 21 1.12 WARRANTY 22 A. No separate warranty for this equipment 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. Manufacturers 27 1. Manufacturer List 28 a. Refer to Section 0160 00. 29 B. Conduit 30 1. PVC Schedule 40 or HDPE 31 2. Refer to Section 26 05 33 32 3. Terminators: Same size and type as the raceway 33 C. Concrete cap for raceways and duct banks 34 1. Refer to Section 03 30 00. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 26 05 43 - 3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 2. Red dye a. 40 pounds per 10 cubic yards of concrete D. Manholes and Handholes 1. Precast concrete 2. Designed for a AASHTO Class H2O load. 3. Sizes shown on Drawings 4. Manhole tops a. Field removable b. Stainless steel lifting eyes 5. Duct bank entries into the manhole or handhole a. Centered on the entering wall b. Contain the number and size of duct terminators to match the corresponding duct bank 6. Concrete sump a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep b. Located in the middle of the floor of the manhole or handhole, or as shown on the Drawings 7. All conduits entering manholes and handholes shall be equipped with stainless steel tag indicating conduit tag. Spare conduits shall indicate the size, origin, and destination. E. Manhole Covers 1. Heavy duty 2. 36 inch diameter 3. Machined gray iron 4. AASHTO M306 CL35B minimum 5. 40,000-pound proof load value (AASHTO Class H2O X 2.5) 6. Including frame 7. `Electric" or "Communication" raised lettering recessed flush on the cover 8. Drop handles F. Castings 1. Made In the USA 2. Cast with the foundry's name and production date (example: mm/dd/yy) 3. True to pattern in form and dimension 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in positions affecting strength and value 5. Angles: Filleted 6. Arises: Sharp and true G. Hardware 1. Cable racks a. Heavy duty b. Non-metallic c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not less than 250 pounds at the outer end CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 26 05 43 - 4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 d. Molded in 1 piece of U.L. listed glass reinforced nylon 2 e. Secured to the manhole and walls using drilled epoxy anchoring system, with 3 316 stainless steel bolts 4 f. Arms vertically spaced not greater than 24 inches on center 5 2. Pulling irons 6 a. Copolymer polypropylene coated 1/2 inch diameter cable 7 b. Rated pulling strength: 7500 lbs 8 c. Polyethylene pulling iron pocket 9 d. Manholes: Recessed in wall opposite each duct entry 10 e. Handholes: Located near center of handhole floor 11 3. Ladders 12 a. Fiberglass reinforced plastic 13 b. Safety yellow 14 c. 18 inch rung width 15 d. 12 inch rung spacing 16 e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the 17 underground system 18 H. Polyethylene Warning Tape 19 1. Red polyethylene film 20 2. 2 inches minimum width 21 3. Embedded metallic wire for location tracing 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION 27 A. Verification of Conditions 28 1. Field verify the routing of all underground duct banks before placement 29 2. Modify the routing to avoid underground utilities or above ground objects 30 3. Provide any alternate routing of the duct banks to the City for approval before 31 installation 32 3.3 TRENCH EXCAVATION 33 A. Provide suitable room for installing manholes, handholes, ducts and appurtenances 34 B. Furnish and place all sheeting, bracing and supports. 35 C. Excavate material of every description and of whatever substance encountered. 36 D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before 37 excavating 38 E. Refer to Section 33 05 10. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 26 05 43 - 5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 1 3.4 INSTALLATION 2 A. Trench Excavation 3 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. 4 2. Furnish and place all sheeting, bracing and supports. 5 3. Excavate material of every description and of whatever substance encountered in 6 conformance with Section 33 05 10. 7 4. Pavement 8 a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 9 5. Trenching and Compaction shall be in accordance with Section 33 05 10. 10 B. Special Techniques 11 1. Changes of direction 12 a. Less than 20 degrees 13 1) Use hotbox, strictly in conformance with the conduit manufacturer's 14 instructions 15 b. Greater than 20 degrees 16 1) Use long radius bends 17 2. Minimum raceway size between manholes or handholes shall be 2 inches 18 C. Slopes 19 1. Install raceways to drain away from buildings. 20 2. Install raceways between manholes or handholes to drain toward the manholes or 21 handholes. 22 3. Slopes 23 a. At least 3 inches per 100 feet 24 D. Lay raceway lines in trenches on sand bedding. 25 E. Plastic spacers 26 1. Not more than 4 feet apart 27 2. Provide not less than 2 inch clearance between raceways. 28 F. Raceway banks cover: 24 inches 29 G. Raceway terminations at manholes: Terminator for PVC conduit 30 H. Blank duct plugs 31 1. Use to seal the ends of all unused ducts in the duct system 32 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the 33 underground system 34 I. Raceways entering or exiting the underground system, rising to higher elevation 35 1. Seal at higher elevation before and after the installation of cables 36 2. No entry of water or moisture to the Underground System at any time 37 J. Complete duct system before pulling any wire. 38 K. Swab all raceways clean before installing cable. 39 L. Cables in manholes and handholes 40 1. Train, support and restrain on cable racks. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 26 05 43 - 6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 1 2. Route cables passing duct entrances above all duct entrances. 2 3. Do not route cable in front of or below duct bank entrances. 3 4. Install polyethylene warning tape trench above each raceway or duct bank. 4 M. Tag all underground conduits at all locations exiting and entering from underground, 5 including manholes and handholes 6 3.5 REPAIR / RESTORATION 7 A. Remove and replace sub grade soils which become soft, loose or otherwise 8 unsatisfactory as a result of inadequate excavation, dewatering or other trenching 9 methods, using gravel fill. 10 B. Existing pavement 11 1. Saw cut and repair existing pavements above new and modified existing duct 12 banks. 13 2. Cut along straight lines. 14 3. Replace pavement with the same type and quality of the existing paving. 15 C. Grassy areas 16 1. Remove and replace sod, or 17 2. Loam and reseed surface 18 3.6 RE -INSTALLATION 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 A. Backfilling 1. Remove materials unsuitable for backfilling. 2. Trench fill a. Common fill material b. Void of rock or other non -porous material c. Layers not to exceed 8-inches in loose measure d. Compact to 90 percent standard Proctor density at optimum moisture content of f 4 percent e. Mounded 6-inches above existing grade 3. Existing grass, loam or gravel surface a. Remove surface material b. Conserve c. Replace to the full original depth 4. Paved areas or designated future paved areas a. Backfill with select fill material b. Layers not to exceed 8-inches loose measure c. Compact to 95 percent standard Proctor density at optimum moisture content of f 3 percent 5. Compaction a. Hand or pneumatic tamping with tools weighing at least 20 pounds b. Place material being spread and compacted in layers not over 8-in loose thick. c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required compaction 6. Do not place bituminous paving in backfill. 7. Do not use water jetting as a means of consolidating or compacting backfill. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 26 05 43 - 7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 1 8. Road surfaces 2 a. Broom and hose -clean immediately after backfilling 3 b. Employ dust control measures at all times. 4 3.7 CLEANING 5 A. Remove all rubbish and debris from inside and around the underground system. 6 B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, 7 hndholes and structures, using brushes, vacuum cleaner or clean, lint free rags. 8 C. Do not use compressed air. 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 26 05 50 - 1 COMMUNICATIONS MULTI -DUCT CONDUIT Page 1 of 11 1 SECTION 26 05 50 2 COMMUNICATIONS MULTI -DUCT CONDUIT 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Furnish, install and test a Multi -Duct Conduit (MDC) 7 2. MDC shall be suitable for installation in and outdoor underground environment 8 including constant immersion in water, and/or hung from a bridge. 9 B. Products Furnished But Not Installed Under This Section 10 1. None 11 C. Products Installed But Not Furnished Under This Section 12 1. None 13 D. Deviations from City of Fort Worth Standards 14 1. Modified 1.2.A.2.a 15 2. Added 1.2.A.2.b 16 E. Related Specification Sections include but are not necessarily limited to 17 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 18 Contract. 19 2. Division 1 - General Requirements. 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be per linear foot of the size and installation 24 method of multi -duct conduit furnished and installed and tested. 25 b. Limits of measurement for multi -duct conduit are from center to center between 26 ground boxes or poles, a combination of the two, or to the termination point. 27 2. Payment 28 a. Unit Price - The work performed and materials furnished in accordance with 29 this Item and measured as provided under "Measurement" will be paid for as 30 the unit price bid for "Multi -duct Conduit" of the size and installation method 31 specified. 32 b. Lump Sum Price — The work Derformed and the materials furnished in 33 accordance with this Item are included in the total lump sum Drice. 34 c. The price bid shall include: 35 1) Furnishing and installing MDC 36 2) Excavation 37 3) Boring 38 4) Aerial installation 39 5) Furnishing and placing backfill CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 26, 2016 26 05 50 - 2 COMMUNICATIONS MULTI -DUCT CONDUIT Page 2 of 11 1 6) Installing all fittings, sweeps, bends, repair, couplings, adaptors, ground 2 box termination kits 3 7) Pre -assembled split repair costs 4 8) Lubrication access fittings 5 9) Hangers 6 10) Brackets 7 11) Expansion joints 8 12) Concrete 9 13) Detectable underground metalized Mylar warning tape 10 14) Locator wire 11 15) All labor, tools, equipment and incidentals necessary to complete the work. 12 1.3 REFERENCES 13 A. Abbreviations and Acronyms 14 1. MDC - Multi -Duct conduit 15 2. PVC — Polyvinyl chloride conduit 16 3. PE — Polyethylene 17 4. OD — Outer diameter 18 5. ID — Inner diameter 19 B. Definitions 20 1. None 21 C. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Traffic Control Plan 26 a. Texas Manual of Uniform Traffic Control Devices (TMUTCD) 27 3. Underwriters Laboratories (UL) 28 4. National Electrical Manufactures Association (NEMA) 29 5. National Electrical Code (NEC) 30 6. Underground MDC System 31 a. Telcordia GR-356, issue No. 2, June 2009 — Generic Requirements for Optical 32 Cable Innerduct, Associated Conduit, and Accessories. 33 b. American Society for Testing and Materials (ASTM) Standard D1785-12, 34 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 35 40, 80, and 120 36 c. ASTM Standard D2122-98(2010), Standard Test Method for Determining 37 Dimensions of Thermoplastic Pipe and Fittings 38 d. ASTM Standard D2412-11, Standard Test Method for Determination of 39 External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading 40 7. Outer Underground Duct — Heavy walled EPC-80 (Schedule 80) PVC 41 a. National Electrical Manufacturers Association (NEMA) Standard TC-2:2003, 42 Electrical Polyvinyl Chloride (PVC) Conduit 43 b. Underwriters Laboratories (UL) 651, Schedule 40, 80 Type EB and A Rigid 44 PVC Conduit and Fittings 45 c. National Electrical Code CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 26, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 26 05 50 - 3 COMMUNICATIONS MULTI -DUCT CONDUIT Page 3 of 11 8. Inner Ducts a. Bellcore GR-2884-CORE, Issue 1, July 1995 — Generic Requirements for Multi -Bore Conduit b. ASTM D 1599 — 99(2011) — Standard Test Method for Resistance to Short - Time Hydraulic Pressure of Plastic Pipe, Tubing, and Fittings 9. Aerial MDC System a. ASTM Standard D2996 — 01(2007) el, Standard Specification for Filament - Wound "Fiberglass" (Glass Fiber -Reinforced Thermosetting -Resin) Pipe. b. ASTM Standard D2310-06(2012), Standard Classification for Machine -Made "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. c. ASTM Standard D2517-06(2011), Standard Specification for Reinforced Epoxy Resin Gas Pressure Pipe and Fittings. 10. Coupling Body Certified Testing a. Test shall be in accordance with ASTM, NEMA Standard TC-2, UL.651, and Bellcore standards. 1.4 ADMINISRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Traffic Control Plan 1. Traffic Control Plan shall be approved by the Engineer before work begins. 2. Traffic Control Plan shall comply with the TMUTCD. B. References 1. The MDC supplier shall submit three (3) references where the suppliers MDC system has functioned successfully for a period of no less than a year. 2. References shall include current name and address of organization, and current name and telephone number of the individual from the organization who can be contacted to verify system installation. 3. Provide reference information prior to documentation submittal. 4. Failure to furnish references will be sufficient reason for rejection of the supplier's equipment. C. Testing of Product Certified Test Reports 1. Contractor shall provide certified test reports by an independent testing laboratory for coupling body and inner duct. 2. Coupling Body a. Test the coupling body to ensure it seals the inner duct by applying 100 p.s.i.g. to an inner duct and verify that the inner duct is capable of maintaining a minimum of 15 p.s.i.g. for 24 hours. b. Test shall be in accordance with ASTM, NEMA Standard TC-2, UL.651, and Bellcore standards as referenced to this Item. 3. Inner Duct a. Test the burn through resistance of inner duct as per the following procedure: 1) Wrap a length of inner duct around and secure to a rigid form with a radius of 24 in. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 26, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 26 05 50 - 4 COMMUNICATIONS MULTI -DUCT CONDUIT Page 4 of 11 2) Thread an appropriate length of pre -lubricated flat tape with a minimum tensile strength of 1500 lb. through the inner duct and sew the ends together to create a continuous loop. 3) Wrap the tape around a powered capstan that can be drawn away from the duct sample to provide a continuous tension of 450 lb. 4) Draw the tape continuously through the sample with the powered capstan at a rate of 100 ft. per minute. 5) Ensure that the duct does not burn through within 150 minutes. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS / SYSTEM A. Description 1. Regulatory Requirements a. Provide new materials that confirm to the details as shown on plans, the requirements of this Item, are UL listed and meet NEMA and NEC requirements. 2. MDC Systems a. Furnish and place a MDC of type and size shown on the plans or as directed by the Engineer. b. Provide a MDC that is suitable for installation in an outdoor underground environment including constant immersion in water, and/or hung from a bridge without any degradation in the MDC. c. MDC is a pre -assembled conduit section manufactured from a 4 in. round outer duct containing 4 factory installed 1.25 in. round inner ducts. d. Inner ducts are held together in square configuration by a system of spacers. e. Spacers hold the individual inner ducts in formation, locking them tightly to prevent free twisting. f. Plans indentify MDC system as "4-WAY MULTI -DUCT SYSTEM". g. The MDC, including respective bends, couplings, adapters and other accessory fittings shall contain a coupling body for sealing the outer and inner ducts of adjacent MDC sections in an end -to -end relationship. h. Factory assembled lengths and associated bends shall be manufactured without adhesives, to allow inner duct movement relieving internal stresses experienced during field handlings and due to variations in coefficient of thermal expansion. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 26, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 26 05 50 - 5 COMMUNICATIONS MULTI -DUCT CONDUIT Page 5 of 11 i. The MDC system shall include a complete line of accessory items, including, but not limited to: 1) Alternate outer ducts, 2) Sweeps and bends, 3) Repair couplings, 4) Ground box termination kits, and 5) Pre -assembled split repair kits. j. MDC pre -assembled sections, factory bends, and fittings shall be shipped with protective caps. k. All components of the MDC system shall be provided by the same manufacturer. 1. Provide all required sweeps, bends, repair couplings, ground box termination kits, alternative outer ducts, adapters, pre -assembled split repair kits, lubrication access fittings, tug -plugs, slit -inner duct plugs, hangers, brackets, expansion joints, and accessories to complete the MDC system as subsidiary to the MDC system. m. Provide all materials necessary for installation and testing subsidiary to the MDC system. n. Provide expansion joints and conduit that is similar to connecting conduit. o. Shall conform to the following requirements: 1) A percent ovality of less than 5 percent, 2) An underground system that performs in an ambient temperature of -30°F to 130°F without degradation of material properties, 3) An aerial system that performs in an ambient temperature range of -104°F to 200°F without degradation of material properties, 4) Resistant to most harsh chemicals, 5) Protected against degradation due to oxidation or general corrosion, 6) Capable of being direct buried by trenching or boring with no special consideration to using selective backfill, 7) Has a low coefficient of thermal expansion, such that expansion and contraction is minimal, 8) Free of visible cracks, holes or other physical defects that would degrade its performance, 9) Uniform as practical in respect to overall dimensions, color, density, thickness, etc. 10) Contains a UV light stabilizer which will protect it, for a minimum of 12 months, in direct sunlight, and 11) Durable identification showing the name and trademark of the manufacturer, conduit size, date of manufacture. 3. Outer Duct a. Shall be marked with a longitudinal print line with the wording "Install This Side Up" to assure proper inner duct orientation and alignment. b. Male ends of the outer ducts shall be a circumferential insertion depth mark to assure proper insertion is achieved. c. The length of the integral coupling shall be at least 5 inches in length to accommodate the coupling body. d. Underground MDC System 1) Provide a 4 in. round outer duct that is heavy walled EPC-80 (Schedule 80) PVC. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 26, 2016 26 05 50 - 6 COMMUNICATIONS MULTI -DUCT CONDUIT Page 6 of 11 2) Ensure that the outer duct meets the requirements of schedule 80 PVC 2 conduit and conforms to all requirements and references identified in 1.3.3 3 of the Item. 4 e. Aerial MDC System 5 1) Provide a 4 in. round Fiberglass Multi -Duct system that is bullet resistant, 6 heavy walled, pure, high grade, filament wound fiberglass reinforced 7 epoxy conduit. 8 2) Ensure that all conduit, elbows and fittings are manufactured from the 9 same resin/hardener/glass systems and the same filament wound system. 10 3) All Fiberglass MDC aerial elbows, conduit, fittings and hangers shall be 11 grey in color. 12 4) Provide aerial MDC that performs in an ambient temperature range -40°F 13 to 200°F without degradation of material properties. 14 5) Provide aerial MDC that is resistant to most harsh chemicals, is protected 15 against degradation due to oxidation or general corrosion, and has a low 16 coefficient of thermal expansion so that expansion and contraction is 17 minimal. 18 4. Inner Ducts 19 a. Provide 1.25 in. inner ducts constructed of an extruded Virgin High Density 20 Polyethylene (PE) compound specifically blended for inner ducts used in Multi- 21 duct systems. 22 b. Characteristics of this blend add rigidity to the extruded PE inner ducts, 23 minimize the differences between the expansion and contraction rates of PVC 24 and the PE inner ducts, create a burn resistant PE inner duct to minimize the 25 chance of damaging the inner duct during the cable placing operation, and 26 provide a silicone impregnated wall of the inner duct. 27 1) Provide inner ducts that are uniquely identified by the extrusion of a 28 different color for each of the inner ducts, using orange, yellow, red and 29 white. 30 2) Place white inner duct directly in -line with the manufacturer's 31 identification on the outer duct for ease of identification and installation. 32 c. Provide inner ducts with a minimum burst strength of 125 psi. 33 d. Provide inner ducts that are extruded in a controlled outer diameter (OD) 34 fashion. 35 e. Provided inner ducts with: 36 1) Minimum ID of 1.25 in. 37 2) Maximum OD of 1.413 in 38 3) Minimum wall thickness 0.075 in. 39 f. Provide inner ducts that are the same type within the bends and within the 40 straight sections. 41 g. All inner ducts shall meet requirements identified in 1.3.4 of this Item. 42 5. Coupling Body 43 a. The MDC system, including bends, couplings, and other fittings shall contain a 44 coupling body for sealing the outer and inner ducts of adjacent multiduct 45 conduit sections end to end. 46 b. Coupling bodies for installation by trenching CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 26, 2016 26 05 50 - 7 COMMUNICATIONS MULTI -DUCT CONDUIT Page 7 of 11 1 1) Provide a factory installed primary coupling body which incorporates 2 integral molded sealing devices to facilitate field assemble and prevent 3 water and foreign material leakage from outside the MDC and to prevent 4 air leakage from inside the inner ducts. 5 2) Ensure that the gasket or sealing member(s) are of an anti -reversing design 6 to ensure that the lengths of the conduit stay joined together. 7 3) Provide MDC system that can be assembled by hand without special tools 8 and does not require lubricant for field lubricant for field assembly. 9 4) Provide a coupling body with a plurality of bores containing principal seals 10 which are molded as an integral part of the coupling body. 11 5) Ensure that the field connection end of the internal coupling body 12 incorporates shaped target areas to accommodate self -aligned of the inner 13 ducts with bore openings during field assembly. 14 6) Ensure that one of the bore openings on the filed assembly side the 15 coupling body is uniquely identified to facilitate proper continuous inner 16 duct alignment during field assembly. 17 c. Coupling bodies for installation by boring 18 1) Coupling bodies for installation by boring shall meet the requirements of 19 coupling bodies of trenched MDC. 20 2) Outer duct shall be equipped with locking rings and matching grooves, 21 especially designed for bored installations. 22 3) The conduit and joints shall withstand axial loads of 8,700 lbs. while being 23 pulled around a bend with a 65-ft. radius, with no leaks or deformation of 24 the ducts. 25 6. Inner Duct Plugs 26 a. Plugs for sealing inner ducts shall be durable, fabricated from no metallic parts 27 and shall be easily removable and reusable. 28 b. Plugs shall be capable of being installed and removed by hand without any 29 tools and shall provide water- and air -tight seal of 21 psi. 30 c. Plugs that seal empty inner ducts shall contain a rope tie on the inside end for 31 connection of the pull rope/tape. 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL 34 A. Tests and Inspections 35 1. Performance testing for all materials not previously tested and approved may be 36 required. 37 2. If technical data is not considered adequate for approval, the City may require 38 material testing by an independent testing laboratory. 39 3. The contract period will not be extended for time lost or delays caused by testing 40 prior to final approval of any items. 41 B. Non -Conforming Work 42 1. Failure to conform to the requirements of any test will be counted as a defect and 43 the materials will be rejected. 44 2. Rejected materials may be offered again for retest provided all non -compliances 45 have been corrected and retested by an independent testing laboratory. 46 C. Examination of Product CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 26, 2016 260550-8 COMMUNICATIONS MULTI -DUCT CONDUIT Page 8 of 11 1 1. Carefully examine each MDC system component to verify that the materials, 2 design, construction, markings, and workmanship comply with the requirements of 3 its specification. 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Protection of In -Place Conditions 9 1. Conduct work with minimum disturbance of existing utilities, and coordinate work 10 in or near utilities with the utility owners. 11 2. Inform utility owners sufficiently before work begins to allow time to identify 12 located, reroute, or make other adjustments to utility lines. 13 3. Field verify routing avoids cutting or damaging underground utility lines that are to 14 remain in place. 15 B. Surface Preparation 16 1. None 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 C. Demolition / Removal 1. Perform trench excavation and backfilling as shown on the plans or as directed by Engineer and in accordance to this Item. 2. Obstructions a. Remove obstructions to the proposed construction, including trees and other vegetation, debris, and structures over the width of the excavation to a depth of 1 ft. below the bottom of excavation. b. If abandoned storm drains, sewers, or other drainage systems are encountered, remove as required to clear the excavation area, and plug in a manner approved by the Engineer. c. After removing obstructions, restore the bottom of the excavation to grade by backfilling in accordance to this Item. 3. Excavate to the lines and grades shown on the plans or as directed by the Engineer. a. Provide slopes, benching, sheeting, bracing, pumping, and bailing as necessary to maintain the stability and safety of excavation. b. Use satisfactory excavated material as backfill. c. Dispose of material not incorporated into the final project off the right-of-way in accordance with federal, state and local regulations. d. When excavating across private property or beyond the project limits: 1) Keep any topsoil removed separate, 2) Replace it as nearly as feasible in its original position, and 3) Restore the area to acceptable condition. 4. Excavation in Streets a. When structures are installed in streets, highways, or other paced areas, cut pavement and base with neat lines. b. Restore pavement structure after completion of excavation and backfilling. c. Maintain approved traffic control plan. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 26, 2016 26 05 50 - 9 COMMUNICATIONS MULTI -DUCT CONDUIT Page 9 of 11 1 5. Dispose of surplus material in accordance with federal, state, and local regulations. 2 6. If active sanitary sewer line is damaged during excavation, provide temporary 3 fumes across the excavation while open, and restore the lines when backfilling has 4 progressed to the original bedding lines of the cut sewer. 5 7. If damage to existing utilities occurs, promptly notify utility company. 6 3.4 INSTALLATION 7 A. General 8 1. Place MDC system in accordance with line, grades, details, and dimensions shown 9 on the plans or as directed by Engineer. 10 2. Place MDC system at the depth shown on the plans or as otherwise directed by the 11 Engineer. 12 3. Typical installation shall be at a depth of 30 inches. 13 4. Minimum depth shall never be less than 18 inches below finished grade. 14 B. De -Watering 15 1. Do not place MDC in presence of water unless approved by Engineer. 16 2. Place MDC on a dry, firm surface. 17 3. Remove any water by bailing, pumping, well —point installation, deep wells, 18 underdrains, or other approved method. 19 C. Bedding 20 1. Provide a minimum of 4 inches of fine granular material on the base of excavation. 21 D. Boring 22 1. Jack and bore as shown on the plans or as directed by the Engineer, and in 23 accordance with this Item. 24 2. General 25 a. Excavate suitable shafts or trenches for conducting the jacking or boring 26 operations and for placing end joints of pipe if the grade at the jacking or 27 boring end is below the ground surface. 28 b. Protect excavations with slopes, benching, sheeting, bracing, temporary 29 shoring, pumping and bailing as necessary to maintain the stability and safety 30 of excavation. 31 c. Install MDC so there is no interference with operation of street, highway, 32 railroad, or other facility and no embankment or structure is weakened or 33 damaged. 34 d. Repair any MDC damaged in jacking or boring operation. 35 e. Remove and replace any MDC damaged beyond repair at the Contractor's 36 expense. 37 f. Immediately after installation of MDC, backfill shafts or trenches excavated 38 used to facilitate jacking and boring. 39 3. Boring 40 a. Bore from a shaft in an approved location provided for the boring equipment 41 and workmen. 42 b. Dispose of excavated material using a method approved by the Engineer. 43 c. Use water or other fluids in connection with the boring operation only as 44 necessary to lubricate cuttings. CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 26, 2016 26 05 50 - 10 COMMUNICATIONS MULTI -DUCT CONDUIT Page 10 of 11 1 d. Do not use jetting. 2 e. In unconsolidated soil formation, use a gel -forming colloidal drilling fluid 3 consisting of high-grade, carefully processed bentonite to consolidate cuttings 4 of the bit, seal the walls of the hole, and furnish lubrication for subsequent 5 removal of cuttings and immediate installation of conduit. 6 f. Allowable variations from line and grade are specified in Section 476.3A. 7 "Jacking." 8 g. Pressure -grout any excavation of more than 1 in. 9 h. Use pilot hole or auger method for boring 10 1) Pilot Hole Method — Bore a 2 in. pilot hole the entire length of the 11 crossing, and check it for line and grade on the opposite end of the bore 12 from the work shaft. This pilot hole will serve as centerline for the larger 13 diameter hole to be bored. 14 2) Auger Method — Use a steel encasement pipe of the appropriate diameter 15 equipped with a cutter head to mechanically perform the excavation. Use 16 augers of sufficient diameter to convey the excavated mater to the work 17 shaft. 18 E. Aerial 19 1. Fasten all MDC attached to bridges or other structures with MDC straps, hangers, 20 or as directed by Engineer. 21 2. Submit details for attachment. 22 3. Submit details of method of installing MDC inside bridge decks (if MDC cannot be 23 attached to outside of bridge) to Engineer for approval. 24 4. Fit MDC ends with bushings or bell ends. 25 F. Locator Wire 26 1. Install a 1 conductor, No. 12 AWG solid copper locator wire in all MDC system 27 runs to facilitate locating underground optical fiber optic cables. 28 2. The wire is to be pulled into duct along with the optical fiber cable 29 3. Locator wire shall not occupy a duct by itself unless there is not any other cable 30 being installed in the multiduct. 31 4. The cable shall be continuous between ground boxes. 32 3.5 REPAIR / RESTORATION 33 A. Final Surface 34 1. Repair removed existing surface by backfilling with material equal in composition 35 and density to the surrounding areas. 36 2. Replace any removed surfacing, such as asphalt pavement or concrete riprap, with 37 like material to equivalent condition. 38 3. Mark MDC as directed by Engineer. 39 3.6 RE -INSTALLATION 40 A. Backfilling 41 1. As soon as practical, backfill the excavation after placement of the conduit. 42 2. Backfill Material shall be free from: 43 a. Stones large enough to interfere with compaction, 44 b. Large or frozen lumps that will not break down readily under compaction, and CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 26, 2016 26 05 50 - 11 COMMUNICATIONS MULTI -DUCT CONDUIT Page 11 of 11 1 c. Wood or other extraneous material. 2 3. Obtain backfill material from excavation or other sources. 3 4. In areas not supporting a completed roadbed, retaining wall, or embankment, place 4 back fill in layers at most 8 in. deep (loose measurement). 5 5. In areas supporting a portion of roadbed, retaining wall, or embankment: 6 a. Place backfill in uniform layers at most 6 in. deep (loose measurement), and 7 b. Compact each layer to meet the density requirements of the roadbed, retaining 8 wall, embankment material or as shown on plans. 9 6. Bring each layer of backfill material to the moisture content needed to obtain the 10 required density. 11 7. Use mechanical tamps or rammers to compact the backfill. 12 8. Rollers may be used to compact backfill if feasible. 13 9. Cohesion less material such as sand may be used for backfilling. 14 10. Compact cohesion less material using vibratory equipment, water-ponding, or a 15 combination of both. 16 B. Warning Tape 17 1. Prior to final backfill of trench place an underground Mylar marking tape, as 18 approved by the Engineer, over the MDC and located 6 in. below final grade, unless 19 shown otherwise on plans. 20 2. Cover entire length of the trench with the marking tape. 21 3. Use warning tape continuously imprinted with "CAUTION — CITY OF FORT 22 WORTH OPTICAL FIBER LINE BELOW." 23 3.7 SITE QUALITY CONTROL 24 A. Site Test Inspections 25 1. Verify conduit is free from obstruction by pulling a spherical template having a 26 diameter of at least 75% of the inside diameter of the conduit through the conduit. 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] 32 3.13 MAINTENANCE [NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 END OF SECTION 35 CITY OF FORT WORTH SENDERA RANCH 5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 26, 2016 2609 10- 1 INSTRUMENTATION Pagel of 3 1 SECTION 26 09 10 2 INSTRUMENTATION 3 PART1- GENERAL 4 5 1.1 SCOPE 6 A. This section covers the instruments, instrumentation enclosures and miscellaneous devices. 7 B. Auxiliary and accessory devices necessary for system operation or performance, such as relays, 8 din connectors, or terminals to interface with other Sections of these Specifications, shall be 9 included. 10 11 1.2 QUALITY ASSURANCE 12 A. Manufacturers: Firms regularly engaged in manufacture of products of this type, and whose 13 products have been in satisfactory use in similar service for not less than 5 years. 14 B. Installer: Qualified with at least 5 years of successful installation experience on projects with 15 work similar to that required for this project. 16 C. NEC Compliance: Comply with the National Electrical Code, NFPA 70, as applicable to wiring 17 and other electrical construction of the unit. 18 D. UL Compliance: Provide components with UL listing and labeling for applicable UL categories. 19 E. Provide complete unit and installation to conform with NFPA-90A. 20 21 1.3 SUBMITTALS 22 A. Submittals shall be in accordance with the requirements outlined in Section 0133 00 23 Submittals. 24 B. Submit catalog literature, specification material and installation and operation manual for each 25 instrument and device specified herein. 26 C. Submit outline and dimensional drawings and wiring diagrams to ENGINEER for review. 27 D. Submit shop drawings for instrument panels shall include wiring schematics and dimensional 28 outlines. Shop drawings shall include ISA loop drawings on all loops. Loop drawings shall 29 include all device terminal numbers and wire numbers. Shop drawings shall include all pin -out 30 wiring for RS-232 and RS-485 and similar type connectors. 31 32 1.4 SYSTEM RESPONSIBILITY 33 A. The CONTRACTOR shall assume complete "SYSTEM RESPONSIBILITY' for the 34 instrumentation system. "System Responsibility" shall mean that the CONTRACTOR is 35 responsible for the overall operation, satisfactory performance, and integration of the individual 36 components into the whole system so that the entire system functions in whole and in its parts as 37 intended by the Contract Documents. Coordinate integration and testing of instrumentation 38 system with programmer of RTU and SCADA System. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260910-2 INSTRUMENTATION Page 2 of 3 wt 40 PART 2 - PRODUCTS 41 42 2.1 SURGE SUPPRESSORS 43 A. Surge suppressors for protecting 120vac circuits shall meet UL 1449, UL 1283, NEMA LS-1 44 1992, and ANSI/IEEE C62.41 and C62.45. Load current rating shall be 20 amps at 120vac. 45 B. Surge suppressors shall be series connected and shall have a surge current capacity of 45,000 46 amps. 47 C. 120VAC Surge suppressor shall be Phoenix Contact model 2906489 or approved equal. 48 49 2.2 INSTRUMENT AND PLC ENCLOSURES 50 A. Indoor enclosures instrumentation equipment shall be hinged door type and shall have interior 51 mounting sub panel. Enclosures shall be Hoffman or equal. Enclosure shall be sized to house the 52 specified equipment, but shall not be less than the size indicated on the PLANS. 53 B. Enclosure rating for air-conditioned and ventilated locations in pump stations shall be NEMA 54 12. Enclosure rating for outdoor or damp locations such as the Raw Water Island shall be NEMA 55 4X and shall be constructed of 316 stainless steel unless otherwise noted. 56 57 2.3 MISCELLANEOUS 58 A. Terminal strips for connection of field wiring shall be DIN rail mounted channel mounted 59 terminals suitable for connecting #22 to #12 wire sizes. Furnish ABB model 011512017 with 60 35mm Aluminum DIN rail mounting channel. Terminal strips shall have factory terminal 61 markers. 62 B. Isolation relays shall be 24vdc SPDT with base. Furnish Idec model RV8H-L-D24. 63 C. Where noted, furnish and install a 24V DC 20 Amp Power Supply for the equipment as shown 64 on the drawings. The 24V DC PSU shall be Phoenix Contact #2938620. 65 D. Where noted, furnish and install a 24V DC 20 Amp Uninterruptable Power Supply (UPS) for 66 the equipment as shown on the drawings. The 24V DC UPS shall be Phoenix Contact #2320238. 67 E. Where noted, furnish and install a 24V DC 12-Amp Hour Battery Module. The Battery Module 68 shall be Phoenix Contact #2320322. 69 F. Signal Splitters shall be 24vdc powered with 4-20mA inputs & (2) 4-20mA outputs. Signal 70 Splitters shall be Acromag model #633T-0100 or approved equal. 71 G. 4-20mA Surge Suppressors shall be provided where required and as indicated on the drawings. 72 4-20mA surge suppressors shall be Phoenix Contact #2839538 or approved equal. 73 CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 260910-3 INSTRUMENTATION Page 3 of 3 74 PART 3 - EXECUTION 75 3.1 INSTALLATION GENERAL 76 A. Permanently mount the instruments, and all required appurtenances in accordance with 77 manufacturer's requirements. All work shall be done in accordance with industry standards, the 78 NEC, ISA recommendations and in a workmanlike manner. 79 B. All surge suppression devices shall be grounded with minimum #14 ground wire. 80 C. Wiring within enclosures shall be neatly bundled in tubing. Zip ties are not allowed as the main 81 method of bundling. 82 83 3.2 OPERATIONS AND MAINTENANCE MANUALS 84 A. Six (6) weeks prior to the completion of the project, compile an Operations and Maintenance 85 Manual on the instrumentation equipment. The manual shall meet the requirements outlined in 86 Section 0178 23 Operations And Maintenance Data. 87 88 89 90 END OF SECTION CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 26 09 30 - 1 SCADA Page 1 of 2 1 SECTION 26 09 30 2 SCADA 3 PART1- GENERAL 4 1.1 SCOPE 5 A. This section covers PLC equipment and programming, network components, testing and 6 verification. Work shall include all necessary materials, equipment, labor, and services. 7 1.2 RELATED WORK 8 A. Section 26 09 10, Instrumentation C 10 1.3 SUBMITTALS AND SHOP DRAWINGS 11 A. At minimum, submit catalog information as applicable on: 12 1. Enclosures 13 2. Power Supplies 14 3. PLC Equipment 15 4. Terminals and accessories 16 5. Desktop systems and chairs 17 B. Submit shop drawings on PLC equipment, modifications, and wiring. 18 19 PART 2 - PRODUCTS cl 21 2.1 PROGRAMMABLE LOGIC CONTROLLERS 22 A. Where required, PLC's shall be Allen-Bradley CompactLogix #1769-L33ER. PLC shall have 2 23 Ethernet ports, 1 USB port & 2mb of available user memory. 24 B. Where required, PLC power supply accepts 24vdc input. PLC power supply module shall be 25 Allen Bradley #1769-PB4 26 C. PLC shall have expansion I/O modules as required to accommodate the 1/0 scheduled on the 27 drawings. 28 D. Digital input modules shall have 16 digital 24vdc inputs. Discrete input module shall be Allen 29 Bradley #1769-IQ16. 30 E. Discrete output modules shall have 8 individually isolated relay outputs with 2 amp contact 31 ratings at 24vdc. Discrete output module shall be Allen Bradley #1769-OW81. 32 F. Analog input modules shall be isolated 4-20ma differential input type, 8 channels per module. 33 Analog input modules shall be Allen Bradley #1769-IF8. 34 G. Analog output modules shall have 4 individually isolated 4-20ma outputs. Analog output 35 modules shall be Allen Bradley #1769-OF4CI. CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 26 09 30 - 2 SCADA Page 2 of 2 36 H. Provide VO modules as required to maintain a minimum of 25% spare I/O. 37 38 2.2 POWER SUPPLIES AND BATTERIES 39 40 A. See 24vdc PSU requirements — Instrumentation Section 26 09 10.2.04.1) 41 B. See UPS requirements — Instrumentation Section 26 09 10.2.04.1) 42 C. See Battery requirements — Instrumentation Section 26 09 10.2.04.1) 43 44 45 PART 3 - EXECUTION 46 47 3.1 GENERAL 48 A. Modify the RTU as detailed on the drawings. Refer to the I/O listing shown on the drawings. 49 B. Program PLC logic to keep non-resetable runtime totalizers for all pumps and driven 50 equipment. Store the values in dedicated registers in Floating Point format for real time display 51 and historian data storage. 52 C. Program PLC logic to provide Today's, Yesterday's, Month's & Year's Flow Totalizer values. 53 At midnight, store Today's Flow Total value into Yesterday's Total and reset Today's Flow Total 54 to zero. 55 D. Contractor shall include price for all necessary RTU and SCADA programming under the base 56 bid. 57 58 59 END OF SECTION CITY OF FORT WORTH SENDERA 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 21, 2025 31 10 00 - 1 SITE CLEARING Page 1 of 6 1 SECTION 3110 00 2 SITE CLEARING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 1 1 B. Deviations from this City of Fort Worth Standard Specification 12 1. Modified 1.1.A.l.b. 13 2. Added 1.2.A.l.c 14 C. Related Specification Sections include but are not necessarily limited to 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 3. Section 02 41 13 — Selective Site Demolition 18 4. Section 02 41 14 — Utility Removal/Abandonment 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Site Clearing 22 a. Measurement 23 1) Measurement for this Item shall be by lump sum, square yard, or per acre. 24 b. Unit Price Pavment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum, square vard, or Der acre price bid for 27 "Site Clearing". 28 c. Lump Sum Pavment 29 1) The work performed and materials furnished in accordance with this 30 Item are included in the total lump sum price. 31 d. The price bid shall include: 32 1) Pruning of designated trees and shrubs 33 2) Removal and disposal of structures and obstructions (unless separate bid 34 item is provided under 02 41 13 "Selective Site Demolition" or 02 41 14 35 "Utility Removal/Abandonments"). 36 3) Removal and disposal of trees under 6-inches in diameter when bidding by 37 lump sum or square yard. 38 4) Removal of ALL trees when bidding by acre. 39 5) Backfilling of holes 40 6) Clean-up CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 22, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 311000-2 SITE CLEARING Page 2 of 6 2. Tree Removal (for trees 6-inch or larger in diameter when Site Clearing is bid by lump sum or square yard) a. M asurement 1) M asurement for this Item shall be per each. 2) M asurement of diameter for tree removal shall be at standard "Diameter at Breast Height" or DBH, where Breast Height shall be 54" above grade. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Removal" for: a) Various diameter ranges c. The price bid shall include: 1) Removal and disposal of tree, including removal of root to a depth at least 2 foot below grade 2) Grading and backfilling of holes 3) Excavation 4) Clean-up 3. Tree Removal and Transplantation a. M asurement 1) M asurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Transplant" for: a) Various diameter ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) M ving tree with truck mounted tree spade 3) Grading and backfilling of holes 4) Replanting tree at temporary location (determined by Contractor) 5) M intaining tree until Work is completed 6) Replanting tree into original or designated location 7) Excavation 8) Fertilization 9) M lching 10) Watering 11) Clean-up 12) Warranty period 4. Tree Protection a. M asurement 1) M asurement for this Item per each as designated on Construction Drawings for protection b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Protection" for: a) Various caliper ranges c. The price bid shall include: 1) Protection of tree utilizing measures designated on Construction Drawings 2) Installation of work barriers as designated on Construction Drawings 3) M intenance of protection measures throughout construction completed 4) Replanting tree into original or designated location CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 22, 2021 311000-3 SITE CLEARING Page 3 of 6 1 5) Excavation 2 6) Fertilization 3 7) Mulching 4 8) Clean-up 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINSTRATIVE REQUIREMENTS 7 A. Permits 8 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 9 required by the City's Tree Ordinance. PARD-Forestry details can be found here: 10 Forestry — Welcome to the City of Fort Worth (fortworthtexas. aov). Urban Forestry 11 Compliance's ordinance and requirements are within Zoning and can be found here: 12 Zoning — Welcome to the City of Fort Worth (fortworthtexas.gov). Preinstallation 13 Meetings 14 2. Hold a preliminary site clearing meeting and include the Contractor, City Forester 15 (if City owned tree) or representative of Urban Forestry (if privately owned tree), 16 City Inspector, and the Project Manager for the purpose of reviewing the 17 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 18 prior to the meeting. 19 3. The Contractor will provide the City with a Disposal Letter in accordance to 20 Division 01. 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION 34 A. All trees identified to be protected and/or preserved should be clearly flagged with 35 survey tape. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 22, 2021 311000-4 SITE CLEARING Page 4 of 6 1 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 2 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 3 saved. 4 3.4 INSTALLATION 5 A. Protection of Trees 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 1/2 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. For City -owned trees, PARD-Forestry permission is required to install protective fencing inside of canopy dripline (Critical Root Zone). 5. Additional trunk protection (cladding) is required when protective fencing is approved within the Critical Root Zone. 6. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 7. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 30 minutes of making a pruning cut or otherwise causing damage to the tree. 8. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing 1. Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 22, 2021 311000-5 SITE CLEARING Page 5 of 6 1 g. Plaster 2 h. Septic tank drain fields 3 i. Abandoned utility pipes or conduits 4 j. Equipment 5 k. Trees 6 1. Fences 7 m. Retaining walls 8 n. Other items as specified on the Drawings 9 2. Remove vegetation and other landscape features not designated for preservation, 10 whether above or below ground, including, but not limited to: 11 a. Curb and gutter 12 b. Driveways 13 c. Paved parking areas 14 d. Miscellaneous stone 15 e. Sidewalks 16 f. Drainage structures 17 g. Manholes 18 h. Inlets 19 i. Abandoned railroad tracks 20 j. Scrap iron 21 k. Other debris 22 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 23 maintain traffic and drainage in accordance with Section 02 41 14. 24 4. In areas receiving embankment, remove obstructions not designated for 25 preservation to 2 feet below natural ground. 26 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 27 6. In all other areas, remove obstructions to 1 foot below natural ground. 28 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 29 off to ground level. 30 a. Removal of existing structures shall be as per Section 02 41 13. 31 D. Disposal 32 1. Dispose of all trees within 24 hours of removal. 33 2. All materials and debris removed becomes the property of the Contractor, unless 34 otherwise stated on the Drawings. 35 3. The Contractor will dispose of material and debris off -site in accordance with local, 36 state, and federal laws and regulations. 37 3.5 REPAIR [NOT USED] 38 3.6 RE -INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL [NOT USED] 40 3.8 SYSTEM STARTUP [NOT USED] 41 3.9 ADJUSTING [NOT USED] 42 3.10 CLEANING [NOT USED] 43 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 22, 2021 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 5 6 311000-6 SITE CLEARING Page 6 of 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City's website address 3/22/2021 M. Owen 1.2 Clarified measurement and payment. 1.4 Clarified administrative requirements. 3.4 Clarified additional installation requirements for tree protection and disposal. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 22, 2021 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 3123 16- 1 UNCLASSIFIED EXCAVATION Page 1 of 5 SECTION 3123 16 UNCLASSIFIED EXCAVATION A. Section Includes: 1. Excavate areas as shown on the Drawings or as directed. Removal of materials encountered to the lines, grades, and typical sections shown on the Drawings and removal from site. Excavations may include construction of a. Roadways b. Drainage Channels c. Site Excavation d. Excavation for Structures e. Or any other operation involving the excavation of on -site materials B. Deviations from this City of Fort Worth Standard Specification 1. dified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Deleted 1.2.A.2. 4. dified 1.10.A.1 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3123 23 — Borrow 4. Section 3124 00 — Embankments 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. asurement and Payment Me 1. Excavation by Plan Quantity a. asurement 1) Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of measurement are shown on the Drawings. 2) When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Unclassified Excavation by Plan". No additional compensation will be allowed for rock or shrinkage/swell factors, as these are the Contractor's responsibility. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 2) Lump Sum Price — The work performed and the materials furnished in 2 accordance with this Item are included in the total lump sum price. 3 c. The price bid shall include: 4 1) Excavation 5 2) Excavation Safety 6 3) Drying 7 4) Dust Control 8 5) Reworking or replacing the over excavated material in rock cuts 9 6) Hauling 10 7) Disposal of excess material not used elsewhere onsite 11 8) Scarification 12 9) Clean-up 13 14 L\-xromeat 15 apt ta by the e4ieferalpo�fieff 17 G) T1w e Eit Alan Lao. aleafed 18 . 19 b) The City will peffefm a final post eenstruetien sttf-,�ey. 20 -o) Tlrj 21 . 22 d) Martial p�z, 23 24 b. Paymen 25 drl ­j4- efials f,, ;si oa ; aeeerda-nee with t,,; itefin. 26 " will be paid fer- a4 the tMit 27 f "Urral ac " 28 e. The pfiee bid c':all in-_4ude--. 29 1) Exeavatioa 30 31 3) Drying 32 4) Dust Gentfol 33 ot^ia in rack cuts 34 6) LIculing 35 "') Dio"oal afexeess fn er-i l not tised elsewhereon 36 8) Sear, fie do 37 9)--Uaan tip 38 1.3 REFERENCES [NOT USED] 39 A. Definitions 40 1. Unclassified Excavation — Without regard to materials, all excavations shall be 41 considered unclassified and shall include all materials excavated. Any reference to 42 Rock or other materials on the Drawings or in the specifications is solely for the 43 City and the Contractor's information and is not to be taken as a classification of 44 the excavation. 45 1.4 ADMINSTRATIVE REQUIREMENTS 46 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 47 01. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 2. All excavation and related sheeting and bracing shall comply with the requirements of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. thin Existing Rights -of -Way (ROW) a. Soil may NOT be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. en the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. 31 1.11 FIELD CONDITIONS 32 A. Existing Conditions 33 1. Any data which has been or may be provided on subsurface conditions is not 34 intended as a representation or warranty of accuracy or continuity between soils. It 35 is expressly understood that neither the City nor the Engineer will be responsible 36 for interpretations or conclusions drawn there from by the Contractor. 37 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 3123 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off -site 15 accordance with local, state, and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings, use approved embankment material compacted in 30 accordance with Section 3124 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. nipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 21 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312323-1 BORROW Page 1 of 6 1 SECTION 3123 23 2 BORROW 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, place and compact Borrow material for grading. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Added 1.2.A.1 9 2. Deleted 1.2.A.2 10 3. Deleted 1.2.A.3 11 4. Deleted 1.2.A.4 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 3123 16 — Unclassified Excavation 16 4. Section 3124 00 — Embankments 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Borrow 20 a. Measurement 21 1) This Item is considered subsidiary to the structure or Items being 22 placed. 23 b. Pavment 24 1) Unit Price — The work performed and the materials furnished in 25 accordance with this Item are subsidiary to the structure or Items 26 being placed and no other compensation will be allowed. 27 2) Lump Sum Price — The work performed and the materials furnished in 28 accordance with this Item are included in the total lump sum price. 29 2. Beffew by Plan Qtt&nfi4y 30 B.!�-&v1Avw- eat 31 1) 1, easi,,.o., ent f r this U:t" o'i-xk' Sa by the e4ier4a1 rooi: 32 Mo -he Yea- - 33 tiro Dmn =itgs: 34 , t�rci� a Orax:-s 35 "afAity meastffement item. The "antity to be paid is the "antity she 36 in the pfepmal, unless 37 Conditions. Additional meastifements e 1ettl.tien NNill to wzade4 38 . 39 b. Paymen CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 31 23 23 - 2 BORROW Page 2 of 6 1 d a\-.d mW. d ix woo:a, nee with this he 2 a -ad measiffed as provided tmder-'AleasiffemenV will be paid fer- at the tinit 3 " " fef the va6ow borr3W 4 ffhApomcla. Nal-br rock of 5 shr-ink age/swel f e ors av &„ 6 e. The pfiee bid Azall inilude7 7 ?) rraulixg ma4er-ial 8 ,-� oompueting and finishing Beffew 9 to 4) Dust Control 11 5 --Uam tT 12 wee€ Relling 13 ') Dio"oal afexeess e rite .,. a4er-ial 14 15 16 a. 1,.xvaw. ent 17 arm Aizl ti., feral po�fieft 18 . 19 c) The City will peffefm afefefenee sw2vey enee e Eilj'hx- "Aq leered 20 21 b) The City final will peffefm a pest eenstatetion stwvey. 22 23 . 24 d) Partial ywyments will be based on estimated pla-m qttaafit-y 25 26 b. Payme 27 drl inter i a, ;si oa ; aeeefda-nee with this Refln. 28 " be fer- the will paid at tffiit. 29 " 30 31 e. The pfiee bid Azall inilude7 32 ?) rrauling ma4er-ial 33 , 34 35 4�—Jnxw tip 36 5) Dust Cent e 37 6) Proof Ralling 38 40 41 a'1���r :ent 42 „ r,reast femert for- this hoary. aSall ti. 43 44 45 b. Paymen 46 d and maclefials ftffaished ; aeeerda-nee with this hem 47 " be for- the will paid at 48 " delivered to the Site an 49 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312323-3 BORROW Page 3 of 6 2 .all in-_4ude7 3 1) kzaulixg ma4efial 4 2) FLwlshing, phaeiftg� oompae ing 5 6 4)--Uaa tT 7 8 6erg 9 I ✓r.1"oal Ste mat 10 *l 11 1.3 REFERENCES 12 A. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification, unless a date is specifically cited. 16 2. ASTM Standards 17 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 18 Purposes (Unified Soil Classification System) 19 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 20 Plasticity Index of Soils 21 c. ASTM D6913, Standard Test Methods for Particle -Size Distribution 22 (Gradation) of Soils Using Sieve Analysis 23 d. ASTM D698, Standard Test Methods for Laboratory Compaction 24 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. 28 B. All submittals shall be approved by the City prior to construction. 29 C. Submit laboratory tests reports for each soil borrow source used to supply general 30 borrow and select fill materials. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Shop Drawings 33 1. Stockpiled Borrow material 34 a. Provide a description of the storage of the delivered Borrow material only if the 35 Contract Documents do not allow storage of materials in the right-of-way of the 36 easement. 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE 40 A. Borrow material shall be tested prior to delivery to the Site. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 31 23 23 - 4 BORROW Page 4 of 6 1 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 2 from each source. 3 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 4 D6913 and ASTM D4318-10 respectively. 5 1.10 DELIVERY, STORAGE, AND HANDLING 6 A. Delivery 7 1. Coordinate all deliveries and haul -off. 8 B. Storage 9 1. Within Existing Rights -of -Way (ROW) 10 a. Borrow materials may be stored within existing ROW, easements or temporary 11 construction easements, unless specifically disallowed in the Contract 12 Documents. 13 b. Do not block drainage ways, inlets or driveways. 14 c. Provide erosion control in accordance with Section 3125 00. 15 d. Store materials only in areas barricaded as provided in the traffic control plans. 16 e. In non -paved areas, do not store material on the root zone of any trees or in 17 landscaped areas. 18 2. Designated Storage Areas 19 a. If the Contract Documents do not allow the storage of Borrow materials within 20 the ROW, easement or temporary construction easement, then secure and 21 maintain an adequate storage location. 22 b. Provide an affidavit that rights have been secured to store the materials on 23 private property. 24 c. Provide erosion control in accordance with Section 3125 00. 25 d. Do not block drainage ways. 26 e. Only materials used for 1 working day will be allowed to be stored in the work 27 zone. 28 1.11 FIELD CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [NOT USED] 32 2.2 PRODUCT TYPES AND MATERIALS 33 A. Borrow 34 1. Additional soil beneath pavements, roadways, foundations and other structures 35 required to achieve the elevations shown on the Drawings. 36 2. Acceptable Fill Material 37 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 38 ASTM D2487 39 b. Free from deleterious materials, boulders over 6 inches in size and organics 40 c. Can be placed free from voids 41 d. Must have 20 percent passing the number 200 sieve 42 3. Blended Fill Material CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312323-5 BORROW Page 5 of 6 1 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 2 b. Blended with in -situ or imported Acceptable Fill material to meet the 3 requirements of an Acceptable Fill Material 4 c. Free from deleterious materials, boulders over 6 inches in size and organics 5 d. Must have 20 percent passing the number 200 sieve 6 4. Select Fill 7 a. Classified as SC or CL in accordance with ASTM D2487 8 b. Liquid limit less than 35 9 c. Plasticity index between 8 and 20 10 5. Cement Stabilized Sand (CSS) 11 a. Sand or silty sand 12 b. Free of clay or plastic material 13 c. Minimum of 4 percent cement content of Type I/11 portland cement 14 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 15 D1633, Method A 16 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 17 D1633, Method A 18 f. Mix in a stationary pug mill, weigh -batch or continuous mixing plant 19 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 20 2.4 ACCESSORIES [NOT USED] 21 2.5 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 EXAMINATION [NOT USED] 25 3.3 PREPARATION [NOT USED] 26 3.4 INSTALLATION 27 A. All Borrow placement shall be performed in accordance to Section 3124 00. 28 3.5 REPAIR [NOT USED] 29 3.6 RE -INSTALLATION [NOT USED] 30 3.7 FIELD QUALITY CONTROL 31 A. Field quality control will be performed in accordance to Section 3124 00. 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312323-6 BORROW Page 6 of 6 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 5 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312400-1 EMBANKMENTS Page 1 of 9 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of- 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on -site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Added 1.2.A.1 15 2. Deleted 1.2.A.2 16 3. Deleted 1.2.A.3 17 4. Modified 3.7.A.1 18 5. Modified 3.7.A.3 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 - Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 - General Requirements 22 3. Section 3123 16 - Unclassified Excavation 23 4. Section 3123 23 - Borrow 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Embankments 27 a. Measurement 28 1) This item is considered subsidiary to the structure or Items being 29 placed. 30 b. Pavment 31 1) Unit Price - The work performed and the material furnished in 32 accordance with this Item are subsidiary to the structure or Items 33 being placed and no other compensation will be allowed. 34 2) Lump Sum Price - The work performed and the materials furnished in 35 accordance with this Item are included in the total lump sum price. 36 2. Ert*/x-.kmaKts by Plan Qiiantity 37 a.!��, w4 w.en4 38 apt o&,.ql 1•a by the e4ief��l opt 39 using the oYeage d azca .rothea Limits ,,., fe stffe shown e s - e 40 tkra D1an =ifgS, CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312400-2 EMBANKMENTS Page 2 of 9 1 2) When measwed by the etibie yard in its final ti!!✓!J a Y)zasn- 2 qttapAity measufement item. The qtta-m4ty to be paid is the qtiaafit-y she 3 in ther-epooc'., unless 4 Conditions. Addifienal me 0 ea4sor- ,,,.left ,bens « ill to mad-k-9 5 . 6 b. Paymen 7 1) The werk per-fefmed and materials ftimished in aeeefda-mee with this he S 'Aleasur-emenV will be paid fer- at the tinit 9 . L,mkm Ilm". Na 10 aol or Atirlc , as these 11 m,,iY/lit-,-z 12 e. The pfiee bid chall iM�ude 13 ?) krulirlg material 14 s Embc-&Amei}t 15 16 17 up 18 6) Pr-eef Relli-g 19 ') Rio oal fexeess w.,.o,ials 20 21 32. Ernt-mirm„ 22 a.!�—&VAVW-e1tt 23 ,) Alas,,,°, efi4 f r this T+:,m A-xl S Ir4a? pooi:4eft 24 . 25 G) Tyro e C/.t:,+Yan bza . leafed 26 27 b) The City will pe&fm a final post eenstruetien stwvey. 28 f 29 . 30 d) martial Tyr; 31 32 b.Pay-ment 33 1) The work per —formed and malori,.ls f,... ishea ; aeeerda-nee with this ltenn. 34 " will be paid fer- 84 the tmit 35 " .1 wkrAe ". 36 e. The pfiee bid chall is-ude: 37 1) T.q&moye> ga krulirlg material 38 s Brpl•m.'rm--ft 39 40 41 u" 42 43 ') ✓ropooal afexees ma er-ials 45 1.3 REFERENCES 46 A. Reference Standards CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312400-3 EMBANKMENTS Page 3 of 9 1 1. Reference standards cited in this specification refer to the current reference standard 2 published at the time of the latest revision date logged at the end of this 3 specification, unless a date is specifically cited. 4 2. ASTM Standards 5 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 6 and Plasticity Index of Soils 7 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 8 Wax Method 9 c. ASTM D698-07el, Standard Test Methods for Laboratory Compaction 10 Characteristics of Soil Using Standard Effort 11 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 12 Characteristics of Soil Using Modified Effort 13 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 14 Weight and Water Content Range for Effective Compaction of Granular Soils 15 Using a Vibrating Hammer 16 f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In -Place 17 by the Sand Cone Method 18 1.4 ADMINSTRATIVE REQUIREMENTS 19 A. Sequencing 20 1. Sequence work such that calls of proctors are complete in accordance with ASTM 21 D698 prior to commencement of construction activities. 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 0133 00. 24 B. All submittals shall be approved by the City prior to construction 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Shop Drawings 27 1. Stockpiled material 28 a. Provide a description of the storage of the excavated material only if the 29 Contract Documents do not allow storage of materials in the right-of-way or the 30 easement 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY, STORAGE, AND HANDLING 35 A. Storage 36 1. Within Existing Rights -of -Way (ROW) 37 a. Soil may be stored within existing ROW, easements or temporary construction 38 easements, unless specifically disallowed in the Contract Documents. 39 b. Do not block drainage ways, inlets or driveways. 40 c. Provide erosion control in accordance with Section 3125 00. 41 d. When the Work is performed in active traffic areas, store materials only in 42 areas barricaded as provided in the traffic control plans. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312400-4 EMBANKMENTS Page 4 of 9 1 e. In non -paved areas, do not store material on the root zone of any trees or in 2 landscaped areas. 3 2. Designated Storage Areas 4 a. If the Contract Documents do not allow the storage within the ROW, easement 5 or temporary construction easement, then secure and maintain an adequate 6 storage location. 7 b. Provide an affidavit that rights have been secured to store the materials on 8 private property. 9 c. Provide erosion control in accordance with Section 3125 00. 10 d. Do not block drainage ways. 11 1.11 FIELD CONDITIONS 12 A. Existing Conditions 13 1. Any data which has been or may be provided on subsurface conditions is not 14 intended as a representation or warranty of accuracy or continuity between soils. It 15 is expressly understood that neither the City nor the Engineer will be responsible 16 for interpretations or conclusions drawn there from by the Contractor. 17 2. Data is made available for the convenience of the Contractor. 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS 20 2.1 OWNER -FURNISHED [NOT USED] 21 2.2 PRODUCT TYPES AND MATERIALS 22 A. Materials 23 1. Acceptable Fill Material 24 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 25 ASTM D2487 26 b. Free from deleterious materials, boulders over 6 inches in size and organics 27 c. Can be placed free from voids 28 d. Must have 20 percent passing the number 200 sieve 29 2. Blended Fill Material 30 a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 31 ASTM D2487 32 b. Blended with in -situ or imported acceptable backfill material to meet the 33 requirements of an Acceptable Backfill Material 34 c. Free from deleterious materials, boulders over 6 inches in size and organics 35 d. Must have 20 percent passing the number 200 sieve 36 3. Unacceptable Fill Material 37 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 38 D2487 39 4. Select Fill 40 a. Classified as SC or CL in accordance with ASTM D2487 41 b. Liquid limit less than 35 42 c. Plasticity index between 8 and 20 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312400-5 EMBANKMENTS Page 5 of 9 1 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2 2.4 ACCESSORIES [NOT USED] 3 2.5 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Protection of In -Place Conditions 9 1. Pavement 10 a. Conduct activities in such a way that does not damage existing pavement that is 11 designated to remain. 12 b. Repair or replace any pavement damaged due to the negligence of the 13 contractor outside the limits designated for pavement removal at no additional 14 cost 15 2. Trees 16 a. When operating outside of existing ROW, stake permanent and temporary 17 construction easements. 18 b. Restrict all construction activities to the designated easements and ROW. 19 c. Flag and protect all trees designated to remain in accordance with Section 31 10 20 00. 21 d. Conduct embankments in a manner such that there is no damage to the tree 22 canopy. 23 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 24 specifically allowed by the City. 25 1) Pruning or trimming may only be accomplished with equipment 26 specifically designed for tree pruning or trimming. 27 3. Above ground Structures 28 a. Protect all above ground structures adjacent to the construction. 29 4. Traffic 30 a. Maintain existing traffic, except as modified by the traffic control plan, and in 31 accordance with Section 34 71 13. 32 b. Do not block access to driveways or alleys for extended periods of time unless: 33 1) Alternative access has been provided 34 2) Proper notification has been provided to the property owner or resident 35 3) It is specifically allowed in the traffic control plan 36 3.4 INSTALLATION 37 A. Embankments General 38 1. Placing and Compacting Embankment Material 39 a. Perform fill operation in an orderly and systematic manner using equipment in 40 proper sequence to meet the compaction requirements CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 312400-6 EMBANKMENTS Page 6 of 9 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 6 inches, unless otherwise shown on the Drawings c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other deleterious materials d. Bench slopes before placing material. e. Begin filling in the lowest section or the toe of the work area f. When fill is placed directly or upon older fill, remove debris and any loose material and proof roll existing surface. g. After spreading the loose lifts to the required thickness and adjusting its moisture content as necessary, simultaneously recompact scarified material with the placed embankment material. h. Roll with sufficient number passes to achieve the minimum required compaction. i. Provide water sprinkled as necessary to achieve required moisture levels for specified compaction j. Do not add additional lifts until the entire previous lift is properly compacted. 2. Surface Water Control a. Grade surface horizontally but provide with sufficient longitudinal and transverse slope to allow for runoff of surface water from every point. b. Conduct fills so that no obstruction to drainage from any other sections of fill is created. c. Install temporary dewatering sumps in low areas during filling where excess amounts of runoff collect. d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and free from humps and hollows that would prevent proper uniform compaction. e. Do not place fill during or shortly after rain events which prevent proper work placement of the material and compaction f. Prior to resuming compaction operations, remove muddy material off the surface to expose firm and compacted materials B. Embankments for Roads 1. Only Acceptable Fill Material will be allowed for roadways 2. Embankments for roadbeds shall be constructed in layers approximately parallel to the finished grade of the street 3. Construct generally to conform to the cross section of the subgrade section as shown in the Drawings. 4. Establish grade and shape to the typical sections shown on the Drawings 5. Maintain finished sections of embankment to the grade and compaction requirements until the project is accepted. C. Earth Embankments 1. Earth embankment is mainly composed of material other than rock. Construct embankments in successive layers, evenly distributing materials in lengths suited for sprinkling and rolling. 2. Rock or Concrete a. Obtain approval from the City prior to incorporating rock and broken concrete produced by the construction project in the lower layers of the embankment. b. No Rock or Concrete will be permitted in embankments in any location where future utilities are anticipated. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312400-7 EMBANKMENTS Page 7 of 9 1 c. When the size of approved rock or broken concrete exceeds the layer thickness 2 place the rock and concrete outside the limits of the proposed structure or 3 pavement. Cut and remove all exposed reinforcing steel from the broken 4 concrete. 5 3. Move the material dumped in piles or windrows by blading or by similar methods 6 and incorporate it into uniform layers. 7 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 8 ensure there are no abrupt changes in the material. 9 5. Break down clods or lumps of material and mix embankment until a uniform 10 material is attained. 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 D. Rock Embankments 1. Rock embankment is mainly composed of rock. 2. Rock Embankments for roadways are only allowed when specifically designated on the Drawings. 3. Construct rock embankments in successive layers for the full width of the roadway cross-section with a depth of 18-inches or less. 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any case. Fill voids created by the large stone matrix with smaller stones during the placement and filling operations. 5. Ensure the depth of the embankment layer is greater than the maximum dimension of any rock. 6. Do not place rock greater than 18-inches in its maximum dimension. 7. Construct the final layer with graded material so that the density and uniformity is in accordance compaction requirements. 8. The upper or final layer of rock embankments shall contain no material larger than 4 inches in their maximum dimension. E. Density 1. Compact each layer until the maximum dry density as determined by ASTM D698 is achieved. a. Not Under Roadway or Structure: 1) areas to be compacted in the open, not beneath any structure, pavement, flatwork, or is a minimum of 1 foot outside of the edge of any structure, edge of pavement, or back of curb. a) Compact each layer to a minimum of 90 percent Standard Proctor Density. b. Embankments under future paving: 1) Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings c. Embankments under structures: 1) Compacted each layer as indicated on the Drawings F. Maintenance of Moisture and Reworking 1. Maintain the density and moisture content once all requirements are met. 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 percentage points below optimum. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312400-8 EMBANKMENTS Page 8 of 9 1 3. Rework the material to obtain the specified compaction when the material loses the 2 required stability, density, moisture, or finish. 3 4. Alter the compaction methods and procedures on subsequent work to obtain 4 specified density as directed by the City. 5 3.5 REPAIR [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 FIELD QUAILITY CONTROL 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Field Tests and Inspections 1. Proctors a. Perform Proctors in accordance with ASTM D698. b. Test results gefieff-ally should be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. Perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Embankments where different soil types are present and are blended, the proctors shall be based on the mixture of those soils. 2. Proof Rolling a. Embankments under Future Pavement 1) City Project Representative must be on -site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non -uniform area is found, correct the area. 6) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform 7) If a non -uniform area is found then correct the area. b. Embankments Not Under Future Paving 1) No Proof Rolling is required. 3. Density Testing of Embankments a. Density Test shall be in conformance with ASTM D2922. b. For Embankments under future pavement: 1) Perform density testing twice per working day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests, but the number of test shall be appropriate for the area being compacted. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312400-9 EMBANKMENTS Page 9 of 9 1 3) Testing shall be representative of the current lift being compacted. 2 4) Special attention should be placed on edge conditions. 3 c. For Embankments not under future pavement or structures: 4 1) Perform density testing once working day when 5 compaction operations are being conducted. 6 2) The testing lab shall take a minimum of 3 density tests. 7 3) Testing shall be representative of the current lift being compacted. 8 d. Make the area where the embankment is being placed available for testing. 9 e. The City will determine the location of the test. 11 "en eemplefien of the testing, 12 g. Post a formal report will bested to the City's Buzzsaw site within 48 hours. 13 h. Test reports shall include: 14 1) Location of test by station number 15 2) Time and date of test 16 3) Depth of testing 17 4) Field moisture 18 5) Dry density 19 6) Proctor identifier 20 7) Percent Proctor Density 21 B. Non -Conforming Work 22 1. All non -conforming work shall be removed and replaced. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 32 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 28, 2013 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices, 8 and establishment of final stabilization. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. Modified 1.2.A.1.b.1 11 2. Added 1.2.A.1.b.2 12 3. Modified 1.2.A.2.b.1 13 4. Added 1.2.A.2.b.2. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Storm Water Pollution Prevention Plan <1 acre 20 a. Measurement 21 1) This Item is considered subsidiary to the various Items bid. 22 b. Payment 23 1) Unit Price - The work performed and the materials furnished in accordance 24 with this Item are subsidiary to the structure or Items being bid and no 25 other compensation will be allowed. 26 2) Lump Sum Price — The work performed and the materials furnished in 27 accordance with this Item are included in the total lump sum price 28 2. Storm Water Pollution Prevention Plan > 1 acre 29 a. Measurement for this Item shall be by lump sum. 30 b. Payment 31 1) Unit Price - The work performed and the materials furnished in accordance 32 with this Item shall be paid for at the lump sum price bid for "SWPPP > 1 33 acre". 34 2) Lump Sum Price — The work performed and the materials furnished in 35 accordance with this Item shall be included in the total lumu sum 36 mice. 37 c. The price bid shall include: 38 1) Preparation of SWPPP 39 2) Implementation 40 3) Permitting fees 41 4) Installation CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 29, 2021 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 5) Maintenance 2 6) Removal 3 7) Obtaining and/or complying with grading and/or fill permits, if required 4 8) Final stabilization 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. ASTM Standard: 11 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 12 Fabrics —Diaphragm Bursting Strength Tester Method 13 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 14 of Geotextiles 15 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 16 of a Geotextile 17 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 18 Geomembranes and Related Products 19 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 20 TXR150000 21 4. TxDOT Departmental Material Specifications (DMS) 22 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Storm Water Pollution Prevention Plan (SWPPP) 26 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 27 Construction Activity under the TPDES General Permit 28 C. Construction Site Notice 29 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 30 Construction Activity under the TPDES General Permit 31 E. Notice of Change (if applicable) 32 F. Grading and/or fill permit, if required 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 38 1.11 FIELD [SITE] CONDITIONS [NOT USED] 39 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 29, 2021 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 PART 2 - PRODUCTS 2 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 3 2.2 PRODUCT TYPES AND MATERIALS 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types 1, 2 and 4 Rock Filter Dams a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2'/2 inches x 3 1/4 inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 D. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. 44 E. Sandbags CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 29, 2021 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 2 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 3 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 4 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 5 1 to fill sandbags. 6 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 7 inches thick. 8 Table 1 9 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent 10 F. Temporary Sediment Control Fence 11 1. Provide a net -reinforced fence using woven geo-textile fabric. 12 2. Logos visible to the traveling public will not be allowed. 13 a. Fabric 14 1) Provide fabric materials in accordance with DMS-6230, "Temporary 15 Sediment Control Fence Fabric." 16 b. Posts 17 1) Provide essentially straight wood or steel posts with a minimum length of 18 48 inches, unless otherwise shown on the Drawings. 19 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 20 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 21 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 22 foot. 23 c. Net Reinforcement 24 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 25 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 26 unless otherwise shown on the Drawings. 27 d. Staples 28 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. Storm Water Pollution Prevention Plan CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 29, 2021 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 1. Develop and implement the project's Storm Water Pollution Prevention Plan 2 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 3 requirements. Prevent water pollution from storm water runoff by using and 4 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 5 discharges to the MS4 from the construction site. 6 B. Control Measures 7 1. Implement control measures in the area to be disturbed before beginning 8 construction, or as directed. Limit the disturbance to the area shown on the 9 Drawings or as directed. 10 2. Control site waste such as discarded building materials, concrete truck washout 11 water, chemicals, litter and sanitary waste at the construction site. 12 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 13 sedimentation resulting from construction operations, the Engineer will limit the 14 disturbed area to that which the Contractor is able to control. Minimize disturbance 15 to vegetation. 16 4. Immediately correct ineffective control measures. Implement additional controls as 17 directed. Remove excavated material within the time requirements specified in the 18 applicable storm water permit. 19 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 20 temporary control measures, temporary embankments, bridges, matting, falsework, 21 piling, debris, or other obstructions placed during construction that are not a part of 22 the finished work, or as directed. 23 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 24 streambed. 25 D. Do not install temporary construction crossings in or across any water body without the 26 prior approval of the appropriate resource agency and the Engineer. 27 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 28 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 29 provide shelter for stored chemicals. 30 F. Installation and Maintenance 31 1. Perform work in accordance with the TPDES Construction General Permit 32 TXR150000. 33 2. When approved, sediments may be disposed of within embankments, or in areas 34 where the material will not contribute to further siltation. 35 3. Dispose of removed material in accordance with federal, state, and local 36 regulations. 37 4. Remove devices upon approval or when directed. 38 a. Upon removal, finish -grade and dress the area. 39 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 40 Drawings or directed. 41 5. The Contractor retains ownership of stockpiled material and must remove it from 42 the project when new installations or replacements are no longer required. 43 G. Rock Filter Dams for Erosion Control CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 29, 2021 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 1. Remove trees, brush, stumps and other objectionable material that may interfere 2 with the construction of rock filter dams. 3 2. Place sandbags as a foundation when required or at the Contractor's option. 4 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 5 specified, without undue voids. 6 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 7 upstream side over the aggregate and secure it to itself on the downstream side with 8 wire ties, or hog rings, or as directed. 9 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 10 otherwise directed. 11 6. Construct filter dams according to the following criteria, unless otherwise shown on 12 the Drawings: 13 a. Type 1 (Non -reinforced) 14 1) Height - At least 18 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 b. Type 2 (Reinforced) 19 1) Height - At least 18 inches measured vertically from existing ground to top 20 of filter dam 21 2) Top Width - At least 2 feet 22 3) Slopes - At most 2:1 23 c. Type 3 (Reinforced) 24 1) Height - At least 36 inches measured vertically from existing ground to top 25 of filter dam 26 2) Top Width - At least 2 feet 27 3) Slopes - At most 2:1 28 d. Type 4 (Sack Gabions) 29 1) Unfold sack gabions and smooth out kinks and bends. 30 2) For vertical filling, connect the sides by lacing in a single loop —double loop 31 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 32 tight, wrap around the end, and twist 4 times. At the filling end, fill with 33 stone, pull the rod tight, cut the wire with approximately 6 inches 34 remaining, and twist wires 4 times. 35 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 36 connect sides and secure ends as described above. 37 4) Lift and place without damaging the gabion. 38 5) Shape sack gabions to existing contours. 39 e. Type 5 40 1) Provide rock filter dams as shown on the Drawings. 41 H. Construction Entrances 42 1. en tracking conditions exist, prevent traffic from crossing or exiting the 43 construction site or moving directly onto a public roadway, alley, sidewalk, parking 44 area, or other right of way areas other than at the location of construction entrances. 45 2. Place the exit over a foundation course, if necessary. 46 a. Grade the foundation course or compacted subgrade to direct runoff from the 47 construction exits to a sediment trap as shown on the Drawings or as directed. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 29, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 2) Remove sediment from sediment traps and sedimentation ponds no later than the time that design capacity has been reduced by 50%. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment -Control Fence 1. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 29, 2021 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 2 fabric. 3 2) Provide a minimum trench cross-section of 6 x 6 inches 4 3) Place the fabric against the side of the trench and align approximately 2 5 inches of fabric along the bottom in the upstream direction. 6 4) Backfill the trench, then hand -tamp. 7 c. Fabric and Net Reinforcement Attachment 8 1) Unless otherwise shown under the Drawings, attach the reinforcement to 9 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 10 equally spaced. 11 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 12 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 13 every 15 inches or less. 14 d. Fabric and Net Splices 15 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 16 least 6 places equally spaced, unless otherwise shown under the Drawings. 17 a) Do not locate splices in concentrated flow areas. 18 2) Requirements for installation of used temporary sediment -control fence 19 include the following: 20 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 21 b) Fabric without excessive patching (more than 1 patch every 15 to 20 22 feet) 23 c) Posts without bends 24 d) Backing without holes 25 3.5 REPAIR/RESTORATION [NOT USED] 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING 31 A. Ste Management 32 1. Remove sediment, debris and litter as needed. 33 3.11 CLOSEOUT ACTIVITIES 34 A. Erosion control measures remain in place and are maintained until all soil disturbing 35 activities at the project site have been completed. 36 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 37 on areas not covered by permanent structures, or in areas where permanent erosion 38 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 39 C. Once vegetative cover is achieved, the contractor shall remove all temporary control 40 measures, before final project acceptance. It is the contractor's responsibility to remove 41 all temporary control measures, unless transfer of maintenance and subsequent removal 42 is transferred to another entity in writing. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 29, 2021 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 D. Upon achievement of final stabilization, submit NOT to TCEQ, and provide a copy of 2 the NOT to the City of Fort Worth"s Environmental Quality Division, if required. 3 E. Complete and submit a Final Grading Certificate to Development Services, if required. 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE 6 A. Install and maintain the integrity of temporary erosion and sedimentation control 7 devices to accumulate silt and debris until earthwork construction and permanent 8 erosion control features are in place or the disturbed area has been adequately stabilized 9 as determined by the Engineer. 10 B. If a device ceases to function as intended, repair or replace the device or portions 11 thereof as necessary. 12 C. Perform inspections of the construction site as prescribed in the Construction General 13 Permit TXR150000. 14 D. Records of inspections and modifications based on the results of inspections must be 15 maintained and available in accordance with the permit. 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 1.1 A. 1. Revised language re: what section includes, 1.2 A. 2. c. Clarified items included in price, 1.5 Added items to list of submittals, 2.2 Revised language under April 29, 2021 M. Owen product types/materials, 3.4 Revised language under "Installation", and 3.11 C. Added language to clarify responsibility to remove temporary protection device and emphasize clearing of ROW CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 29, 2021 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 3137 00 RIPRAP 313700-1 RIPRAP Page 1 of 10 5 A. Section Includes: 6 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.2.a 9 2. Added 1.2.A.2.b 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 3. Section 03 30 00 — Cast -In -Place Concrete 14 4. Section 3125 00 — Erosion and Sediment Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Measurement for this Item shall be by the face square yard to the depth 19 specified of material complete in place. Volume will be computed on the basis 20 of the measured area and type, verified by field measurements. 21 2. Payment 22 a. Unit Price - The work performed and materials furnished in accordance with 23 this Item and measured as provided under "Measurement" will be paid for at 24 the unit price bid per square yard of "Riprap" installed for: 25 1) Various types 26 2) Various thicknesses 27 3) Various void -filling techniques 28 b. Lumu Sum Price — The work Derformed and the materials furnished in 29 accordance with this Item are included in the total lumu sum Drice 30 3. The price bid shall include: 31 a. Furnishing, hauling, and placing riprap 32 b. Filter fabric 33 c. Expansion joint material 34 d. Concrete and reinforcing steel 35 e. Excavation of toe wall trenches, as applicable 36 f. Excavation below natural ground or bottom of excavated channel, as applicable 37 g. Shaping of slopes, as applicable 38 h. Bedding 39 i. Grout and mortar 40 j. Scales 41 k. Test weights 42 1. Clean-up CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 313700-2 RIPRAP Page 2 of 10 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM Standards 7 a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse 8 Aggregates 9 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 10 and Absorption of Fine, Coarse, and Blended Aggregate Using Combined 11 Vacuum Saturation and Rapid Submersion 12 c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate 13 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 14 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 15 Elongation of Geotextiles 16 e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 17 Geotextiles 18 £ ASTM D751-06, Standard Test Methods for Coated Fabrics 19 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 20 Size of a Geotextile 21 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 22 Geotextiles by Permittivity 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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 CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Concrete Riprap 36 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 37 Section 03 30 00, unless otherwise shown on the Drawings. 38 B. Stone Riprap CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 313700-3 RIPRAP Page 3 of 10 1. Unless otherwise shown on the Drawings, use durable natural stone with a minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 cycles of sodium sulfate solution. 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 3125 00. For slab riprap, provide the filter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in -place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. Table 1 Riprap Gradation Requirements Thickness Maximum Size 90 percent Size' 50& Size' 8 percent Size, (lb.) (lb.) (lb.) Minimum (lb.) 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 Table 2 Bedding Stone Gradation Sieve Size (Square Mesh) 3 inches 1-1/2 inches 3/4 inches No. 4 No. 10 Percent by Weight Passing 100 50-80 20-60 0-15 0-5 3 C. Special Riprap 4 1. Furnish materials for special riprap according to the Drawings. 5 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 6 2.4 ACCESSORIES [NOT USED] 7 2.5 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 313700-4 RIPRAP Page 4 of 10 A. Dress slopes and protected areas to the line and grade shown on the Drawings before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the Drawings or as directed by the Engineer. B. Concrete Riprap 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings. 4. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. 5. Immediately after the finishing operation, cure the riprap according to Section 03 3000. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 313700-5 RIPRAP Page 5 of 10 1 C. Stone Riprap 2 1. Provide the following types of stone riprap when shown on the Drawings. 3 a. Dry Riprap 4 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. 5 b. Grouted Riprap 6 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids 7 grouted after all the stones are in place. 8 c. Mortared Riprap 9 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is 10 placed. 11 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in 12 stone riprap, and place to a tight fit. 13 3. Do not place mortar or grout when the air temperature is below 35 degrees 14 Fahrenheit. 15 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise 16 approved, place filter fabric with the length running up and down the slope. Ensure 17 fabric has a minimum overlap of 2 feet. 18 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- 19 shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 20 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing 21 may be used when approved. 22 6. Large 23 a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place 24 stones in a single layer with close joints so that most of their weight is carried 25 by the earth and not by the adjacent stones. 26 b. Place the upright axis of the stones at an angle of approximately 90 degrees to 27 the embankment slope. 28 c. Place each course from the bottom of the embankment upward with the larger 29 stones in the lower courses. 30 d. Fill open joints between stones with spalls. 31 e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch 32 variation between the tops of adjacent stones. Replace, embed deeper, or chip 33 away stones that project more than the allowable amount above the finished 34 surface. 35 f. When the Drawings require Large stone riprap to be grouted, prevent earth, 36 sand, or foreign material from filling the spaces between the stones. After the 37 stones are in place, thoroughly wet the stones, fill the spaces between the stones 38 with grout, and pack. Sweep the surface of the riprap with a stiff broom after 39 grouting. 40 7. Medium 41 a. Dry Placement 42 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared 43 horizontal earth bed, and overlap the underlying course to secure a lapped 44 surface. 45 2) Place the large stones first, roughly arranged in close contact. Fill the 46 spaces between the large stones with suitably sized stones placed to leave 47 the surface evenly stepped and conforming to the contour required. 48 3) Place stone to drain water down the face of the slope. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 313700-6 RIPRAP Page 6 of 10 1 b. Grouting 2 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- 3 surfaced stones to produce an even surface with minimal voids. 4 2) Place stones with the flat surface facing upward parallel to the slope. Place 5 the largest stones near the base of the slope. 6 3) Fill spaces between the larger stones with stones of suitable size, leaving 7 the surface smooth, tight, and conforming to the contour required. 8 4) Place the stones to create a plane surface with a maximum variation of 6 9 inches in 10 feet from true plane. Provide the same degree of accuracy for 10 warped and curved surfaces. 11 5) Prevent earth, sand or foreign material from filling the spaces between the 12 stones. After the stones are in place, thoroughly wet them, fill the spaces 13 between them with grout, and pack. Sweep the surface with a stiff broom 14 after grouting. 15 c. Mortaring 16 1) Construct riprap as shown in Figure 2. Lap courses as described for dry 17 placement. Before placing mortar, wet the stones thoroughly. 18 2) As the larger stones are placed, bed them in fresh mortar and shove 19 adjacent stones into contact with one another. 20 3) After completing the work, spread all excess mortar forced out during 21 placement of the stones uniformly over them to fill all voids completely. 22 Point up all joints roughly either with flush joints or with shallow, smooth- 23 raked joints as directed. 24 D. Block 25 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base 26 course. Bed the base course of stone well into the ground with the edges in contact. 27 Bed and place each succeeding course in even contact with the preceding course. 28 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure 29 the finished surface presents an even, tight surface, true to the line and grades of the 30 typical sections. 31 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 32 foreign material from filling the spaces between the stones. After the stones are in 33 place, wet them thoroughly, fill the spaces between them with grout, and pack. 34 Sweep the surface with a stiff broom after grouting. 35 E. Slab 36 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 37 limits shown on the Drawings. Place stone for riprap on the bedding material to 38 produce a reasonably well -graded mass of riprap with the minimum practicable 39 percentage of voids. 40 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 41 field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on 42 the Drawings is allowed in the finished surface of the riprap. 43 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding 44 material. Ensure that the entire mass of stones in their final position is free from 45 objectionable pockets of small stones and clusters of larger stones. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 313700-7 RIPRAP Page 7 of 10 4. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. 5. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. 6. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well -graded distribution of stone sizes. F. Special Riprap 1. Construct special riprap according to the Drawings. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS 4" minim , T Grout when fps specified Slope of embankment Upright axes of stone perpendicular to slope I1'-6" min Figure 1 - Large stone riprap, dry or grouted. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 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 313700-8 RIPRAP Page 8 of 10 Grout when ) specified i Flat side up 7� " min Slope of i embankment 1'-6" min Figure 2 - Medium stone riprap, dry or grouted. Mortar when specified 9" min Slope of embankment x c .E 1'-6" min Figure 3 - Medium stone riprap, mortared. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 313700-9 RIPRAP Page 9 of 10 Grout when specified -TT% _-,A Multiple layers (more than one rock depth) 9" min _ { T 'o e 1'-b" min Slope of embankment 1 2 Figure 4 - Block stone riprap, dry or grouted. 3 t ii 4 5 Figure 5 - Slab stone riprap 6 7 END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 31 37 00 - 10 RIPRAP Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3A.B. — defined compaction requirements beneath concrete rip rap CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 13 13 CONCRETE PAVING 32 13 13- 1 CONCRETE PAVING Page 1 of 22 5 A. Section includes: 6 1. Finished pavement constructed of Portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.2.a 10 2. Added 1.2.A.2.b 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 3. Section 32 0129 - Concrete Paving Repair 15 4. Section 32 13 73 - Concrete Paving Joint Sealants 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement 18 1. Measurement 19 a. Measurement for this Item shall be by the square yard of completed and 20 accepted Concrete Pavement in its final position as measured from back of curb 21 for various: 22 1) Classes 23 2) Thicknesses 24 2. Payment 25 a. Unit Price - The work performed and materials furnished in accordance with 26 this Item will be paid for at the unit price bid per square yard of Concrete 27 Pavement. 28 b. LumD Sum Price — The work performed and materials furnished in 29 accordance with this Item will be included in the total lump sum Drice. 30 3. The price bid shall include: 31 a. Shaping and fine grading the placement area 32 b. Furnishing and applying all water required 33 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 34 ingredients including all freight and royalty involved 35 d. Mixing, placing, finishing and curing all concrete 36 e. Furnishing and installing all reinforcing steel 37 f. Furnishing all materials and placing longitudinal, warping, expansion, and 38 contraction joints, including all steel dowels, dowel caps and load transmission 39 units required, wire and devices for placing, holding and supporting the steel 40 bar, load transmission units, and joint filler material in the proper position; for 41 coating steel bars where required by the Drawings CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 1 g. Sealing joints 2 h. Monolithically poured curb 3 i. Cleanup 4 1.3 REFERENCES 5 A. Reference Standards 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 32 13 13-2 CONCRETE PAVING Page 2 of 22 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f. C94/C94M, Standard Specifications for Ready -Mixed Concrete g. C 150, Portland Cement h. C595, Portland -Limestone Cement i. C156, Standard Test Method for Water Loss (from a mortar specimen) Through Liquid Membrane -Forming Curing Compounds for Concrete j. C172, Standard Practice for Sampling Freshly Mixed Concrete k. C260, Air Entraining Admixtures for Concrete 1. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 m. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" n. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete o. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete p. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete q. C 1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete. r. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 3. American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Specification for Cold Weather Concreting c. ACI 318, Building Code Requirements for Structural Concrete and Commentary CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 13 13-3 CONCRETE PAVING Page 3 of 22 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Mix Design: submit for approval. See Item 2A.A. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD CONDITIONS 10 A. Weather Conditions 11 1. Place concrete when concrete temperature is between 407 and 957 when 12 measured in accordance with ASTM C 1064 at point of placement. 13 2. Hot Weather Concreting 14 a. Concrete paving operations shall be approved by the City project manager or 15 designee when the concrete temperature exceeds 95°F. 16 b. Concrete shall not be placed when concrete temperature is above 1007 under 17 any circumstances. 18 3. Cold Weather Concreting 19 a. No concrete shall be placed when ambient temp in shade and away from 20 artificial heat is below 40°F and falling. Concrete may be placed when ambient 21 temp is above 35°F and rising. Unless the City project manager or designee 22 approves paving to continue, suspend concreting operations if a descending air 23 temperature in the shade and away from artificial heat falls below 407. Do not 24 resume concreting operations until an ascending air temperature in the shade 25 and away from artificial heat reaches 35°F and rising. Contractor should take 26 all the precautions necessary to prevent freezing of concrete. Frozen concrete 27 must be removed and replaced. 28 4. It is to be distinctly understood that the contractor is responsible for the quality and 29 strength of the concrete placed under any weather conditions. 30 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 31 pavement in natural light, or as directed by the City. 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS 34 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 35 2.2 MATERIALS 36 A. Cementitious Material: ASTM C150, ASTM C595 Type IL Cement. 37 B. Aggregates: ASTM C33. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 32 13 13-4 CONCRETE PAVING Page 4 of 22 C. Water: ASTM C1602. D. Admixtures: When admixtures are used, conform to the appropriate specification: 1. Air -Entraining Admixtures for Concrete: ASTM C260. 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Fly Ash a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C618. b. Fly ash may be substituted at one pound per pound of cement up to 25% of the specified cement content when such batch design is approved by the Engineer. E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SpecPoxy 3000FS SpecChem 32 13 13-5 CONCRETE PAVING Page 5 of 22 b. Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components b) Brand name c) Name of manufacturer d) Lot or batch number e) Temperature range for storage f) Date of manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or Contractor's personnel walking on the reinforcing bars. 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. I. Joint Filler 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the Drawings or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 13 13-6 CONCRETE PAVING Page 6 of 22 1 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 2 be sufficiently rigid to permit ease of installation. 3 3) Boards shall be furnished in lengths equal to the width between 4 longitudinal joints, and may be furnished in strips or scored sheet of the 5 required shape. 6 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 7 Drawings; the width shall be not less than that shown on the Drawings, providing 8 for the top seal space. 9 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 10 requirements of this specification. 11 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 12 K. Curing Materials 13 1. Membrane -Forming Compounds. 14 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 15 compound and be of such nature that it shall not produce permanent 16 discoloration of concrete surfaces nor react deleteriously with the concrete. 17 b. The compound shall produce a firm, continuous uniform moisture -impermeable 18 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 19 concrete. 20 c. It shall, when applied to the damp concrete surface at the specified rate of 21 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 22 normal conditions suitable for concrete operations. 23 d. It shall adhere in a tenacious film without running off or appreciably sagging. 24 e. It shall not disintegrate, check, peel or crack during the required curing period. 25 f The compound shall not peel or pick up under traffic and shall disappear from 26 the surface of the concrete by gradual disintegration. 27 g. The compound shall be delivered to the job site in the manufacturer's original 28 containers only, which shall be clearly labeled with the manufacturer's name, 29 the trade name of the material and a batch number or symbol with which test 30 samples may be correlated. 31 h. When tested in accordance with ASTM C 15 6 Standard Test Method for Water 32 loss (from a mortar specimen) Through Liquid Membrane -Forming Curing 33 Compounds for Concrete, the liquid membrane -forming compound shall 34 restrict the loss of water present in the test specimen at the time of application 35 of the curing compound to not more than 0.0 1 -oz.-per-2 inches of surface. 36 2.3 ACCESSORIES [NOT USED] 37 2.4 SOURCE QUALITY CONTROL 38 A. Mix Design 39 1. Concrete Mix Design and Control 40 a. The City has a pre -approved list of concrete mix designs. The pre -approved list 41 can be found on the City website under Project Resources Folder. These mix 42 designs meet the requirements of applicable City specifications and the 43 Contractor may use mix designs from the list without the need for review and 44 approval. The contractor shall notify the City in writing which mix in the pre- 45 approved list the contractor uses for a project. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 13 13-7 CONCRETE PAVING Page 7 of 22 1 b. For a mix design not included in the pre -approved list, the Contractor shall 2 submit a design of the concrete mix it proposes to use and a full description of 3 the source of supply of each material component at least 10 calendar days prior 4 to the start of concrete paving operations. 5 c. The design of the concrete mix shall produce a quality concrete complying with 6 these specifications and shall include the following information: 7 1) Design Requirements and Design Summary 8 2) Material source 9 3) Dry weight of cement/cubic yard and type 10 4) Dry weight of fly ash/cubic yard and type, if used 11 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 12 6) Design water/cubic yard 13 7) Quantities, type, and name of admixtures with manufacturer's data sheets 14 8) Current strength tests or strength tests in accordance with ACI 318 15 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 16 and date of tests 17 10) Fineness modulus of fine aggregate 18 11) Specific Gravity and Absorption Values of fine and coarse aggregates 19 12) L.A. Abrasion of coarse aggregates 20 d. Once mix design approved by City, maintain intent of mix design and 21 maximum water to cement ratio. 22 e. No concrete may be placed on the job site until the mix design has been 23 approved by the City. 24 2. Quality of Concrete 25 a. Consistency 26 1) In general, the consistency of concrete mixtures shall be such that: 27 a) Mortar shall cling to the coarse aggregate 28 b) Aggregate shall not segregate in concrete when it is transported to the 29 place of deposit 30 c) Concrete, when dropped directly from the discharge chute of the mixer, 31 shall flatten out at the center of the pile, but the edges of the pile shall 32 stand and not flow 33 d) Concrete and mortar shall show no free water when removed from the 34 mixer 35 e) Concrete shall slide and not flow into place when transported in metal 36 chutes at an angle of 30 degrees with the horizontal 37 f) Surface of the finished concrete shall be free from a surface film or 38 laitance 39 2) When field conditions are such that additional moisture is needed for the 40 final concrete surface finishing operation, the required water shall be 41 applied to the surface by hand sprayer only and be held to a minimum 42 amount. 43 3) The concrete shall be workable, cohesive, possess satisfactory finishing 44 qualities and be of the stiffest consistency that can be placed and vibrated 45 into a homogeneous mass. 46 4) Excessive bleeding shall be avoided. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 13 13-8 CONCRETE PAVING Page 8 of 22 1 5) If the strength or consistency required for the class of concrete being 2 produced is not secured with the minimum cement specified or without 3 exceeding the maximum water/cement ratio, the Contractor may use, or the 4 City may require, an approved cement dispersing agent (water reducer); or 5 the Contractor shall furnish additional aggregates, or aggregates with 6 different characteristics, or the Contractor may use additional cement in 7 order to produce the required results. 8 6) The additional cement may be permitted as a temporary measure, until 9 aggregates are changed and designs checked with the different aggregates 10 or cement dispersing agent. 11 7) The Contractor is solely responsible for the quality of the concrete 12 produced. 13 8) The City reserves the right to independently verify the quality of the 14 concrete through inspection of the batch plant, testing of the various 15 materials used in the concrete and by casting and testing concrete cylinders 16 or beams on the concrete actually incorporated in the pavement. 17 b. Standard Class 18 1) Unless otherwise shown on the Drawings or detailed specifications, the 19 standard class for concrete paving for streets and alleys is shown in the 20 following table: 21 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 32 13 13-9 CONCRETE PAVING Page 9 of 22 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Max. Course General Usage Concrete' Cementitious, Compressive, w/cm Aggreg (Informational Only) (Lb./CY) Strength2 Ratio ate (Psi) Maxim um Size inch A 470 3000 0.58 1-1/2 Sidewalks and ADA ramps, driveways, curb & gutter, median pavement CIP 470 3000 0.50 1-1/2 Inlets, manholes, junction boxes, encasement, blocking, collars, light pole foundations C 517 3600 0.45 1-1/2 Headwalls, wingwalls, culverts, drilled shafts P 517 3600 0.45 1-1/2 Machine placed Paving H 564 4500 0.45 1-1/2 Hand Placed Paving HES 564 4500 0.45 1-1/2 HES Paving S 564 4000 0.45 1-1/2 Bridgeslabs, top slabs of direct traffic culverts, approach slabs 1. All exposed horizontal concrete shall have entrained -air. 2. Minimum Compressive Strength Required. a) Concrete Sidewalks and Curb & Gutter: Class A b) Cast -In -Place Concrete Structures: Class CIP and Class C c) Machine -Laid concrete: Class P d) Hand -Laid concrete: Class H e) Structural Concrete: Class S f) High Early Strength Concrete (HES) (1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. (2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. C. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement and Related Concrete Slump Requirements Add classes of concrete Concrete Use Recommended Acceptable Design Placement CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 13 13- 10 CONCRETE PAVING Page 10 of 22 and Placement Slump, Slump, (Inch) (Inch) Slip-Form/Form-Riding Paving 1-1/2 1-3 Hand Formed Paving 4 3-5 Headwalls, wingwalls, culverts, inlets, 4 3-5 manholes, junction boxes, encasement, blocking, collars, light pole foundations, slab, sidewalk, curb and gutter, concrete valley gutter and other miscellaneous concrete Drilled shafts 6-1/2 5-1/2 — 7-1/2 1 2 2) No concrete shall be permitted with slump in excess of the maximums 3 shown. 4 3) Any concrete mix failing to meet the above consistency requirements, 5 although meeting the slump requirements, shall be considered 6 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 7 conditions. 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A. Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine -Laid Concrete Pavement a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. b. Slip -Form Paver 1) Slip -form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip -Form Paver if paver requires over -digging and impacts trees, mailboxes or other improvements. 4. Hand -Laid Concrete Pavement CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 32 13 13- 11 CONCRETE PAVING Page 11 of 22 a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand -laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M. City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready -mix concrete is used, sample concrete per ASTM C 172 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 10 percent and 90 percent of the load. 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the very ends of the batch. d. The mixing of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. £ Retempering or remixing shall not be permitted. 3. Delivery a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 4. Delivery Tickets a. For all operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier 2) Serial number of ticket 3) Date 4) Truck number 5) Name of purchaser 6) Specific designation of job (name and location) 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications 8) Amount of concrete in cubic yards 9) Time loaded or of first mixing of cement and aggregates 10) Water added by receiver of concrete 11) Type and amount of admixtures 47 C. Subgrade CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 13 13- 12 CONCRETE PAVING Page 12 of 22 1 1. When manipulation or treatment of subgrade is required on the Drawings, the work 2 shall be performed in proper sequence with the preparation of the subgrade for 3 pavement. 4 2. The roadbed shall be excavated and shaped in conformity with the typical sections 5 and to the lines and grades shown on the Drawings or established by the City. 6 3. All holes, ruts and depressions shall be filled and compacted with suitable material 7 and, if required, the subgrade shall be thoroughly wetted and reshaped. 8 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 9 corrected. 10 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 11 density as determined by ASTM D698. 12 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 13 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 14 pavement to ensure its being in a firm and moist condition. 15 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 16 of the work. 17 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 18 place concrete pavement. 19 10. After the specified moisture and density are achieved, the Contractor shall maintain 20 the subgrade moisture and density in accordance with this Section. 21 11. In the event that rain or other conditions may have adversely affected the condition 22 of the subgrade or base, additional tests may be required as directed by the City. 23 D. Placing and Removing Forms 24 1. Placing Forms 25 a. Forms for machine -laid concrete 26 1) The side forms shall be metal, of approved cross section and bracing, of a 27 height no less than the prescribed edge thickness of the concrete section, 28 and a minimum of 10 feet in length for each individual form. 29 2) Forms shall be of ample strength and staked with adequate number of pins 30 capable of resisting the pressure of concrete placed against them and the 31 thrust and the vibration of the construction equipment operating upon them 32 without appreciable springing, settling or deflection. 33 3) The forms shall be free from warps, bends or kinks and shall show no 34 variation from the true plane for face or top. 35 4) Forms shall be jointed neatly and tightly and set with exactness to the 36 established grade and alignment. 37 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 38 advance of the paving operations. 39 6) In no case shall the base width be less than 8 inches for a form 8 inches or 40 more in height. 41 7) Forms must be in firm contact with the subgrade throughout their length 42 and base width. 43 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 44 or other additional supports may be necessary to provide the required 45 stability. 46 b. Forms for hand -laid concrete CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 32 13 13- 13 CONCRETE PAVING Page 13 of 22 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. 3. Cleaning. Forms shall be thoroughly cleaned after each use. 4. Removal. a. Forms shall remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. d. Clean joint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a transverse construction joint has been removed unless otherwise approved. e. When forms are removed before 72 hours after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. E. Placing Reinforcing Steel, Tie, and Dowel Bars 1. General a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as shown on the Drawings. b. All reinforcing steel shall be clean, free from rust in the form of loose or objectionable scale, and of the type, size and dimensions shown on the Drawings. c. Reinforcing bars shall be securely wired together at the alternate intersections and all splices and shall be securely wired at each intersection dowel and load - transmission unit intersected. d. All bars shall be installed in their required position as shown on the Drawings. e. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, where permitted, such storage shall be limited to quantities and distribution that shall not induce excessive stresses. 2. Splices a. Provide standard reinforcement splices by lapping and tying ends. b. Comply with ACI 318 for minimum lap of spliced bars where not specified on the Drawings. 3. Installation of Reinforcing Steel a. All reinforcing bars and bar mats shall be installed in the slab at the required depth below the finished surface and supported by and securely attached to bar chairs installed on prescribed longitudinal and transverse centers as shown by sectional and detailed drawings on the Drawings. b. Chairs Assembly. The chair assembly shall be similar and equal to that shown on the Drawings and shall be approved by the City prior to extensive fabrication. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 13 13- 14 CONCRETE PAVING Page 14 of 22 1 c. After the reinforcing steel is securely installed above the subgrade as specified 2 in Drawings and as herein prescribed, no loading shall be imposed upon the 3 bar mats or individual bars before or during the placing or finishing of the 4 concrete. 5 4. Installation of Dowel Bars 6 a. Install through the predrilled joint filler and rigidly support in true horizontal 7 and vertical positions by an assembly of bar chairs and dowel baskets. 8 b. Dowel Baskets 9 1) The dowels shall be held in position exactly parallel to surface and 10 centerline of the slab, by a dowel basket that is left in the pavement. 11 2) The dowel basket shall hold each dowel in exactly the correct position so 12 firmly that the dowel's position cannot be altered by concreting operations. 13 c. Dowel Caps 14 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 15 direction. 16 5. Tie Bar and Dowel Placement 17 a. Place at mid -depth of the pavement slab, parallel to the surface. 18 b. Place as shown on the Drawings. 19 6. Epoxy for Tie and Dowel Bar Installation 20 1) Epoxy bars as shown on the Drawings. 21 2) Use only drilling operations that do not damage the surrounding operations. 22 3) Blow out drilled holes with compressed air. 23 4) Completely fill the drilled hole with approved epoxy before inserting the tie 24 bar into the hole. 25 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 26 F. Joints 27 1. Joints shall be placed where shown on the Drawings or where directed by the City. 28 2. The plane of all joints shall make a right angle with the surface of the pavement. 29 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 30 4. Joint Dimensions 31 a. The width of the joint shall be shown on the Drawings, creating the joint 32 sealant reservoir. 33 b. The depth of the joint shall be shown on the Drawings. 34 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 35 recommendations. 36 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 37 surface at the center of the joint. 38 5. Transverse Expansion Joints 39 a. Expansion joints shall be installed perpendicularly to the surface and to the 40 centerline of the pavement at the locations shown on the Drawings, or as 41 approved by the City. Expansion joints shall continue to the farthest outside 42 edge of paving and adjacent slabs, and should extend through monolithic or 43 attached curbs sothat there is no restriction to the movement of the joint at any 44 point. 45 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 46 approved by the City. 47 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 48 approved by the City, and shall be installed at the specified spacing. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 13 13- 15 CONCRETE PAVING Page 15 of 22 1 d. Support dowel bars with dowel baskets. 2 e. Dowels shall restrict the free opening and closing of the expansion join and 3 shall not make planes of weaknesses in the pavement. 4 f. Greased Dowels for Expansion Joints. 5 1) Coat dowels with a thin film of grease or other approved de -bonding 6 material. 7 2) Provide dowel caps on the lubricated end of each dowel bar. 8 g. Proximity to Existing Structures. When the pavement is adjacent to or around 9 existing structures, expansions joints shall be constructed in accordance with 10 the details shown on the Drawings. 11 6. Transverse Contraction Joints 12 a. Contraction or dummy joints shall be installed at the locations and at the 13 intervals shown on the Drawings. 14 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 15 approved by the City. 16 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 17 approved by the City, and shall be installed at the specified spacing. 18 d. Saw joints in a single cut to the width and depth the plans show. Begin sawing 19 as soon as the concrete hardens sufficiently to prevent excessive raveling along 20 the saw cut and finish before conditions induce uncontrolled cracking. 21 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 22 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 23 pavement thickness, or deeper if so indicated on the Drawings. 24 f. Complete sawing as soon as possible in hot weather conditions and within a 25 maximum of 24 hours after saw cutting begins under cool weather conditions. 26 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 27 the point where some raveling is observed. 28 h. Damage by blade action to the slab surface and to the concrete immediately 29 adjacent to the joint shall be minimized. 30 i. Any portion of the curing membrane which has been disturbed by sawing 31 operations shall be restored by spraying the areas with additional curing 32 compound. 33 7. Transverse Construction Joints 34 a. Construction joints formed at the close of each day's work or when the placing 35 of concrete has been stopped for 30-minutes or longer shall be constructed by 36 use of metal or wooden bulkheads cut true to the section of the finished 37 pavement and cleaned. 38 b. Wooden bulkheads shall be constructed using material of a thickness not less 39 than nominal 2" lumber. 40 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 41 surface and at right angles to the centerline of the pavement. 42 d. Edges shall be rounded to 1/4 inch radius. 43 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 44 the work. 45 8. Longitudinal Construction Joints 46 a. Longitudinal construction joints shall be of the type shown on the Drawings. 47 9. Joint Filler 48 a. Joint filler shall be as specified in 2.2.1 of the size and shape shown on the 49 Drawings. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 13 13- 16 CONCRETE PAVING Page 16 of 22 1 b. Redwood Board joints shall be used for all pavement joints except for 2 expansion joints that are coincident with a butt joint against existing 3 pavements. 4 c. Boards with less than 25-percent of moisture at the time of installation shall be 5 thoroughly wetted on the job. 6 d. Green lumber of much higher moisture content is desirable and acceptable. 7 e. The joint filler shall be appropriately drilled to admit the dowel bars when 8 required. 9 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 10 slab. The top edge shall be held approximately 1/2 inch below the finished 11 surface of the pavement in order to allow the finishing operations to be 12 continuous. 13 g. The joint filler may be composed of more than one length of board in the 14 length of joint, but no board of a length less than 6 foot may be used unless 15 otherwise shown on the Drawings. 16 h. After the removal of the side forms, the ends of the joints at the edges of the 17 slab shall be carefully opened for the entire depth of the slab. 18 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 19 and as specified in Section 32 13 73. Materials shall generally be handled and 20 applied according to the manufacturer's recommendations as specified in Section 21 32 1373. 22 G. Placing Concrete 23 1. Unless otherwise specified in the Drawings, the finished pavement shall be 24 constructed monolithically and constructed by machined laid method unless 25 impractical. The City will make determination of what is practical. The maximum 26 length of concrete lane that can be placed by hand pouring is 50 linear feet. 27 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 28 shall be distributed to the required depth and for the entire width of the pavement 29 by approved methods. 30 3. Any concrete not placed as herein prescribed within the time limits in the following 31 table will be rejected. Time begins when the water is added to the mixer. 32 Temperature — Time Requirements Concrete Temperature Max Time — minutes Max Time — minutes (at point of placement) (no retarding agent) (with retarding agent)' Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F 45 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 33 1 Normal dosage of retarder. 34 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 13 13- 17 CONCRETE PAVING Page 17 of 22 1 4. Rakes shall not be used in handling concrete. 2 5. At the end of the day, or in case of unavoidable interruption or delay of more than 3 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 4 placed in accordance with 3.4.17.7 of this Section. 5 6. Honeycombing 6 a. Special care shall be taken in placing and vibrating the concrete against the 7 forms and at all joints and assemblies so as to prevent honeycombing. Concrete 8 shall be uniformly consolidated throughout its width and depth, free from 9 honey combed areas, and has a consistent void -free closed surface. 10 b. Excessive voids and honeycombing in the edge of the pavement, revealed by 11 the removal of the side forms, may be cause for rejection of the section of slab 12 in which the defect occurs. 13 H. Finishing 14 1. Machine 15 a. Tolerance Limits 16 1) While the concrete is still workable, it shall be tested for irregularities with 17 a 10 foot straightedge placed parallel to the centerline of the pavement so as 18 to bridge depressions and to touch all high spots. 19 2) Ordinates measured from the face of the straightedge to the surface of the 20 pavement shall at no place exceed 1/16 inch -per -foot from the nearest point 21 of contact. 22 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 23 than 1/8 inch. 24 4) Any surface not within the tolerance limits shall be reworked and 25 refinished. 26 b. Edging 27 1) The edges of slabs and all joints requiring edging shall be carefully tooled 28 with an edger of the radius required by the Drawings at the time the 29 concrete begins to take its "set" and becomes non -workable. 30 2) All such work shall be left smooth and true to lines. 31 2. Hand 32 a. Hand finishing permitted only in intersections and areas inaccessible to a 33 finishing machine. 34 b. When the hand method of striking off and consolidating is permitted, the 35 concrete, as soon as placed, shall be approximately leveled and then struck off 36 with screed bar to such elevation above grade that, when consolidated and 37 finished, the surface of the pavement shall be at the grade elevation shown on 38 the Drawings. 39 c. The straightedge and joint finishing shall be as prescribed herein. 40 I. Curing 41 1. The curing of concrete pavement shall be thorough and continuous throughout the 42 entire curing period. 43 2. Failure to provide proper curing as herein prescribed shall be considered as 44 sufficient cause for immediate suspension of the paving operations. 45 3. The curing method as herein specified does not preclude the use of any of the other 46 commonly used methods of curing, and the City may approve another method of 47 curing if so requested by the Contractor. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 32 13 13- 18 CONCRETE PAVING Page 18 of 22 4. If any selected method of curing does not afford the desired results, the City shall have the right to order that another method of curing be instituted. 5. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banked against them. 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film. 7. The rate of application shall be such as to ensure complete coverage and shall not exceed 20-square-yards-per-gallon of curing compound. 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and shall not disintegrate, check, peel or crack during the curing period. 9. If for any reason the seal is broken during the curing period, it shall be immediately repaired with additional sealing solution. 10. When tested in accordance with ASTM C 156 Standard Test Method for Water Loss (from a mortar specimen) through Liquid Membrane -Forming Curing Compounds for Concrete, the curing compound shall provide a film which shall have retained within the test specimen a percentage of the moisture present in the specimen when the curing compound was applied according to the following 11. Contractor shall maintain and properly repair damage to curing materials on exposed surfaces of concrete pavement continuously for a least 72 hours. J. Monolithic Curbs 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried back from the paving mixer, shall be placed within 20-minutes after being mixed. 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be thoroughly worked to achieve an acceptable surface finish. 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the Drawings. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Pavement Leaveouts 30 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 31 provided at location indicated on the Drawings or as directed by the City. 32 2. The extent and location of each leaveout required and a suitable crossover 33 connection to provide for traffic movements shall be determined in the field by the 34 City. 35 3.3 REPAIR 36 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 37 specified in Section 32 0129. 38 3.4 RE -INSTALLATION [NOT USED] 39 3.7 SITE QUALITY CONTROL 40 A. Concrete Placement 41 1. Place concrete using a fully automated paving machine. Hand paving only 42 permitted in areas such as intersections where use of paving machine is not 43 practical CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 13 13- 19 CONCRETE PAVING Page 19 of 22 1 a. All concrete pavement not placed by hand shall be placed using a fully 2 automated paving machine as approved by the City. 3 b. Screeds are considered hand placement paving method. 4 B. Testing of Materials 5 1. Samples of all materials for testing shall be provided by the contractor at no 6 expense to the City, unless otherwise specified in the special provisions or in the 7 Drawings. 8 2. In the event the initial sampling and testing does not comply with the specifications, 9 all subsequent testing of the material in order to determine if the material is 10 acceptable shall be at the Contractor's expense at the same rate charged by the 11 commercial laboratories. 12 3. All testing shall be in accordance with applicable ASTM Standards and concrete 13 testing technician must be ACI certified or equivalent. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 C. Pavement Thickness Test 1. Pavement thickness test shall be performed by a commercial testing laboratory approved by the City every 100 feet or fraction thereof in accordance with TxDOT Designation: Tex-423-A, unless otherwise shown on the plans. Test locations shall be at the discretion of the City. 2. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, core samples shall be taken at the contractor's expense to verify deficiency of more than 0.2 in. from plan thickness and to isolate the deficient area. 3. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent 4. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. 5. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 7. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced with concrete of the thickness shown on the Drawings at the Contractor's sole expense. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 3213 13 - 20 CONCRETE PAVING Page 20 of 22 1 8. No additional payment over the contract unit price shall be made for any pavement 2 of a thickness exceeding that required by the Drawings. 3 D. Pavement Strength Test 4 1. During the progress of the work the City shall provide trained technicians to cast 5 test cylinders for conforming to ASTM C31, to maintain a check on the 6 compressive strengths of the concrete being placed. 7 2. Test cylinders shall be taken from a representative portion of concrete being placed 8 for every 150-cubic yards of concrete pavement placed, but in no case shall fewer 9 that 1 set of cylinders be taken per day of placement. After the cylinders have been 10 cast, they shall remain on the job site and then transported, moist cured, and tested 11 in accordance with ASTM C31 and ASTM C39 12 3. In each set, one of the cylinders shall be tested at 7 days( 3 days for HES concrete), 13 two cylinders shall be tested at 28 days ( three cylinders for 4" by 8" cylinders), and 14 the remaining cylinder shall be retained for testing at 56 days, if necessary. 15 Concrete must attain its design strength within 56 days. The 4" by 8" cylinders are 16 acceptable only when the nominal maximum aggregate size of the mix is less than 17 1-1/4 inch. 18 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option 19 and expense, core the pavement in question and have the cores tested by an 20 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol. The 21 average of all cores must meet 100 percent of the minimum specified strength, with 22 no individual core resulting in less than 90 percent of design strength, in order to 23 override the results of the cylinder tests. 24 5. In the event cylinders and/ or cores do not meet minimum specified strength, 25 additional cores may be taken to identify the limits of deficient concrete pavement 26 at the expense of the Contractor. 27 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 28 meeting the minimum specified strength shall be subject to the money penalties or 29 removal and placement at the Contractor's expense as show in the following table. 30 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 percent 90-percent Greater Than 10 percent -Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 31 32 7. Deficiency shall be determined on a panel by panel basis. 33 8. The amount of penalty shall be deducted from payment due to Contractor 34 9. No additional payment over the contract unit price shall be made for any pavement 35 with a strength exceeding that required by the Drawings and/or specifications. 36 E. Cracked Concrete Acceptance Policy 37 1. If cracks exist in concrete pavement upon completion of the project, the Project 38 Inspector shall make a determination as to the need for action to address the 39 cracking as to its cause and recommended remedial work. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 13 13-21 CONCRETE PAVING Page 21 of 22 1 2. If the recommended remedial work is routing and sealing of the cracks to protect 2 the subgrade, the Inspector shall make the determination as to whether to rout and 3 seal the cracks at the time of final inspection and acceptance or at any time prior to 4 the end of the project maintenance period. The Contractor shall perform the routing 5 and sealing work as directed by the Project Inspector, at no cost to the City, 6 regardless of the cause of the cracking. 7 3. If remedial work beyond routing and sealing is determined to be necessary, the 8 Inspector and the Contractor will attempt to agree on the cause of the cracking. 9 a. If agreement is reached that the cracking is due to deficient materials or 10 workmanship, the Contractor shall perform the remedial work at no cost to the 11 City. Remedial work in this case shall be limited to removing and replacing the 12 deficient work with new material and workmanship that meets the requirements 13 of the contract. 14 b. If the Inspector and the Contractor agree that the cause of the cracking is not 15 deficient materials or workmanship, the City may request the Contractor to 16 provide an estimate of the cost of the necessary remedial work and/or additional 17 work to address the cause of the cracking, and the Contractor will perform that 18 work at the agreed -upon price if the City elects to do so. 19 4. If the Inspector and the Contractor cannot agree on the cause of the cracking, the 20 City may hire an independent geotechnical engineer, acceptable to the Contractor, 21 to perform testing and analysis to determine the cause of the cracking. The 22 contractor shall pay 50 percent of the costs of the independent testing. Contractor 23 shall provide one half of the estimated costs of the independent testing to be held by 24 the City. 25 5. If the independent geotechnical engineer determines that the primary cause of the 26 cracking is the Contractor's deficient material or workmanship, the remedial work 27 will be performed at the Contractor's entire expense and the Contractor will also 28 reimburse the City for the balance of the cost of the geotechnical investigation. 29 Remedial work in this case shall be limited to removing and replacing the deficient 30 work with new material and workmanship that meet the requirements of the 31 contract. 32 6. If the geotechnical engineer determines that the primary cause of the cracking is not 33 the Contractor's deficient material or workmanship, the City will return the held 34 funds to the Contractor. The Contractor, on request, will provide the City an 35 estimate of the costs of the necessary remedial work and/or additional work and 36 will perform the work at the agreed -upon price as directed by the City. 37 3.8 SYSTEM STARTUP [NOT USED] 38 3.9 ADJUSTING [NOT USED] 39 3.10 CLEANING [NOT USED] 40 A. No concrete washout, mix slurry, cuts mud or solids etc., may enter the Strom water 41 system including curb lines. Equipment washout allowed only in areas shown on 42 drawings and test materials or slag must be removed from site prior to final acceptance. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 1 2 3 4 5 6 7 3213 13 - 22 CONCRETE PAVING Page 22 of 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A — Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.D — Modified to clarify acceptable fly ash substitution in concrete paving 1.11.A — modified to clarify concrete placement temperature restrictions Zelalem 2.4.A,B,D — to clarify concrete quality control process and requirements 03/19/2021 Arega/Doug 3.7.0 & D — to modify and clarify the pavement strength test and change in pavement Black thickness measurement methodology 3.7.E — Modified to clarify cracked concrete acceptance policy 3/11/2022 Zelalem Arega 1.3.A.h, 2.2 — Added ASTM C595, Type IL cement 6/10/2022 M. Owen 3.4 G. 1. — Clarified language re: machine laid vs. hand poured CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 10, 2022 32 1373- 1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 1 SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.2.a 9 2. Added 1.2.A.2.b 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 32 13 13 - Concrete Paving 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by the linear foot of Joint Sealant completed 18 and accepted only when specified in the Drawings to be a pay item. 19 2. Payment 20 a. Unit Price - The work performed and materials furnished in accordance with 21 this Item are subsidiary to the various items bid and no other compensation will 22 be allowed, unless specifically specified on Drawings. 23 b. Lump Sum Price — The work performed and materials furnished in 24 accordance with this Item are included in the total lump sum price. 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. ASTM International (ASTM): 31 a. D5893, Standard Specification for Cold Applied, Single Component, 32 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 33 Pavements 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 ACTION SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Test and Evaluation Reports CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 1 1. Prior to installation, furnish certification by an independent testing laboratory that 2 the silicone joint sealant meets the requirements of this Section. 3 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 4 has a minimum 2-year demonstrated, documented successful field performance 5 with concrete pavement silicone joint sealant systems. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD CONDITIONS 11 A. Do not apply joint sealant when the air and pavement temperature is less than 35 12 degrees F 13 B. Concrete surface must be clean, dry and frost free. 14 C. Do not place sealant in an expansion -type joint if surface temperature is below 35 15 degrees F or above 90 degrees F. 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 19 2.2 MATERIALS & EQUIPMENT 20 21 22 23 24 25 26 27 28 29 30 A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 3.4 INSTALLATION 2 A. General 3 1. The silicone sealant shall be cold applied. 4 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 5 prior to sealing joints. 6 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 7 sealant placement in a continuous sequence of operations. 8 4. See Drawings for the various joint details with their respective dimensions. 9 B. Equipment 10 1. Provide all necessary equipment and keep equipment in a satisfactory working 11 condition. 12 2. Equipment shall be inspected by the City prior to the beginning of the work. 13 3. The minimum requirements for construction equipment shall be as follows: 14 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 15 complete the joint sawing to the required dimensions. 16 b. Air Compressors. The delivered compressed air shall have a pressure in excess 17 of 90 psi and shall be suitable for the removal of all free water and oil from the 18 compressed air. 19 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 20 of sealant to the joint. 21 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 22 the joint. 23 e. Sandblaster. The design shall be for commercial use with air compressors as 24 specified in this Section. 25 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 26 free of contamination. They shall be compatible with the joint depth and width 27 requirements. 28 C. Sawing Joints: see Section 32 13 13. 29 D. Cleaning joints 30 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 31 2. Use compressed air to remove the resulting dust from the joint. 32 3. Sandblast joints after complete drying. 33 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 34 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 35 face of the joint. 36 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 37 c. When sandblasting is complete, blow-out using compressed air. 38 d. The blow tube shall fit into the joints. 39 4. Check the blown joint for residual dust or other contamination. 40 a. If any dust or contamination is found, repeat sandblasting and blowing until the 41 joint is cleaned. 42 b. Do not use solvents to remove stains and contamination. 43 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 44 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 45 the joint sealant. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 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 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 3232 13- 1 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 1 of 6 1 SECTION 32 32 13 2 CAST -IN -PLACE CONCRETE RETAINING WALLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Construction of cast -in -place concrete retaining wall adjacent to concrete sidewalk 7 (3 foot maximum height) of the size and shape detailed on the Drawings and at the 8 location shown on the Drawings. 9 2. Construction of TxDOT standard cast -in -place, spread foot concrete retaining wall 10 of the size and shape detailed on the Drawings and at the location shown on the 11 Drawings. 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Deleted 1.2.A.1 14 2. Deleted 1.2.A.2 15 3. Modified 1.2.A.3.b 16 4. Added 1.2.A.3.b.2 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 19 2. Division 1 - General Requirements 20 3. Section 03 30 00 - Cast -in -Place Concrete 21 4. Section 3123 16 — Unclassified Excavation 22 5. Section 3123 23 - Borrow 23 6. Section 3124 00 - Embankments 24 7. Section 32 13 20 - Concrete Sidewalks, Driveways and Barrier Free Ramps 25 8. Section 33 46 00 - Subdrainage 27 A. Measurement and Payment 28 1. Goner-ete Re a reing Wall AdjaeefA to Sidewalk 29 a. Me 0 e 30 1) Measufefnelit ferthis ltzm 2;1 ll k/j Ivy the feet of the ffent suffaee of 31 . 32 a. -Pa�qmei3t 33 'she work perfetined a -ad materials famished in aeeefdanee ith thir, Ita-n 34 " will be paid fef at the unit 35 oto Rotaining Wall A djaeent to Sidewalk 36 eenstmeted. 37 d 7,1m11 38 1) Exew�,&tioa in baek of Retaining Ala 39 2) Furnishing and ,.l.,eing footings 40 3) Leveling pads and eopings 41 1) Furnishing, p! atA meting 1!wvkf H (exeept in.vml:-,n1 ant afeas) CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 5, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 3232 13 - 2 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 2 of 6 J Fun��,'hin , filter- fnate -ia �drain gip,,, jein4 material, water- step, and filter- fab when refired 6) FaKrimating, 11 irxau speeified Co:x�a�t� Fkdewalk Adjaeefi4 to Retaining Wall a Ataa-m2ciimant 4"f as u2ci ant fer- this item shall be by the s"afe feet of eempleted a aeeepted-C3:xo2V,j1 tai:s�r.�-; wall in its fin po-aiW& Measufemefft shall be taken ftem faee of wall te edge ef eeflefete sidewalk. b. Pay -merit 'one work perfermed and aterials ffir-nished in aeeordanee with this Ite-m- and sated ao pfiv°ided under Measufemen* be p at the unit prieebid pz,.- aquan foot f C ne -ete Sidewalk n d;.,eent .o Retaining `� Nall installed. e. The pfiee bid s4mll inolud(-- 1) Exeavatingand ptN-parvmg tN. mbgrade 2) Fum.�shing axd p'racirrg all materials 3. TxDOT Standard - Spread Footing Walls a. Measurement 1) Measurement for this Item shall be by the square foot of the front surface of the wall. Unless otherwise shown on the Drawings, measure area from finished ground line on the face of the exterior wall to the top of the wall including any coping required (not including railing). b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per square foot of Spread Footing Wall constructed. 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item are included in the total lump sum price. c. The price bid shall include: 1) Excavation in back of Retaining Walls 2) Furnishing and placing footings 3) Leveling pads and copings 4) Furnishing, placing, and compacting backfill (except in embankment areas) 5) Furnishing and placing concrete, reinforcing steel, waterproofing material, filter material and drain pipe, joint material, water stop, and filter fabric when required 6) Fabricating, curing, and finishing wall including special coatings when specified 42 1.3 REFERENCES 43 A. Definitions 44 1. Permanent Wall - Retaining wall with a design service life of 75 years. All walls 45 are presumed to be permanent walls unless otherwise specified in the Drawings. 46 B. Reference standards cited in this specification refer to the current reference standard 47 published at the time of the latest revision date logged at the end of this specification, 48 unless a date is specifically cited. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 5, 2018 3232 13 - 3 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 3 of 6 1 1. ASTM International (ASTM): 2 a. D4491, Standard Test Methods for Water Permeability of Geotextiles by 3 Permittivity 4 b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles 5 c. D4632, Standard Test Method for Grab Breaking Load and Elongation of 6 Geotextiles 7 d. D4751, Standard Test Method for Determining Apparent Opening Size of a 8 Geotextile 9 2. Texas Department of Transportation (TXDOT), Standard Specifications for 10 Construction and Maintenance of Highways and Bridges: 11 a. 110, Excavation 12 b. 132, Embankment 13 c. 400, Excavation and Backfill for Structures 14 d. 420, Concrete Structures 15 e. 421, Hydraulic Cement Concrete 16 f. 423, Retaining Walls 17 g. 440, Reinforcing Steel 18 h. 445, Galvanizing 19 i. 458, Waterproofing Membranes for Structures 20 j. 556, Pipe Underdrains 21 3. TxDOT Standard — Spread Footing Walls 22 a. RW 1 (L) A — Low Footing Pressure, Design A Retaining Walls 23 b. RW 1 (L) B — Low Footing Pressure, Design B Retaining Walls 24 c. RW 1 (L) C — Low Footing Pressure, Design C Retaining Walls 25 d. RW 1 (H) A — High Footing Pressure, Design A Retaining Walls 26 e. RW 1 (H) B — High Footing Pressure, Design B Retaining Walls 27 f. RW 1 (H) C — High Footing Pressure, Design C Retaining Walls 28 g. RW 2 — Retaining Wall Miscellaneous Details 29 4. Texas Department of Transportation (TXDOT), Manual of Testing Procedures: 30 a. Tex-616-J, Construction Fabrics 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 SUBMITTALS 33 A. See Section 03 30 00. 34 1.6 ACTION SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE 38 A. See Section 03 30 00. 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. See Section 03 30 00. 41 1.11 SITE CONDITIONS 42 A. Ambient Conditions: See Section 03 30 00. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 5, 2018 3232 13 - 4 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 4 of 6 1 1.12 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Concrete and Reinforcing Steel 6 1. Concrete Retaining Wall with Sidewalk 7 a. Section 03 30 00. 8 2. TxDOT Standard — Spread Footing Walls 9 a. 420, Concrete Structures 10 b. 421, Hydraulic Cement Concrete 11 c. 440, Reinforcing Steel 12 d. 445, Galvanizing 13 e. 458, Waterproofing Membranes for Structures 14 B. Backfill 15 1. Concrete Retaining Wall with Sidewalk 16 a. Section 3123 23 17 2. TxDOT Standard — Spread Footing Walls 18 a. 132, Embankments 19 C. Underdrains 20 1. Concrete Retaining Wall with Sidewalk 21 a. Section 33 46 00 22 2. TxDOT Standard — Spread Footing Walls 23 a. 556, Pipe Underdrains 24 D. Filter Fabric 25 1. General 26 a. Provide standard weight fabric for retaining walls and soil separation. 27 b. Provide filter fabric rated as UV -resistant when used as part of the exposed 28 facing for a temporary wall. 29 c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- 30 woven geotextile fabric, and forms a mat of uniform quality. 31 d. Fabric fibers are continuous and random throughout the fabric. 32 e. The fabric is mildew resistant and rot -proof, and it is satisfactory for use in a 33 wet soil and aggregate environment. 34 2. Physical Requirements: The fabric must conform to the requirements listed in Table 35 1 when tested in accordance with the test methods specified. 36 37 Table 1 38 Filter Fabric Requirements 39 Physical Properties Test Method Value Fabric Weight, on an ambient Tex-6164 4 oz/yard temperature air-dried, tension free sample Permittivity, 1/sec ASTM D4491 1.0, min CITY OF FORT WORTH SENDERA RANCH 5.5M GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 5, 2018 3232 13 - 5 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 5 of 6 Tensile Strength, lbs ASTM D4632 100 lbs Apparent Opening Size ASTM D4751 70-100 Elongation at yield, percent ASTM D4632 20-100 Trapezoidal Tear, lbs ASTM D4533 35 lbs 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Construct retaining walls in accordance with the Drawings and to the pertinent 9 requirements of the following Sections: 10 1. Concrete Retaining Wall with Sidewalk 11 a. Section 03 30 00 12 b. Section 3123 16 13 c. Section 3123 23 14 d. Section 3124 00 15 e. Section 33 46 00 16 2. TxDOT Standard — Spread Footing Walls 17 a. 110, Excavation 18 b. 132, Embankment 19 c. 400, Excavation and Backfill for Structures 20 d. 423, Retaining Walls 21 e. 420, Concrete Structures 22 f. 458, Water proofing Membranes for Structures 23 g. 556, Pipe Underdrains 24 3.5 REPAIR 25 A. See Section 03 30 00. 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. See Section 03 30 00. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 5, 2018 1 2 3 4 5 6 7 8 9 3232 13 - 6 CAST -IN -PLACE CONCRETE RETAINING WALLS Page 6 of 6 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Payment Item for concrete retaining wall with sidewalk was broken into two Items: one for the face of wall and one for the sidewalk. 6/5/18 M Owen Revised Summary and Measurement and Payment sections. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised June 5, 2018 3291 19 - 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Paget of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1- GENERAL 4 1.1 SUMMARY 5 1. Section Includes: 6 1. Furnish and place topsoil to a minimum of 3-inch depth unless otherwise shown on 7 the Drawings within the Roadway Right -of ways (Roadway ROW includes 8 medians and parkways between the curb and property line. 9 2. Deviations from this City of Fort Worth Standard Specification 10 1. Modified 1.2.1.2.a 11 2. Added 1.2.2.b 12 3. 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 1.2 PRICE AND PAYMENT PROCEDURES 16 1. Measurement and Payment 17 1. Measurement 18 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 19 2. Payment 20 a. Unit Price 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under "Measurement" will be paid for at the unit 23 price bid per cubic yard of in place/tamped Topsoil 24 2) All excavation required by this Item in cut sections shall be measured in 25 accordance with provisions for the various excavation items involved with the 26 provision that excavation will be measured and paid for once, regardless of 27 the manipulations involved. 28 b. Lump Sum Price — The work performed and materials furnished in 29 accordance with this Item and measured as provided under 30 "Measurement" will be included in the total lump sum price. 31 3. The price bid shall include: 32 a. Furnishing Topsoil 33 b. Loading 34 c. Hauling 35 d. Placing 36 1.3 REFERENCES [NOT USED] 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 ACTION SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 40 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 329119-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 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 7 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 8 2.2 MATERIALS 9 1. Topsoil 10 1. Use easily cultivated, fertile topsoil that: 11 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 12 soil materials, roots, stumps or stones larger than 1.0 inches 13 b. Has a high resistance to erosion 14 c. Is able to support plant growth 15 2. Secure topsoil from approved sources. 16 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets 17 available upon request. 18 4. pH: 5.5 to 8.5. 19 5. Liquid Limit: 50 or less 20 6. Plasticity Index: 20 or less 21 7. Gradation: maximum of 10 percent passing No. 200 sieve 22 2. Water: Clean and free of industrial wastes and other substances harmful to the growth 23 of vegetation 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 1. Finishing of Parkways 32 1. Smoothly shape parkways, shoulders, slopes, and ditches. 33 2. Cut parkways to finish grade prior to the placing of any improvements in or 34 adjacent to the roadway. 35 3. In the event that unsuitable material for parkways is encountered, extend the depth 36 of excavation in the parkways 6 inches and backfill with top soil. 37 4. Make standard parkway grade perpendicular to and draining to the curb line. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 329119-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 a. Minimum: 1/4 inch per foot 2 b. Maximum:4:1 3 c. City may approve variations from these requirements in special cases. 4 5. Whenever the adjacent property is lower than the design curb grade and runoff 5 drains away from the street, the right-of-ways grade must be set level with the top 6 of the curb. 7 6. The design grade from the right-of-ways extends to the back of the walk line. 8 7. From that point (behind the walk), the grade may slope up or down at maximum 9 slope of 4:1. 10 2. Placing of Topsoil 11 1. Spread the topsoil to a uniform loose cover at the thickness specified. 12 2. Place and shape the topsoil as directed. 13 a. Hand tamp or roll topsoilsurface (with hand tamper or landscaping roller or 14 other accepted method) and finish a minimum of 5 feet from all flatwork. 15 b. Ensure topsoil is free from objectionable material including subsoil, weeds, 16 clay lumps, non -soil materials, roots, stumps or stones larger than 1.0 inches 17 c. No additional topsoil should be added within the critical root zone of trees. 18 3. Tamp the topsoil with a light roller or other suitable equipment. 19 3.5 REPAIR/RESTORATION] [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 3/11/2022 M Owen Revised title of specification and provided clarifications in Sections 1.1 Summary, 2.2 Materials, 3.4 Installation 31 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised March 11, 2022 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 92 14 NON-NATIVE SEEDING 329213-1 NON-NATIVE SEEDING Page 1 of 8 5 A. Section Includes: 6 1. Furnishing and installing grass seed as shown on Drawings, or as directed. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1.b.1 9 2. Added 1.2.A.1.b.2 10 3. Modified 1.2.A.2.b.1 11 4. Added 1.2.A.2.b.2 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 14 2. Division 1 - General Requirements 15 3. Section 31 10 00 —Site Clearing 16 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 17 5. Section 32 84 23 — Irrigation (if used) 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Seeding 21 a. M asurement 22 1) M asurement for this Item shall be by the square yard of Seed spread, 23 complete in place for uniform vegetative coverage. 24 b. Payment 25 1) Unit Price -The work performed and materials furnished in accordance 26 with this Item and measured as provided under "Measurement" will be paid 27 for at the unit price bid per square yard of Seed placed for various installation 28 methods. 29 2) Lump Sum Price — The work performed and materials furnished in 30 accordance with this Item for Carious installation methods and measured 31 as provided under "Measurement" will be included in the total lump sum 32 rp ice. 33 c. The price bid shall include: 34 1) Surface preparation, scarifying subgrade, cleaning, and fine grading as 35 described in section 3.3 Preparation 36 2) Furnishing and placing all Seed (until established complete in place) 37 3) Perform soil testing, if requirement is included on construction drawings, as 38 directed by City 39 4) Furnishing and applying water Slurry and hydraulic mulching, if using 40 method 41 5) Fertilizer, if required by City to be determined by soil test CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 13, 2021 329213-2 NON-NATIVE SEEDING Page 2 of 8 1 6) Soil Retention Blanket, if required on construction drawings, as directed by 2 City 3 7) Watering (until established) 4 8) Disposal of surplus materials off site or as directed by City 5 9) Weed Removal (until established) 6 10) Minimum mowing of two cycles, beginning forty-five (45) days from 7 germination or when blade height it 4" or greater, whichever comes first 8 11) Mowing cycles shall be spaced a minimum of ten (10) days apart (until 9 established) 10 2. M wing o 11 a. M asurement 12 1) M asurement for this Item shall per each, beyond the minimum of two (2) 13 mow cycles included in seeding price, as approved and directed by the City. 14 b. Payment 15 1) Unit Price - The work performed and materials furnished in accordance 16 with this Item and measured as provided under "Measurement" will be paid 17 for at the unit price bid per each. 18 2) Lump Sum Price — The work performed and materials furnished in 19 accordance with this Item and measured as provided under 20 "Measurement" will be included in the total lump sum price. 21 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 ACTION SUBMITTALS [NOT USED] 25 1.6 INFORMATIONAL SUBMITTALS 26 A. Certifications, Samples and Documentation 27 1. As requested by the City, certificates and/or labels and samples of seed, fertilizer, 28 compost, soil amendments and/or other materials, including a certificate from the 29 vendor indicating seed is free from weeds. 30 a. Seeds 31 1) Vendors' certification that seeds meet Texas State seed law including: 32 a) Testing and labeling for pure live seed (PLS) 33 b) Name and type of seed 34 2) All seed shall be tested in a laboratory with certified results presented to the 35 City in writing, prior to planting. 36 3) All seed to be of the previous season's crop and the date on the container 37 shall be within twelve (12) months of the seeding date. 38 2. All delivery receipts and copies of invoices for materials used for this work shall be 39 subject to verification by the City. 40 1.7 CLOSEOUT SUBMITTALS [NOT USED] 41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 42 1.9 QUALITY ASSURANCE 43 A. Developer/contractor who plants material is responsible for the supervision of his crew, 44 the site, and the maintenance of the material until the project is accepted by the City. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 13, 2021 329213-3 NON-NATIVE SEEDING Page 3 of 8 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Seed 3 1. Shall be Bermuda and/or Elbon Rye seed unless otherwise specified. 4 2. Each species of seed shall be supplied in a separate, labeled container for 5 acceptance by the City. 6 B. Fertilizer, as determined by soil testing report provided to Contractor or as directed by 7 City 8 1. Provide unopened bags labeled with the analysis. 9 2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63. 10 3. Provide to City application rate for which fertilizer will be applied. 11 1.11 FIELD [SITE] CONDITIONS 12 A. Grading of site and installation of topsoil must be approved by City prior to application 13 of seed. 14 1.12 WARRANTY 15 A. Seed to be replaced if coverage does not exceed 70 percent within forty-five (45) days 16 from germination. 17 B. Warranty Period: until job acceptance or through maintenance period, whichever is 18 longer duration of time. 19 C. Warrant seed against defects in product, installation and workmanship. 20 1. Exceptions include 21 a. Vandalism caused by persons other than contractor or subcontractors of this 22 project 23 b. Improper watering or maintenance by persons other than contractor or 24 subcontractors of this project 25 c. Damage caused by vehicles or equipment other than contractor or 26 subcontractors of this project. 27 PART 2 - PRODUCTS 28 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 29 2.2 MATERIALS AND EQUIPMENT 30 A. Materials 31 1. Seed 32 a. General 33 1) Plant all seed at rates based on pure live seed (PLS) 34 a) Pure Live Seed (PLS) determined using the formula: 35 (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + 36 Percent Firm or Hard Seed) + 100] 37 2) Availability of Seed 38 a) Substitution of individual seed types due to lack of availability may be 39 done through the submittal process for review and approval by City. 40 b) Notify the City prior to bidding of difficulties locating certain species. 41 3) Weed seed CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 13, 2021 329213-4 NON-NATIVE SEEDING Page 4 of 8 1 a) Not exceed one percent by weight of the total of pure live seed (PLS) 2 and other material in the mixture 3 b) Seed not allowed: 4 (1) Johnson grass 5 (2) Nutgrass 6 (3) Millet 7 4) Harvest seed within twelve (12) months prior to planting 8 b. Non-native Grass Seed 9 1) Plant between March 21 and October 31 10 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 75 Bermuda (hulled) Cynodon dactylon 95 90 11 2) Plant between November 1 and March 20 12 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) Cynodon dactylon 85 90 13 14 c. Temporary Erosion Control Seed - Consist of the sowing of cool season plant 15 seeds. Plant mix below must be included with Bermuda between November 1 16 through March 1. 17 Common Name Botanical Name Lbs./Acre Lbs./Acre broadcast drilled seed method method Elbon Rye Secale cereale 100-120 80-100 18 19 2. Hydromulch 20 a. For use with conventional mechanical or hydraulic planting of seed. 21 b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products 22 (waste products from paper mills or recycled newspaper). 23 c. No growth or germination inhibiting factors. 24 d. No more than ten percent moisture, air dry weight basis. 25 e. Additives: binder in powder form. 26 £ Form a strong moisture retaining mat. 27 3. Fertilizer to be installed only as directed by City or as indicated in construction 28 documents 29 a. Determined by soil testing report 30 b. Acceptable condition for distribution per manufacturer's instructions 31 c. Applied uniformly over the seeded area. Do not fertilize inside the dripline of 32 trees, or Tree Protection Area. 33 4. Topsoil: See Section 32 91 19. 34 5. Water: clean and free of industrial wastes or other substances harmful to the 35 germination of the seed or to the growth of the vegetation. 36 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 13, 2021 329213-5 NON-NATIVE SEEDING Page 5 of 8 1 2.3 ACCESSORIES 2 A. Soil Retention Blanket 3 1. Biodegradable Erosion Control Blanket made from natural fibers including 4 coconut, straw, or wood fiber. 5 2. As specified for sloped areas or as directed, not for general use. 6 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION 11 A. City may examine site grading to ensure grading conforms to approved drawings, prior 12 to installation of seed. 13 1. City will notify Contractor if grading is to be inspected prior to seed installation. 14 3.3 PREPARATION 15 A. Surface Preparation: clear surface of all material including the following and dispose of 16 off -site or as directed by City: 17 1. Stumps, stones, and other objects larger than 1-inch. 18 2. Roots, brush, wire, stakes, etc. 19 3. Any objects that may interfere with seeding or maintenance. 20 B. Scarify Subgrade 21 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 22 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City 23 approval 24 a. For tilled areas, use a heavy-duty disc or a chisel -type breaking plow, chisels 25 set not more than 10-inches apart. 26 b. Initial tillage shall be done in a crossing pattern for double coverage, then 27 followed by a disc harrow. Depth of tillage may be up to 3-inches. 28 c. Areas sloped greater than 3: 1: run a tractor parallel to slope to provide less 29 seed/water run-off 30 3. Areas near trees: Do not till within dripline of tree. Do not disturb the Tree 31 Protection Area, or canopy dripline. 32 C. Cleaning 33 1. Soil shall be further prepared by the removal of debris, building materials, rubbish, 34 and rock 1-inch and greater, and weeds. 35 D. Fine Grading: 36 1. After scarifying or tilling and cleaning, all areas to be seeded shall have 3-inches of 37 topsoil placed, be leveled, fine graded, and a weighted spike and harrow or float 38 drag. The required shall be the elimination of ruts, depressions, humps, and 39 objectionable soil clods. This shall be the final soil preparation step to be completed 40 prior to inspection before seeding. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 13, 2021 329213-6 NON-NATIVE SEEDING Page 6 of 8 1 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 2 3.4 INSTALLATION 3 A. General 4 1. Seed only those areas indicated on the Drawings and areas disturbed by 5 construction. 6 2. Mark each area to be seeded in the field prior to seeding for City approval. 7 3. Provide written notice of installation and maintenance schedule to resident or 8 business adjacent to the project 9 B. Broadcast Seeding 10 1. Broadcast seed in two (2) directions at right angles to each other. 11 2. Harrow or rake lightly to cover seed. 12 3. Never cover seed with more soil than twice its diameter. 13 C. Mechanically Seeding (Drilling): 14 1. Uniformly distribute seed over the areas shown on the Drawings or as directed. 15 2. All varieties of seed and fertilizer, as determined by soil testing report, may be 16 distributed at the same time provided that each component is uniformly applied at 17 the specified rate. 18 3. Drill seed at a depth of 1/4-inch to 3/8-inch utilizing a pasture or rangeland type 19 drill. 20 4. Drill on the contour of slopes 21 5. After planting roll with a roller integral to the seed drill, or a corrugated roller of the 22 "Cultipacker" type. 23 6. Roll slope areas on the contour. 24 D. Hydromulching (only as approved by submittals) 25 1. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 26 a. Mixture is uniformly suspended to form a homogenous slurry. 27 b. Mixture forms a blotter -like ground cover impregnated uniformly with grass 28 seed. 29 c. Mixture is applied within thirty (30) minutes after placed in the equipment. 30 2. Placing 31 a. Uniformly distribute in the quantity specified over the areas shown on the 32 Drawings or as directed. 33 E. Fertilizing, as determined by soil testing report: uniformly apply fertilizer over seeded 34 area. 35 1. No fertilizer shall be applied within The Tree Protection Area, or dripline of trees. 36 F. Watering 37 1. Furnish water by means of temporary metering / irrigation, water truck or by any 38 other method necessary to achieve an acceptable stand of turf as defined in 3.13. 39 2. Water source shall be clean and free of industrial waste or other substances harmful 40 to the germination of the seed or growth of the vegetation. 41 3. Water soil to a minimum depth of 4-inches within forty-eight (48) hours of seeding. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 13, 2021 329213-7 NON-NATIVE SEEDING Page 7 of 8 1 4. Water at least twice daily for fourteen (14) days after seeding in such a manner as to 2 prevent washing of the slopes or dislodgement of the seed, or as directed by the 3 City. 4 5. On day fifteen (15), apply an amount of water that is equal to the average amount of 5 rainfall plus 1/2-inch per week until final acceptance by City. 6 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE 16 A. Seeded Areas 17 1. Water and mow seeded area until completion and final acceptance of the Project or 18 as directed by the City. 19 2. Maintain the seeded area until each of the following is achieved: 20 a. Vegetation is evenly distributed 21 b. Vegetation is free from bare areas 22 c. Trim and maintain along edges including curbs, drives, and walkways with 23 maximum 1-inch surface elevation change. 24 d. Includes protection, reseeding, and maintaining grades with no settlement over 25 1-inch, and immediate repair of erosion damage until the project receives final 26 acceptance. 27 B. Acceptance 28 1. Turf will be accepted once fully established as follows: 29 a. Seeded area must have minimum 70 percent uniform ground coverage without 30 bare areas greater than six -inches square or thirty-six (36) square inches and 31 blade height of 3-inches with two (2) mow cycles, minimum ten (10) days apart, 32 performed by the Contractor prior to consideration of acceptance by the City. 33 b. Grass shall be actively growing and free of disease and pests. 34 c. Ground surface to be smooth and free of foreign material and rocks or clods 1- 35 inch diameter and greater. 36 C. Rejection 37 1. City may reject seeded area based on the following items: 38 a. Weed populations 39 b. Poor installation including lack of coverage 40 c. Disease and/or pests 41 d. Insufficient or over watering 42 e. Poor or improper maintenance 43 f. Soil settlement in excess of 1-inch CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 13, 2021 329213-8 NON-NATIVE SEEDING 1 3.14 ATTACHMENTS [NOT USED] Page 8 of 8 2 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Removed information and details regarding sod, native grasses and wildflowers. These items are addressed in 32 92 13 and new specification 32 92 15. Updated 1.2 payment measurement. Items pertaining to fertilizer throughout document updated to 5/13/2021 C Moon include soil testing. 2.2 planting dates updated to reflect typical frost dates. 3.3 Preparation updated to reflect current industry tree care standards for root zone disturbance. 3.4 Installation added descriptions to clarify watering. 3.13 Maintenance added descriptions to clarify acceptance and rejection of seeded areas including growth, mow cycle and watering. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 13, 2021 330133-1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Pagel of 3 1 SECTION 33 0133 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 OF WATER TRANSMISSION MAINS 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 8 water transmission mains greater than 24-inch where the use of butterfly valves 9 prevents pigging. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Post -CCTV Inspection 19 1. Measurement 20 a. Measurement for this Item will be by the linear foot of line televised for CCTV 21 Inspection performed following flushing of the water transmission main. 22 2. Payment 23 a. Unit Price - The work performed and materials furnished in accordance with 24 this Item are subsidiary to the unit price bid per linear foot of water pipe 25 complete in place, and no other compensation will be allowed. 26 1) Contractor will not be paid for unaccepted video. 27 b. Lump Sum Price — The work performed and the materials furnished in 28 accordance with this Item are included in the total lump sum price. 29 3. The price bid shall include: 30 a. Mobilization 31 b. Cleaning 32 c. Digital file 33 1.3 REFERENCES [NOT USED] 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination 36 1. Water Transmission Mains 37 a. Meet with City of Fort Worth Water Department staff to confirm that the 38 appropriate equipment is being used and that it has been properly disinfected 39 prior to installing in a potable water main. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK City Project No. 105781 33 01 33 - 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 2 of 3 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the Engineer or the City prior to delivery. 4 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS 6 A. Post -CCTV submittals 7 1. 2 copies of CCTV video results on DVD or USB Hard Drive 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 PART 3 - EXECUTION 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. CCTV Equipment 1. Disinfect equipment with a diluted bleach solution prior to inserting into water transmission main. 2. Use equipment specifically designed and constructed for such inspection. 3. Use equipment designed to operate in 100 percent humidity conditions. 4. Use equipment with a pan (f270 degrees), tilt, and rotates (360 degrees). 5. Use camera with an accurate footage counter that displays on the monitor the distance of the camera (to the nearest 1/10 foot) from the centerline of the starting manhole. 6. Provide sufficient lighting to illuminate the entire periphery of the pipe. 7. Provide color video. 3.4 INSPECTION (CCTV) A. General 1. Begin inspection immediately after flushing of the water transmission main in accordance with Section 33 04 40. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK City Project No. 105781 33 01 33 - 3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 3 of 3 1 2. Move camera through the line in either direction at a moderate rate, stopping when 2 necessary to permit proper documentation of a defect or debris lodged within the 3 pipe. 4 3. Do not move camera at a speed greater than 30 feet per minute. 5 4. Use manual winches, power winches, TV cable, and power rewinds that do not 6 obstruct the camera view, allowing for proper evaluation. 7 5. During investigation stop camera at each defect along the main. 8 a. Record the nature, location and orientation of the defect or lodged debris. 9 6. Pan and tilt the camera to provide additional detail at: 10 a. Joints 11 b. Outlets 12 c. Valves 13 d. Visible pipe defects such as cracked lining, obstructions or debris 14 7. Provide accurate distance measurement. 15 a. The meter device is to be accurate to the nearest 1/10 foot. 16 8. CCTV inspections are to be continuous. 17 a. Do not provide a single segment of main in more than one file. 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. Upon completion of CCTV activities, remove lodged debris and remedy any defects 25 found in the water transmission main prior to hydrostatic testing, disinfection, or 26 bacteriological testing in accordance with Section 33 04 40. 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK City Project No. 105781 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Pagel of 8 1 SECTION 33 0410 2 JOINT BONDING AND ELECTRICAL ISOLATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Joint bonding requirements for electrical continuity of- 7 a. Concrete cylinder pipe 8 b. Mortar coated steel pipe 9 c. Dielectrically coated steel pipe 10 d. Ductile iron pipe, as required on Drawings 11 2. Electrical isolation devices for installation at: 12 a. Connections to existing piping 13 b. Laterals 14 c. Cased crossings 15 d. Tunnels 16 e. Selected below grade to above ground piping transitions 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. Modified 1.2.A.1.b.1 19 2. Added 1.2.A.1.b.2 20 3. Modified 1.2.A.2.b.1 21 4. Added 1.2.A.2.b.2 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 24 Contract 25 2. Division 1 — General Requirements 26 3. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 29 1. When a pay item for Cathodic Protection exists: 30 a. Measurement 31 1) This Item is subsidiary to Cathodic Protection construction. 32 b. Payment 33 1) Unit Price - The work performed and materials furnished in accordance 34 with this Item are subsidiary to the lump sum price bid for "Cathodic 35 Protection" for each material of utility pipe bid, and no other compensation 36 will be allowed. 37 2) Lump Sum Price — The work performed and the materials furnished in 38 accordance with this Item are included in the total lump sum urice. 39 2. When a pay item for Cathodic Protection does not exist: 40 a. Measurement 41 1) Measurement for this Item is by lump sum. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330410-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 8 1 b. Payment 2 1) Unit Price - The work performed and materials furnished in accordance 3 with this Item and measured as provided under "Measurement" will be paid 4 for at the lump sum price bid for "Joint Bonding and Electrical Isolation". 5 2) Lump Sum Price — The work performed and materials furnished in 6 accordance with this Item and measured under "Measurement" will be 7 included in the total lump sum price. 8 3. The price bid shall include: 9 a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by 10 the Drawings 11 b. Mobilization 12 c. Excavation 13 d. Furnishing, placement, and compaction of backfill 14 e. Field welding 15 f. Connections 16 g. Adjustments 17 h. Testing 18 i. Clean-up 19 j. Start-up/Commissioning 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this Specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end of this 24 Specification, unless a date is specifically cited. 25 2. ASTM International (ASTM). 26 3. American Water Works Association (AWWA): 27 a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 28 4. NACE International (MACE). 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals shall be in accordance with Section 0133 00. 32 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 33 specials. 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Manufacturer's catalog cut sheets shall be submitted for each item. 37 a. Include the manufacturer's name and provide sufficient information to show 38 that the materials meet the requirements of the Contract Documents for: 39 1) Flange Isolation 40 2) Bonding Clips for Concrete Cylinder Pipe 41 3) Petrolatum tape 42 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly 43 identify the item proposed. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 8 1 B. Test and Evaluation Reports 2 1. Record results for the Post -Installation Thermite Weld Inspection and submit to the 3 City for approval prior to backfilling. 4 2. Record results for bonded joint testing and submit to City for approval prior to 5 backfilling. 6 3. Record results for the continuity test for casing to carrier pipe and submit to the 7 City for approval prior to backfilling. 8 1.7 CLOSEOUT SUBMITTALS 9 A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation 10 shall be submitted to the City. 11 B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 19 2.2 MATERIALS 20 A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project 21 include, but are not limited to, the following: 22 1. Electrical continuity bonds 23 2. Flange isolation assemblies 24 3. Casing spacers 25 4. Casing end seals 26 B. Electrical Continuity Bonds 27 1. Applications for Electrical Continuity Bonding include the following: 28 a. Bonding across bolted joint assemblies 29 b. Bonding across gasketed joint assemblies 30 C. Flange Isolation 31 1. Required applications of dielectric flange isolation assemblies include, but are not 32 limited to, selected locations where new piping is mechanically connected to 33 existing piping. 34 2. Gasket 35 a. Isolating and seal gasket 36 b. G-10 Epoxy Glass material 37 c. Full face 38 d. 1/8-inch thickness CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 1 e. Use with a minimum of 1 EDPM sealing element placed in a tapered groove. 2 f. NSF 61 certified 3 g. A minimum of 800 volts/mil dielectric strength is required. 4 h. Flange shall seal for the test pressure without leaking. 5 3. Sleeves 6 a. Provide full length mylar sleeves. 7 4. Washers 8 a. Provide double G-10 washer sets. 9 D. Casing Spacers 10 1. For piping installed in tunnels or cased crossings, install casing spacers between the 11 piping and the casing or tunnel liner to provide electrical isolation in accordance 12 with Section 33 05 24. 13 E. Casing End Seals 14 1. See Section 33 05 24 for casing end seals. 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION 21 A. Preparation of Concrete Pipe for Bonding 22 1. General 23 a. Fabrication 24 1) Use concrete pipe for this project that has been fabricated in such a manner 25 as to establish electrical continuity between metallic components of pipe 26 and joints. 27 b. Acceptable Methods 28 1) Establish electrical continuity as indicated in the Contract Documents. 29 2. Criteria for Electric Continuity 30 a. Tensile Wire 31 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms 32 between any wire and steel joint ring at end of pipe farthest from that wire. 33 2) Manufacturer is to report values obtained and method of measurement. 34 b. Internal Pipe Joint Components 35 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between 36 any component and steel pipe cylinder. 37 3. Tensile Wire Continuity 38 a. Establish continuity between tensile wire coils and steel cylinder on embedded 39 cylinder type pre -stressed pipe by tightly wrapping tensile wire over 40 longitudinal mild steel straps during pipe manufacture. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 1 b. Use and install 2 continuous straps 180 degrees apart longitudinally along the 2 pipe. 3 1) These straps must maintain electrical continuity between metallic 4 components. 5 c. Use steel straps made of mild steel and free of grease, mill scale or other high 6 resistance deposits. 7 d. Make longitudinal straps electrically continuous with pipe cylinder by steel 8 fasteners of suitable dimensions placed between steel cylinder and longitudinal 9 straps. 10 1) Connect fasteners so as to remain intact during pipe fabrication process. 11 4. Steel Cylinder Continuity 12 a. Establish continuity of all joint components and steel cylinder. 13 1) These components include anchor socket brackets, anchor socket, spigot 14 ring and bell ring. 15 b. If mechanical contact does not provide a resistance of less than 0.03 ohms 16 between components, tack weld component to provide electrical continuity. 17 B. Preparation of Steel Pipe for Bonding 18 1. Bonding wires are not required for welded steel pipe. 19 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint 20 as shown on the Drawings. 21 C. Preparation of Ductile Iron Pipe for Bonding 22 1. Install insulated bond wires as shown on the Drawings. 23 D. Electrical Bond Wires 24 1. Electrical bond wires are to be a minimum No. 4 AWG, 7 stranded, copper cable 25 with THHN insulation. 26 2. Remove 1 inch of THHN insulation from each end of the bond wire. 27 3. Thermite weld the bond wires to the pipeline. 28 4. Provide the minimum number of bond wires as shown on Drawings for steel or 29 ductile iron pipe. 30 E. Electrical Bond Clip 31 1. Weld 3 ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 32 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot 33 of adjacent pre -stressed concrete cylinder pipe or steel pipe with rubber gasketed 34 joints. 35 2. Manufacture clips to maintain continuity regardless of small deflections of finished 36 joints. 37 3.4 INSTALLATION 38 A. Installation of Electrical Continuity Bonds by Thermite Welding 39 1. Inspection 40 a. Use continuous bond wires with no cuts or tears in the insulation covering the 41 conductor. 42 2. General 43 a. Attach bond wires at required locations by termite welding process. 44 3. Thermite Welding Methods CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 8 1 a. Perform thermite welding of bond wires to piping in the following manner: 2 1) Clean and dry pipe to which the wires are to be attached. 3 2) Use grinding wheel to remove all coating, mill scale, oxide, grease and dirt 4 from an area approximately 3 inches square. 5 a) Grind surface to bright metal. 6 3) Remove approximately 1 inch of insulation from each end of wire to be 7 thermite welded to pipe exposing clean, oxide -free copper for welding. 8 4) Select proper size thermite weld mold as recommended by manufacturer. 9 Place wire or strap between graphite mold and the prepared metal surface. 10 5) Place metal disk in bottom of mold. 11 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to 12 spread ignition powder over charge. 13 7) Close mold cover and ignite starting powder with flint gun. 14 8) After exothermic reaction, remove thermite weld mold and gently strike 15 weld with a hammer to remove weld slag. 16 9) Pull on wire or strap to assure a secure connection. 17 10) If weld is not secure or the bond breaks, repeat procedure with new wire. 18 11) If the weld is secure, coat all bare metal and weld metal with Stopaq CZ 19 tape. 20 4. Post -Installation Thermite Weld Inspection 21 a. Contractor is responsible for all testing. 22 b. All testing is to be performed by or under the supervision of certified NACE 23 personnel. 24 c. Visually examine each thermite weld connection for strength and suitable 25 coating prior to backfilling. 26 d. Measure resistance through selected bonded joints with a digital low resistance 27 ohmmeter (DLRO). 28 1) Resistance of 0.001 ohms or less is acceptable. 29 2) If the above procedure indicates a poor quality bond connection, reinstall 30 the bond. 31 3) Record results and submit to the City for approval prior to backfilling. 32 5. Backfilling of Bonded Joints 33 a. Perform backfilling of bonded piping in manner that prevents damage to the 34 bonds and all connections to the metallic structures. 35 b. Use appropriate backfill material to completely cover the electrical bond. 36 c. Provide protection so that future construction activities in the area will not 37 destroy the bonded connections. 38 d. If construction activity damages a bonded connection, install new bond wire. 39 B. Installation of Pipeline Flange Isolation Devices 40 1. Placement 41 a. Install isolation joints at the locations shown on the Drawings. 42 2. Assembly 43 a. Place gasket, sleeves and washers as recommended by the manufacturer. 44 b. Follow manufacturer's recommendations for even tightening to proper torque. 45 3. Testing 46 a. Immediately after an electrical isolation fitting has been installed, contact the 47 City to perform testing for electrical isolation effectiveness. 48 4. Painting CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 8 1 a. Do not use metal base paints on electrical isolation devices. 2 5. Encapsulation 3 a. Encapsulate below -grade isolation joints with the Denso Densyl Tape system 4 after the isolation joint has been tested for effectiveness. 5 C. Installation of Casing Spacers 6 1. Casing spacers shall be installed in accordance with Section 33 05 24. 7 D. Installation of End Seals 8 1. End seals shall be installed in accordance with Section 33 05 24. 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD QUALITY CONTROL 12 A. Testing of Joint Continuity Bonds and Isolation Joints 13 1. After the completion of the continuity bonding of individual joints, but before the 14 pipe is backfilled, each bonded joint shall be tested for electrical continuity. 15 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a 16 portable 12-volt battery and a driven ground rod. The battery shall be connected 17 such that the positive terminal is connected to the ground rod and the negative 18 terminal is connected to the pipe section under test. The magnitude of test current is 19 not important as long as it causes a change in pipe -to -soil potential on the section of 20 pipe that is in the test current circuit. 21 3. The pipe -to -soil potential shall be measured on each side of the isolation joint using 22 a high impedance voltmeter and portable copper/copper sulfate reference electrode 23 with the test current "on" and "off. 24 4. A joint is considered electrically continuous if the "on" and "off potentials are the 25 same on either side of the joint under test. 26 5. This same procedure shall be used to test individual isolation joints except that the 27 joint is considered effective if the pipe -to -soil potential is not the same when 28 measured on each side of the joint when the test current is "on". 29 6. Record results and submit in accordance with this Specification. 30 B. Casing to Carrier Pipe Isolation Tests 31 1. Immediately after the pipe has been installed in the casing, but prior to connecting 32 the line, make pipe available for testing and contact the City to perform an electrical 33 continuity test to determine that the casing is electrically isolated from the pipeline. 34 2. The continuity test shall be fully documented and approved by the City prior to 35 backfilling. 36 3. Record results and submit in accordance with this Specification. 37 4. If the electrical isolation between carrier pipe and casing is not effective, the cause 38 shall be immediately investigated and the situation remedied. 39 5. Under no circumstances shall a shorted casing be backfilled. 40 3.8 SYSTEM STARTUP [NOT USED] 41 3.9 ADJUSTING [NOT USED] CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 8 1 3.10 CLEANING [NOT USED] 2 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0 - Modified material specifications for gaskets, sleeves and washers 8 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 3304 11 -1 CORROSION CONTROL TEST STATIONS Pagel of 8 1 SECTION 33 0411 2 CORROSION CONTROL TEST STATIONS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Test station materials and installation requirements, as shown on the Drawings, at: 7 a. Foreign pipeline crossings 8 b. Cased crossings 9 c. Below -grade pipeline electrical isolation joints 10 2. Required applications of corrosion control test stations include locations where 11 future testing is anticipated for the following reasons: 12 a. Testing to determine the effectiveness of the installed Cathodic Protection 13 systems and to allow for startup adjustments 14 b. Testing to determine interference effects from and on adjacent or crossing 15 foreign underground structures 16 c. Testing to determine sources and magnitude of stray DC currents and required 17 mitigative measures 18 d. Periodic monitoring to determine status of existing Cathodic Protection 19 systems, stray current and foreign line influence 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. Modified 1.2.A.2.a 22 2. Added 1.2.A.2.b 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 25 Contract 26 2. Division 1 — General Requirements 27 3. Section 33 04 12 — Magnesium Anode Cathodic Protection System 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Measurement 31 a. This Item is considered subsidiary to the Cathodic Protection construction. 32 2. Payment 33 a. Unit Price - The work performed and the materials furnished in accordance 34 with this Item are subsidiary to the lump sum price bid for "Cathodic 35 Protection" for each material of utility pipe bid, and no other compensation will 36 be allowed. 37 b. Lump Sum Price — The work performed and the materials furnished in 38 accordance with this Item are included in the total lump sum urice. 39 1.3 REFERENCES 40 A. Reference Standards CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330411-2 CORROSION CONTROL TEST STATIONS Page 2 of 8 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. NACE International (MACE). 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 0133 00. 8 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 9 specials. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 11 A. Product Data 12 1. Submit product data for all components of the Corrosion Control Test Stations. 13 Data submitted shall include: 14 a. Test Station 15 b. Wiring 16 c. Splicing materials 17 d. Thermite weld materials 18 e. Weld coatings 19 1.7 CLOSEOUT SUBMITTALS 20 A. Structure -to -soil potential data shall be submitted to the City. 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE 23 A. Certifications 24 1. Provide manufacturer's certifications that all components of the corrosion control 25 system meet the requirements of the Contract Documents. 26 a. The certification shall reference the applicable Section of the Specifications and 27 the applicable standard details. 28 B. Inspection 29 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or 30 during, installation. 31 C. Drawings 32 1. The drawings for the corrosion control test stations are diagrammatic and shall not 33 be scaled for exact locations, unless scales are explicitly stated on the specific 34 drawing. 35 2. Field conditions, conflicts with other utilities or mechanical and structural features 36 shall determine exact locations. 37 3. Contractor shall note other existing utilities in the area and during excavation, shall 38 not damage these utilities. 39 4. Any damaged utilities shall be repaired to the satisfaction of the City at the 40 Contractor's expense. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 3304 11 -3 CORROSION CONTROL TEST STATIONS Page 3 of 8 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Delivery 3 1. Coordinate the delivery of test station materials. 4 B. Storage and Handling Requirements 5 1. Secure and maintain a location to store the material in accordance with Section 01 6 6600. 7 C. Packaging Waste Management 8 1. Dispose of waste materials properly and remove from job site after installation is 9 complete. 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 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 2.2 MATERIALS A. Flush Mount Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing Company or approved equal. 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved equal. 5. Install a marker sign adjacent to all flush -mounted test stations. B. Above -Grade Test Stations 1. At test station locations where flush mounted structures cannot be installed, or where stated on Drawings, an above -grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. 2. The test station shall be a 7 terminal 'Big Fink" as manufactured by Cott Manufacturing or approved equal. 3. The "Big Fink" test station shall be mounted on a 5 foot length of 3-inch diameter UV -resistant plastic conduit in populated locations, and mounted on a 5 foot length of 3-inch diameter concrete filled galvanized steel conduit in low population locations. 4. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. a. If exposed to traffic, provide a frangible base for test station. 5. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330411-4 CORROSION CONTROL TEST STATIONS Page 4 of 8 1 6. The test station conduit shall be installed with a 24-inch x 24-inch x 6-inch concrete 2 pad. 3 C. Permanent Reference Electrodes 4 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 5 membrane ceramic cell in a geomembrane package as manufactured by Corrpro 6 Companies, Inc. or approved equal. 7 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of 8 suitable length to attach to the terminal board of the test station. 9 D. Test Station Lead Wires 10 1. Test station lead wires of all sizes shall have TW, THW, or THHN insulation as 11 shown on the Drawings. 12 2. Insulation type shall be color coded based upon connection to underground 13 structures. 14 a. Protected pipeline: white 15 b. Foreign structures: red 16 c. Steel casings: yellow 17 d. Permanent reference cells: blue 18 e. Anode header cable: black (HMWPE) 19 f Unprotected or existing pipeline: black (HMWPE) 20 3. Test station lead wires shall be terminated on the test station terminal board 21 utilizing crimped on solderless ring terminals. 22 4. All terminal boards shall be wired by the installer as shown on the Drawings. 23 E. Thermite Weld Equipment 24 1. Charges and Molds 25 a. Weld charges and mold size shall be specified by the manufacturer for the 26 specific surface configuration. 27 b. Use only the correct charges for the specific application. 28 c. Welding charges and molds shall be Erico, Cadweld or Continental Industries 29 Thermoweld. 30 2. Weld Coating 31 a. Coat weld with Stopaq CZ tape or approved equal. 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL [NOT USED] 34 PART 3 - EXECUTION 35 3.1 INSTALLERS [NOT USED] 36 3.2 EXAMINATION [NOT USED] 37 3.3 PREPARATION [NOT USED] 38 3.4 APPLICATION / INSTALLATION 39 1. Install test stations at each of the locations scheduled on the Drawings. At a 40 minimum, test stations are required at each of the following locations: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 3304 11 -5 CORROSION CONTROL TEST STATIONS Page 5 of 8 1 a. At all major underground metallic pipeline crossings 2 b. At all cased crossings and tunnels (both ends) 3 c. At all underground isolation flanges 4 d. At all magnesium anode ground bed locations 5 B. General 6 1. Install test stations at locations indicated on Drawings. 7 a. If a flush mounted test station is not feasible in a particular location, then an 8 above -grade test station may be used, subject to approval by the City or its 9 designated representative. 10 2. Use continuous test station lead wires without cuts or tears in the insulation. 11 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. 12 a. If the pipe is installed under a road, place the test station at the curb for easy 13 access. 14 4. Attach test lead wires to the pipe by thermite welding. 15 5. Attach test wires to the pipe prior to backfilling. 16 6. Use color coded test wires as indicated on the Contract Documents. 17 7. Wire test station terminal board configurations as shown on the Drawings. 18 8. At foreign pipeline crossing test stations: 19 a. Notify the owners of the pipeline and obtain permission before the test leads are 20 connected to their pipeline. 21 b. The foreign pipeline owner should have a representative present. 22 c. Contractor shall not install lead wires or bond wires on foreign pipelines. 23 d. If foreign pipeline owner refuses test leads connected to their pipeline, then 24 document owner's refusal and install potential test station on water main. 25 e. Document the owner's contact name, phone number, email address and date of 26 contact. 27 f. Submit documentation to the City or its designated representative. 28 C. Flush -Mount Test Stations 29 1. Install as shown on the Drawings. 30 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 31 and to prevent damage to the leads during backfilling. 32 a. Additional slack shall be left to allow for withdrawal of the terminal board a 33 minimum of 18 inches above the top of the precast concrete traffic box for test 34 purposes. 35 3. Install with permanent copper sulfate reference electrodes where indicated on the 36 Drawings. 37 a. Install permanent reference electrode approximately 6 inches from the pipe. 38 b. Compact native soil by hand around the electrode. 39 c. The balance of the backfill shall be select granular backfill material. 40 d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 41 4. Set test stations installed outside areas of permanent paving materials in a Portland 42 cement concrete pad. 43 a. The concrete pad shall be a minimum of 24 inches square and no less than 6 44 inches thick. 45 D. Above -Grade Test Stations CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 330411-6 CORROSION CONTROL TEST STATIONS Page 6 of 8 1. Install above -grade test stations where a flush mounted test station cannot be located. 2. Use and location of above -grade test stations shall be approved by the City or its designated representative. 3. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. 4. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. 5. Pour a 24-inch x 24-inch x 6-inch concrete pad at grade around the test station conduit. 6. Fill the interior of the 3-inch above -grade test station steel galvanized conduit with Portland cement concrete after installation of the test stations wires. E. Test Lead Wire Attachment 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and ductile iron pipelines as shown on Drawings. a. See Drawings. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a. Grind the surface to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. 5. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller wires. 6. Place the metal disk in the bottom of the mold. 7. Pour the thermite weld charge into the mold. 8. Squeeze the bottom of the cartridge to spread ignition powder over the charge. 9. Close the mold cover and ignite the starting powder with a flint gun. 10. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 11. Pull on the wire to assure a secure connection. 12. If the weld is not secure or the wire breaks, repeat the procedure. 13. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. F. Post Installation Backfllling of Test Station — Lead Wires 1. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 2. After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe -to -soil potential. 3. Replace any test wire found to have a high resistance connection. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 330411-7 CORROSION CONTROL TEST STATIONS Page 7 of 8 A. All test stations shall be visually inspected during the final walk through. B. M terials or installation work not conforming to the requirement of this Specification shall be replaced or repaired to the City's satisfaction. C. Damaged or missing test station components shall be replaced by equal components. 3.8 SYSTEM STARTUP A. Commissioning 1. Native state structure -to -soil potentials shall be acquired along the water main and submitted to the City. B. M thod 1. M asure native state structure -to -soil potentials along the water line using a portable reference electrode at the following locations: a. Each test station b. Above grade pipeline appurtenances c. Test stations on foreign pipelines crossing or parallel to the water main. 2. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. C. Contractor is responsible for all testing. D. All testing is to be done by or under the supervision of certified NACE personnel. E. Record results and submit in accordance with this Specification. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Refer to Section 33 04 12. 3.14 ATTACHMENTS [NOT USED] DATE NAM END OF SECTION Revision Log UMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.13.2 — revised insulation color coding CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 3304 11 -8 CORROSION CONTROL TEST STATIONS Page 8 of 8 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 10 1 SECTION 33 0412 2 MAGNESIUM ANODE CATHODIC PROTECTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon 7 steel pipes and ductile iron pipes using Magnesium Anodes 8 2. The Cathodic Protection System shall include, but not be limited to the following: 9 a. Materials and installation 10 b. Post -installation survey 11 c. Final Report to include recommendations 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. dified 1.2.A.2.a 14 2. Added 1.2.A.2.b 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Divisionl — General Requirements 19 3. Section 33 05 26 — Utility Markers/Locators 20 1.2 PRICE AND PAYMENT PROCEDURES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. asurement and Payment Me 1. asure a. asurement for this Item shall be by lump sum. 2. Payment: a. Unit Price - The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid. b. Lump Sum Price — The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 3. The price bid shall include: a. bilization b. Anode groundbeds c. Anode test stations d. Excavation e. Furnishing, placement, and compaction of backfill f. Field welding g. Connections h. Adjustments i. Testing j. Clean-up k. Start-up/Commissioning CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 1 1.3 REFERENCES 2 A. Abbreviations and Acronyms 3 1. AWG: American Wire Gauge 4 2. CSE: Copper/Copper Sulfate Reference Electrode 5 3. HMWPE: High Molecular Weight Polyethylene 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 B. Definitions 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 3. Cathode: The electrode of an electrochemical cell at which reduction is the principal reaction. 4. Cathodic Polarization: The change of electrode potential in the negative direction caused by direct current (DC) flow across the electrode/electrolyte interface. 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by making that surface the cathode of an electrochemical cell. 6. Corrosion: Degradation of a material, usually a metal, that results from a reaction with its environment. 7. Corrosion Control Engineer: NACE certified, licensed engineer in the state of Texas, employed by a Corrosion Engineering Firm. 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection design on behalf of the Contractor. 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection System. 10. Current: Flow of electric charge. 11. Electrode: A conductor used to establish contact with an electrolyte and through which current is transferred to or from an electrolyte. 12. Electrolyte: A chemical substance containing ions that migrate in an electric field (i.e., soil or water). 13. Foreign Structure: Any metallic structure that is not intended as a part of a system under Cathodic Protection. 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is less active (more noble) when electrically coupled in an electrolyte. 15. Interference: Any electrical disturbance on a metallic structure as a result of stray current. 16. Pipe -to -Electrolyte Potential: The potential difference between the pipe and the electrolyte that is measured with reference to an electrode in contact with the electrolyte. 17. Polarized Potential: The potential across the structure/electrolyte interface that is the sum of the free corrosion potential and the cathodic polarization 18. Reference Electrode: An electrode whose open -circuit potential is constant under similar conditions of measurement and is used to measure the relative potentials of other electrodes 19. Stray Current: Current flow through paths other than the intended circuit. 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1 C. Reference Standards 2 1. NACE International (MACE). 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section 0133 00. 6 B. All submittals shall be approved by the City prior to delivery. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 8 A. Product Data 9 1. Submit product data for all components of the Cathodic Protection System. Data 10 submitted shall include: 11 a. Anodes 12 b. Anode Test Stations 13 C. ring 14 d. Splicing Materials 15 e. Thermite Weld Materials 16 f. Id Coatings 17 1.7 CLOSEOUT SUBMITTALS 18 A. The results of all testing procedures shall be submitted to the Engineer or the City for 19 review and approval. Testing information required includes: 20 1. Anode groundbed current outputs 21 2. Pipe -to -soil potentials 22 3. Results of interference testing 23 4. Results of electrical isolation joint tests 24 5. Operating and maintenance instructions 25 B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. 26 C. Provide written documentation from the Corrosion Control Engineer of any deficiencies 27 discovered during the post installation inspection. 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Qualifications 31 1. Cathodic Protection installer shall show adequate documented experience in the 32 type of Cathodic Protection work required for the project. 33 B. Certifications 34 1. The Contractor shall, upon request by City, furnish manufacturer's certified test 35 reports that indicate that anodes meet Specifications and that all tests have been 36 performed in accordance with the applicable standards. 37 1.10 DELIVERY, STORAGE, AND HANDLING 38 A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 1 B. Storage and Handling Requirements 2 1. Secure and maintain a location to store the material in accordance with Section 01 3 6600. 4 C. Packaging Waste Management 5 1. Dispose of anode and thermite weld material packaging properly and remove from 6 the job site after installation is complete. 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS 10 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 2.2 MATERIALS A. Sacrificial Anodes - Magnesium 1. gnesium Anodes a. Use high potential prepackaged Magnesium Anodes. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: Element Content (%) Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 Maximum (Total) Magnesium Remainder 2. gnesium Anode Current Capacity a. gnesium Anodes require a current capacity of no less than 500 amp -hours per pound of magnesium. 3. Anode Backfill Material a. Use chemical backfill material around all galvanic anodes. b. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode and prevents passivation of the anode. c. All galvanic anodes shall come prepackaged in a backfill material conforming to the following composition: 1) Ground hydrated gypsum: 75 percent 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 1 4) Have a grain size backfill such that 100 percent is capable of passing 2 through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. 3 d. Completely surround the anode with the backfill mixture within a cotton bag. 4 e. For cast magnesium ingots, the required weight of backfill shall be as follows: 5 Anode Weight Backfill Weight Total Weight (Pounds) (Pounds) (Pounds) 17 44 61 20 50 70 32 58 90 40 65 105 48 48 96 60 70 130 6 4. Anode Lead Wires 7 a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 8 AWG solid copper wire equipped with TW of THW insulation. 9 5. Lead Wire Connection to Magnesium Anode 10 a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. 11 b. Extend 1 end of the core beyond the anode for the lead wire connection. 12 c. Silver -solder the lead wire to the core and fully insulate the connection. 13 B. Splicing Tape 14 1. Tape used for covering anode lead wire to anode header cable connections shall be 15 2 layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl 16 electrical tape as manufactured by 3M Scotch, or approved equal. 17 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, 18 or approved equal. 19 C. Crimping Lugs 20 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be 21 copper compression crimpit Catalog No. YC 1OC10 as manufactured by Burndy, or 22 approved equal. 23 D. Anode Header Cable 24 1. Anode header cables routed between the anode groundbed and the test stations shall 25 be #10 AWG stranded copper conductors with type HMWPE insulation (black). 26 E. Anode Test Stations 27 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown 28 on the Drawings. 29 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as 30 manufactured by CP Test Services, or approved equal. 31 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast 32 iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved 33 equal. 34 4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- 35 inch square concrete pad. 36 5. Install a marker sign adjacent to all flush -mounted test stations. 37 F. Shunt CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 1 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by 2 Holloway, or approved equal. 3 2. There shall be at least 1 shunt in each Magnesium Anode test station. 4 G. Test Lead Wire 5 1. Test station lead wires shall be #12 AWG stranded copper cable with type TW, 6 THW or THHN insulation, black in color. 7 H. Permanent Reference Electrode 8 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 9 membrane ceramic cell in a geomembrane package, as manufactured by Corrpro 10 Companies, Inc., or approved equal. 11 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded 12 copper wire with blue HMWPE insulation of suitable length to attach to the 13 terminal board of the test station. 14 I. Marker Sign 15 1. Provide marker sign in accordance with Section 33 05 26. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. Installation of Sacrificial Anodes 24 1. Placement 25 a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep 26 hole or by trench maintaining the same spacing as shown on the Drawings. 27 b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of 28 the pipe. 29 c. Anodes shall be installed within the pipeline right-of-way. 30 2. Augured Hole 31 a. The anode hole diameter shall easily accommodate the anode. 32 3. Backfilling 33 a. After the hole is augured, the packaged anode shall be lowered into the hole and 34 the soil shall be firmly tamped around the package so that it is in intimate 35 contact with the package. 36 b. Pour a minimum of 5 gallons of water into the anode hole. 37 c. Backfill the remainder of the anode hole. 38 4. Anode Lead Wire 39 a. Lead wires from the anodes shall be run underground at a minimum depth of 24 40 inches. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 1 b. Each anode lead wire shall be connected to an anode header cable as indicated 2 on the Drawings. 3 5. Handling 4 a. Anodes shall be handled in a manner that will avoid damaging anode materials 5 and wire connections. 6 B. Installation of Permanent Anode 7 1. Location 8 a. Install 1 permanent copper sulfate reference electrode at each anode ground 9 bed. 10 b. The permanent reference electrode shall be within 6 inches of the pipe at pipe 11 depth. 12 c. Prepare and install the permanent reference electrode in strict accordance with 13 the manufacturer's recommendations. 14 2. Placement 15 a. Place the permanent reference electrode in the same ditch with the water line 16 and carefully covered with the same soil as the pipeline backfill. 17 3. Lead Wire 18 a. Protect the permanent reference electrode lead wire during backfill operations 19 and route to the test station along with the water line test leads and anode 20 ground bed cables. 21 C. Installation of Wire and Cable 22 1. Depth 23 a. All underground wire and cable shall be installed at a minimum of 24 inches 24 below final grade with a minimum separation of 6 inches from other 25 underground structures. 26 2. Anode Header Cable 27 a. Each anode lead wire shall be connected to a #10 AWG/HMWPE header cable 28 which shall be routed into a flush -to -grade test station. 29 3. Anode Lead Wire to Header Cable Connection 30 a. Each anode lead wire to header cable connection shall be made using a copper 31 compression connector. 32 b. Each connection shall be taped using rubber tape, vinyl tape and coated with 33 Scotchkote electrical coating as shown on the Drawings. 34 4. Anode -to -Pipeline Connection 35 a. Connect each group of anodes to the pipeline through a test station as shown on 36 the Drawings. 37 b. A 0.01 ohm shunt shall be used to connect the anode header cable to the 38 pipeline as shown on the Drawings. 39 5. A 3-inch wide, yellow, non -detectable warning tape labeled "Cathodic Protection 40 Cable Buried Below" shall be buried at a depth of 18 inches below the surface and 41 along the length of all Cathodic Protection cable trenches. 42 D. Test Lead Wire Attachment 43 1. Test lead cables shall be attached to the pipe by thermite welding. 44 2. The pipe to which the wires are to be attached shall be clean and dry. 45 3. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and 46 dirt from the pipe over an area approximately 3 inches square. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 1 a. The surface shall be cleaned to bright metal. 2 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of 3 insulation removed from each end, exposing clean, oxide -free copper for welding. 4 5. Charges and Molds 5 a. Weld charges and mold size shall be as specified by the manufacturer for the 6 specific surface configuration. 7 b. Care shall be taken during installation to be sure correct charges are used. 8 c. Welding charges and molds shall be the product of a manufacturer regularly 9 engaged in the production of such materials. 10 6. Using the proper size thermite weld mold as recommended by the manufacturer, the 11 wire shall be placed between the graphite mold and the prepared metal surface. 12 7. The metal disk shall be placed in the bottom of the mold. 13 8. The cap from the weld charge container shall be removed and the contents poured 14 into the mold. 15 9. Squeeze the bottom of the weld charge container to spread ignition powder over the 16 charge. 17 10. Close the mold cover and ignite the starting powder with a flint gun. The mold 18 should be held firmly in place until all of the charge has burned and the weld has 19 cooled slightly. 20 11. Remove the thermite weld mold and gently strike the weld with a hammer to 21 remove the weld slag. 22 12. Pull on the wire to assure a secure connection. 23 13. If the weld is not secure or the wire breaks, repeat the procedure. 24 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape, or 25 approved equal. 26 E. Flush -to -Grade Anode Test Stations 27 1. Flush -to -grade anode test stations shall be installed as shown on the Drawings. 28 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 29 3. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 30 and to prevent damage to the leads during backfilling. 31 a. Additional slack shall be left to allow for withdrawal of the terminal board a 32 minimum of 12 inches above the top of the concrete pad for test purposes. 33 F. Post Installation Backfilling of Cables 34 1. General 35 a. During the backfilling operation, cables shall be protected to prevent damage to 36 the wire insulation and conductor integrity. 37 3.5 REPAIR 38 A. Cut wires shall be spliced by using a copper compression connector. 39 1. The connection shall be completely sealed against moisture penetration by the use 40 of rubber tape, vinyl tape and Scotchkote electrical coating. 41 B. Damaged or missing test station components shall be replaced by equal components. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Field Tests and Inspections 4 1. All components of the Cathodic Protection System shall be visually inspected by 5 the City prior to commissioning of the system. 6 3.8 SYSTEM STARTUP 7 A. General 8 1. The Cathodic Protection System shall be inspected, energized and adjusted 9 (commissioned) as soon as possible after the Cathodic Protection equipment has 10 been installed. 11 B. Equipment 12 1. All Cathodic Protection testing instruments shall be in proper working order and 13 calibrated according to factory specifications. 14 C. Commissioning 15 1. The commissioning of the Cathodic Protection System shall be performed by, or 16 under the direct supervision of, the Corrosion Engineering Firm qualified to verify 17 compliance with this Specification and with the referenced corrosion control 18 standards set forth by NACE International. 19 D. Method 20 1. Measure native state structure -to -soil potentials along the water line using the 21 permanent reference electrodes at each anode test station and a portable reference 22 electrode at all other test stations and at above grade pipeline appurtenances. 23 2. Energize the Cathodic Protection System by connecting each Magnesium Anode 24 groundbed to the pipeline lead in the test station junction box by means of a 0.01 25 ohm shunt. 26 3. Record each anode groundbed current using the shunt. 27 4. Allow sufficient time for the pipeline to polarize. 28 5. Adjust, if necessary, the Cathodic Protection current output in each anode test 29 station to satisfy the 100-mV polarization shift criterion or the -850 millivolts-CSE 30 polarized potential criterion as established by NACE International standards. 31 6. Record all final current outputs measured at each test station. 32 7. Verify that all electrical isolation devices are operating properly including flange 33 isolators and casing spacers. 34 8. Verify that interference does not exist with foreign structures. 35 9. Perform joint tests with owners of the foreign structures (if any) and mitigate any 36 interference detected. 37 10. If necessary, install resistance bonds to mitigate interference. 38 11. Interference testing coordination with the owners of foreign structures is the 39 responsibility of the Cathodic Protection tester. 40 E. Verification and Responsibilities 41 1. Contractor shall correct, at his expense, any deficiencies in materials or installation 42 procedures discovered during the post -installation inspection. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 04 12 - 10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 10 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Pagel of 8 1 SECTION 33 04 40 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas 11 Administrative Code JAC) established by the Texas Commission on 12 Environmental Quality (TCEQ). 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Added 1.1.C.3 15 2. Modified 1.2.A.2.a 16 3. Added 1.2.A.2.b 17 4. Modified 3.10.A.1 18 5. Added 3.10.A.2 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1 — General Requirements 23 3. Section 33 0133 — Closed Circuit Television (CCTV) Inspection for Water 24 Transmission Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 A. asurement and Payment Me 1. asurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. Unit Price - The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. b. Lump Sum Price — The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 37 1.3 REFERENCES 38 A. Reference Standards CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 6, 2013 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. American Water Works Association/American (AWWA): 5 a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. 6 b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. 7 c. C651, Disinfecting Water Mains. 8 d. C655, Field De -Chlorination. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS 11 A. Submittals 12 For 24-inch and larger water mains, provide the following: 13 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan 14 detailing the methods and schedule, including: 15 a. A detailed description of cleaning procedures 16 b. Pigging entry and exit ports 17 c. Flushing procedures 18 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 19 e. Control of water 20 f. Disposal 21 2. Disinfection Plan — prior to the start of construction submit a disinfection plan 22 including: 23 a. The method mixing and introducing chlorine 24 b. Flushing 25 c. De -chlorination 26 d. Sampling 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 36 2.2 PRODUCT TYPES 37 A. Pigs 38 1. Open cell polyurethane foam body CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 6, 2013 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 1 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 2 3. May be wrapped with polyurethane spiral bands 3 4. Abrasives are not permitted, unless expressly approved by the City in writing for 4 the particular application. 5 5. Must pass through a reduction up to 65 percent of the cross sectional area of the 6 nominal pipe diameter 7 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, 8 tees, crosses, wyes, and gate valves. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] 15 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 16 3.5 REPAIR/RESTORATION [NOT USED] 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING 22 A. General 23 1. All water mains shall be cleaned prior to bacteriological testing. 24 a. Pig all 36-inch and smaller water mains. 25 b. Pig-ef-Flush and manually sweep 42-inch and larger mains. 26 o. Fludhin , or- if 27 piggiN 28 2. For lines equipped with butterflv valves, perform CCTV inspection before 29 flushing in accordance with Section 33 0132 and prior to performing 30 hvdrostatic testing, disinfection, and bacteriological testing. 31 B. Pigging Method 32 1. If the method of pigging is to be used, prepare the main for the installation and 33 removal of a pig, including: 34 a. Furnish all equipment, material and labor to satisfactorily expose cleaning Wye, 35 remove cleaning Wye covers, etc. 36 b. Where expulsion of the pig is required through a dead -ended conduit: 37 1) Prevent backflow of purged water into the main after passage of the pig. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 6, 2013 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 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. 3) Plug and place blocking at other openings. 4) Backflll 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method 1. Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow -off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main —3/4-inch blow -off 2) 10-inch through 12-inch main — 1-inch blow -off 3) 16-inch and greater main — 2-inch blow -off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. 31 D. Daily main cleaning 32 1. Wipe joints and then inspect for proper installation. 33 2. Sweep each joint and keep clean during construction. 34 3. Install a temporary plug on all exposed mains at the end of each working day or an 35 extended period of work stoppage. 36 37 38 39 40 41 42 43 44 45 46 47 E. Hydrostatic Testing 1. All water main that is to be under pressure, shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 6, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less than 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fire hydrant valve. a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch -pound units, L = SD �P 148,000 Where: L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 6, 2013 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 1 F. Disinfection 2 1. General 3 a. Disinfection of the main shall be accomplished by the "continuous feed" 4 method or the "slug" method as determined by the Contractor. 5 b. The free chlorine amounts shown are minimums. The Contractor may require 6 higher rates. 7 1) Calcium hypochlorite granules shall be used as the source of chlorine. 8 c. Continuous Feed Method 9 1) Apply water at a constant rate in the newly laid main. 10 a) Use the existing distribution system or other approved source of 11 supply. 12 2) At a point not more than 10 feet downstream from the beginning of the new 13 main, water entering the new main shall receive a dose of chlorine. 14 a) Free chlorine concentration: 50 mg/L minimum, or as required by 15 TCEQ, whichever is greater. 16 b) Chlorine applications shall not cease until the entire conduit is filled 17 with heavily chlorinated water. 18 3) Retain chlorinated water in the main for at least 24 hours. 19 a) Operate valves and hydrants in the section treated in order to disinfect 20 the appurtenances. 21 b) Prevent the flow of chlorinated water into mains in active service. 22 c) Residual at the end of the 24-hour period: 10 mg/L free chlorine, 23 minimum, for the treated water in all portions of the main. 24 4) Flush the heavily chlorinated water from the main and dispose of in a 25 manner and at a location accepted by the City. 26 5) Test the chlorine residual prior to flushing operations. 27 a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the 28 new main until the chlorine residual is less the 4 mg/L. 29 b) The Contractor may choose to evacuate the water into water trucks, or 30 other approved storage facility, and treat the water with Sodium 31 Bisulfate, or another de -chlorination chemical, or method appropriate 32 for potable water and approved by the City until the chlorine residual is 33 reduced to 4 mg/L or less. 34 c) After the specified chlorine residual is obtained, the water may then be 35 discharged into the drainage system or utilized by the Contractor. 36 d. Slug Method 37 1) Water from the existing distribution system or other approved source of 38 supply shall be made to flow at a constant rate in the newly laid main. 39 2) At a point not more than 10 feet downstream from the beginning of the new 40 main, water entering the new main shall receive a dose of chlorine. 41 a) Free chlorine concentration: 100 mg/L minimum, or as required by 42 TCEQ, whichever is greater. 43 b) The chlorine shall be applied continuously and for a sufficient time to 44 develop a solid column or "slug" of chlorinated water that shall expose 45 all interior surfaces to the "slug" for at least 3 hours. 46 3) Operate the fittings and valves as the chlorinated water flows past to 47 disinfect the appurtenances. 48 4) Prevent the flow of chlorinated water into mains in active service. 49 5) Flush the heavily chlorinated water from the main and dispose of in a 50 manner and at a location accepted by the City. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 6, 2013 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 1 6) Upon completion, test the chlorine residual remaining in the main. 2 a) Chlorine levels of 4 mg/l or less should be maintained. 3 2. Contractor Requirements 4 a. Furnish all equipment, material and labor to satisfactorily prepare the main for 5 the disinfection method approved by the City with adequate provisions for 6 sampling. 7 b. ke all necessary taps into the main to accomplish chlorination of a new line, 8 unless otherwise specified in the Contract Documents. 9 c. After satisfactory completion of the disinfection operation, as determined by 10 the City, remove surplus pipe at the chlorination and sampling points, plug the 11 remaining pipe, backfill and complete all appurtenant work necessary to secure 12 the main. 13 G. Dechlorination 14 1. General. All chlorinated water shall be de -chlorinated before discharge to the 15 environment. Chemical amounts, as listed in ANSI/AWWA C651: "Disinfecting 16 Water Mains", shall be used to neutralize the residual chlorine concentrations using 17 de -chlorination procedures listed in ANSI/AWWA C655: "Field De -Chlorination". 18 De -Chlorination shall continue until chlorine residual is non -detectable. 19 2. Testing. Contractor shall continuously test for the chlorine residual level 20 immediately downstream of the de -chlorination process, during the entire discharge 21 of the chlorinated water. Contractor shall periodically conduct chlorine residual 22 testing and check for possible fish kills at locations where discharged water enters 23 the existing watershed. 24 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the 25 distribution system or any other construction activities: 26 a. The Contract shall immediately alter activities to prevent further fish kills. 27 b. The Contractor shall immediately notify Water Department Field Operations 28 Dispatch. 29 c. The Contractor shall coordinate with City to properly notify TCEQ. 30 d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish 31 kills shall be the responsibility of the Contractor. 32 H. Bacteriological Testing (Water Sampling) 33 1. General 34 a. Notify the City when the main is suitable for sampling. 35 b. The City shall then take water samples from a suitable tap for analysis by the 36 City's laboratory, unless otherwise specified in the Contract Documents. 37 1) No hose or fire hydrant shall be used in the collection of samples. 38 2. ter Sampling 39 a. Complete microbiological sampling prior to connecting the new main into the 40 existing distribution system in accordance with AWWA C651. 41 b. Collect samples for bacteriological analysis in sterile bottles treated with 42 sodium thiosulfate. 43 c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, 44 from the new main. 45 d. Collect at least 1 set of samples from every 1,000 linear feet of the new main 46 (or at the next available sampling point beyond 1,000 linear feet as designated 47 by the City), plus 1 set from the end of the line and at least 1 set from each 48 branch. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 6, 2013 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 1 e. If trench water has entered the new main during construction or, if in the 2 opinion of the City, excessive quantities of dirt or debris have entered the new 3 main, obtain bacteriological samples at intervals of approximately 200 linear 4 feet. 5 f. Obtain samples from water that has stood in the new main for at least 16 hours 6 after formal flushing. 7 3. Repetition of Sampling 8 a. Unsatisfactory test results require a repeat of the disinfection process and re- 9 sampling as required above until a satisfactory sample is obtained. 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 12/20/2012 D. Johnson 3.10.E. Le.- Added service lines to hydrostatic testing requirements 2/6/2013 D Townsend 1.3.A.2.d Added AWWA C655 Field De -Chlorination as reference 3.10.G — Added De -Chlorination Requirement CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised February 6, 2013 3305 10- 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pagel of 21 1 SECTION 33 0510 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Section Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Concrete encasement for utility lines g. Backfill h. Compaction B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 5. Modified 1.2.A.3.b.1 6. Added 1.2.A.3.b.2 7. Modified 1.2.A.5.b.1 8. Added 1.2.A.5.b.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 02 41 13 — Selective Site Demolition 4. Section 02 41 15 — Paving Removal 5. Section 02 41 14 — Utility Removal/Abandonment 6. Section 03 30 00 — Cast -in -place Concrete 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 1 8. Section 31 10 00 —Site Clearing 2 9. Section 3125 00 — Erosion and Sediment Control 3 10. Section 33 05 26 —Utility Markers/Locators 4 11. Section 34 71 13 — Traffic Control 5 1.2 PRICE AND PAYMENT PROCEDURES 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Measurement and Payment 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2) Lump Sum Price — The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Unit Price - Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials 2) Lump Sum Price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3305 10- 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 21 2) Lump Sum Price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 2) Lump Sum Price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum price bid of excavation to comply with OSHA excavation safetv standards (29 CFR Part 1926.650 Subpart P). including, but not limited to, all submittals, labor and equipment. 38 1.3 REFERENCES 39 A. Definitions 40 1. General — Definitions used in this section are in accordance with Terminologies 41 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 42 noted. 43 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 44 haunching bedding, springline, pipe zone and foundation are defined as shown in 45 the following schematic: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 NLflAE BACKFU z w 0 m SPRMUNE w HAUNCHING r BEDDING FOUNDATION 3305 10- 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 PAVED A+REAs UNPAVED AREAS EXCAVATED TRENCH WIDTH W z 0 N w n n OD CLEARANCE 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-24 Standard Specifications for Concrete Aggregates b. ASTM C88-24 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. C 13 VC 131 M-20 Standard Test Method for Resistance to Degradation of Small - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine d. ASTM C136-19 Test Method for Sieve Analysis of Fine and Coarse Aggregate CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10- 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 1 e. ASTM C535-16 Standard Test Method for Resistance to Degradation of Large- 2 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 3 f. ASTM D448-12 Standard Classification for Sizes of Aggregate for Road and 4 Bridge Construction. 5 g. 6 h. ASTM D558/D558M-19 — Standard Test method for Moisture -Density 7 Relations of Soil -Cement Mixture 8 i. ASTM D698-12 Test Method for Laboratory Compaction Characteristics of Soil 9 Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 10 j. ASTM D1556/D1556M Standard Test Methods for Density and Unit Weight of 11 Soils in Place by Sand Cone Method. 12 k. ASTM D2321-10 Underground Installation of Thermoplastic Pipe for Sewers 13 and Other Gravity -Flow Applications 14 1. ASTM 2487 — 1 Standard Classification of Soils for Engineering Purposes 15 (Unified Soil Classification System) 16 m. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate 17 in Place by Nuclear Methods (Shallow Depth) 18 n. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in 19 place by Nuclear Methods (Shallow Depth) 20 o. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 21 Weight of Soils and Calculations of Relative Density 22 3. OSHA 23 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 24 Regulations for Construction, Subpart P - Excavations 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Coordination 27 1. Utility Company Notification 28 a. Notify area utility companies at least 48 hours in advance, excluding weekends 29 and holidays, before starting excavation. 30 b. Request the location of buried lines and cables in the vicinity of the proposed 31 work. 32 B. Sequencing 33 1. Sequence work for each section of the pipe installed to complete the embedment 34 and backfill placement on the day the pipe foundation is complete. 35 2. Sequence work such that proctors are complete in accordance with ASTM D698 36 prior to commencement of construction activities. 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 0133 00. 39 B. All submittals shall be approved by the City prior to construction. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Shop Drawings 42 1. Provide detailed drawings and explanation for ground water and surface water 43 control, if required. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10- 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 21 1 2. Trench Safety Plan in accordance with Occupational Safety and Health 2 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 3 Excavations 4 3. Stockpiled excavation and/or backfill material 5 a. Provide a description of the storage of the excavated material only if the 6 Contract Documents do not allow storage of materials in the right-of-way of the 7 easement. 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage 13 1. Within Existing Rights -of -Way (ROW) 14 a. Spoil, imported embedment and backfill materials may be stored within existing 15 ROW, easements or temporary construction easements, unless specifically 16 disallowed in the Contract Documents. 17 b. Do not block drainage ways, inlets or driveways. 18 c. Provide erosion control in accordance with Section 3125 00. 19 d. Store materials only in areas barricaded as provided in the traffic control plans. 20 e. In non -paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils, embedment or 24 backfill materials within the ROW, easement or temporary construction 25 easement, then secure and maintain an adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 e. Only materials used for 1 working day will be allowed to be stored in the work 31 zone. 32 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 33 1.11 FIELD [SITE] CONDITIONS 34 A. Existing Conditions 35 1. Any data which has been or may be provided on subsurface conditions is not 36 intended as a representation or warranty of accuracy or continuity between soils. It 37 is expressly understood that neither the City nor the Engineer will be responsible 38 for interpretations or conclusions drawn there from by the Contractor. 39 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10- 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill Sieve Size Percent Retained 1/Z» 0 1/4" 0-5 #4 0-10 #16 0-20 #50 20-70 # 100 60-90 #200 90-100 e. The City has a pre -approved list of sand sources for utility embedment. The pre -approved list can be found on the City website, Project Resources page. The utility sand sources in the pre -approved list have demonstrated continued quality and uniformity on City of Fort Worth projects. Sand from these sources are pre -approved for use on City projects without project specific testing. 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C 131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3305 10- 8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C 131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM C 123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/II Portland or Blended hydraulic cement c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. e. Strength 1) A minimum of 100 psi compressive strength at 7 days in accordance with ASTM D1633, Method A 2) The maximum compressive strength in 7 days shall be 400 psi. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 1 3) The material will be considered unacceptable and subject to removal and 2 replacement at contractor's expense when the 7-day compressive strength is 3 less than 100 psi or more than 400 psi. 4 f. Random samples of delivered product will be taken in the field at point of 5 delivery for each day of placement in the work area. Specimens will be prepared 6 in accordance with ASTM D1632. 7 10. Controlled Low Strength Material (CLSM) 8 a. Conform to Section 03 34 13 9 11. Trench Geotextile Fabric 10 a. Soils other than ML or OH in accordance with ASTM D2487 11 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 12 2) Fibers shall retain their relative position 13 3) Inert to biological degradation 14 4) Resist naturally occurring chemicals 15 5) UV Resistant 16 6) Mirafi 140N by Tencate, or approved equal 17 b. Soils Classified as ML or OH in accordance with ASTM D2487 18 1) High -tenacity monofilament polypropylene woven yarn 19 2) Percent open area of 8 percent to10 percent 20 3) Fibers shall retain their relative position 21 4) Inert to biological degradation 22 5) Resist naturally occurring chemicals 23 6) UV Resistant 24 7) Mirafi FW402 by Tencate, or approved equal 25 12. Concrete Encasement 26 a. Conform to Section 03 30 00. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION 32 A. Verification of Conditions 33 1. Review all known, identified or marked utilities, whether public or private, prior to 34 excavation. 35 2. Locate and protect all known, identified and marked utilities or underground 36 facilities as excavation progresses. 37 3. Notify all utility owners within the project limits 48 hours prior to beginning 38 excavation. 39 4. The information and data shown in the Drawings with respect to utilities is 40 approximate and based on record information or on physical appurtenances 41 observed within the project limits. 42 5. Coordinate with the Owner(s) of underground facilities. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10-10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 1 6. Immediately notify any utility owner of damages to underground facilities resulting 2 from construction activities. 3 7. Repair any damages resulting from the construction activities. 4 B. Notify the City immediately of any changed condition that impacts excavation and 5 installation of the proposed utility. 6 3.3 PREPARATION 7 A. Protection of In -Place Conditions 8 1. Pavement 9 a. Conduct activities in such a way that does not damage existing pavement that is 10 designated to remain. 11 1) Where desired to move equipment not licensed for operation on public 12 roads or across pavement, provide means to protect the pavement from all 13 damage. 14 b. Repair or replace any pavement damaged due to the negligence of the contractor 15 outside the limits designated for pavement removal at no additional cost to the 16 City. 17 2. Drainage 18 a. Maintain positive drainage during construction and re-establish drainage for all 19 swales and culverts affected by construction. 20 3. Trees 21 a. When operating outside of existing ROW, stake permanent and temporary 22 construction easements. 23 b. Restrict all construction activities to the designated easements and ROW. 24 c. Flag and protect all trees designated to remain in accordance with Section 31 10 25 00. 26 d. Conduct excavation, embedment and backfill in a manner such that there is no 27 damage to the tree canopy. 28 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 29 specifically allowed by the City. 30 1) Pruning or trimming may only be accomplished with equipments 31 specifically designed for tree pruning or trimming. 32 f. Remove trees specifically designated to be removed in the Drawings in 33 accordance with Section 31 10 00. 34 4. Above ground Structures 35 a. Protect all above ground structures adjacent to the construction. 36 b. Remove above ground structures designated for removal in the Drawings in 37 accordance with Section 02 41 13 38 5. Traffic 39 a. Maintain existing traffic, except as modified by the traffic control plan, and in 40 accordance with Section 34 71 13. 41 b. Do not block access to driveways or alleys for extended periods of time unless: 42 1) Alternative access has been provided 43 2) Proper notification has been provided to the property owner or resident 44 3) It is specifically allowed in the traffic control plan 45 c. Use traffic rated plates to maintain access until access is restored. 46 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 1 2 3 4 5 6 7 8 9 10 11 12 13 3305 10- 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 21 a. Notify the City's Transportation Management Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Transportation Management Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 14 3.4 INSTALLATION 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 A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 8. Rock —No additional compensation will be paid for rock excavation or other changed field conditions. 44 B. Shoring, Sheeting and Bracing CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10- 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 1 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accordance with Federal and State 3 requirements. 4 2. Excavation protection systems shall be designed according to the space limitations 5 as indicated in the Drawings. 6 3. Furnish, put in place and maintain a trench safety system in accordance with the 7 Excavation Safety Plan and required by Federal, State or local safety requirements. 8 4. If soil or water conditions are encountered that are not addressed by the current 9 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 10 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 11 City. 12 5. Do not allow soil, or water containing soil, to migrate through the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System. Movable bracing, shoring plates or trench boxes 15 used to support the sides of the trench excavation shall not: 16 a. Disturb the embedment located in the pipe zone or lower 17 b. Alter the pipe's line and grade after the Excavation Protection System is 18 removed 19 c. Compromise the compaction of the embedment located below the spring line of 20 the pipe and in the haunching 21 C. Water Control 22 1. Surface Water 23 a. Furnish all materials and equipment and perform all incidental work required to 24 direct surface water away from the excavation. 25 2. Ground Water 26 a. Furnish all materials and equipment to dewater ground water by a method which 27 preserves the undisturbed state of the subgrade soils. 28 b. Do not allow the pipe to be submerged within 24 hours after placement. 29 c. Do not allow water to flow over concrete until it has sufficiently cured. 30 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 31 Control Plan if any of the following conditions are encountered: 32 1) A Ground Water Control Plan is specifically required by the Contract 33 Documents 34 2) If in the sole judgment of the City, ground water is so severe that an 35 Engineered Ground Water Control Plan is required to protect the trench or 36 the installation of the pipe which may include: 37 a) Ground water levels in the trench are unable to be maintained below 38 the top of the bedding 39 b) A firm trench bottom cannot be maintained due to ground water 40 c) Ground water entering the excavation undermines the stability of the 41 excavation. 42 d) Ground water entering the excavation is transporting unacceptable 43 quantities of soils through the Excavation Safety System. 44 e. In the event that there is no bid item for a Ground Water Control and the City 45 requires an Engineered Ground Water Control Plan due to conditions discovered 46 at the site, the contractor will be eligible to submit a change order. 47 f. Control of ground water shall be considered subsidiary to the excavation when: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10- 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 1 1) No Ground Water Control Plan is specifically identified and required in the 2 Contract Documents 3 g. Ground Water Control Plan installation, operation and maintenance 4 1) Furnish all materials and equipment necessary to implement, operate and 5 maintain the Ground Water Control Plan. 6 2) Once the excavation is complete, remove all ground water control 7 equipment not called to be incorporated into the work. 8 h. Water Disposal 9 1) Dispose of ground water in accordance with City policy or Ordinance. 10 2) Do not discharge ground water onto or across private property without 11 written permission. 12 3) Permission from the City is required prior to disposal into the Sanitary 13 Sewer. 14 4) Disposal shall not violate any Federal, State or local regulations. 15 D. Embedment and Pipe Placement 16 1. Water Lines less than, or equal to, 12 inches in diameter: 17 a. The entire embedment zone shall be of uniform material. 18 b. Utility sand shall be generally used for embedment. 19 c. If ground water is in sufficient quantity to cause sand to pump, then use crushed 20 rock as embedment. 21 1) If crushed rock is not specifically identified in the Contract Documents, 22 then crushed rock shall be paid by the pre -bid unit price. 23 d. Place evenly spread bedding material on a firm trench bottom. 24 e. Provide firm, uniform bedding. 25 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 26 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 27 proposed grade, unless specifically called for in the Drawings. 28 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 29 more than 12 inches, above the pipe. 30 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 31 the elevation of the valve nut. 32 j. Form all blocking against undisturbed trench wall to the dimensions in the 33 Drawings. 34 k. Compact embedment and initial backfill. 35 1. Place marker tape on top of the initial trench backfill in accordance with Section 36 33 05 26. 37 2. Water Lines 16-inches through 24-inches in diameter: 38 a. The entire embedment zone shall be of uniform material. 39 b. Utility sand may be used for embedment when the excavated trench depth is less 40 than 15 feet deep. 41 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 42 trench depths 15 feet, or greater. 43 d. Crushed rock shall be used for embedment for steel pipe. 44 e. Provide trench geotextile fabric at any location where crushed rock or fine 45 crushed rock come into contact with utility sand 46 f. Place evenly spread bedding material on a firm trench bottom. 47 g. Provide firm, uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10- 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 1 2) If additional crushed rock is required not specifically identified in the 2 Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 h. 5 i. 6 7 10 11 12 k. Place pipe on the bedding according to the alignment shown on the Drawings. The pipe line shall be within: 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. Where gate valves are present, the initial backfill shall extend to up to the valve 13 nut. 14 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 15 ASTM D 698. 16 n. Density test performed by a commercial testing firm approved by the City to 17 verify that the compaction of embedment meets requirements. 18 o. Place trench geotextile fabric on top of the initial backfill. 19 p. Place marker tape on top of the trench geotextile fabric in accordance with 20 Section 33 05 26. 21 3. Water Lines 30-inches and greater in diameter 22 a. The entire embedment zone shall be of uniform material. 23 b. Crushed rock shall be used for embedment. 24 c. Provide trench geotextile fabric at any location where crushed rock or fine 25 crushed rock come into contact with utility sand. 26 d. Place evenly spread bedding material on a firm trench bottom. 27 e. Provide firm, uniform bedding. 28 1) Additional bedding may be required if ground water is present in the 29 trench. 30 2) If additional crushed rock is required which is not specifically identified in 31 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 32 price. 33 f. Place pipe on the bedding according to the alignment shown on the Drawings. 34 g. The pipe line shall be within: 35 1) fl inch of the elevation on the Drawings for 30-inch and larger water lines 36 h. Place and compact embedment material to adequately support haunches in 37 accordance with the pipe manufacturer's recommendations. 38 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 39 not exceed the spring line prior to compaction. 40 j. Place remaining embedment, including initial backfill, to a minimum of 6 41 inches, but not more than 12 inches, above the pipe. 42 k. Where gate valves are present, the initial backfill shall extend to up to the valve 43 nut. 44 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 45 ASTM D 698. 46 m. Density test may be performed by a commercial testing firm approved by the 47 City to verify that the compaction of embedment meets requirements. 48 n. Place trench geotextile fabric on top of the initial backfill. 49 o. Place marker tape on top of the trench geotextile fabric in accordance with 50 Section 33 05 26. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10- 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 1 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 2 a. The entire embedment zone shall be of uniform material. 3 b. Crushed rock shall be used for embedment. 4 c. Place evenly spread bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no sags 6 in the sanitary sewer pipe line. 7 e. Provide firm, uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 12 price. 13 f. Place pipe on the bedding according to the alignment shown in the Drawings. 14 g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with 15 the grade shown on the Drawings. 16 h. Place and compact embedment material to adequately support haunches in 17 accordance with the pipe manufacturer's recommendations. 18 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 19 exceed the spring line prior to compaction. 20 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 21 but not more than 12 inches, above the pipe. 22 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 23 ASTM D 698. 24 1. Density test may be performed by a commercial testing firm approved by the 25 City to verify that the compaction of embedment meets requirements. 26 m. Place trench geotextile fabric on top of the initial backfill. 27 n. Place marker tape on top of the trench geotextile fabric in accordance with 28 Section 33 05 26. 29 5. Storm Sewer (RCP) 30 a. The bedding and the pipe zone up to the spring line shall be of uniform material. 31 b. Crushed rock shall be used for embedment up to the spring line. 32 c. The specified backfill material may be used above the spring line. 33 d. Place evenly spread bedding material on a firm trench bottom. 34 e. Spread bedding so that lines and grades are maintained and that there are no sags 35 in the storm sewer pipe line. 36 f. Provide firm, uniform bedding. 37 1) Additional bedding may be required if ground water is present in the 38 trench. 39 2) If additional crushed rock is required which is not specifically identified in 40 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 41 price. 42 g. Place pipe on the bedding according to the alignment of the Drawings. 43 h. The pipe line shall be within f0.1 inches of the elevation, and be consistent with 44 the grade, shown on the Drawings. 45 i. Place embedment material up to the spring line. 46 1) Place embedment to ensure that adequate support is obtained in the haunch. 47 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 48 ASTM D 698. 49 k. Density test may be performed by a commercial testing firm approved by the 50 City to verify that the compaction of embedment meets requirements. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3305 10- 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer (PP - Polypropylene) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment up to top of pipe. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. j. Density test may be performed by City to verify that the compaction of embedment meets requirements. k. Place trench geotextile fabric on top of the initial backfill. 7. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit puce. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 8. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3305 10- 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 9. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit pnce. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill (not under existing pavement or future pavement) 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater (under existing or future pavement) 1) Backfill depth from 0 tol5 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10- 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 1 a. Final backfill (depths less than 15 feet/under existing or future pavement) 2 1) Compact acceptable backfill material, blended backfill material or select 3 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 4 moisture content within -2 to +5 percent of the optimum moisture. 5 2) CSS or CLSM requires no compaction. 6 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 7 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 8 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 9 moisture up to the final grade. 10 2) CSS or CLSM requires no compaction. 11 c. Final backfill (not under existing or future pavement) 12 1) Compact acceptable backfill material blended backfill material, or select 13 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 14 moisture content within -2 to +5 percent of the optimum moisture. 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 4. Saturated Soils a. If in -situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited. c. If saturated soils are identified in the Drawings or Geotechnical Report in the Appendix, Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10- 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 a. Notify the City in writing with sufficient time for the City to obtain samples and 2 perform standard proctor test in accordance with ASTM D698. 3 b. The results of the standard proctor test must be received prior to beginning 4 excavation. 5 c. Upon commencing of backfill placement for the project the Contractor shall 6 demonstrate means and methods to obtain the required densities. 7 d. Demonstrate Means and Methods for compaction including: 8 1) Depth of lifts for backfill which shall not exceed 12 inches 9 2) Method of moisture control for excessively dry or wet backfill 10 3) Placement and moving trench box, if used 11 4) Compaction techniques in an open trench 12 5) Compaction techniques around structure 13 e. Provide a testing trench box to provide access to the recently backfilled material. 14 f. The City will provide a qualified testing lab full time during this period to 15 randomly test density and moisture continent. 16 1) The testing lab will provide results as available on the job site. 17 7. Varying Ground Conditions 18 a. Notify the City of varying ground conditions and the need for additional 19 proctors. 20 b. Request additional proctors when soil conditions change. 21 c. The City may acquire additional proctors at its discretion. 22 d. Significant changes in soil conditions will require an additional Means and 23 Methods demonstration. 24 3.5 REPAIR [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD QUALITY CONTROL 27 A. Field Tests and Inspections 28 1. Proctors 29 a. The City will perform Proctors in accordance with ASTM D698. 30 b. Test results will generally be available to within 4 calendar days and distributed 31 to: 32 1) Contractor 33 2) City Project Manager 34 3) City Inspector 35 4) Engineer 36 c. Notify the City if the characteristic of the soil changes. 37 d. City will perform new proctors for varying soils: 38 1) When indicated in the geotechnical investigation in the Appendix 39 2) If notified by the Contractor 40 3) At the convenience of the City 41 e. Trenches where different soil types are present at different depths, the proctors 42 shall be based on the mixture of those soils. 43 2. Density Testing of Backfill 44 a. Density Tests shall be in conformance with ASTM D2922. 45 b. Provide a testing trench protection for trench depths in excess of 5 feet. 46 c. Place, move and remove testing trench protection as necessary to facilitate all 47 test conducted by the commercial testing firm approved by the City. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10- 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 1 d. The commercial testing lab will perform moisture/density test for every 200-ft 2 or less of trench length, as measured along the length of the pipe. A minimum of 3 one test shall be performed for every 2 vertical feet of compacted backfill 4 material, independent of the contractor's lift thickness for compaction. Test 5 locations shall be staggered within each lift so that successive lifts are not tested 6 in the same location. A random number generator may be used to determine test 7 locations. Moisture/density tests shall be performed at a depth not more than 2 8 feet above the top of the pipe bedding and in 2-foot increments up to the final 9 grade. The project inspector or project manager may request testing at an 10 increased frequency and/or at specific locations. 11 e. The contractor can proceed with subsequent earthwork only after test results for 12 previously completed work comply with requirements. If the required 13 compaction density has not been obtained, the backfill should be scarified and 14 moistened or aerated, or removed to a depth required, and be replaced with 15 approved backfill, and re -compacted to the specified density at the contractor's 16 expense. In no case will excavation, pipe -laying, or other operation be allowed 17 to proceed until the specified compaction is attained. 18 f. The testing lab will provide results to Contractor and the City's Inspector upon 19 completion of the testing. 20 g. A formal report will be posted to the City's Accela (Developer Projects) and 21 BIM 360 (City Projects) site within 48 hours. 22 h. Test reports shall include: 23 1) Location of test by station number 24 2) Time and date of test 25 3) Depth of testing 26 4) Field moisture 27 5) Dry density 28 6) Proctor identifier 29 7) Percent Proctor Density 30 3. Density of Embedment 31 a. Storm sewer boxes that are embedded with acceptable backfill material, blended 32 backfill material, cement modified backfill material or select material will 33 follow the same testing procedure as backfill. 34 b. The City may test fine crushed rock or crushed rock embedment in accordance 35 with ASTM D2922 or ASTM 1556. 36 B. Non -Conforming Work 37 1. All non -conforming work shall be removed and replaced. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 10- 21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement 11/09/16 Z. Arega 2.2.A. Ld Modify gradation for sand material I 2.2 A. 1. E. - Added reference to pre -approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - 2/26/2021 Z. Arega Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirements. 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) 1.3 B. — Updated reference standards 2.2 A. 9. b. — Clarified Portland or Blended hydraulic cement 12/13/24 M Owen 2.2 A. 9. e. — Added limits for methods of CSS mixing and clarified testing values resulting in required replacement CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 13, 2024 3305 13- 1 FRAME, COVER, AND GRADE RINGS Page 1 of 7 1 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A.Section Includes 6 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary 7 sewer and storm drain structures such manholes or vaults. 8 2. Compression Molded Composite Frames and Covers used as access ports into 9 sanitary sewer structures such as manholes and junction boxes. 10 B.Deviations from this City of Fort Worth Standard Specification 11 1. dified 1.2.A.2.a 12 2. Added 1.2.A.2.b 13 C.Related Specification Sections include but are not necessarily limited to 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 15 Contract. 16 2. Division 1 - General Requirements. 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A.Measurement and Payment 19 1. asurement 20 a. This Item is considered subsidiary to the structure containing the frame, cover 21 and grade rings. 22 2. Payment 23 a. Unit Price - The work performed and the materials furnished in accordance 24 with this Item are subsidiary to the unit price bid per each structure complete in 25 place, and no other compensation will be allowed. 26 b. Lump Sum Price — The work performed and the materials furnished in 27 accordance with this Item are included in the total lump sum price. 28 1.3 REFERENCES 29 A.Reference Standards 30 1. Reference standards cited in this specification refer to the current reference standard 31 published at the time of the latest revision date logged at the end of this 32 specification, unless a date is specifically cited. 33 2. ASTM International (ASTM) 34 a. ASTM A48 — Standard Specification for Gray Iron Castings 35 b. ASTM A536 - Standard Specification for Ductile Iron Castings 36 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 37 3. American Association of State Highways and Transportation Officials (AASHTO) 38 a. AASHTO HS-25 — AASHTO Highway Bridge Specification: Axial Loading 39 to meet or exceed 21,280 pounds/wheel load CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised September 9, 2022 330513-2 FRAME, COVER, AND GRADE RINGS Page 2 of 7 1 b. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and 2 Related Castings 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A.Submittals shall be in accordance with Section 0133 00. 6 B.All submittals shall be accepted by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 A.Product Data 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Country of origin 2. All moldings shall display: a. Approved Molder b. Molding date c. Wording that material is non-metallic d. Country of origin 3. Provide manufacturers: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Installation instructions B. Certificates 1. Manufacturer shall certify that all castings or moldings conform to the ASTM and AASHTO designations. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 36 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 37 A.Manufacturers CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised September 9, 2022 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 7 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00 unless otherwise specified on the plans. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised September 9, 2022 3305 13 - 4 FRAME, COVER, AND GRADE RINGS Page 4 of 7 1 a. The manufacturer must comply with this Specification and related Sections. 2 2. Any product that is not listed on the Standard Products List is considered a 3 substitution and shall be submitted in accordance with Section 0125 00. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 B.Cast Iron Covers 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle loading with permanent deformation. 4. Covers a. Size to set flush with the frame with no larger than a 1/8 inch gap between the frame and cover b. Provide with 2 inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 24 inches for all storm drain frames, inlets and cover assemblies unless otherwise specified in the Contract Documents. b) Provide a minimum clear opening of 30 inches for all storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the word "WATER" in 2-inch letters across the lid. 2) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" IN 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructe over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. C. Composite Covers 1. All composite moldings shall consist of a thermosetting resin matrix blended and/or combined with reinforcing fiber rovings, short fiber filaments, or equivalent nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a polymer, vinylester, or a blend of these. The moldings shall be true to pattern in locations affecting their strength and value for the service intended. Before the moldings are removed from the molding operation, they shall be thoroughly deflashed and cleaned at the parting lines, holes, notches and all exposed edges. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised September 9, 2022 330513-5 FRAME, COVER, AND GRADE RINGS Page 5 of 7 1 2. Use clean molding capable of withstanding application of AASHTO HS-25 vehicle 2 loading with permanent deformation. Composite frames shall have a minimum wall 3 thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel 4 impact. 5 3. tal reinforcements or metal hinges molded within the composite shall not be 6 permitted. 7 4. All composite moldings shall have UV stabilizers (concentrations from 0.05% to 8 5%) added prior to shaping the product by injection molding. 9 5. Covers 10 a. Composite covers shall be compression molded under high pressures (>0.5 11 tons/sq inch of x-y surface area) and high temperatures (>200 degrees F). 12 Components for locking systems below the cover exposed to sewer 13 environment shall be made of noncorrosive materials such as nonmagnetic 316 14 stainless steel (Austenite) or a polymer. 15 b. Size to set flush with the frame with no larger than a 1/8 inch gap between the 16 frame and cover 17 c. Provide with 2 inch wide pick slots in lieu of pick holes. 18 d. Provide gasket in frame and cover. 19 e. Standard Dimensions 20 1) Sanitary Sewer and Water 21 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 22 cover assemblies unless otherwise specified in the Contract Documents. 23 f. Standard Labels 24 1) Sanitary Sewer 25 a) Cast lid with the word "SANITARY SEWER" in 1-1/2-inch 26 (minimum) or 2-inch (maximum) letters across the lid. 27 2) Water 28 a) Cast lid with the word "WATER" in 1-1/2-inch (minimum) or 2- 29 inch (maximum) letters across the lid. 30 b) 31 g. Hinge Covers 32 1) Hinged covers shall be double -hinged allowing a minimal 180' full 33 opening. 34 2) Provide water tight gasket on all hinged covers. 35 3) Sanitary Sewer 36 a) Provide hinged covers for all manholes or structures constructed over 37 all sewer lines. 38 D.Grade Rings 39 1. Provide grade rings in sizes from 2-inch up to 8-inch. 40 2. Precast concrete grade rings are not permitted. 41 3. Riser adjustment to surface grade maybe constructed using circular Sonotube® 42 forms. 43 E. Joint Sealant 44 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape 45 form. 46 2. Provide sealant that is not dependent on a chemical action for its adhesive 47 properties or cohesive strength. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised September 9, 2022 330513-6 FRAME, COVER, AND GRADE RINGS Page 6 of 7 1 3. Provide adhesive as recommended by manufacturer on composite covers/grade 2 rings. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 A.Grade Rings 1. Place as shown in the City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each composite grade ring with sealant specified in this Specification and as shown on the City Standard Details. B.Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. C.Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D.Concrete Collar 1. Provide concrete collar around all frame and cover assemblies constructed at grade. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised September 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 330513-7 FRAME, COVER, AND GRADE RINGS Page 7 of 7 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.4.d.2)b) — Updated to clear opening dimensions to 22 '/2 inches 3/19/2021 C. Henry 2.2.B.4.d.2)a) — Updated to clear opening dimensions to 24 inches 2.2.B.4.d.2)b) — Updated to clear opening dimensions to 30 inches 7/02/2021 M Owen Included composite requirements 12/09/2021 M Owen Update specifications to correspond to standard detail revisions. 09/09/2022 M Owen 2.2 D and E and 3.4 A — Clarified use of composite grade rings or adjustment using rcular Sonotube® forms and that precast concrete grade rings are not permitted. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105781 Revised September 9, 2022 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 0516 CONCRETE WATER VAULTS 3305 16- 1 CONCRETE WATER VAULTS Page 1 of 5 5 A. Section Includes: 6 1. Concrete vaults to be used in water utility applications 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.l.a 9 2. Modified 1.2.A.2.a 10 3. Added 1.2.A.2.b 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 03 30 00 — Cast -In -Place Concrete 16 4. Section 03 80 00 — Modifications to Existing Concrete Structures 17 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. M asurement and Payment 20 1. M asurement 21 a. This Item is considered subsidiary to Water- Mete. and Vault various items 22 including underground concrete vaults. 23 2. Payment 24 a. Unit Price - The work performed and materials furnished in accordance with 25 this Item are subsidiary to the unit price bid per each "Wa4er Meter- a -a Vats *" 26 bid item including underground concrete vaults., complete in place and no 27 other compensation will be allowed. 28 b. Lump Sum Price — The work performed and the materials furnished in 29 accordance with this Item shall be included in the total lump sum price. 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification, unless a date is specifically cited. 35 2. American Association of State Highway and Transportation Officials (AASHTO). 36 3. American Concrete Institute (ACI): 37 a. 350, Code Requirements for Environmental Engineering Concrete Structures 38 and Commentary. 39 4. ASTM International (ASTM): CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330516-2 CONCRETE WATER VAULTS Page 2 of 5 1 a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 2 Concrete Reinforcement. 3 b. C857, Standard Practice for Minimum Structural Design Loading for 4 Underground Precast Concrete Utility Structures 5 c. C858, Standard Specification for Underground Precast Concrete Utility 6 Structures 7 d. C891, Standard Practice for Installation of Underground Precast Concrete 8 Utility Structures. 9 e. C923, Standard Specification for Resilient Connectors Between Reinforced 10 Concrete Manholes Structures, Pipes, and Laterals. 11 5. Occupational Safety and Health Administration (OSHA) 12 a. 1910.23, Guarding Floor and Wall Openings and Holes 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Submittals shall be in accordance with Section 0133 00. 16 B. All submittals shall be approved by the City prior to delivery. 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 18 A. Product Data 19 1. Precast Concrete Vault 20 2. Connection materials 21 3. Pipe connections at vault walls 22 4. Stubs and stub plugs 23 5. Grade ring 24 6. Ladder 25 7. External coating material 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. Qualifications 30 1. et the requirements of ACI 318. 31 1.10 DELIVERY, STORAGE, AND HANDLING 32 A. Deliver vault or panels (units) to project site in such quantity to assure continuity of 33 installation. 34 B. Store units at the project site in a manner which prevents cracking, distortion, staining 35 or other physical damage. 36 C. Lift units by designed lifting points or supports. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330516-3 CONCRETE WATER VAULTS Page 3 of 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY 3 A. M nufacturer Warranty 4 1. M nufacturer's Warranty shall be in accordance with Division 1. 5 PART 2 - PRODUCTS 6 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. M nufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Performance / Design Criteria 1. Vault a. Vault dimensions per the Drawings b. Opening per the Drawings c. Incorporate a sump into the base or floor of the vault. 1) Avoid conflicts with piping. 2) Do not locate directly under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 2. Water Pipe Penetrations a. Use adjustable -linked rubber seal devices or grout, as shown in Drawings, to provide seals around pipe penetrations. 3. Vault Access a. Cover / Door 1) For non -traffic areas — non H-20 loading 30-inch x 36-inch steel single leaf door, Bilco Type J model or approved equal 2) For traffic areas — 32-inch hinged ductile iron frame and cover or as shown in manhole lid assembly in Drawings 3) With steel door, provide an automatic hold -open arm with release handle and locking device. 4) Provide Bilco type fall protection grating under aluminum door that meets OSHA 29 CFR 1910.23 requirements or approved equal. 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault lid. b. Ladder 1) Provide aluminum ladder by Heron Industries or approved equal. 2) Provide ladder to dimensions shown on Drawings. C. M terials 1. Concrete for utility construction — Conform to Section 03 30 00. 2. Frame and Cover — Conform to Section 33 05 13. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330516-4 CONCRETE WATER VAULTS Page 4 of 5 1 3. Grade Ring — Conform to Section 33 05 13 and ASTM C 478. 2 4. Reinforcing Steel — Conform to Section 03 30 00. 3 5. Sewer Pipe Connections — Conform to ASTM C923 or ASTM C1628. 4 6. Adjustable -linked rubber seal devices 5 a. nufactured by Link -Seal or approved equal 6 7. Interior Coating or Liner — Conform to Section 33 39 60. 7 8. Exterior Coating 8 a. Coal Tar Bitumastic for below grade damp proofing 9 b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils 10 c. Solids content is 68 percent by volume f 2 percent. 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION 16 A. Evaluation and Assessment 17 1. Verify lines and grades are in accordance to the Drawings. 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. General 21 1. Vault 22 a. Perform installation in accordance to ASTM C891. 23 b. Construct vault to dimensions shown on Drawings. 24 c. Precast Sections 25 1) Clean bell spigot and gaskets 26 a) Lubricate and join 27 2) Minimize number of segments. 28 d. Vault Base 29 1) Place vault base on 6-inch minimum base of compacted crushed rock (per 30 Section 33 05 10) over undisturbed soils and grade level to elevation shown 31 on the Drawings. 32 2. ter Pipe Penetrations 33 a. Install adjustable -linked rubber seal devices around pipe penetrations in 34 accordance with the manufacturer's recommendation. 35 3. difications and pipe penetrations into vaults shall conform to Section 03 80 00. 36 3.5 REPAIR / RESTORATION [NOT USED] 37 3.6 RE -INSTALLATION [NOT USED] 38 3.7 FIELD QUALITY CONTROL [NOT USED] CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330516-5 CONCRETE WATER VAULTS Page 5 of 5 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 DATE NAM 12/20/2012 D.Johnson 10 END OF SECTION Revision Log UMMARY OF CHANGE 2.2.B.3 — Modified vault hatch door and ladder requirements 2.2.C.6 — Modified rubber seal requirements CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 05 26 UTILITY MARKERS/LOCATORS 330526-1 UTILITY MARKERS/LOCATORS Page 1 of 4 5 A. Section Includes: 6 1. Buried and surface utility markers for utility construction 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.2.a 9 2. Added 1.2.A.2.b 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by lump sum. 18 2. Payment 19 a. Unit Price - The work performed and materials furnished in accordance with 20 this Item will be paid for at the lump sum price bid for "Utility Markers". 21 b. The work performed and materials furnished in accordance with this Item 22 and measured as provided under "Measurement" will be included in the 23 total lump sum price. 24 3. The price bid shall include: 25 a. Furnishing and installing Utility Markers as specified by the Drawings 26 b. Mobilization 27 c. Pavement removal 28 d. Excavation 29 e. Hauling 30 f. Disposal of excess material 31 g. Furnishing, placement and compaction of backfill 32 h. Clean-up 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this Specification refer to the current reference 36 standard published at the time of the latest revision date logged at the end of this 37 Specification, unless a date is specifically cited. 38 2. American Public Works Association (AWPA): 39 a. Uniform Color Code. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Buried Marker 8 2. Surface Marker 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 17 2.2 MATERIALS 18 A. Manufacturers 19 1. Only the manufacturers as listed on the City's Standard Products List will be 20 considered as shown in Section 0160 00. 21 a. The manufacturer must comply with this Specification and related Sections. 22 2. Any product that is not listed on the Standard Products List is considered a 23 substitution and shall be submitted in accordance with Section 0125 00. 24 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the 25 manufacturing of Utility Markers/Locators. 26 B. Materials 27 1. Buried Markers (Detectable Warning Tape) 28 a. Provide detectable warning tape as follows: 29 1) 5.0 mil overall thickness 30 2) Width — 3 inch minimum 31 3) Weight — 27.5 pounds per inch per 1,000 square feet 32 4) Triple Layer with: 33 a) Minimum thickness 0.35 mils solid aluminum foil encased in a 34 protective inert plastic jacket 35 (1) 100 percent virgin low density polyethylene 36 (2) Impervious to all known alkalis, acids, chemical reagents and 37 solvents within soil CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 4 1 (3) Aluminum foil visible to both sides 2 5) Locatable by conductive and inductive methods 3 6) Printing encased to avoid ink rub -off 4 7) Color and Legends 5 a) Potable water lines 6 (1) Color — Blue (in accordance with APWA Uniform Color Code) 7 (2) Legend — Caution Potable Water Line Below (repeated every 24 8 inches) 9 b) Reclaimed water lines 10 (1) Color — Purple (in accordance with APWA Uniform Color Code) 11 (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 12 inches) 13 c) Sewer Line 14 (1) Color — Green (in accordance with APWA Uniform Color Code) 15 (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 16 2. Surface Markers 17 a. Provide as follows: 18 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 19 2) White posts with colored, ultraviolet resistant domes as follows: 20 a) Water Lines 21 (1) Color — Blue (in accordance with APWA Uniform Color Code) 22 (2) Legend — Caution Potable Water Line Below 23 b) Reclaimed water lines 24 (1) Color — Purple (in accordance with APWA Uniform Color Code) 25 (2) Legend — Caution Reclaimed Water Line Below 26 c) Sewer lines 27 (1) Color — Green (in accordance with APWA Uniform Color Code) 28 (2) Legend — Caution Sewer Line Below 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. Buried Markers (Detectable Warning Tape) 37 1. Install in accordance with manufacturer's recommendations below natural ground 38 surface and directly above the utility for which it is marking. 39 a. Allow 18 inches minimum between utility and marker. 40 b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum 41 protection and detectability. 42 B. Surface Markers CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 4 1 l . Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3 3. Where possible, place surface markers near fixed objects. 4 4. Place Surface Markers at the following locations: 5 a. Buried Features 6 1) Place directly above a buried feature. 7 b. Above -Ground Features 8 1) Place a maximum of 2 feet away from an above -ground feature. 9 c. Water lines 16-inches and larger 10 1) Each right-of-way line (or end of casing pipe) for: 11 a) Highway crossings 12 b) Railroad crossings 13 2) Utility crossings such as: 14 a) High pressure or large diameter gas lines 15 b) Fiber optic lines 16 c) Underground electric transmission lines 17 d) Or other locations shown on the Drawings, or directed by the City 18 d. Surface markers not required for 12-inch and smaller water lines 19 e. For sanitary sewer lines: 20 1) In undeveloped areas, place marker maximum of 2 feet away from an 21 above -ground feature such as a manhole or combination air valve vault. 22 2) Place at 500-foot intervals along the pipeline. 23 3.5 REPAIR / RESTORATION [NOT USED] 24 3.6 RE -INSTALLATION [NOT USED] 25 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 34 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330530-1 LOCATION OF EXISTING UTILITIES Pagel of 5 1 SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of- 8 a. Exploratory Excavation 9 b. Vacuum Excavation 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Modified 1.2.A.l.b 12 2. Added 1.2.A.1.b.2 13 3. Modified 1.2.A.2.b.1 14 4. Added 1.2.A.2.b.2 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division 1 — General Requirements 19 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 20 1.2 PRICE AND PAYMENT PROCEDURES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. M asurement and Payment 1. Exploratory Excavation of Existing Utilities a. M asurement 1) M asurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation for Existing Utilities" specified. 2) Lump sum price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 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 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 5 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. M asurement 1) M asurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Vacuum Excavation" specified. 2) Lump Sum Price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 26 1.3 REFERENCES 27 A. Definitions 28 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method 29 used to locate existing underground utility as shown on the plans through the use of 30 standard excavation equipment. 31 2. Vacuum Excavation: Method used to locate existing underground utility as shown 32 on the plans through the use of geophysical prospecting equipment such as vacuum 33 excavation. 34 B. Reference Standards 35 1. Reference standards cited in this Specification refer to the current reference 36 standard published at the time of the latest revision date logged at the end of this 37 Specification, unless a date is specifically cited. 38 2. American Society of Civil Engineers (ASCE) 39 a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and 40 Depiction of Existing Subsurface Utility Data) 41 1.4 ADMINISTRATIVE REQUIREMENTS 42 A. Coordination 43 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 44 Exploratory Excavation of Existing Utilities. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 5 1 2. Coordinate location of all other existing utilities within vicinity of excavation prior 2 to commencing Exploratory Excavation. 3 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 4 commencement. 5 B. Sequencing 6 1. Exploratory Excavations shall be conducted prior to the construction of the entire 7 project. 8 C. Scheduling 9 1. For critical utility locations, the City may choose to be present during excavation. 10 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 11 City personnel. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS 15 A. Report of Utility Location 16 1. Horizontal location of utility as surveyed 17 2. Vertical elevation of utility as surveyed 18 a. Top of utility 19 b. Spring line of utility 20 c. Existing ground 21 3. Material type, diameter and description of the condition of existing utility 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Verification of Conditions 32 1. Verify location of existing utilities in accordance with the General Requirements, 33 the General Notes and the Drawings. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 5 1 3.3 PREPARATION 2 A. Coordinate with City Survey, if applicable. 3 3.4 INSTALLATION 4 A. Exploratory Excavation 5 1. Verify location of existing utility at location denoted on the Drawings, or as 6 directed by the City. 7 a. Expose utility to spring line, as necessary. 8 b. Excavate and Backfill Trench for the Exploratory Excavation in accordance 9 with Section 33 05 10. 10 B. Vacuum Excavation 11 1. Verify location of existing utility at location denoted on the Drawings, or as 12 directed by the City. 13 2. Designate the horizontal position of the existing underground utilities that are to be 14 located using geophysical prospecting equipment. 15 a. Acquire record documentation from and coordinate with utility companies, as 16 necessary to locate utility. 17 3. Perform excavation in general accordance with the recommended practices and 18 procedures described in ASCE Publication Cl/ASCE 38. 19 C. Upon completion of the utility locating, submit a report of the findings. 20 D. If location of utility is in conflict with the Drawings, notify the City Project Manager 21 for appropriate design modifications. 22 E. Place embedment and backfill in accordance with Section 33 05 10. 23 F. Once necessary data is obtained, immediately restore surface to existing conditions to: 24 1. Obtain a safe and proper driving surface, if applicable 25 2. Ensure the safety of the general public 26 3. The satisfaction of the City 27 3.5 REPAIR / RESTORATION [NOT USED] 28 3.6 RE -INSTALLATION [NOT USED] 29 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 330530-5 LOCATION OF EXISTING UTILITIES Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.Johnson 1.2 — Added Measurement of Payment for Vacuum Excavation 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 09 10 MOTORIZED VALVE ACTUATOR Pagel of 8 1 SECTION 33 0910 2 MOTORIZED VALVE ACTUATOR 3 PART1- GENERAL 4 1.1 SUMMARY 5 A.Section Includes: 6 1. Furnish all labor, materials, equipment and incidentals required to completely 7 install and put into operation, control valve as specified herein and shown on the 8 drawings. 9 B.Deviations from this City of Fort Worth Standard Specification 10 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 11 C.Related Specification Sections include but are not limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 13 Contract. 14 2. Division 1 - General Requirements. 15 3. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valves 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A.Measurement and Payment 18 1. Measurement 19 a. This Item is measured per each Actuator 20 2. Payment 21 a. Ther work performed and materials furnished in accordance with this Item are 22 included in the total lump sum price. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS 26 A.Submittals shall be in accordance with Section 0133 00. 27 B.All submittals shall be approved by the City prior to delivery. 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 29 A.Product Data 30 1. Motor operator motor data sheet showing voltage, horsepower, full load amps, 31 locked rotor amps, etc. 32 B. Shop Drawings 33 1. Project specific motor operator control schematic/wiring diagrams. 34 2. Valve torque calculations and resulting actuator and motor sizing. 35 a. Provide torque calculations through the full range of operations for all motor 36 operated valves. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 09 10 MOTORIZED VALVE ACTUATOR Page 2 of 8 3. Motor operator torque. 2 C. Certificates 3 1. Performance Test Certificate 4 1.7 CLOSEOUT SUBMITTALS 5 A.Operation and Maintenance Data 6 1. Manuals shall be prepared by the equipment manufacturer and shall also 7 incorporate appropriate final certified Shop Drawings and final wiring diagrams. 8 Manuals may be the manufacturer's standard instructions but shall be supplemented 9 as necessary to cover any special feature not included in standard material. O&M 10 manuals shall include storage instructions, valve installation and adjustment 11 procedures and troubleshooting procedures. 12 1.8 MAINTENANCE MATERIAL SUBMITTALS 13 A.Spare Parts 14 1. Furnish one set of special tools required for the proper servicing of all equipment 15 supplied under these Specifications, packed in a suitable steel tool chest with a lock. 16 2. The successful bidder, to allow for actuator rebuild or repair, shall inventory a 17 complete compliment of spare parts. All spares shall be available to City personnel 18 within 72 hours of request as not to delay operations. 19 1.9 QUALITY ASSURANCE 20 A.Unit Responsibility and Coordination 21 1. The Contractor shall cause all equipment specified under this section to be 22 furnished in a fashion by the actuator manufacturer who shall be responsible for the 23 adequacy and compatibility of all actuator components including the valve. This 24 requirement, however, shall not be construed as relieving the Contractor of the 25 overall responsibility for this portion of the Work. 26 B.Certifications 27 1. Performance Test Certificate 28 a. Each actuator must be performance tested and individual test certificates shall be 29 supplied free -of -charge. The test equipment should simulate a typical valve load 30 and the following parameters should be recorded: 31 1) Current at maximum torque setting 32 2) Torque at maximum torque setting 33 3) Flash Test Voltage 34 4) Actuator Output Speed or Operating Time 35 b. In addition, the test certificate should record details of specification, such as gear 36 ratios for both manual and automatic drive, closing direction, and wiring 37 diagram code number. 38 C.Preconstruction Testing 39 1. Cycle test to be witnessed by the Engineer, Contractor, and City's Representative 40 prior to delivery to jobsite if requested. 41 1.10 DELIVERY, STORAGE, AND HANDLING 42 A. Storage and Handling Requirements CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 09 10 MOTORIZED VALVE ACTUATOR Page 3 of 8 1 1. Secure and maintain a location to store the material in accordance with Section 01 2 6600. 3 2. All parts shall be properly protected so that no damage or deterioration will occur 4 during a prolonged delay from the time of shipment until installation is completed 5 and the units and equipment are ready for operation. 6 3. The finished surfaces of all exposed flanges shall be protected by wooden blank 7 flanges, strongly built and securely bolted thereto. 8 4. Finished iron or steel surfaces not painted shall be properly protected to prevent rust 9 and corrosion. 10 5. Follow all manufacturers' instructions for storage, installation and field wiring 11 actuator at jobsite. 12 1.11 SITE CONDITIONS 13 A.Existing Conditions 14 1. The equipment to be provided under this section shall be suitable for installation 15 and operation in potable water systems. 16 1.12 WARRANTY 17 A.Manufacturer Warranty 18 1. Each actuator shall be warranted for a period of 60 months from date of shipment. 19 This warranty shall be held in effect regardless of precommissioning conditions in a 20 typical indoor or outdoor environment as long as the actuator is not abused or 21 disassembled. This warranty shall not require the use of special storage procedures 22 (such as the use of indoor storage, plastic bags, desiccants, and the energization of 23 heater(s) in order to be maintained. If any part of the equipment should fail during 24 the warranty period, it shall be replaced and the unit(s) restored to service at no 25 expense to the City. 26 PART 2 - PRODUCTS 27 2.1 CITY -FURNISHED PRODUCTS [NOT USED] 28 2.2 MATERIALS 29 A.Control Valve 30 1. In accordance with Section 33 12 21. 31 B.Manufacturers 32 1. Manufacturer List 33 a. Multi -Turn Electric Valve Actuator 34 1) AUMA 35 2) Rotork IQ 36 3) Beck 37 4) No other manufactures will be considered. 38 C.Performance / Design Criteria 39 1. General 40 a. Operating Flows and Pressures CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 3309 10 MOTORIZED VALVE ACTUATOR Page 4 of 8 1 1) Refer to Section 33 12 21. 2 b. Valve shall operate in the above conditions without damage to the valve 3 c. The valve actuator shall have a transmitter that shall output a 4-20ma signal 4 proportional to position for modulating service applications. 5 d. The electric motor valve operators shall be of the reversible motor type. 6 Actuator motor shall be operated either by 4-20 mA input signal (Modulating 7 service) or by direct 120V AC control power (On/Off) either from an automatic 8 controller, RTU, or programmable relay. Actuator shall be capable of 9 continuous positioning over the range of operation. The rated torque capability 10 of each operator shall be sufficient to seat, unseat, and rigidly hold in any 11 position (up to 200% of rated torque output) the valve disc under the operating 12 conditions specified herein. 13 e. Actuator shall have a control resolution of 0.1 % of the travel span. 14 f. Actuators gear train shall use permanent lubrication and be able to operate in 15 any mounting orientation. 16 2. Actuator Sizing 17 a. The actuator shall be sized to provide a variable torque profile to match the 18 torque profile of the valve, be field adjustable, and configured to provide the 19 highest torque at the low end of valve travel to guarantee valve closure at the 20 specified differential pressure. The safety margin of motor power available for 21 seating and unseating the valve shall be sufficient to ensure torque switch trip 22 (only applicable to motors which require torque switches for over -torque 23 protection) at maximum valve torque with the supply voltage 10% below 24 nominal. The operating speed shall be such as to give valve closing and opening 25 as shown in the valve schedule. 26 b. Actuator to Valve shaft connection: Actuator shaft output to valve shaft rotation 27 ratio shall be a minimum of 2:1 between 0% and 20% valve travel to improve 28 control resolution and minimize downstream pressure fluctuations. 29 3. Ambient Temperature 30 a. The actuator shall be capable of functioning in an ambient temperature ranging 31 from minus 40' F (- 40' C) to plus 185' F (+ 85' C). 32 4. Motor 33 a. Electric motors shall be specifically designed for valve actuator service and shall 34 be 480 volt AC, three phase, synchronous, capable of handling 100% continuous 35 duty as well as intermittent duty up to 60 start/stops per minute without 36 overheating, and shall be totally enclosed non -ventilated. The enclosure shall 37 meet NEMA 4X (weatherproof and dust -tight) and IP68 (temporary 38 submergence to 3 meters, 48 hours). Motor shall be capable of operation under 39 maximum specified loads when the voltage to the motor is +/- 10% of the 40 nominal voltage. Motor shall have Class H insulation and shall be impedance- 41 protected without the need for thermal overload sensors embedded in the motor 42 windings. 43 b. Protection shall be provided for the motor as follows: 44 1) The motor torque shall be self-limiting (not exceeding two and one-half 45 times rated output) and shall not require torque switches to prevent or over- 46 torque condition. 47 2) A thermostat imbedded in the windings to protect against overheating shall 48 sense motor temperature (applicable only to 3 phase induction motor) 49 5. Gearing CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 3309 10 MOTORIZED VALVE ACTUATOR Page 5 of 8 1 a. Motor speed reduction shall be by means of alloy -steel or ductile iron spur gears 2 and shall be self-locking and self -releasing when the motor is de -energized. 3 Non-metallic gears in the power train are not acceptable. 4 b. All gearing and shafting shall be supported on anti -friction bearings. All thrust 5 components shall be supported by use of tapered roller or ball bearings. 6 6. Hand Operation 7 a. A handwheel shall be provided for emergency operation, shall not require a 8 declutch mechanism, and shall pose no safety concern during operation. 9 1) The hand/auto selection lever should be padlockable in both "Hand/Local" 10 and "Auto/Remote" positions. 11 2) It should be possible to select hand operation while the actuator is running 12 without damage to the drive train. 13 3) Handwheel or handcrank rim pull shall NOT exceed 80 pounds. 14 7. Drive Bushing 15 a. The actuator shall be furnished with a drive bushing easily detachable for 16 machining to suit the valve stem or gearbox input shaft. Normally the drive bush 17 shall be positioned in a detachable base of the actuator. Thrust bearings, when 18 housed in a separate thrust base, should be of the sealed -for -life type. 19 8. Remote Valve Position/Actuator Status Indication 20 a. Four independently adjustable Auxiliary switches shall be provided. The 21 contacts shall be rated at 5A, 120V AC, 30V DC. Current source 4-20 mA 22 output transmitter shall provide constant valve position feedback on the butterfly 23 valves. Gearbox visual indicator is required on all valves 24 9. Local Position Indication 25 a. The display shall be able to be rotated in 90-degree increments in order to 26 provide easy viewing regardless of actuator mounting position. 27 10. Controls 28 a. The butterfly valve shall be suitable for open/close service. Open and close 29 positioning contact commands will come from the RTU or similar 30 programmable relay or automatic controller. Actuator shall be capable of 31 continuous positioning over the entire travel range of the valve and shall be 32 capable of starting and stopping instantaneously (under 25 milliseconds) for 33 high -resolution positioning. Actuators shall be rated for up to 60 starts per 34 minute with positioning accuracy to +/- 0.01%. 35 b. Reversing Contactor or Pulsed Control voltage shall be 120 volts, 50 or 60 Hz. 36 N.O. Seal -in contacts for momentary contact pushbutton control and N.C. 37 contacts for electrical interlock shall be supplied. When specified, additional 38 contacts (1 N.O. and 1 N.C. for open and close coils) shall be supplied. The 39 contactor shall be both electrically and mechanically interlocked. 40 c. Control Power Transformer assembly shall provide 120, 18 and 12 VAC. It shall 41 be epoxy impregnated and encapsulated to prevent moisture incursion and shall 42 be completely wired as an assembly and plug connected to the modular package. 43 1) A five -position, actuator -mounted electric hand switch to permit local 44 electrical operation of the unit for control adjustment or operation on loss of 45 control signal. With the hand switch in AUTO mode, actuator shall respond to 46 remote control signals automatically. Auxiliary contacts on the hand switch 47 shall be provided for remote indication for when the switch is in AUTO. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 09 10 MOTORIZED VALVE ACTUATOR Page 6 of 8 1 d. Or, Each actuator shall be supplied with open -stop -close pushbuttons furnished 2 integrally mounted. Pushbuttons shall be double o-ring sealed and include a 3 protective silicone boot. Seal material shall be resistant to ozone and ultraviolet 4 light. When integrally mounted pushbuttons are specified, the design shall 5 permit operation of the buttons when the electrical enclosure cover is open. The 6 actuator shall include two (2) long life high intensity LED type pilot lights to 7 indicate open, closed and intermediate valve position (both lights on). Red shall 8 indicate valve open and green shall indicate valve closed. 9 e. The actuator shall include a multi -position selector switch, for Local (hand)-Off- 10 Remote (auto) control. The selector switch shall be padlockable in any position. 11 11. Monitoring and Diagnostic Facilities 12 a. Modulating Service 13 1) Provision for the following interface signals shall be as follows, and as 14 shown on the Drawings: 15 16 Modulatin2 Signals 17 18 To Valve Position Command (ZC) 4 — 20 ma (% Open) 19 From Valve Position Indication (ZI) 4 — 20 ma (% Open) 20 From Valve In Remote (YL) Dry Contact 21 From Valve Full Open Status (ZSH) Dry Contact 22 From Valve Full Closed Status (ZSL) Dry Contact 23 From Valve Valve Fail (XA) Dry Contact 24 25 26 b. Analog Position Indication: 4ma at 0% Open, 20ma at 100% Open. 27 c. Actuator to be configured for 3-wire Inching for Remote Control, Maintained 28 Mode for Local Control. 29 d. Facilities shall be provided for monitoring actuator operation and availability as 30 follows: 31 1) Monitor (availability) relay, having one change -over contact, the relay 32 being energized from the control transformer only when the 33 Local/Off/Remote selector is in the 'Remote" position and thermostat is not 34 "tripped" to indicate that the actuator is available for remote (control room) 35 operation. 36 2) Where required, it shall be possible to provide indication of thermostat trip 37 and "Remote" selected as discreet signals. 38 12. Wiring Terminals 39 a. Internal wiring shall be of tropical grade PVC insulated stranded cable of 40 appropriate size for the control and three- phase power. Each wire shall be 41 clearly identified at each end. 42 b. The terminal compartment of the actuator shall be provided with a minimum of 43 three threaded cable entries. When required, a fourth cable entry shall be 44 provided. 45 c. All wiring supplied as part of the actuator shall be contained within the main 46 enclosure for physical and environmental protection. External conduit 47 connections between components are not acceptable. 48 d. A durable terminal identification card showing plan of terminals shall be 49 provided and attached to the inside of the terminal box cover indicating: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 3309 10 MOTORIZED VALVE ACTUATOR Page 7 of 8 1 1) Serial Number 2 2) External Voltage Values 3 3) Wiring Diagram Number 4 4) Terminal Layout 5 6 This must be suitable for the contractor to inscribe cable core identification 7 beside terminal numbers. 8 13. Enclosure 9 a. Actuators shall be 'O' ring sealed, watertight to NEMA 6. Provide double seal 10 conduit entrance compartments. Or Gasket type constructions (capable of IP68 11 rating, a more stringent rating). 12 b. Enclosure must allow for temporary site storage without the need for electrical 13 supply connection. 14 c. All external fasteners shall be suitable for the conditions stated in 1.11 A of 15 Section 33 12 21. 16 D.Finishes 17 1. Surface coating/finish shall be UV resistant 18 E. Actuator Monitoring 19 1. Pump Station control valve actuators shall be mounted directly to the valves. 20 2. Yard piping actuator shall be on floor stand mounted above grade on vault roof 21 with stem extension to 2" AWWA operating nut. 22 3. Floor stand and stem extension 23 a. Material: 24 1) Carbon Steel 25 b. Coating: 26 1) UV resistant nylon powdercoat 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 — 3.3 [NOT USED] 31 3.4 INSTALLATION 32 A.General 33 1. All control valves shall be installed in accordance with the instructions of the 34 manufacturer and as shown on the drawings. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 09 10 MOTORIZED VALVE ACTUATOR Page 8 of 8 1 2. Installation and adjustment shall be checked and approved by a manufacturer's 2 factory representative. Manufacturer's representative shall be present during startup 3 of pumping units to make adjustments to actuator limit switches so that hydraulic 4 surges are minimized during pump starting and stopping. After acceptance, the 5 representative shall address a letter to the Engineer outlining all installation and 6 start up procedures. The letter shall include a statement that the valves are installed 7 per the manufacturer's recommendations. The manufacturer or his qualified 8 representative shall conduct training session for the City's personnel in the 9 operation and maintenance of the valve. 10 B. Valve Schedule LOCATION DUTY QTY SIZE TYPE Actuator STROKE TIME Yard Piping Modulating Service 1 42" 250B Butterfly Quarter -Turn 6 minutes (min) Valve Yard Piping Modulating Service 1 54" 250B Butterfly Quarter -Turn 8 minutes Valve 11 3.5 — 3.7 [NOT USED] 12 3.8 SYSTEM STARTUP 13 A.Each actuator shall be supplied with a startup kit comprising installation instruction, 14 electrical wiring diagram, and sufficient spare cover screws and seals to make good any 15 site losses during the commissioning period. 16 3.9 — 3.10 [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES 18 A.Training 19 1. A factory representative of all major component manufacturers, who has complete 20 knowledge of proper operation and maintenance, shall be provided for one day to 21 instruct representatives of the City on proper operation and maintenance. If there 22 are difficulties in operation of the equipment during instruction sessions, additional 23 sessions shall be provided at no cost to the City. 24 a. Prior to scheduling instructions, submit outline of instructions to Engineer for 25 approval. 26 b. Operating and maintenance manual shall be explained during these instructions. 27 3.12 -3.14 [NOT USED] 28 END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 1105- 1 BOLTS, NUTS, AND GASKETS Page 1 of 7 1 SECTION 33 1105 2 BOLTS, NUTS, AND GASKETS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: 7 a. T-Bolts and Nuts 8 b. Flange Bolts and Nuts 9 c. Threaded Rods 10 d. Push -on Gaskets 11 e. Mechanical Joint Gaskets 12 f. Flange Gaskets 13 g. Flange Isolation Kits 14 h. Petrolatum Tape Systems 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. Modified 1.2.A.1.b.1 17 2. Added 1.2.A.1.b.2 18 3. Modified 1.2.A.2.b.1 19 4. Added 1.2.A.2.b.2 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 22 Contract 23 2. Division 1 — General Requirements 24 3. Section 33 04 10 — Joint Bonding and Electrical Isolation 25 4. Section 33 11 10 — Ductile Iron Pipe 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Hydrocarbon Resistant Gaskets 29 a. Measurement 30 1) Measurement for this Item shall be by lump sum. 31 b. Payment 32 1) Unit Price - The work performed and the materials furnished in accordance 33 with this Item shall be paid for at the lump sum price bid for all 34 "Hydrocarbon Resistant Gaskets". 35 2) Lump Sum Price — The work performed and materials furnished in 36 accordance with this Item and measured as provided under 37 "Measurement" will be included in the total lump sum price. 38 2. All Other Items 39 a. Measurement 40 1) The Items in this Section are considered subsidiary to the Item being 41 installed. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 331105-2 BOLTS, NUTS, AND GASKETS Page 2 of 7 1 b. Payment 2 1) Unit Price - The work performed and materials furnished in accordance 3 with this Item are subsidiary to the unit price bid for the Item being 4 installed and no other compensation will be allowed. 5 2) Lump Sum Price — The work performed and the materials furnished in 6 accordance with this Item shall be included in the total lump sum 7 rp ice. 8 1.3 REFERENCES 9 A. Reference Standards 10 1. Reference standards cited in this specification refer to the current reference standard 11 published at the time of the latest revision date logged at the end of this 12 specification, unless a date is specifically cited. 13 2. American Iron and Steel Institute (AISI). 14 3. American Society of Mechanical Engineers (ASME): 15 a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 16 4. American Society of Testing and Materials (ASTM): 17 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 18 High Temperature or High Pressure Service and Other Special Purpose 19 Applications. 20 b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for 21 High Pressure or High Temperature Service, or Both. 22 c. A242, Standard Specification for High -Strength Low -Alloy Carbon Structural 23 Steel 24 d. B 117, Salt Spray Testing 25 e. F436, Standard Specification for Hardened Steel Washers 26 5. American Water Works Association (AWWA): 27 a. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 28 Fittings. 29 b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In. Through 144 In. 30 (100 mm Through 3,600 mm). 31 c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. 32 d. M11, Steel Pipe. 33 e. M41, Ductile -Iron Pipe and Fittings. 34 6. Fastener Quality Act (FQA) 35 a. Public Law 106-34 (P.L. 106-34) 36 7. NSF International (NSF): 37 a. 61, Drinking Water System Components -Health Effects. 38 8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): 39 a. SP2, Hand Tool Cleaning 40 b. SP3, Power Tool Cleaning 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS 43 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 331105-3 BOLTS, NUTS, AND GASKETS Page 3 of 7 1 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 2 specials. 3 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. Bolts and nuts for mechanical and or flange joints 6 2. Gaskets 7 B. Certificates 8 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to 9 the Fastener Quality Act (FQA) (P.L. 106-34). 10 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford 11 Corporation, or a Whitford Corporation certified Applicator. 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE 15 A. Qualifications 16 1. Manufacturers 17 a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be 18 performed under the control of the manufacturer. 19 b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or 20 exceed the requirements of this Specification. 21 B. Preconstruction Testing 22 1. The City may, at its own cost, subject random fittings for destructive testing by an 23 independent laboratory for compliance with this Specification. 24 a. The compliance test shall be performed in the United States. 25 b. Any visible defects or failure to meet the quality standards herein will be 26 grounds for rejecting the entire order. 27 1.10 DELIVERY, STORAGE, AND HANDLING 28 A. Storage and Handling Requirements 29 1. Secure and maintain a location to store the material in accordance with Section 01 30 6600. 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS 34 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 35 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 36 A. Manufacturers CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 331105-4 BOLTS, NUTS, AND GASKETS Page 4 of 7 1 1. Only the manufacturers as listed on the City's Standard Products List will be 2 considered as shown in Section 0160 00. 3 a. The manufacturer must comply with this Specification and related Sections. 4 2. Any product that is not listed on the Standard Products List is considered a 5 substitution and shall be submitted in accordance with Section 0125 00. 6 B. Regulatory Requirements 7 1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) 8 (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this 9 Act. 10 C. T-Bolts and Nuts 11 1. Standard Xylan Coated T-bolt and Nut 12 a. High strength, corrosion -resistant, low -carbon weathering steel in accordance 13 with AWWA/ANSI C111/A21.11 and ASTM A242 14 b. Xylan Coating in accordance with this Section 15 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut 16 a. Stainless Steel T-bolt and Nut in accordance with AISI 304. 17 b. Coat nut with Xylan in accordance with this Section. 18 D. Flange Bolts and Nuts 19 1. Stainless Steel Bolt and Xylan Coated Nut 20 a. Meet requirements of AWWA C207 21 b. Bolts: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide 22 solution treated) 23 c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel 24 Washers 25 1) Coat nut with Xylan in accordance with this Section. 26 E. Threaded Rods 27 1. Meet requirements of AWWA C207 28 2. Rods: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution 29 treated) 30 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel 31 Washers 32 a. Coat nut with Xylan in accordance with this Section. 33 F. Push -on Gaskets 34 1. Conforming to the physical and marking requirements specified in ANSI/AWWA 35 C111/A21.11. 36 2. All gaskets shall meet or exceed the latest revisions NSF 61. 37 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless 38 otherwise specified in Drawings. 39 4. Gaskets shall be free from porous areas, foreign material and other defects that 40 make them unfit for intended use. 41 5. Gaskets shall be the size and shape required to provide an adequate compressive 42 force against the plain end and socket after assembly to affect a positive seal under 43 all combinations of joint and gasket tolerances. 44 G. Mechanical Joint Gaskets CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 331105-5 BOLTS, NUTS, AND GASKETS Page 5 of 7 1 1. Conforming to the physical and marking requirements specified in ANSI/AWWA 2 C111/A21.11. 3 2. All gaskets shall meet or exceed the latest revisions NSF 61. 4 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless 5 otherwise specified in Drawings. 6 4. Gaskets shall be free from porous areas, foreign material and other defects that 7 make them unfit for intended use. 8 H. Flange Gaskets 9 1. Class E Flanges 10 a. Full face 11 b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a 12 thickness not less than 1/8 inch 13 c. Virgin stock 14 d. Conforming to the physical and test requirements specified in AWWA/ANSI 15 C111/A21.11 16 e. All gaskets shall meet or exceed the latest revisions NSF 61. 17 f. Finished gaskets shall have holes punched by the manufacturer and shall match 18 the flange pattern in every respect. 19 g. Frayed cut edges are not acceptable. 20 h. Field cut sheet gaskets are not acceptable. 21 I. Hydrocarbon Resistant Gaskets 22 1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when 23 required. 24 J. Flange Isolation Kits 25 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform 26 to Section 33 04 10. 27 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to 28 bolt head with no grip to ensure sleeves fit properly. 29 K. Petrolatum Tape System 30 1. Petrolatum Tape Primer: Denso Paste, or approved equal 31 2. Molding and Filler mastic: Densyl Mastic, or approved equal 32 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal 33 L. Xylan Coating 34 a. Coat nuts and bolts with a ceramic -filled, baked on fluorocarbon resin, when 35 required. 36 b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to 37 the coating manufacturer's recommended thickness by a certified applicator. 38 c. Coating shall be of Xylan as manufactured by Whitford Corporation and 39 applied by Whitford Corporation or Whitford Corporation Recommended 40 Coater. 41 d. Coating shall be free from holidays and defects. 42 e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be 43 such that the nut turns freely on the bolt. 44 f. Coating shall conform to the performance requirements of ASTM 13117, "Salt 45 Spray Test" and shall include, if required, a certificate of conformance. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 331105-6 BOLTS, NUTS, AND GASKETS Page 6 of 7 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Mechanical Joints 9 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 10 Appendix A, AWWA C600 and AWWA Manual M41. 11 2. Use Standard Xylan Coated T-bolts and Nuts. 12 a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be 13 used when specifically required in the Drawings. 14 B. Flanged Joints 15 1. Install in accordance with ASME PCC-1-2012. 16 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 17 3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with 18 Petrolatum Tape System. 19 a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum 20 tape wrapping will be required. 21 b. If a joint is made between two ductile iron flanges, the joint should be 22 polyethylene encased in accordance with Section 33 11 10. 23 4. Flange bolts are normally spaced evenly around the flange. 24 5. During assembly, tighten nuts gradually and equally using a three -pass method in 25 accordance with ASME PCC-1-2012. 26 a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides 27 to prevent misalignment and to ensure that all bolts carry equal loads. 28 b. For the second pass, tighten the nuts to 100 percent again in a diametrically 29 opposite pattern. 30 c. Allow a minimum of 1 hour to pass to provide time for settlement between 31 bolts and nuts and gasket relaxation. 32 d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut 33 should be tightened until it will no longer turn. This step compensates for 34 elastic interaction and brings all bolts into parity. 35 6. The threads of the bolts should protrude a minimum of/2-inch from the nuts. 36 C. Flanged Joints with Isolation Kit 37 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 38 2. City will verify Isolation in accordance with Section 33 04 10. 39 D. Threaded Rod 40 1. Install as part of joint harness assembly in accordance with AWWA Manual MI 1. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 331105-7 BOLTS, NUTS, AND GASKETS Page 7 of 7 1 2. Space rods evenly around the pipe. 2 3. During assembly, tighten nuts gradually and equally using a three -pass method in 3 accordance with ASME PCC-1-2012. 4 a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides 5 to prevent misalignment and to ensure that all bolts carry equal loads. 6 b. For the second pass, tighten the nuts to 100 percent again in a diametrically 7 opposite pattern. 8 4. The threads of the bolts should protrude a minimum of/2-inch from the nuts. 9 5. W ap joint harness assembly with Petrolatum Tape System. 10 E. Petrolatum Tape System 11 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. 12 a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 13 1) High pressure wash of 3,000 to 7,000 psi is also suitable. 14 b. Surfaces may be damp but shall not have droplets or continuous film of water. 15 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff 16 brush, gloved hand or rag at normal ambient temperatures. 17 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to 18 fill irregular shapes and reduce sharp -edged surfaces. 19 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. 20 a. For severely corrosive environments, an overlap of 55 percent is recommended. 21 b. Press air pockets out and smooth all lap seams. 22 5. For additional mechanical protection, overwrap may be applied to increase impact 23 strength and electrical resistance. 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] 32 3.13 MAINTENANCE [NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 35 END OF SECTION 36 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 10- 1 DUCTILE IRON PIPE Page 1 of 14 1 SECTION 33 1110 2 DUCTILE IRON PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.1.b.1 10 2. Added 1.2.A.1.b.2 11 3. Deleted 1.6.13.2 12 4. Modified 2.2.13.4 13 5. Deleted 2.2.B.14.b-f 14 6. Added 2.2.B.14.g 15 7. Added 2.2.B.14.h 16 8. Deleted 2.2.B.7.a-e 17 9. Added 2.2.B.7.a and b 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 20 2. Division 1 — General Requirements 21 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 22 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 23 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 24 6. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 25 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 26 8. Section 33 1105 — Bolts, Nuts, and Gaskets 27 9. Section 33 11 11 — Ductile Iron Fittings 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Ductile Iron Pipe 31 a. Measurement 32 1) Measured horizontally along the surface from center line to center line of 33 the fitting, manhole, or appurtenance 34 b. Payment 35 1) Unit Price - The work performed and materials furnished in accordance 36 with this Item and measured as provided under "Measurement" will be paid 37 for at the unit price bid per linear foot for "DIP" installed for: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 a) Various sizes b) Various types of backfill c) Various linings d) Various Depths, for miscellaneous sewer projects only e) Various restraints f) Various uses 2) Lump Sum Price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings 2) M bilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 30 1.3 REFERENCES 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. M chanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16. 1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 14 1 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 2 Pressure or High Temperature Service, or Both 3 c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 4 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 5 Tensile Strength. 6 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 7 Water or Other Liquids. 8 f. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 9 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 10 Steel. 11 5. American Water Works Association (AWWA): 12 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 13 Enamel and Tape - Hot Applied. 14 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 15 c. M41, Ductile -Iron Pipe and Fittings. 16 6. American Water Works Association/American National Standards Institute 17 (AWWA/ANSI): 18 a. C 104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 19 b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 20 c. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 21 d. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 22 Threaded Flanges. 23 e. C150/A21.50, Thickness Design of Ductile -Iron Pipe. 24 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 25 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 26 7. NSF International (NSF): 27 a. 61, Drinking Water System Components -Health Effects. 28 8. Society for Protective Coatings (SSPC): 29 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS 32 A. Submittals shall be in accordance with Section 0133 00. 33 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 34 specials. 35 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 36 A. Product Data 37 1. Interior lining 38 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 39 C104/A21.4, including: 40 1) Material 41 2) Application recommendations 42 3) Field touch-up procedures 43 2. Thrust Restraint 44 a. Retainer glands, thrust harnesses or any other means CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 33 11 10 - 4 DUCTILE IRON PIPE Page 4 of 14 1 3. Gaskets 2 a. If hydrocarbon or other special gaskets are required 3 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 4 for a wastewater force main for 24-inch and greater diameters, including: 5 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 6 Texas including: 7 a. Working pressure 8 b. Surge pressure 9 c. Deflection 10 , 11 Pfef000ic�l E ecr in Texas, to vefi6- tho root o-un im the 12 cgs. 13 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 14 Professional Engineer in Texas including: 15 a. Pipe class 16 b. Joints type 17 c. Fittings 18 d. Stationing 19 e. Transitions 20 f. Joint deflection 21 C. Certificates 22 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 23 Section, each run of pipe furnished has met Specifications, all inspections have 24 been made, and that all tests have been performed in accordance with 25 AWWA/ANSI C151/A21.51. 26 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Qualifications 31 1. Manufacturers 32 a. Finished pipe shall be the product of 1 manufacturer. 33 1) Change orders, specials, and field changes may be provided by a different 34 manufacturer upon City approval. 35 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 36 under the control of the manufacturer. 37 c. Ductile Iron Pipe 38 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 39 a) Perform quality control tests and maintain results as outlined within 40 standard to assure compliance. 41 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 42 of at least 10 seconds. 43 B. Preconstruction Testing CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 1 1. The City may, at its own cost, subject random lengths of pipe for testing by an 2 independent laboratory for compliance with this Specification. 3 a. The compliance test shall be performed in the United States. 4 b. Any visible defects or failure to meet the quality standards herein will be 5 grounds for rejecting the entire order. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 9 stated in AWWA M41. 10 2. Secure and maintain a location to store the material in accordance with Section 01 11 6600. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI C150/A21.15, and AWWA/ANSI C15l/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 1 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 2 C151/A21.51. Minimum pipe markings shall be as follows: 3 a. "DI" or "Ductile" shall be clearly labeled on each pipe 4 b. Weight, pressure class and nominal thickness of each pipe 5 c. Year and country pipe was cast 6 d. M nufacturer's mark 7 6. Pressure and Deflection Design 8 a. Pipe design shall be based on trench conditions and design pressure class 9 specified in the Drawings. 10 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 11 C150/A21.50, AWWA/ANSI C15l/A21.51, and AWWA M41 for trench 12 construction, using the following parameters: 13 1) Unit Weight of Fill (w) = 130 pcf 14 2) Live Load = AASHTO HS 20 15 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 16 4) Bedding Conditions = Type 4 17 5) Working Pressure (P,,,) = 150 psi 18 6) Surge Allowance (Ps) = 100 psi 19 7) Design Internal Pressure (Pi) = P,,, + P, or 2:1 safety factor of the actual 20 working pressure plus the actual surge pressure, whichever is greater. 21 a) Test Pressure = 22 (1) No less than 1.25 minimum times the stated working pressure (187 23 psi minimum) of the pipeline measured at the highest elevation 24 along the test section. 25 (2) No less than 1.5 times the stated working pressure (225 psi 26 minimum) at the lowest elevation of the test section. 27 8) M ximum Calculated Deflection (DX) = 3 percent 28 9) Restrained Joint Safety Factor (Sf) = 15 percent 29 c. Trench depths shall be verified after existing utilities are located. 30 1) Vertical alignment changes required because of existing utility or other 31 conflicts shall be accommodated by an appropriate change in pipe design 32 depth. 33 2) In no case shall pipe be installed deeper than its design allows. 34 7. Provisions for Thrust 35 a. Mechanicallv restrain all bends, tees, plugs, or other fittings with retainer 36 glands in accordance with this Section. 37 b. Restrain all pipe ioints. 38 'S u' s,.� tee, y).uSo o: ather- fitfiaga-�\'Aall Lc'I. 39 Dwf . 40 'a iiraddition to the meehaniecaljoin-t-r"o[.traiil t 41 her- zenta an -, oei4iea be."Sall ]w mstfained by eon fete fluiust Kjok-ing-aad 42 i., 43 the pipe mafw&eturor, >wrl„ . 44ineltisionin o TOf 45 dimensions fef eenefete thfust bleeking, 46 , 47 . CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 33 11 10-7 DUCTILE IRON PIPE Page 7 of 14 I e. No thfust restraint eefAr-ibtAiar. Aeall be allowed fef the restrained length of pipe 2 3 f Re, .1 1 1 ' i I , when r-eqttir-ed, oSall used for- a stiffieiefA dista-mee from 4 , valve or- ether- fitting to resist thrust whieh will 5 , the 6 €ellec)L 7 4*—V-a4i-ovAY_\1 do oalattlatoa as dead ends 8 c okrall ti 9 . 10 d or paah 11 ' 12 in ceet r 0160 nn 13 g. The Pipe Mafmf4oturor o SaRl 14 , 15 1) T1w weight 16 0c�l rriorrl cetiave the pipe, fz umaw*, 17 — (w"Kimurrl .,ah,e to be used), f ,- tffls tiff tea soil 18 eendi fens 19 ahnaal J ol:n 20 , 21 8. Joints 22 a. General — Comply with AWWA/ANSI C111/A21.11. 23 b. Push -On Joints 24 c. M chanical Joints 25 d. Push -On Restrained Joints 26 1) Restraining Push -on joints by means of a special gasket 27 a) Only those products that are listed in Section 0160 00 28 b) The working pressure rating of the restrained gasket must exceed the 29 test pressure of the pipe line to be installed. 30 c) Approved for use of restraining Ductile Iron Pipe in casing with a 31 carrier pipe of 4-inches to 12-inches 32 d) Otherwise only approved if specially listed on the Drawings 33 2) Push -on Restrained Joint bell and spigot 34 a) Only those products list in the standard products list will be allowed for 35 the size listed in the standard products list per Section 0160 00. 36 b) Pressure rating shall exceed the working and test pressure of the pipe 37 line. 38 e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 39 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 40 g. Field fabricated flanges are prohibited. 41 9. Gaskets 42 a. Provide Gaskets in accordance with Section 33 1105. 43 10. Isolation Flanges 44 a. Flanges required by the drawings to be Isolation Flanges shall conform to 45 Section 33 04 10. 46 11. Bolts and Nuts 47 a. M chanical Joints 48 1) Provide bolts and nuts in accordance with Section 33 11 05. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 14 1 b. Flanged Ends 2 1) M et requirements of AWWA C115. 3 a) Provide bolts and nuts in accordance with Section 33 1105. 4 12. Flange Coatings 5 a. Connections to Steel Flanges 6 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 7 Tape System in accordance with Section 33 1105. 8 13. Ductile Iron Pipe Exterior Coatings 9 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 10 pipe exterior, unless otherwise specified in the Contract Documents. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 14. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Only mai+ufaetufer-s listed in the 'o ftn\Idaaa Pr-e , is List as s>,,...,.. ift ✓�ll b3 9-w l lrr., 1 f ✓r 1 wrl hr.gh den S it-Y er000 llami-at e. M ql M-a wrrrrrmratrr. o° every 2 feet along its length, the mark polyethylene film with the fellowing infefmafiew 1) rye or- ,fade..,,.,.-, 2) Year- of fnai+ufaetur-er- 4"1 lilmum fikin thiokrziB0 L'id wizkar-ial Pfpe 6"xrzmg Geffesien Pr-eteetien Repair- Any Damage 1) Reelaim one of the following! c) Lcta of po1r; "RECLAIMED Pro ido ym*, c V_I; -.\kr Dublis Y ^ I o" c) Lcta of po1r; ", Pro a kn,�_oorda-a e with the Amer-;o-an P>:via Y g. Polvethvlene encasement for use with ductile iron pine systems shall consist of three lavers of co -extruded linear low densitv Dolvethvlene (LLDPE). fused into a single thickness of not less than eight mils. h. The inside surface of the Dolvethvlene wrap to be in contact with the Dine exterior shall be infused with a blend of anti -microbial biocide to mitigate microbiologically infused corrosion and a volatile corrosion inhibitor to control galvanic corrosion. i. M nimum widths C. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 1 Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 2 1. Ductile Iron Pipe Interior Lining 3 a. Cement Mortar Lining 4 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 5 accordance with AWWA/ANSI C 104/A21.04 and be acceptable according 6 to NSF 61. 7 b. Ceramic Epoxy or Epoxy Linings 8 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 9 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 10 Products List as shown in Section 0160 00. 11 2) Apply lining at a minimum of 40 mils DFT. 12 3) Due to the tolerances involved, the gasket area and spigot end up to 6 13 inches back from the end of the spigot end must be coated with 6 mils 14 nominal, 10 mils maximum using a Joint Compound as supplied by the 15 manufacturer. 16 a) Apply the joint compound by brush to ensure coverage. 17 b) Care should betaken that the joint compound is smooth without excess 18 buildup in the gasket seat or on the spigot ends. 19 c) Coat the gasket seat and spigot ends after the application of the lining. 20 4) Surface preparation shall be in accordance with the manufacturer's 21 recommendations. 22 5) Check thickness using a magnetic film thickness gauge in accordance with 23 the method outlined in SSPC PA 2. 24 6) Test the interior lining of all pipe barrels for pinholes with a non- 25 destructive 2,500 volt test. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 1 a) Repair any defects prior to shipment. 2 7) Mark each fitting with the date of application of the lining system along 3 with its numerical sequence of application on that date and records 4 maintained by the applicator of his work. 5 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 6 cut, coat the exposed surface with the touch-up material as recommended 7 by the manufacturer. 8 a) The touch-up material and the lining shall be of the same manufacturer. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 1 1 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] 15 3.4 INSTALLATION 16 A. General 17 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 18 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 19 recommendations. 20 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 21 3. Lay pipe to the lines and grades as indicated in the Drawings. 22 4. Excavate and backfill trenches in accordance with Section 33 05 10. 23 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 24 6. For installation of carrier pipe within casing, see Section 33 05 24. 25 B. Pipe Handling 26 1. Haul and distribute pipe and fittings at the project site. 27 2. Handle piping with care to avoid damage. 28 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 29 lowering into the trench. 30 b. Do not handle the pipe in such a way that will damage the interior lining. 31 c. Use only nylon ropes, slings or other lifting devices that will not damage the 32 surface of the pipe for handling the pipe. 33 3. At the close of each operating day: 34 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 35 the laying operation. 36 b. Effectively seal the open end of the pipe using a gasketed night cap. 37 C. Joint Making 38 1. Mechanical Joints CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 1 a. Bolt the follower ring into compression against the gasket with the bolts 2 tightened down evenly then cross torqued in accordance with AWWA C600. 3 b. Overstressing of bolts to compensate for poor installation practice will not be 4 permitted. 5 2. Push -on Joints 6 a. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 7 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 8 c. Place the gasket in the bell in the position prescribed by the manufacturer. 9 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 10 gasket and the outside of the spigot prior to entering the spigot into the bell. 11 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 12 conform to AWWA C600. 13 3. Flanged Joints 14 a. Use erection bolts and drift pins to make flanged connections. 15 1) Do not use undue force or restraint on the ends of the fittings. 16 2) Apply even and uniform pressure to the gasket. 17 b. The fitting must be free to move in any direction while bolting. 18 1) Install flange bolts with all bolt heads faced in one direction. 19 4. Joint Deflection 20 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 21 and grades and shown in the Drawings. 22 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 23 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 24 C600. 25 d. The manufacturer's recommendation may be used with the approval of the 26 Engineer. 27 D. Polyethylene Encasement Installation 28 1. Preparation 29 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 30 installation of polyethylene encasement. 31 1) Prevent soil or embedment material from becoming trapped between pipe 32 and polyethylene. 33 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 34 with minimum space between polyethylene and pipe. 35 1) Provide sufficient slack in contouring to prevent stretching polyethylene 36 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 37 joints or fittings and to prevent damage to polyethylene due to backfilling 38 operations. 39 2) Secure overlaps and ends with adhesive tape and hold. 40 c. For installations below water table and/or in areas subject to tidal actions, seal 41 both ends of polyethylene tube with adhesive tape at joint overlap. 42 2. Tubular Type (Method A) 43 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 44 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 45 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 46 ends. 47 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 1 d. M ke shallow bell hole at joints to facilitate installation of polyethylene tube. 2 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 3 polyethylene from preceding length of pipe, slip it over end of the new length 4 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 5 f. Secure overlap in place. 6 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 7 of pipe, securing fold at quarter points. 8 h. Repair cuts, tears, punctures or other damage to polyethylene. 9 i. Proceed with installation of next pipe in same manner. 10 3. Tubular Type (Method B) 11 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 12 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 13 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 14 of pipe, securing fold at quarter points; secure ends. 15 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 16 proceeding pipe section, bunching it accordion -fashion lengthwise. 17 e. After completing joint, pull 3-foot length of polyethylene over joint, 18 overlapping polyethylene previously installed on each adjacent section of pipe 19 by at least 1 foot; make each end snug and secure. 20 4. Sheet Type 21 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 22 section. 23 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 24 it until it clears the pipe ends. 25 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 26 quadrant of pipe. 27 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 28 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 29 of pipe. 30 f. M ke shallow bell hole at joints to facilitate installation of polyethylene. 31 g. After completing joint, make overlap and secure ends. 32 h. Repair cuts, tears, punctures or other damage to polyethylene. 33 i. Proceed with installation of next section of pipe in same manner. 34 5. Pipe -Shaped Appurtenances 35 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 36 polyethylene in same manner as pipe and fittings. 37 6. Odd -Shaped Appurtenances 38 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 39 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 40 sheet under appurtenances and bringing it up around body. 41 b. M ke seams by bringing edges together, folding over twice and taping down. 42 c. Tape polyethylene securely in place at the valve stem and at any other 43 penetrations. 44 7. Repairs 45 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 46 or with short length of polyethylene sheet or cut open tube, wrapped around 47 fitting to cover damaged area and secured in place. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 1 8. Openings in Encasement 2 a. Provide openings for branches, service taps, blow -offs, air valves and similar 3 appurtenances by making an X-shaped cut in polyethylene and temporarily 4 folding back film. 5 b. After appurtenance is installed, tape slack securely to appurtenance and repair 6 cut, as well as other damaged area in polyethylene with tape. 7 c. Service taps may also be made directly through polyethylene, with any 8 resulting damaged areas being repaired as described above. 9 9. Junctions between Wrapped and Unwrapped Pipe: 10 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, 11 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 12 b. Secure end with circumferential turns of tape. 13 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 14 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 15 3.5 REPAIR/RESTORATION 16 A. Patching 17 1. Excessive field -patching is not permitted of lining or coating. 18 2. Patching of lining or coating will be allowed where area to be repaired does not 19 exceed 100 square inches and has no dimensions greater than 12 inches. 20 3. In general, there shall not be more than 1 patch on either the lining or the coating of 21 any 1 joint of pipe. 22 4. Wherever necessary to patch the pipe: 23 a. Make patch with cement mortar as previously specified for interior joints. 24 b. Do not install patched pipe until the patch has been properly and adequately 25 cured and approved for laying by the City. 26 5. Promptly remove rejected pipe from the site. 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL 29 A. Potable Water Mains 30 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 31 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 32 main as specified in Section 33 04 40. 33 B. Wastewater Lines 34 1. Closed Circuit Television (CCTV) Inspection 35 a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 33 11 10-14 DUCTILE IRON PIPE Page 14 of 14 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A. Lb. — Updated Payment types 12/20/2012 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12 — Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets 12/9/2022 W Norwood 2.2 B. 7. Revised "Provisions for Thrust" section CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 9, 2022 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 1111 DUCTILE IRON FITTINGS 331111-1 DUCTILE IRON FITTINGS Page 1 of 13 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Modified 1.2.A.1.b.1 12 2. Added 1.2.A.1.b.2 13 3. Deleted 2.2.13.11.b-f 14 4. Added 2.2.13.11.g 15 5. Added 2.2.B.1l.h 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 18 Contract 19 2. Division 1 — General Requirements 20 3. Section 03 30 00 — Cast -in -Place Concrete 21 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 22 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 23 6. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 24 7. Section 33 1105 — Bolts, Nuts, and Gaskets 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Ductile Iron Water Fittings with Restraint 28 a. Measurement 29 1) Shall be per ton of fittings supplied 30 2) Fittings weights are the sum of the various types of fittings multiplied by 31 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 32 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 33 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 34 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 35 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 36 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 37 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 38 measured in accordance with AWWA/ANSI C153/A21.53. 39 b. Payment CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 11 11 -2 DUCTILE IRON FITTINGS Page 2 of 13 1) Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Water Fittings with Restraint". 2) Lump Sum Price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraints 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C11O/A21.1O are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C11O/A21.1O fittings. 4) If the Contractor chooses to supply AWWA/ANSI C11O/A21.1O (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 33 11 11 -3 DUCTILE IRON FITTINGS Page 3 of 13 8) Disposal of excess material 2 9) Furnishing and installing bolts, nuts, and restraints 3 10) Furnishing, placement and compaction of embedment 4 11) Furnishing, placement and compaction of backfill 5 12) Clean-up 6 13) Cleaning 7 14) Disinfection 8 15) Testing 9 1.3 REFERENCES 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 A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting, consisting of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSI/AWWA C110/A21.10. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 4. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. c. M41, Ductile -Iron Pipe and Fittings. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. C 110/A21.10, Ductile -Iron and Gray -Iron Fittings. d. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. e. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 33 11 11 -4 DUCTILE IRON FITTINGS Page 4 of 13 1 g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 2 6. NSF International (NSF): 3 a. 61, Drinking Water System Components - Health Effects. 4 7. Society for Protective Coatings (SSPC): 5 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 0133 00. 9 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 10 specials. 11 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 12 A. Product Data 13 1. Ductile Iron Fittings 14 a. Pressure class 15 b. Interior lining 16 c. Joint types 17 2. Polyethylene encasement and tape 18 a. Planned method of installation 19 b. Whether the film is linear low density or high density cross linked polyethylene 20 c. The thickness of the film provided 21 3. The interior lining, if it is other than cement mortar lining in accordance with 22 AWWA/ANSI C104/A21.4 23 a. Material 24 b. Application recommendations 25 c. Field touch-up procedures 26 4. Thrust Restraint 27 a. Retainer glands 28 b. Thrust harnesses 29 c. Any other means 30 5. Gaskets 31 a. Provide Gaskets in accordance with Section 33 1105. 32 6. Isolation Flanges 33 a. Flanges required by the drawings to be Isolation Flanges shall conform to 34 Section 33 04 10. 35 7. Bolts and Nuts 36 a. Mechanical Joints 37 1) Provide bolts and nuts in accordance with Section 33 11 05. 38 b. Flanged Ends 39 1) Meet requirements of AWWA C115. 40 a) Provide bolts and nuts in accordance with Section 33 1105. 41 8. Flange Coatings 42 a. Connections to Steel Flanges 43 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 44 Tape System in accordance with Section 33 1105. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 33 11 11 -5 DUCTILE IRON FITTINGS Page 5 of 13 1 B. Certificates 2 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 3 meet the provisions of this Section and meet the requirements of AWWA/ANSI 4 CI10/A21.10 or AWWA/ANSI C153/A21.53. 5 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Qualifications 10 1. Manufacturers 11 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 12 performed under the control of the manufacturer. 13 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 14 C110/A21.10 or AWWA/ANSI C153/A21.53. 15 1) Perform quality control tests and maintain the results as outlined in these 16 standards to assure compliance. 17 B. Preconstruction Testing 18 1. The City may, at its own cost, subject random fittings for destructive testing by an 19 independent laboratory for compliance with this Specification. 20 a. The compliance test shall be performed in the United States. 21 b. Any visible defects or failure to meet the quality standards herein will be 22 grounds for rejecting the entire order. 23 1.10 DELIVERY, STORAGE, AND HANDLING 24 A. Storage and Handling Requirements 25 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 26 2. Secure and maintain a location to store the material in accordance with Section 01 27 6600. 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 33 A. Manufacturers 34 1. Only the manufacturers as listed on the City's Standard Products List will be 35 considered as shown in Section 0160 00. 36 a. The manufacturer must comply with this Specification and related Sections. 37 2. Any product that is not listed on the Standard Products List is considered a 38 substitution and shall be submitted in accordance with Section 0125 00. 39 B. Ductile Iron Fittings CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 11 11 -6 DUCTILE IRON FITTINGS Page 6 of 13 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, AWWA/ANSI CI53/A21.53. 2. All fittings for potable water service shall meet the requirements of NSF 61. 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of the pipe which the fitting is connected, unless specifically indicated in the Drawings. 4. Fittings Markings a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark 5. Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch— 12-inch, 305psi (2) 14-inch — 16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it should be easy to differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. b. Push -On, Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in 0160 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 33 11 11 -7 DUCTILE IRON FITTINGS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Page 7 of 13 c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 0160 00 b) Pressure rating shall exceed the working and test pressure of the pipe line c. Flanged Joints 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 3) Field fabricated flanges are prohibited. 6. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 7. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 8. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 05. 9. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 1105. 10. Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil thick, on the exterior, unless otherwise specified in the Contract Documents. 11. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b. Only mantt cturaro lrJejGit-y's Standard Pr-e"ts List as shown in d.Ene-aaeawnt- rr k�,a �d fit4ingG-a Sall ti-a �>w l linaaf low deasit-y (LLD) 1 f c& 1 w l li gh dead ef000 kami-at t, A V3A A kNS1 r105/A21.E wnd AST—"AST-N4 A67T e . Mam tea Wr rrMra. o` evefy 2 feet along its length, polyethylene film with the fellowing infefma4iew 1 ) N kw. - i f KavbarL\-'c rf_,�v ie t: fa doma—d, 2) Year- of fnamifaetur-er- 3) AWWniANS!G105 Alt 5 4"linimum film L\nd n7\er-ial t"e 5) Appheable range of nominal diametef sizes CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 33 11 11 -8 DUCTILE IRON FITTINGS Page 8 of 13 r) Lcbbr l Nj�' "RECLAIMED 1!) fro .da y/.,Wvjyol; ethylene in aeeerdanee with the a -a PuVks Y r00t11., c) Laln �; « itovide green pelyeth�4eae in aeeefda-aee with the azn P>:vic Y g. Polvethvlene encasement for use with ductile iron pine systems shall consist of three lavers of co -extruded linear low densitv nolvethvlene (LLDPE). fused into a single thickness of not less than eight mils. h. The inside surface of the nolvethvlene wrap to be in contact with the nine exterior shall be infused with a blend of anit-microbial biocide to mitigate microbiologically influenced corrosion and a volatile corrosion inhibitor to control galvanic corrosion. i. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 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 33 11 11 -9 DUCTILE IRON FITTINGS Page 9 of 13 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C 104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section 0160 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should betaken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all fittings for pinholes with a non-destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Fittings in wastewater service where the fitting has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 - EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION [NOT USED] 36 3.3 PREPARATION [NOT USED] 37 3.4 INSTALLATION 38 A. General 39 1. Install fittings, specials and appurtenances as specified herein, as specified in 40 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 41 recommendations. 42 2. Lay fittings to the lines and grades as indicated in the Drawings. 43 3. Excavate and backfill trenches in accordance with 33 05 10. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 33 11 11 - 10 DUCTILE IRON FITTINGS Page 10 of 13 1 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 2 B. Joint Making 3 1. Mechanical Joints with required mechanical restraint 4 a. All mechanical joints require mechanical restraint. 5 b. Bolt the retainer gland into compression against the gasket, with the bolts 6 tightened down evenly then cross torqued in accordance with AWWA C600. 7 c. Overstressing of bolts to compensate for poor installation practice will not be 8 permitted. 9 2. Push -on Joints (restrained) 10 a. All push -on joints shall be restrained push -on type. 11 b. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 12 c. Wipe clean the gasket seat inside the bell of all extraneous matter. 13 d. Place the gasket in the bell in the position prescribed by the manufacturer. 14 e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 15 gasket and the outside of the spigot prior to entering the spigot into the bell. 16 f. When using a field cut plain end piece of pipe, refinished the field cut and scarf 17 to conform to AWWA M-41. 18 3. Flanged Joints 19 a. Use erection bolts and drift pins to make flanged connections. 20 1) Do not use undue force or restraint on the ends of the fittings. 21 2) Apply even and uniform pressure to the gasket. 22 b. The fitting must be free to move in any direction while bolting. 23 1) Install flange bolts with all bolt heads faced in 1 direction. 24 4. Joint Deflection 25 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 26 and grades and shown in the Drawings. 27 b. The deflection of each joint must be in accordance with AWWA C600 Table 3 28 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 29 C600. 30 d. The manufacturer's recommendation may be used with the approval of the 31 Engineer. 32 C. Polyethylene Encasement Installation 33 1. Preparation 34 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 35 installation of polyethylene encasement. 36 1) Prevent soil or embedment material from becoming trapped between 37 fittings and polyethylene. 38 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 39 with minimum space between polyethylene and fittings. 40 1) Provide sufficient slack in contouring to prevent stretching polyethylene 41 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 42 joints or fittings, and to prevent damage to polyethylene due to backfilling 43 operations. 44 2) Secure overlaps and ends with adhesive tape and hold. 45 c. For installations below water table and/or in areas subject to tidal actions, seal 46 both ends of polyethylene tube with adhesive tape at joint overlap. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 33 11 11 - 11 DUCTILE IRON FITTINGS Page 11 of 13 1 2. Tubular Type (Method A) 2 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 3 section. 4 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 5 pipe section and bunching it accordion -fashion lengthwise until it clears fittings 6 ends. 7 c. Lower fittings into trench with preceding section of pipe. 8 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 9 e. After assembling fittings make overlap of polyethylene tube, pull bunched 10 polyethylene from preceding length of pipe, slip it over end of the fitting and 11 wrap until it overlaps joint at end of preceding length of pipe. 12 f. Secure overlap in place. 13 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 14 barrel of fitting, securing fold at quarter points. 15 h. Repair cuts, tears, punctures or other damage to polyethylene. 16 i. Proceed with installation of next fitting in same manner. 17 3. Tubular Type (Method B) 18 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 19 section. 20 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 21 end. 22 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 23 barrel of fitting, securing fold at quarter points; secure ends. 24 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 25 proceeding pipe section, bunching it accordion -fashion lengthwise. 26 e. After completing joint, pull 3-foot length of polyethylene over joint, 27 overlapping polyethylene previously installed on each adjacent section of pipe 28 by at least 1 foot; make each end snug and secure. 29 4. Sheet Type 30 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 31 section. 32 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 33 clears the fitting ends. 34 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 35 quadrant of fitting. 36 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 37 e. Lower wrapped fitting into trench with preceding section of pipe. 38 £ Make shallow bell hole at joints to facilitate installation of polyethylene. 39 g. After completing joint, make overlap and secure ends. 40 h. Repair cuts, tears, punctures or other damage to polyethylene. 41 i. Proceed with installation of fittings in same manner. 42 5. Pipe -Shaped Appurtenances 43 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 44 polyethylene in same manner as pipe and fittings. 45 6. Odd -Shaped Appurtenances 46 a. When it is not practical to wrap valves, tees, crosses and other odd -shaped 47 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 48 sheet under appurtenances and bringing it up around body. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 331111 -12 DUCTILE IRON FITTINGS Page 12 of 13 1 b. Make seams by bringing edges together, folding over twice and taping down. 2 c. Tape polyethylene securely in place at the valve stem and at any other 3 penetrations. 4 7. Repairs 5 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 6 or with short length of polyethylene sheet or cut open tube, wrapped around 7 fitting to cover damaged area, and secure in place. 8 8. Openings in Encasement 9 a. Provide openings for branches, service taps, blow -offs, air valves and similar 10 appurtenances by making an X-shaped cut in polyethylene and temporarily 11 folding back film. 12 b. After appurtenance is installed, tape slack securely to appurtenance and repair 13 cut, as well as other damaged area in polyethylene with tape. 14 c. Service taps may also be made directly through polyethylene, with any 15 resulting damaged areas being repaired as described above. 16 9. Junctions between Wrapped and Unwrapped Fittings 17 a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, 18 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 19 b. Secure end with circumferential turns of tape. 20 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 21 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 22 Fittings. 23 D. Blocking 24 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 25 crosses and plugs in the pipe lines as indicated in the Drawings. 26 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 27 normal to the thrust. 28 3. The supporting area for each block shall be at least as great as that indicated on the 29 Drawings and shall be sufficient to withstand the thrust, including water hammer, 30 which may develop. 31 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 32 5. If the Contractor encounters soil that appears to be different than that which was 33 used to calculate the blocking according to the Drawings, the Contractor shall 34 notify the Engineer prior to the installation of the blocking. 35 3.5 REPAIR/RESTORATION 36 A. Patching 37 1. Excessive field -patching is not permitted of lining or coating. 38 2. Patching of lining or coating will be allowed where area to be repaired does not 39 exceed 100 square inches and has no dimensions greater than 12 inches. 40 3. In general, there shall not be more than 1 patch on either the lining or the coating of 41 any fitting. 42 4. Wherever necessary to patch the fitting: 43 a. Make patch with cement mortar as previously specified for interior joints. 44 b. Do not install patched fitting until the patch has been properly and adequately 45 cured and approved for laying by the City. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 33 11 11 - 13 DUCTILE IRON FITTINGS Page 13 of 13 1 c. Promptly remove rejected fittings from the site. 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL 4 A. Potable Water Mains 5 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 6 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 7 main as specified in Section 33 04 40. 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 16 DATE NAME 12/20/2012 D.Johnson 9/20/2017 W. Norwood 17 END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A.l.c — Restraints included in price bid 1.2.A.2.c — Restraints included in price bid 1.3 — Added definitions of gland types for clarity 2.2.B.5 — Removed unrestrained push -on and mechanical joints 2.2.B.6, 7, 8, and 9 — Added reference to Section 33 05 10 and 33 04 10; removed material specifications for bolts, nuts and gaskets. 3.4 — Requirement for all mechanical and push -on joints to be restrained 3.4.D — Corrected reference 2.2.B.5.a.7 — Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 20, 2017 33 11 12- 1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 9 1 SECTION 33 1112 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, 7 wastewater and reuse applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A.2.a 10 2. Deleted 1.2.A.2.b 11 3. Added 1.2.A.2.c 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. 33 0131 — Closed Circuit Television (CCTV) Inspection 17 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 18 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 19 6. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 20 7. 33 11 11 — Ductile Iron Fittings 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measured horizontally along the surface from center line to center line of the 25 fitting, manhole, or appurtenance 26 2. Payment 27 a. Unit Price - The work performed and materials furnished in accordance with 28 this Item and measured as provided under "Measurement" will be paid for at 29 the unit price bid per linear foot of "PVC Water Pipe" installed for: 30 1) Various sizes 31 2) Various types of backfill 32 b. The work per-fen*ed and ater-ials fttmished in aeeerda-aee with this item a -a' 33 auffrtVri 34 " installed 35 36 c. Lump Sum Price — The work performed and materials furnished in 37 accordance with this Item and measured as provided under 38 "Measurement" will be included in the total lump sum price. 39 3. The price bid shall include: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 9, 2022 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 9 1 a. Furnishing and installing PVC Pressure Pipe with joints as specified by the 2 Drawings 3 b. Mobilization 4 c. Pavement removal 5 d. Excavation 6 e. Hauling 7 f. Disposal of excess material 8 g. Furnishing, placement and compaction of embedment 9 h. Furnishing, placement and compaction of backfill 10 i. Trench water stops 11 j. Thrust restraint, if required by Contract Documents 12 k. Gaskets 13 1. Clean-up 14 m. Cleaning 15 n. Disinfection 16 o. Testing 17 1.3 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification, unless a date is specifically cited. 22 2. American Association of State Highway and Transportation Officials (AASHTO). 23 3. ASTM International (ASTM): 24 a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) 25 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 26 b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using 27 Flexible Elastomeric Seals. 28 4. American Water Works Association (AWWA): 29 a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 30 b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes 31 and Fittings for Water. 32 c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN 33 through 60 IN (100 mm thru 1,500 mm). 34 d. M23, PVC Pipe — Design and Installation. 35 e. M41, Ductile -Iron Pipe and Fittings. 36 5. NSF International (NSF): 37 a. 61, Drinking Water System Components —Health Effects. 38 b. 14, Plastics Piping System Components and Related Materials. 39 6. Underwriters Laboratories, Inc. (UL). 40 a. UL 1285, UL Standard for Safety Pipe and Couplings, Polyvinyl Chloride 41 (PVC), and Oriented Polyvinyl Chloride (PVCO) for Underground Fire 42 Service. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 9, 2022 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery. 5 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Product Data 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900 or AWWA C900. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 9, 2022 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 9 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Finished pipe shall be the product of 1 manufacturer for each size, unless 7 otherwise approved by the City. 8 1) Change orders, specials, and field changes may be provided by a different 9 manufacturer upon City approval. 10 b. Pipe manufacturing operations shall be performed under the control of the 11 manufacturer. 12 c. All pipe furnished shall be in conformance with AWWA C900. 13 1.10 DELIVERY, STORAGE, AND HANDLING 14 A. Storage and Handling Requirements 15 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 16 2. Secure and maintain a location to store the material in accordance with Section 01 17 6600. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 22 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 23 A. Manufacturers 24 1. Only the manufacturers as listed in the City's Standard Products List will be 25 considered as shown in Section 0160 00. 26 a. The manufacturer must comply with this Specification and related Sections. 27 2. Any product that is not listed on the Standard Products List is considered a 28 substitution and shall be submitted in accordance with Section 0125 00. 29 B. Pipe 30 1. Pipe shall be in accordance with AWWA C900. 31 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 32 3. Pressure Pipe shall be approved by the UL. 33 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces 34 necessary to comply with the Drawings. 35 5. The pipe material shall be PVC, meeting the requirements of ASTM D 1784, with a 36 cell classification of 12454. Outside diameters must be equal to those of cast iron 37 and ductile iron pipes. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 9, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 33 11 12-5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 9 6. As a minimum the following Dimension Ratio's apply: Diameter Min Pressure Class (inch) (psi) 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (P,,,) = 150 psi g. Surge Allowance (Ps) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection = 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained, corrosion resistant joints. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 9, 2022 33 11 12-6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 9 1 b. In addition to the mechanical joint restraint required for all bends and fittings, 2 horizontal and vertical bends shall be restrained by concrete thrust blocking and 3 by mechanical joint restraint along the length of the pipe, as recommended by 4 the pipe manufacturer, unless shown otherwise in the design drawings. 5 Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or 6 dimensions for concrete thrust blocking, shall be interpreted to mean the 7 exclusion of the other method of restraint, unless both methods are specifically 8 required in the plans. 9 c. No thrust restraint contribution shall be allowed for the restrained length of 10 pipe within the casing. 11 d. Restrained joints, where required, shall be used for a sufficient distance from 12 each side of the bend, tee, plug, valve, or other fitting to resist thrust which will 13 be developed at the design pressure of the pipe. For the purpose of thrust the 14 following shall apply: 15 1) Calculate valves as dead ends. 16 2) Design pressure shall be greater than the pressure class of the pipe or the 17 internal pressure (Pi), whichever is greater. 18 3) Restrained joints shall consist of approved mechanical restrained or push- 19 on restrained joints as listed in the City's Standard Products List as shown 20 in Section 0160 00. 21 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. 22 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 23 resist thrust in accordance with the Drawings and the following: 24 1) Calculate the weight of the earth (We) as the weight of the projected soil 25 prism above the pipe, for unsaturated soil conditions. 26 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil 27 conditions 28 3) In locations where ground water is encountered, reduce the soil density to 29 its buoyant weight for the backfill below the water table. 30 a) Reduce the coefficient of friction to 0.25. 31 4. Joints 32 a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM 33 D3139. 34 b. Since each pipe manufacturer has a different design for push -on joints, gaskets 35 shall be part of a complete pipe section and purchased as such. 36 c. Lubricant must be non -toxic and NSF approved for potable water applications. 37 d. Push -On Restrained Joints shall only be as approved in the Standard Products 38 List in Section 0160 00. 39 5. Detectable Markers 40 a. Provide detectable markers in accordance with Section 33 05 26. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 9, 2022 33 11 12-7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 9 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 10 AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe 11 manufacturer's recommendations. 12 2. Lay pipe to the lines and grades as indicated in the Drawings. 13 3. Excavate and backfill trenches in accordance with Section 33 05 10. 14 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 15 5. For installation of carrier pipe within casing, see Section 33 05 24. 16 B. Pipe Handling 17 1. Haul and distribute pipe and fittings at the project site. 18 a. Pipe shall be handled and stored in accordance with the manufacturer's 19 recommendations. 20 2. Handle piping with care to avoid damage. 21 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 22 lowering into the trench. 23 b. Conduit shall be homogeneous throughout and free from voids, cracks, 24 inclusions and other defects, and shall be uniform as commercially 25 practicable in color, density and other physical characteristics. 26 c. Use only nylon ropes, slings or other lifting devices that will not damage the 27 surface of the pipe for handling the pipe. 28 3. At the close of each operating day: 29 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 30 the laying operation. 31 b. Effectively seal the open end of the pipe using a gasketed night cap. 32 C. Joint Making 33 1. Mechanical Joints 34 a. In accordance with Section 33 11 11. 35 2. Push -on Joints 36 a. Install Push -On joints as defined in AWWA C900. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 9, 2022 33 11 12-8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 9 1 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 e. When using a field cut plain end piece of pipe, refinish the field cut to conform 4 to AWWA C605. 5 3. Joint Deflection 6 a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines 7 and grades shown in the Drawings. 8 b. Joint deflection shall not exceed 50 percent of the manufacturer's 9 recommendation. 10 D. Detectable Metallic Tape Installation 11 1. See Section 33 05 26. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL 15 A. Potable Water Mains 16 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 17 mains: 18 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 19 main as specified in Section 33 04 40. 20 B. Wastewater- Lines 21 1 Closed Gir-euit Television (CCTV) inspection 22 a. Pr-evide a Post CCTV laspeetion in accordance with Section 33 01 31. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3 — revised maximum joint deflection requirements 12/20/2012 D. Johnson 3.4.C.1 — Added reference to Ductile Iron Fittings 3.4.1) — Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 9, 2022 33 11 12 - 9 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 9 of 9 Change Section 2.2 B. 5. from "The pipe material shall be PVC, meeting the 4/1/2013 F. Griffin requirements of ASTM D1784, with a cell classification of 12454-B." to "The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454". 11/14/2018 D.V. Magana All references to use of C905 are no longer applicable and are deleted. 1.3.A.4.c — Updated to reflect C900 applicable on PVC pipe sized 4" through 60". 1. LA Modified acceptable range for specification from 36-inch to 24-inch 1.3.A.4.c Updated C900 to reflect metric dimensions 1.3.A.5.b & 2.2.B.2 Addition of "NSF 14 Plastics Piping System Components and Related Materials" 1.3.A.6.a Addition of "UL 1285 UL Standard for Safety Pipe and Couplings, PVC and PVCO for Underground Fire Service" 2.2.C.3.a Addition of "corrosion resistant" and deletion of "when required by the Drawings" 9/9/22 W Norwood 2.2.C.3. Add " b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe as recommended by the pipe manufacturer, unless shown otherwise in the design drawings" 3A.B.1. Add " a. Pipe shall be handled and stored in accordance with manufacture's recommendations" 3A.B.2 Add "b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics" CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised September 9, 2022 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 33 11 14- 1 BURIED STEEL PIPE AND FITTINGS Pagel of 31 SECTION 33 1114 BURIED STEEL PIPE AND FITTINGS A. Section Includes: 1. Buried Steel Pipe 24-inches and larger for potable water applications B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.B.2 3. Modified 1.3.A.4.a and g 4. Added 1.3.A.6.i and k 5. Added 1.3.A.12.e 6. Modified 1.6.13.3.a 7. Added 1.6.13.3.1 8. Modified 1.6.C.1 9. Added 1.6.C.l.h and i 10. Modified 1.9.A.l.c and d 11. Modified 1.9.A.1.d.2 12. Modified 1.10.A.4.d.4 13. Added 1.10.A.4.d.5 14. Modified 2.2.B.2.a.1 15. Deleted 2.2.B.2.k.1 16. Modified 2.2.B.2.a.1.k.2 and 3 17. Deleted 2.2.13.2.b.l.a 18. Modified 2.2.13.2.b.l.c 19. Modified 2.2.13.3.a 20. Modified 2.2.B.3.b.1 and 3 21. Added 2.2.13.3.c 22. Modified 2.2.13.4.1 23. Modified 2.2.B.7.a and e 24. Modified 2.2.B.8.b 25. Modified 2.2.13.11.a.2 and 5 26. Modified 2.2.B.12.b 27. Modified 2.2.B.12.b.1 28. Modified 2.2.B.12.c.1 and 2 29. Modified 2.2.B.12.d.1 and 2 30. Deleted 2.2.B.12.d.3 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 33 11 14 - 2 BURIED STEEL PIPE AND FITTINGS Page 2 of 31 31. Modified 2.2.C.l.g 32. Modified 2.2.C.2.b.1 and 2 33. Modified 2.2.C.2.c 34. Modified 2.2.C.2.d.2 and 5 35. Modified 2.2.C.4.e 36. Modified 2.2.C.5.a 37. Modified 2.2.C.8.a 38. Modified 2.2.C.9.c.3.b.1 39. Modified 2.2.C.9.c.8 40. Modified 2.2.C.9.d.1 41. Modified 2.2.C.9.e.3 and 6 42. Modified 2.2.C.1O.b.9 43. Modified 2.2.C.11 44. Added 2.4.D.2.e 45. Deleted 2A.D.3 46. Modified 3A.A.1 47. Modified 3.4.B.2.a and b 48. Modified 3.4.C.3 49. Modified 3A.D.l.d 50. Modified 3.4.D.2.a.3 51. Modified 3.4.G.1.a.1 and 4 52. Modified 3.4.G.l.c 53. Modified 3.4.G.1.d.1 54. Modified 3.4.G.2 55. Modified 3.4.G.2.a 56. Deleted 3.5.A.l.a 57. Modified 3.5.A.l.b and c 58. Modified 3.7.A.3.a 59. Added 3.7.A.3.a.1-6 60. Modified 3.7.A.5.a C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 33 0131 - Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 - Joint Bonding and Electrical Isolation 5. Section 33 04 40 - Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 -Utility Trench Excavation, Embedment, and Backfill 7. Section 33 1105 - Bolts, Nuts, and Gaskets CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 11 14-3 BURIED STEEL PIPE AND FITTINGS Page 3 of 31 1.2 PRICE AND PAYMENT PROCEDURES A. M asurement and Payment 1. Buried Steel Pipe a. M asurement 1) M asured horizontally along the surface from center line to center line of the fitting or appurtenance b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Steel AWWA C200 Pipe" installed for: a) Various sizes b) Various type of backfill 2) Lump Sum Price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) M bilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint 11) Bolts and nuts 12) Welding 13) Gaskets 14) Furnishing, placement and compaction of backfill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Buried Steel Pipe Fittings a. M asurement 1) M asurement for this Item shall be by lump sum. b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum price bid for "Steel Fittings". 2) Lump Sum Price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14-4 BURIED STEEL PIPE AND FITTINGS Page 4 of 31 1 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 2 Drawings 3 2) M bilization 4 3) Coating 5 4) Lining 6 5) Pavement removal 7 6) Excavation 8 7) Hauling 9 8) Disposal of excess material 10 9) Furnishing, placement and compaction of embedment 11 10) Thrust restraint 12 11) Bolts and nuts 13 12) Welding 14 13) Gaskets 15 14) Furnishing, placement and compaction of backfill 16 15) Trench water stops 17 16) Clean-up 18 17) Cleaning 19 18) Disinfection 20 19) Testing 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 2. American Architectural Manufacturers Association (AASHTO). 27 3. American Society of Mechanical Engineers (ASME): 28 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 29 4. ANSI International (ASTM): 30 , 31 A193, Standard Specification for Allov-Steel and Stainless 32 Steel Bolting for High -Temperature or High -Pressure Service and Other 33 Special Purpose Application. 34 b. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 35 c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 36 Steel. 37 d. C33, Standard Specifications for Concrete Aggregates. 38 e. C144, Standard Specification for Aggregate for Masonry Mortar. 39 f. C150, Standard Specification for Portland Cement. 40 g. C595, Standard Specification for Blended Hvdraulic Cements 41 h. C216, Standard Specification for Facing Brick (Solid Masonry Units Made 42 from Clay or Shale). 43 i. D 16, Standard Terminology for Paint, Related Coatings, Materials, and 44 Applications. 45 j. D242, Standard Specification for Mineral Filler for Bituminous Paving 46 Mixtures. 47 k. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic 48 Coatings. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 5 BURIED STEEL PIPE AND FITTINGS Page 5 of 31 1 1. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 2 m. D4541, Standard Test Method for Pull -Off Strength of Coatings Using Portable 3 Adhesion Testers. 4 n. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 5 5. American Welding Society (AWS) 6 a. D1.1, Structure Welding Code -Steel. 7 6. American Water Works Association (AWWA): 8 a. C200, Steel Water Pipe - 6 Inches and Larger. 9 b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins 10 and Larger Shop -Applied. 11 c. C206, Field Welding of Steel Water Pipe. 12 d. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN 13 e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. 14 f. C210, Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel 15 Water Pipelines. 16 g. C216, Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of 17 Special Sections, Connections, and Fittings for Steel Water Pipelines 18 h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe 19 and Fittings 20 i. M 1, Steel Pipe - A Guide for Design and Installation. 21 j. C17, Petrolatum and Petroleum Wax Tape Coating for the Exterior of 22 Special Sections, Connection, and Fittings for Steel Water Pipelines 23 k. C604, Installation of Steel Water Pipe 24 7. American Water Works Association/American National Standards Institute 25 (AWWA/ANSI): 26 a. Cl l l/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 27 Fittings. 28 8. International Organization for Standardization (ISO). 29 9. NACE International (MACE): 30 a. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on 31 Conductive Substrates. 32 10. NSF International (NSF): 33 a. 61, Drinking Water System Components -Health Effects. 34 11. Spray Polyurethane Foam Alliance (SPFA). 35 12. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers 36 (NACE) 37 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 38 b. SP 1, Solvent Cleaning. 39 c. SP 2, Hand Tool Cleaning. 40 d. SP 3, Power Tool Cleaning. 41 e. SP 5 White Metal Abrasive Blast 42 13. Society for Protective Coatings/National Associate of Corrosion Engineers 43 (SSPC/NACE) 44 a. SP 10/NACE No. 2, Near -White Blast Cleaning. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 6 BURIED STEEL PIPE AND FITTINGS Page 6 of 31 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Product Data 1. Exterior Coating a. terial data b. Application recommendations c. Field touch-up procedures 2. Heat Shrink Sleeves, if applicable a. terial data b. Installation recommendations 3. Joint Wrappers, if applicable a. terial data b. Installation recommendations 4. xes a. rtar for interior joints and patches b. Bonding agents for patches 5. Gaskets B. Shop Drawings 1. 11 thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Internal pressure 1) Maximum design pressure 2) Surge pressure b. External pressure 1) Deflection 2) Buckling 3) Extreme loading conditions c. Special physical loading such as supports or joint design d. Thermal expansion and/or contraction 2. Thrust restraint calculations for all fittings and valves including the restraint length sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths shown in the Drawings. 3. Fabrication and lay drawings showing a schematic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: a. Pipe wall thickness b. Joint types c. Fittings d. Outlets e. Thrust Restraint CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 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 33 11 14 - 7 BURIED STEEL PIPE AND FITTINGS Page 7 of 31 f. Stationing (in accordance with the Drawings) g. Transitions h. Joint deflection i. Interior lining j. Outlet locations for welding, ventilation, and access k. lding requirements and provisions for thermal stress control 1. Contractor's proposed field welding procedure in accordance with AWWA C206 and AWS D1.1 C. Certificates and Test Reports 1. Pie Within 30 days of shipment of the pipe, the pipe manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C200, AWWA C205, AWWA C210, AWWA C222 and these Specifications. b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. C. 11 certificates, including chemical and physical test results for each heat of steel. d. A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this Specification. e. Certified test reports for welder certification for factory and field welds in accordance with AWWA C200, Section 4.11. f. Certified test reports for cement mortar tests. g. Certified test reports for steel cylinder tests. h. Certified test reports for factory welds of fittings from an independent certified welding inspector, who may be emploved by the pipe manufacturer. i. Certified test report for field welds from an independent AWS certified welding inspector. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Qualifications 1. nufacturers a. Shall be certified under S.P.F.A. or I.S.O. 9001 quality certification program for steel pipe and accessory manufacturing b. Finished pipe shall be the product of 1 manufacturer. c. Pipe and fitting manufacturing operations (pipe, lining and coatings) shall be performed under the control of the manufacturer. d. The pipe manufacturer shall not have less than 5 years successful experience manufacturing pipe, including the lining and coating, of the particular type and size indicated or demonstrate an experience record that is satisfactory to the Engineer and City. 1) This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 8 BURIED STEEL PIPE AND FITTINGS Page 8 of 31 1 2) Pipe manufacturing operations (pipe, fittings, lining, coating) shall be 2 performed under 3 the control of the manufacturer. 4 e. nufacture pipe in accordance with the latest revisions of AWWA C200, 5 AWWA C205, AWWA C210 and AWWA C222. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Packing 8 1. Prepare pipe for shipment to: 9 a. Afford maximum protection from normal hazard of transportation 10 b. Allow pipe to reach project site in an undamaged condition 11 2. Pipe damaged in shipment shall not be delivered to the project site unless such 12 damaged pipe is properly repaired. 13 3. After the completed pipe and fittings have been removed from the final cure at the 14 manufacturing plant: 15 a. Protect pipe lining from drying by means of plastic end covers banded to the 16 pipe ends. 17 b. intain covers over the pipe ends at all times until ready to be installed. 18 C. isture shall be maintained inside the pipe by periodic addition of water, as 19 necessary. 20 4. Pipes shall be carefully supported during shipment and storage. 21 a. Pipe, fittings and specials shall be separated so that they do not bear against 22 each other and the whole load shall be securely fastened to prevent movement 23 in transit. 24 b. Ship pipe on padded bunks with tie -down straps approximately over stulling. 25 c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to 26 protect the pipe from damage. 27 d. Each end of each length of pipe, fitting or special and the middle of each pipe 28 joint shall be internally supported and braced with stulls to maintain a true 29 circular shape. 30 1) Internal stulls shall consist of timber or steel firmly wedged and secured so 31 that stulls remain in place during storage, shipment and installation. 32 2) Pipe shall be rotated so that 1 Stull remains vertical during storage, 33 shipment and installation. 34 3) At a minimum, stulls shall be placed at each end and center. 35 a) Additional stulls may be required depending upon the length of the 36 joints and pipe design. 37 4) Stulls shall not be removed until backfill operations are complete. 38 , ' 39 satisfaetion that removal of stulls i0l! not adversely affeet pipe 40 installation. 41 5) Pine shall be stulled as reauired to maintain roundness of +/- 1%. or 42 DZ/4.000 (inches). whichever is less, during shinning and handling. 43 B. Delivery, Handling, and Storage 44 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the 45 Contractor shall inspect the pipe's interior coating for excessive cracking. 46 2. If excessive cracking is found, the Contractor shall modify shipping procedures to 47 reduce or eliminate cracking. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 9 BURIED STEEL PIPE AND FITTINGS Page 9 of 31 1 3. Deliver, handle and store pipe in accordance with the manufacturer's 2 recommendations to protect coating systems. 3 4. Secure and maintain a location to store the material in accordance with Section 01 4 6600. 5 1.11 FIELD CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER -FURNISHED [NOT USED] 9 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 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 A. nufacturers Ma 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. terials 1. General a. Pipe shall be manufactured in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. b. All pipe lining material in contact with potable water shall meet the requirements of NSF 61. 2. Exterior Polyurethane Coating a. For Pipe: 1) Polyurethane Coating shall be factory applied and meet the requirements of AWWA C222. Use a Coating Standard ASTM D16, Type V system which is a 100 percent solids, 2-component polyurethane (or 2-package polyisocyanate, polyol-cured urethane) coating. Polvurethane shall meet the minimum laboratory testing standards of AWWA C222. a) Components shall have balanced viscosities in their liquid state and shall not require agitation during use. b) Conversion to Solids by Volume: 97 percent f 3 percent c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F d) Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC SP 4-05/NACE No. 2 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full cure within 7 days at 70 degrees F e) Maximum Specific Gravities (1) Polyisocyanate resin, 1.20 (2) Polyol resin, 1.15 f) Minimum Impact Resistance: 80 inch -pounds using 1-inch diameter steel ball g) Minimum Tensile Strength: 2000 psi CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 10 BURIED STEEL PIPE AND FITTINGS Page 10 of 31 h) Hardness: Minimum Durometer hardness of 65 on the Shore D scale in 2 accordance with ASTM D2240 3 i) Flexibility Resistance 4 (1) ASTM D522 using 1-inch mandrel 5 (2) Allow coating to cure for 7 days. 6 (3) Perform testing on test coupons held for 15 minutes at temperature 7 extremes specified above. 8 j) Dry Film Thickness: 35 mils 9 k) Coating shall be a self priming, plural component, 100 percent solids, 10 non -extended polyurethane, suitable for burial or immersion and shall 11 be: 12 13 industfies l 14 (2) Durashield 110. Durashield 210, or Durashield 310 as 15 manufactured by LifeLast, Inc., or 16 (3) Carboline Polvclad 777 or 777PL 17 2) The coating manufacturer shall have a minimum of 5 years experience in 18 the production of this type coating. 19 b. For Specials, Fittings, Repair and Connections 20 1) Provide shop -applied and field -applied coating as follows: 21 Crrii, Gm'� r_na yr 1 (E) T o � TJr,, Fespeetively, as 22 mafmfaettifed by Madison Ghjm�=' Ind-u 23 b) Durashield 110, Durashield 210, or Durashield 310 JARS as 24 manufactured by LifeLast, Inc., or 25 c) Carboline Polvclad 777 or 777PL 26 d) Properties specified above. 27 e) Mix and apply polyurethane coatings in accordance with the coating 28 manufacturer's recommendations. 29 3. Cement Mortar Linings 30 a. Cement mortar linings shall be shop -applied. (plant -shun) 31 b. Shop -applied cement mortar linings shall conform to the requirements of 32 AWWA C205 with the following modifications: 33 1) Sand used for cement mortar shall be silica sand ASTM C33 and shall not 34 leach in water. 35 2) Curing of the linings shall conform to the requirements of AWWA C205. 36 3) Cement mortar linings shall be dense and smooth without bumps. 37 blisters, ridges, or spalling to the satisfaction of the Engineer. Lining 38 shall be in intimate contact with steel cvlinder. 39 c. Minimum Lining Thickness — 0.5 inches per AWWA C205. 40 4. Gaskets 41 1) Flange gaskets in accordance with AWWA C207. O-ring gaskets in 42 accordance with AWWA C200. 43 2) Provide Gaskets in accordance with Section 33 1105. 44 5. Bolts and Nuts 45 a. Flanged Ends 46 1) Flange in accordance with AWWA C207. 47 2) Provide bolts and nuts in accordance with Section 33 1105. 48 6. Flange Coatings 49 a. Flange Coatings in accordance with Section 33 1105. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 11 BURIED STEEL PIPE AND FITTINGS Page 11 of 31 1 7. Steel shall: 2 a. M et the requirements of AWWA C200 (42.000 psi minimum vield strength) 3 b. Be of continuous casting 4 c. Be homogeneous 5 d. Be suitable for field welding 6 e. Be fully killed 7 f. Be fine austenitic grain size 8 8. Bend Fittings 9 a. Fabricate all fittings from hydrostatically tested pipe. 10 b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 11 All bends and fittings shall have a minimum radius of 2.5 times the 12 diameter. 13 9. Threaded Outlets 14 a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and 15 install brass bushings for the outlet size indicated. 16 10. Weld Lead Outlets 17 a. Use of threaded outlets for access for weld leads is permitted. 18 b. Additional outlet configurations shall be approved by the Engineer. 19 c. Outlets shall be welded after use and covered with a head shrink sleeve. 20 11. Mixes 21 a. M rtar for Joints 22 1) M rtar shall be 1 part cement to 2 parts sand. 23 2) Cement shall be ASTM C150, Type I or II, or ASTM C595 Tvpe IL 24 Cement. 25 3) Sand shall be of sharp silica base. 26 a) Sand shall conform to ASTM C144. 27 4) Interior joint mortar shall be mixed with as little water as possible so that 28 the mortar is very stiff, but workable. 29 5) Exterior ioint mortar shall be mixed to the consistence of a thick 30 cream. 31 6) Water for cement mortar shall be from a potable water source. 32 7) M rtar for patching shall be as per interior joints. 33 b. Bonding Agent 34 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement 35 lining is in contact with potable water. 36 2) Bonding agent for cement mortar lining patching shall be: 37 a) Probond Epoxy Bonding Agent ET-150, parts A and B 38 b) Sikadur 32 Hi -Mod, or 39 c) Approved equal 40 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe 41 a. Primer: Provide as recommended by the sleeve manufacturer. 42 b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve 43 manufacturer for all locations which have 1/8". or larger, change in outside 44 diameter. 45 1) Size and type shall be as recommended by the sleeve manufacturer for type 46 of pipe and joint. Filler material shall have a melting point of 500 47 degrees F or higher. Filler Shall be Canusa SG79 or Ravchem 48 covalence 939 filler. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 12 BURIED STEEL PIPE AND FITTINGS Page 12 of 31 c. Joint Coating: Cross -linked polyolefin wrap or sleeve with a mastic sealant, 85 2 mils total thickness, suitable for pipeline operating temperature, sleeve material 3 recovery as recommended by the manufacturer. 4 1) Standard recovery sleeve shall be used for welded or bell and spigot 5 'oil nts. High recovery sleeves shall be provided for bell and spigot and 6 coupling style joints with a minimum of 50 percent recovery. 7 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe 8 coating on each side of the joint. Sleeve shall be a minimum of 17 Inches 9 wide. 10 3) Width to take into consideration shrinkage of the sleeve due to installation 11 and joint profile 12 d. Heat shrink sleeves shall meet AWWA C216, as manufactured by: 13 1) Canusa CPS: Aqua -Shield AOW — WAB Svstem 14 Berry CPG — Covalence: Water Wrap - WAB 15 3) Appr-eved ell 16 e. Provide heat shrink sleeve suitable to interior joint welding without damage to 17 heat shrink sleeve. 18 C. Performance / Design Criteria 19 1. Pipe Design 20 a. Steel pipe shall be designed, manufactured and tested in conformance with 21 AWWA C200, AWWA M11 and these Specifications. 22 b. Sizes and pressure classes (working pressure) shall be as shown below. 23 c. For the purpose of pipe design, the transient pressure plus working pressure 24 shall be as indicated below. 25 d. Fittings, specials and connections shall be designed for the same pressures as 26 the adjacent pipe. 27 e. Pipe design shall be based on trench conditions and the design pressure in 28 accordance with AWWA M11; using the following parameters: 29 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 30 2) Live Load 31 a) = AASHTO HS 20, at all locations except at railroads 32 b) = Cooper E80, at Railroads 33 3) Trench Depth = As indicated in the Drawings 34 4) Deflection Lag Factor (131) = 1.0 35 5) Coefficient (K) = 0.10 36 6) Maximum Calculated Deflection: 37 a) Dx = 3 percent (for polyurethane coated pipe) 38 b) Dx = 2 percent (for cement mortar coated pipe) 39 7) Soil Reaction Modulus (E') < 1,000 40 8) Working Pressure = 150 psi 41 a) Test Pressure = 42 (1) No less than 1.25 minimum times the stated working pressure (187 43 psi minimum) of the pipeline measured at the highest elevation 44 along the test section. 45 (2) No less than 1.5 times the stated working pressure (225 psi 46 minimum) at the lowest elevation of the test section. 47 9) Surge Allowance = 100 psi, minimum 48 a) Where Total Pressure (including surge) = 150 psi + 100 psi = 250 psi 49 f. Fittings and specials shall be: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 13 BURIED STEEL PIPE AND FITTINGS Page 13 of 31 1 1) Designed in accordance with AWWA C208 and AWWA M11 except that 2 crotch plates shall be used for outlet reinforcement for all Pressure 3 Diameter Values, PDV, greater than 6,000. 4 g. Where the pipe requires additional external support to achieve the specified 5 maximum deflection, the Contractor and p p&-oul ld/.(with concurrence from 6 the pipe manufacturer) will be required to furnish alternate methods for pipe 7 embedment. 8 1) No additional compensation will be made to the Contractor by the Owner 9 where this method is required. 10 h. Trench depths indicated shall be verified after existing utilities are located. 11 1) Vertical alignment changes required because of existing utility or other 12 conflicts shall be accommodated by an appropriate change in pipe design 13 depth. 14 2) In no case shall pipe be installed deeper than its design allows. 15 i. Field fabrication or cutting is not allowed, unless otherwise approved by the 16 City. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 2. Provisions for Thrust a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. 2) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe. 1) At a minimum, all fittings and suecials with outlets shall be welded to connecting pipes regardless of if the fittings are indicated to be restrained in the Drawings. 2) Weld all ioints at vertical and horizontal points of inflection regardless of if those locations are indicated to be restrained in the Drawings. c. Restrained joints shall consist of welded joints. (or flanged ioints if shown on the Drawings). d. The length of pipe designed with restrained joints to resist thrust shall be verified by the pipe manufacturer in accordance with AWWA M11 and the following: 1) The weight of the earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions 2) Soil Density = 44,9130 pounds per cubic foot (maximum value to be used), for unsaturated soil conditions 3) Coefficient of Friction = 0.25 (maximum value to be used for polyurethane coated steel pipe). 4) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: L= PA(1—cos A) CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14-14 BURIED STEEL PIPE AND FITTINGS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 Where: Page 14 of 31 f (2We+ Wp + Ww) 0 = Deflection angle L = Length of pipe to be retrained on each side P = internal pressure (working pressure plus surge allowance) A = Cross sectional area of pipe steel cylinder I.D. We = Weight of prism of soil over the pipe Wp = Weight of pipe WW = Weight of water f = Coefficient of friction between pipe and soil 3. Inside Diameter a. The inside diameter, including the cement -mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. 4. Wall Thickness a. The minimum pipe wall steel thickness shall be as designed, but not less than 0.25 inches or pipe D/240, whichever is greater for pipe and fittings, with no minus tolerance, where D is the nominal inside pipe diameter. b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. c. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed: 1) 50 percent of the minimum yield strength of the steel for working pressure and 2) 75 percent of the minimum yield strength of the steel at the maximum pressure (including transient pressure), nor the following, at the specified working pressure: Maximum Stress at Pipe Type Working Pressure Polyurethane Coated Steel 23,000 psi Mortar Coated Steel NOT USED d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the nominal pipe diameter. e. Pipe, fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 19,000 23.000 psi. 5. Seams a. Except for mill -type pipe, the piping shall be made from steel plates or coils rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. 1) There shall be not more than 2 longitudinal seams. 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. 6. Joint Length a. M ximum joint length shall not exceed 50 feet. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 11 14 - 15 BURIED STEEL PIPE AND FITTINGS Page 15 of 31 b. M ximum joint length of steel pipe installed in casing shall meet the project requirements. c. M nufactured random segments of pipe will not be permitted for straight runs of pipe. 1) Closing piece segments, however, shall be acceptable. 7. Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance with Section 33 04 10. 8. Bend Fittings a. All bend fittings shall be long radius (minimum 2.5 times the pipe ID) to permit passage of pipeline pigs. 9. Pipe Ends a. Pipe ends shall be: 1) Lap welded slip joints 2) Butt strap joint 3) Flanged joint 4) Flexible coupled joint 5) Roll groove gasket joint b. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust forces. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. c. Rubber Gasket Joint 1) Rubber gasketed joints (O-ring or Carnegie Joints) will only be allowed for pipe sizes 54-inch diameter and smaller. 2) Joints shall conform to AWWA C200 standard. 3) The joints shall consist of: a) Bell (1) Flared bell end formed and sized by forcing the pipe or a plug die or by expanding on segmental dies. b) Spigot (1) Rolled spigot or camegie shaped steel joint ring in accordance with AWWA C200 and as shown as Item A or B in Figure 6-1 of the AWWA M11. 4) The welded area of bell and spigot pipe ends shall be checked after forming by the dye penetrant or magnetic particle method. 5) The difference in diameter between the interior diameter (I.D.) of the bell and the outer diameter (O.D.) of the spigot shoulder at point of full engagement with an allowable deflection shall be no more than 0.04 inches as measured on the circumference with a diameter tape. 6) The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. 7) The joint shall be suitable for the specified test and/or surge pressure and deflection. 8) Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection based "oft ripe _eating of 5 percent. 9) Joints shall be electrically continuous. d. Lap Welded Slip Joint CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 16 BURIED STEEL PIPE AND FITTINGS Page 16 of 31 1) Lap welded slip joint shall be provided in all locations 2 24-ices and where joints are welded for thrust restraint. 3 2) Lap welded slip joints may be welded from the inside or outside. 4 3) Ends of pipe, fittings and specials for field welded joints shall be prepared 5 with 1 end expanded in order to receive a plain end making a bell and plain 6 end type of joint. 7 a) Clearance between the surfaces of lap joints shall not exceedl/8 inch at 8 any point around the periphery. 9 4) In addition to the provisions for a minimum lap of 1'/2 inches as specified in 10 AWWA C2OO, the depth of bell shall be such as to provide for a minimum 11 distance of 1 inch between the weld and the nearest tangent of the bell 12 radius when welds are to be located on the inside of the pipe. 13 e. Fittings with Flanges 14 1) Flanged joints shall be provided at connections to valves and where 15 indicated on the Drawings. 16 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 17 welds ground flush to accommodate the type of flanges provided. 18 3) Pipe flanges and field welding of flanges to steel pipe shall conform to the 19 requirements of AWWA C2O7 and AWWA C2O6. 20 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 21 pipe class. 22 5) Flanges shall match the fittings or appurtenances which are to be attached. 23 6) Flanges shall be 24 n )VW- C207 a .;lle ;n ,., Bi .�,;a, n cr r� ti i Class 125 f r aa eer-da e 25 iitk it 2135 test pr-esstir-e flanges shall be Class E for 26 working pressure up to 275 psi in accordance with AWWA C2O7and as 27 needed to match appurtenances. Drillings per AWWA C2O7 or as 28 needed to match valves or equipment. 29 7) When Isolation Flanges are required by the Drawings, Drillings shall 30 accommodate the required spacing for mylar sleeves according to Section 31 33 04 10. 32 f. Flexible Couplings 33 1) Flexible couplings shall be provided where specified on the Drawings. 34 2) Ends to be joined by flexible couplings shall be: 35 a) Plain end type, prepared as stipulated in AWWA C2OO. 36 b) Welds on ends to be joined by couplings shall be ground flush to 37 permit slipping the coupling in at least 1 direction to clear the pipe 38 joint. 39 c) Harness bolts and lugs shall comply with AWWA M11. 40 g. Butt Strap Closure Joints 41 1) Where necessary to make closure to pipe previously laid, closure joints 42 shall be installed using butt strap joints in accordance with AWWA C2O6 43 and applicable provisions of this Specification. 44 10. Polyurethane Coating 45 a. Applicator Qualifications 46 1) Equipment shall be certified by the coating manufacturer to meet the 47 requirements for: 48 a) Material mixing 49 b) Temperature control 50 c) Application rate CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 331114-17 BURIED STEEL PIPE AND FITTINGS Page 17 of 31 d) Ratio control for multi -part coatings 2 2) Equipment not meeting the written requirements of the coating 3 manufacturer shall be rejected for coating application until repairs or 4 replacement of the equipment is made to the satisfaction of the City. 5 3) Personnel responsible for the application of the coating system shall: 6 a) Provide certification of attendance at the coating manufacturer's 7 training class within the last 3 years 8 b) Be present during all coating application work and shall have 9 responsibility for controlling all aspects of the coating application 10 b. Surface Preparation 11 1) Remove visible oil, grease, dirt and contamination in accordance with 12 SSPC SP 1. 13 2) Remove surface imperfections such as metal slivers, burrs, weld splatter, 14 gouges or delaminations in the metal by filing or grinding prior to abrasive 15 surface preparation. 16 3) In cold weather or when moisture collects on the pipe and the temperature 17 of the pipe is less than 45 degrees F, preheat pipe to a temperature between 18 45 and 90 degrees F and 5 degrees F above dew point. 19 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to 20 produce the surface preparation cleanliness as required by coating 21 manufacturer and as specified. 22 a) Recycled abrasive shall be cleaned of debris and spent abrasive in an 23 air wash separator. 24 5) Blast media mixture and gradation shall be adequate to achieve a sharp 25 angular surface profile as required by coating manufacturer and to the 26 minimum depth specified. 27 6) Protect prepared pipe from humidity, moisture and rain. 28 7) Keep pipe clean, dry and free of flash rust. 29 a) Remove all flash rust, imperfections or contamination on cleaned pipe 30 surface by reblasting prior to primer application. 31 8) Complete priming and coating of pipe in a continuous operation the same 32 day as surface preparation. 33 9) Abrasive blast exterior surfaces in accordance with 8SPG SP 1 ONAGE G No 34 -2SSPC SP 5: to a near -white blast cleaning with a minimum 3.0 mil 35 angular profile in bare steel. 36 c. Equipment 37 1) 2-component, heated airless spray unit in accordance with coating 38 manufacturer's recommendation 39 d. Temperature 40 1) Minimum 5 degrees F above dew point temperature 41 a) The temperature of the surface shall not be less than 60 degrees F 42 during application. 43 e. Humidity 44 1) Heating of pipe surfaces may be required to meet requirements of this 45 Section if relative humidity exceeds 80 percent. 46 f. Resin 47 1) Do not thin or mix resins; use as received. 48 2) Store resins at a temperature recommended by the coating manufacturer. 49 g. Application CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 18 BURIED STEEL PIPE AND FITTINGS Page 18 of 31 1 1) Applicator shall be certified by the coating manufacturer and conform to 2 coating manufacturer's recommendations. 3 a) Thinning is not permitted. 4 2) Apply directly to pipe to achieve a total dry film thickness (DFT) of 35 5 mils. 6 3) Multiple -pass, 1 coat application process is permitted provided maximum 7 allowable recoat time specified by coating manufacturer is not exceeded. 8 4) Provide cutbacks in accordance with coating manufacturer's 9 recommendations as appropriate for the type of joint and heat shrink sleeve 10 to be used. 11 h. Recoating 12 1) Recoat only when coating has cured less than maximum time specified by 13 coating manufacturer. 14 2) When coating has cured for more than recoat time, brush -blast or 15 thoroughly sand the surface. 16 3) Blow -off cleaning using clean, dry, high pressure compressed air. 17 i. Curing 18 1) Do not handle pipe until coating has been allowed to cure, per 19 manufacturer's recommendations. 20 11. Joint Primer for Holdback 21 a. Prime coating and lining holdback area per manufacturer's 22 recommendations appropriate for welding. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 26 27 28 29 30 A. rking for Identification Ma 1. For each joint of pipe and each fitting, plainly mark on 1 end: a. Class for which it is designated b. Date of manufacturer c. Identification number d. Top centerlines shall be marked on all specials 31 B. Factory Testing 32 1. Cement Mortar Lining - Shop -applied cement mortar linings shall be tested in 33 accordance with AWWA C205. 34 2. Polyurethane Coating - The polyurethane coating shall be tested in accordance with 35 AWWA C222. 36 a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 37 1) Test coating system applied to the pipe for holidays according to the 38 procedures outlined in NACE SP0188 using a high voltage spark tester 39 (operating at 100 volts per mil), for the dry film thickness (DFT) specified 40 of 35 mil. 41 b. Adhesion Testing 42 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 43 pounds per square inch, minimum. 44 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull 45 off equipment, such as HATE Model 108 or Delfesko Positest, in 46 accordance with ASTM D4541 and AWWA C222, except as modified in 47 this Section. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 19 BURIED STEEL PIPE AND FITTINGS Page 19 of 31 1 3) Adhesion testing records shall include: 2 a) Pipe identification 3 b) Surface tested (interior or exterior) 4 c) Surface temperature 5 d) Coating thickness 6 e) Tensile force applied 7 f) Mode of failure 8 g) Percentage of substrate failure relative of dolly surface 9 4) Glue dollies for adhesion testing to the coating surface and allowed to cure 10 for a minimum of 12 hours. 11 a) Because of high cohesive strength, score polyurethane coatings around 12 the dolly prior to conducting the adhesion test. 13 5) Failure shall be by adhesive and cohesive failure only. 14 a) Adhesive failure is defined as separation of the coating from the steel 15 substrate. 16 b) Cohesive failure is defined as failure within the coating, resulting in 17 coating remaining both on the steel substrate and dolly. 18 6) Retest partial adhesion and glue failure if the substrate failure is less than 19 50 percent relative of the dolly surface area and the applied tension was less 20 than the specified adhesion. 21 7) Glue failures in excess of the minimum required tensile adhesion are 22 accepted as meeting the specified adhesion requirements. 23 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and 24 lining independently (where applicable). 25 9) Frequency of adhesion testing in accordance with AWWA C222. 26 10) Randomly select repair patches on the polyurethane coating for adhesion 27 testing in a manner as described herein and at the discretion of the coating 28 inspector conducting the adhesion tests. 29 a) Adhesion of repairs shall be as specified by the coating manufacturer 30 for the type of repair. 31 C. nufacturer's Technician for Pipe Installation 32 1. Pipe Manufacturer's Representative 33 a. If required by the Engineer or requested by the Contractor during construction, 34 the pipe manufacturer shall furnish the services of a factory trained, qualified, 35 job experienced technician to advise and instruct as necessary in pipe laying 36 and pipe jointing. 37 1) The technician shall assist and advise the Contractor in his pipe laying 38 operations and shall instruct construction personnel in proper joint 39 assembly and joint inspection procedures. 40 2) The technician is not required to be on -site full time; however, the 41 technician shall be regularly on -site during the first 2 weeks of pipe laying 42 and thereafter as requested by the Engineer, City or Contractor. 43 2. Polyurethane Coating Manufacturer's Representative 44 a. The pipe manufacturer shall provide services of polyurethane coating 45 manufacturer's representative and a representative from the heat shrink joint 46 manufacturer for a period of not less than 3 days at beginning of actual pipe 47 laying operations to advise Contractor and City regarding installation, including 48 but not limited to: 49 1) Handling and storage CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 20 BURIED STEEL PIPE AND FITTINGS Page 20 of 31 1 2) Cleaning and inspecting 2 3) Coating repairs 3 4) Field applied coating 4 5) Heat shrink installation procedures 5 6) General construction methods and how they may affect pipe coating 6 b. Representative shall be required to return if, in the opinion of the Engineer, the 7 polyurethane coating or the Contractor's construction methods do not comply 8 with Contract Specifications. 9 1) Cost for the manufacturer's representatives to return to the site shall be at 10 no additional cost to the City. 11 D. Hydrostatic Pressure Testing 12 1. Perform hydrostatic pressure testing in accordance with AWWA C200. 13 2. Hydrostatically test each joint of pipe prior to application of lining or coating. 14 a. The internal test pressure shall be that which results in a fiber stress equal to 75 15 percent of the minimum yield strength of the steel used. 16 b. Each joint of pipe tested shall be completely watertight under maximum test 17 pressure. 18 c. Test pressure shall be held for sufficient time to observe the weld seams. 19 d. Maintain a recording pressure gauge, reference number of pipe tested, etc. 20 1) The pipe shall be numbered in order that this information can be recorded. 21 e. Fittings shall be fabricated from hvdrostaticallv tested pipe. All welds on 22 fittings shall be tested by hydrostatic test, ultrasonic test, air test, or 23 magnetic particle test. Air test shall be made by apvlving air to welds at 10 24 pounds per square inch pressure and checking for leaks around and 25 through welds with a soap solution. In addition, 5 percent of welds on 26 fittings shall be checked with x-rav or ultrasonic testing by an independent 27 certified welding inspector paid for by the Pipe Manufacturer. 28 3. Test fit4iags by! 29 30 31 e. Ult-fasenie d. "�Wiogr-ap 33 e--By;�rra�a,4t4est 34 E. City Testing and Inspection 35 1. Pipe may be subject to inspection at the manufacturer's facility by an independent 36 testing laboratory, which laboratory shall be selected and retained by the City. 37 a. Representatives of the City, City's laboratory, or the Engineer shall have access 38 to the work whenever it is in preparation or progress. 39 b. Pipe manufacturer shall provide proper facilities for access and for inspection. 40 c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior 41 to the pipe fabrication so that the City may advise the manufacturer as to the 42 City's decision regarding tests to be performed by an independent testing 43 laboratory. 44 d. Material, fabricated parts and pipe, which are discovered to be defective, or 45 which do not conform to the requirements of this Specification shall be subject 46 to rejection at any time prior to City's final acceptance of the product. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 21 BURIED STEEL PIPE AND FITTINGS Page 21 of 31 1 2. The inspection and testing by the independent testing laboratory anticipates that 2 production of pipe shall be done over a normal period of time and without "slow 3 downs" or other abnormal delays. 4 a. The pipe manufacturer shall coordinate their manufacturing schedule with the 5 Contractor and advise the Contractor of any changes in the schedule. 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 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 A. General 1. Install steel pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA MI 1, in accordance with ' .ieaA ieas AWWA C604 and as required for the proper functioning of the completed pipe line. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 4. For installation of carrier pipe within casing, see Section 33 05 24. 5. Inspect and test each joint for holidays just prior to pipe being lowered into the ditch. a. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 6. Place and consolidate embedment and backfill prior to removing pipe stulls. 7. ximum allowable pipe deflection is limited to: a. 2 percent for mortar coated steel pipe b. 3 percent for polyurethane coated steel pipe 8. Install bonds at all pipe joints, except for welded joints or insulated joints. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle pipe with care to avoid damage. a. Pipe shall be handled at all times with s,.nt a minimum of two non- abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. b. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. For ioints exceedinLy 40 feet, a spreader bar shall be used. c. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. d. The equipment shall be kept in such repair that its continued use is not injurious to the coating. e. Do not lay pipe in wet conditions. 3. At the close of each operating day: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 22 BURIED STEEL PIPE AND FITTINGS Page 22 of 31 1 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 2 the laying operation. 3 b. Effectively seal the open end of the pipe using a gasketed night cap. 4 C. Line Up at Bends 5 1. Line up pipe for joining so as to prevent damage thereto. 6 a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign 7 matter, rust and scale before placing spigot into bell. 8 2. ere abrupt changes in grade and direction occur, employ special shop fabricated 9 fittings for the purpose. 10 a. Field cutting the ends of the steel pipe to accomplish angular changes in grade 11 or direction of the line shall not be permitted. 12 3. er-stabbed ioints shall not be acceptable. A ioint shall be considered over- 13 stabbed if the stabbed section is greater than the manufacturer's 14 recommendation. All over -stabbed ioints shall be re -stabbed, but -strapped, or 15 welded. 16 D. Pipe Laying 17 1. Rubber Gasket Joints 18 a. Join rubber gasket joints in accordance with the manufacturer's 19 recommendations. 20 b. Clean bell and spigot of foreign material. 21 c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of 22 the pipe. 23 d. Engage spigot as far as possible in bell. Use ioint spacers to prevent over- 24 stabbing the bell. 25 e. Joint deflection or pull shall not exceed the manufacturer's recommendation. 26 f. Check gasket with feeler gauge all around the pipe. 27 g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene 28 gaskets or approved equal. 29 2. lded Joints 30 a. Id joints in accordance with AWWA C2O6. 31 1) Contractor shall provide adequate ventilation for welders and for City's 32 representative to observe welds. 33 2) Welds shall be full circle fillet welds, unless otherwise specified. 34 3) Welding shall be completed after application of field applied joint coating 35 if weld after backfill is used. 36 b. Adequate provisions for reducing temperature stresses shall be the 37 responsibility of the Contractor. 38 c. After the pipe has been joined and properly aligned and prior to the start of the 39 welding procedure: 40 1) The spigot and bell shall be made essentially concentric by shimming or 41 tacking to obtain clearance tolerance around the periphery of the joint. 42 2) In no case shall the clearance tolerance be permitted to accumulate. 43 d. Before welding: 44 1) Thoroughly clean pipe ends. 45 2) Weld pipe by machine or by the manual shielded electric arc process. 46 3) Welding shall be performed so as not to damage lining or coating. 47 4) Cover the polyurethane coating as necessary to protect from weld splatter. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 11 14 - 23 BURIED STEEL PIPE AND FITTINGS Page 23 of 31 e. Furnish labor, equipment, tools and supplies, including shielded type welding rod. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton. f. Hand Welding 1) The metal shall be deposited in successive layers. 2) Not more than 1/8 inch of metal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied. 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) Undercutting along the side shall not be permitted. g. Ids shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. i. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. 1) In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. k. lders 1) Use only competent, skilled and qualified workmen. a) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C2O6 before being allowed to weld on the line. b) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. c) Any welder making defective welds shall not be allowed to continue to weld. E. Interior Joint Grouting 1. Upon completion of backfilling of the pipe trench, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. 2. Fill the inside of the joint recess with a stiff cement mortar. 3. ere the mortar joint opening is 1 inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. 5. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 6. Interior joints of pipe 24-inuk. Dnd G�mzallaf shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 24 BURIED STEEL PIPE AND FITTINGS Page 24 of 31 1 a. The surplus mortar shall be struck off flush with the inside of the pipe by 2 pulling a filled burlap bag or inflated ball through the pipe with a rope. 3 F. Exterior Joint Protection 4 1. Heat Shrink Sleeves 5 a. General 6 1) Buried pipe joints shall be field coated after pipe assembly in accordance 7 with AWWA C216, using Heat Shrink Sleeves. 8 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane 9 coating by a minimum of 3 inches. 10 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary 11 width will not be permitted. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 b. Installation 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of non -welded pipe joints before application of joint coating. 4) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 5) Store sleeves in shipping box until use is required. a) Keep dry and sheltered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 8) Prime joint with specified primer and fill all cracks, crevices and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. 10) Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 25 BURIED STEEL PIPE AND FITTINGS Page 25 of 31 1 a) Hold flame a minimum of 6 inches from the sleeve surface. 2 b) Periodically roll the coating on the pipe surface. 3 c) Heat from the center of the sleeve to the outer edge until properly 4 seated, then begin in the opposite direction. 5 d) Monitor sleeve for color change, where appropriate, or with appropriate 6 temperature gauges. 7 e) Take care not to excessively heat the parent coating. 8 12) Completed joint sleeve shall be fully bonded to the pipe and existing 9 coating surface, without voids, mastic beading shall be visible along the full 10 circumference of the sleeve, and there shall be no wrinkling or excessive 11 burns on the sleeves. 12 a) Sleeves which do not meet these requirements shall be removed and the 13 joint recoated as directed by the Engineer. 14 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 15 13) Allow the sleeve to cool before moving, handling or backfilling. In hot 16 climates, provide shading from direct sunlight. 17 a) Water quenching will be allowed only when permitted by the sleeve 18 manufacturer. 19 G. Protective Welded Joints Coating System — Weld After Backfill 20 1. General 21 a. Application of protective coating at the pipe joints will be as follows: 22 1) Apply a 34ayer joint coating system consisting of a factory applied 35 mil 23 polyurethane coating 24 2) A field applied 60 mil by 6 inch wide strip of CANUSA HCO Wrapid Tape 25 heat resistant tape at the location of the welding 26 3) A field applied 110 mil (full recovered thickness) by 18 inch wide 27 CANUSA AquaWrap high shrink heat shrinkable joint sleeve 28 4) In lieu of the CANUSA sleeve, contractor may use a single sleeve Berry 29 CPG-Covalence: Water wrau WAB. 30 5) After the heat shrinkable joint sleeve is installed, backfill the trench and 31 then weld the joint. 32 b. The Contractor is responsible for his operations so that they do not damage the 33 factory applied coating system. 34 C. en applying the 34ayer joint coating system for post welding the joints, the 35 Contractor must show that his operation will not damage the joint coating 36 system to the Engineer's satisfaction. 37 d. The Contractor will be required to fully uncover a maximum of 10 joints, 38 selected at random by the Engineer or City to visually inspect and test the joint 39 after welding. Any damage must be repaired. 40 1) If the Contractor's welding procedure damages the 34ayer joint coating 41 system on anv one of the excavated ioints, the Contractor, at the direction 42 of the Engineer, will be required to modify his welding procedure. The 43 City reserves the right to reauire the Contractor to expose additional 44 ioints if damage to the ioint coating system is found. 45 2. Joint Coating (3Layer-) 46 a. Apply 3Layer Joint Coating System before Welding the Joint 47 b. Pipe Manufacturing and Heat Tape 48 1) A 35 mil thickness polyurethane coating shall be applied over entire length 49 of pipe. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 26 BURIED STEEL PIPE AND FITTINGS Page 26 of 31 1 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of 2 CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of 3 the pipe, centered on the location of the welding, over a 35 mil factory 4 applied polyurethane coating. 5 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 6 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and 7 other foreign contaminates with a wire brush in accordance with 8 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 9 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 10 a) Clean the full circumference of the pipe and a minimum of 6 inches 11 onto the existing coating. 12 2) Remove all loose or damaged pipe coating at joint and either repair the 13 coating as specified herein or increase the length of the joint coating, where 14 reasonable and practical. 15 3) Complete joint bonding of pipe joints before application of joint coating. 16 a) Joint bonds shall be low profile bonds and all gaps and crevices around 17 the bonds shall be filled with mastic sealant. 18 4) Store sleeves in shipping box until use is required. 19 a) Keep dry and sheltered from exposure to direct sunlight. 20 b) Store off the ground or concrete floors and maintain at a temperature 21 between 60 degrees F and 100 degrees F as recommended by the sleeve 22 manufacturer. 23 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 24 application. 25 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 26 recommended by the sleeve manufacturer. 27 a) Monitor pipe temperature using a surface temperature gauge, infrared 28 thermometer or color changing crayons. 29 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 30 or shields and do not permit the joint to cool. 31 7) Prime joint with specified primer and fill all cracks, crevices, and gaps with 32 mastic filler in accordance with the manufacturer's recommendations for 33 the full circumference of the pipe. 34 8) Apply heat shrink sleeve when it is at a minimum temperature or 60 35 degrees F and while maintaining the pipe temperature above the preheat 36 temperature specified. 37 a) Apply sleeve in accordance with the manufacturer's instructions and 38 center the sleeve over the joint to provide a minimum of 3-inch overlay 39 onto the existing pipe coating. 40 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap 41 around heaters. 42 a) Hold flame a minimum of 6 inches from the sleeve surface. 43 b) Periodically roll the coating on the pipe surface. 44 c) Heat from the center of the sleeve to the outer edge until properly 45 seated, then begin in the opposite direction. 46 d) Take care not to excessively heat the parent coating. 47 e) Monitor sleeve for color change, where appropriate, or with appropriate 48 temperature gauges. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 27 BURIED STEEL PIPE AND FITTINGS Page 27 of 31 1 10) Completed joint sleeve shall be fully bonded to the pipe and existing 2 coating surface, without voids, mastic beading shall be visible along the full 3 circumference of the sleeve, and there shall be no wrinkling or excessive 4 burns on the sleeves. 5 a) Sleeves which do not meet these requirements shall be removed and the 6 joint recoated as directed by the Engineer. 7 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 8 11) Allow the sleeve to cool before moving, handling or backfilling. 9 a) In hot climates, provide shading from direct sunlight. 10 b) Water quenching will be allowed only when permitted by the sleeve 11 manufacturer. 12 12) Holiday testing shall be performed using a high voltage holiday tester 13 (operating at 100 volts per mil) at each joint after field application of heat 14 shrinkable joint sleeve per SP0188. 15 a) If any holidays or cuts are detected, the sleeve shall be repaired using 16 the heat shrink sleeve manufacturer's recommendation. 17 b) The damaged area shall be covered with a minimum of 50-mm overlap 18 around the damaged area. 19 H. Protection of Buried Metal 20 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with 21 factory or field -applied polyurethane coatings or heat shrink sleeves, with 2 wraps 22 of wax tape and encase in flowable fill. 23 3.5 REPAIR 24 A. Repair and Field Touchup of Polyurethane Coating 25 1. For repair and field touch-up of polyurethane coating, apply: 26 a. Madison GP 11 (E) Tottehup Pelyufethaae coating 27 b. Lifelast Durasheild 110, 210,310 or 310 JARS 28 r Carboline 777 or 777PL 29 d. Coating manufacturer's recommendation 30 2. Holidays 31 a. Remove all traces of oil, grease, dust, dirt and other debris. 32 b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). 33 c. Apply a 35 mil coat of repair material described above. 34 d. Work repair material into scratched surface by brushing or rolling in 35 accordance with manufacturer's recommendations. 36 e. Retest for Holiday. 37 3. Field Cuts or Large Damage 38 a. If in the opinion of the City the polyurethane coating is excessively damaged, 39 the pipe segment will be rejected until the coating system is removed and 40 replaced so that the system is in a like -new condition. 41 b. Remove burrs from field cut ends or handling damage and smooth out edge of 42 polyurethane coating. 43 c. Remove all traces of oil, grease, dust, dirt and other debris. 44 d. Roughen area to be patched with rough grade sandpaper (40 grit). 45 e. Feather edges and include overlap of 2 inches of roughened polyurethane in 46 area to be patched. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 28 BURIED STEEL PIPE AND FITTINGS Page 28 of 31 1 f. Apply a 35 mil coat of repair material described above, in accordance with 2 manufacturer's recommendations. 3 g. Work repair material into scratched surface by brushing. 4 h. Feather edges of repair material into prepared surface. 5 i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field 6 cut. 7 j. Test repairs for holidays. 8 B. Patch of Cement Mortar Lining 9 1. Repair cracks larger than 1/16 inch. 10 2. Pipes with disbonded linings will be rejected. 11 3. Excessive patching of lining shall not be permitted. 12 4. Repair in accordance with AWWA C205 and as follows: 13 a. Apply bonding agent to patch area. 14 b. Patching of lining shall be allowed where area to be repaired does not exceed 15 100 square inches and has no dimension greater than 12 inches. 16 c. In general, there shall be not more than I patch in the lining of any joint of 17 pipe. 18 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. 19 6. Do not install patched pipe until the patch has been properly and adequately cured, 20 unless approved by the City. 21 3.6 RE -INSTALLATION [NOT USED] 22 3.7 FIELD QUALITY CONTROL 23 A. Field Tests and Inspections 24 1. Quality Control of Field Applied Polyurethane Coating 25 a. Surface Preparation 26 1) Visually inspect surface preparation to ensure cleanliness and dryness 27 requirements have been met. 28 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is 29 being achieved. 30 b. Visual 31 1) Visually inspect cured coating to ensure that the coating is completely 32 cured with no blisters, cracks, pinholes, missed areas, excessive roughness, 33 "sticky" or "gooey" areas. 34 2) Check to ensure that the coating completely covers the steel and existing 35 coating. 36 c. Thickness 37 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure 38 adequate thickness has been achieved according to SSPC PA 2. 39 a) If the thickness of the coating is below the minimum specified millage 40 anywhere along the length of the pipe, then adjustments must be made 41 to the spray system to correct the problem. 42 2) At a minimum, the thickness shall be measured for every 50 square feet of 43 sprayed area. 44 d. Adhesion 45 1) Perform the following procedure on a minimum of 1 joint per day: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 29 BURIED STEEL PIPE AND FITTINGS Page 29 of 31 1 a) Select area to test that has cured for at least 1 hour for fast setting 2 coatings. 3 b) Test and repair in accordance with AWWA C222 Dolly Pull -off Test. 4 e. Holiday Testing 5 1) Holiday testing shall be performed using a high voltage holiday tester at 6 each joint no sooner than 1 hour after field application of polyurethane 7 coating. 8 f. Inspection at Welding Joints 9 1) When applying the 3 layer joint coating system for post welding the joints, 10 the Contractor must show that his operation will not damage the joint 11 coating system to the Engineer's satisfaction. 12 2) The Contractor will be required to fully uncover a maximum of 10 joints, 13 selected at random by the Engineer or City to visually inspect and test the 14 joint after welding. 15 3) Any damage must be repaired. 16 4) If the Contractor's welding procedure damages the 3 layer joint coating 17 system, the Contractor, at the direction of the Engineer, will be required to 18 modify his welding procedure. 19 2. Weld Testing 20 a. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in 21 accordance with AWWA C206 and set forth in AWS D.1.1. shall be performed 22 by the Contractor under the supervision and inspection of the City's 23 Representative or an independent testing laboratory, on all full welded joints. 24 1) Welds that are defective will be replaced or repaired, whichever is deemed 25 necessary by the Engineer, at the Contractor's expense. 26 2) If the Contractor disagrees with the Engineer's interpretation of welding 27 tests, test sections may be cut from the joint for physical testing. The 28 Contractor shall bear the expense of repairing the joint, regardless of the 29 results of physical testing. 30 3) The procedure for repairing the joint shall be approved by the Engineer 31 before proceeding. 32 3. Deflection Testing 33 a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing 34 at a minimum rate . 35 and per the reauirements as indicated below. 36 1) Complete internal welding of ioints. welding inspections and grout of 37 the inside ioints prior to measure deflection. The welding inspections 38 shall be done by an independent CW1. 39 2) Measure deflection in the presence of the Citv. 40 a) Replace or repair defective welds, as deemed necessary by the Citv. 41 at the Contractor's expense. 42 b) Measurement method used to determine deflection shall be agreed 43 upon in writing amongst the Citv. Contractor, and Engineer prior 44 to installing the first ioint of pipe. 45 c) Record and document all measurements 46 d) Measure deflection no sooner than 5 days and no later than 30 days 47 after backfilling operations are complete. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 30 BURIED STEEL PIPE AND FITTINGS Page 30 of 31 1 3) Determine deflection with vertical measurements taken at the locations 2 3 4 5 6 7 4) 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 indicated below. Locations where vertical measurements are taken shall be clearlv marked on the interior of the pipe. a) Pipe ioints 36-feet in length or less: vertical measurements shall be taken at two locations, 1/ distance from each pipe end and at the pipe midpoint. Correction of Pipe Not Complving with Deflection Requirements a) If the average joint deflection of a single joint, or anv single measurement, fails to meet specifications, the entire joint shall be re -worked in accordance with the manufacturer's recommendations and as directed by the Citv at no additional cost to the Citv. This may include uncovering the pipe, re -compaction of the pipe bedding, and repair of the coating. It is the Contractor's responsibility to continuouslv measure and calculate pipe deflection to verifv it meets specification. b) All costs associated with measuring the pipe deflection and anv repairs of rework associated with meeting these requirements shall be borne by the Contractor. 5) Pipe Deflection Reports a) Submit monthlv reports as Record Data showing allowable deflection, 1.5 times allowable deflection, the deflection measurements, and calculated average deflection for each location measured per joint for each joint of pipe. b) Contractor shall verifv that the nominal pipe diameter meets specifications at all measured locations. Contractor shall coordinate pipe replacement with the pipe manufacturer for anv pipe not meeting the specified internal diameter. 6) In case shall individual measurement exceed 3% for volvurethane coated pipe. These measurements include the allowable tolerance for lining thickness variation. Additionallv, flat spots or pipe with damage lining shall be repaired. b. City may reject any areas not meeting the deflection requirements of this Specification. 4. Cleaning and Testing a. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: 1) Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the water main as specified in Section 33 04 40. 5. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection for water lines 30-inch and larger in accordance with Section 33 0133. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 33 11 14 - 31 BURIED STEEL PIPE AND FITTINGS Page 31 of 31 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAM UMMARY OF CHANGE 10 12/20/2012 D. Johnson 2.2•B.4, 5, and 6 — Added reference to Section 33 1105 and removed material specification for bolts, nuts, gaskets and flange coating CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised December 20, 2012 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 9 1 SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. Modified 1.2.A.1.b.1 11 2. Added 1.2.A.1.b.2 12 3. Deleted 1.2.A.2 "Cut -In Gate Valve" 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1 — General Requirements 17 3. Section 33 1105 — Bolts, Nuts, and Gaskets 18 4. Section 33 11 10 — Ductile Iron Pipe 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Gate Valve 22 a. Measurement 23 1) Measurement for this Item shall be per each. 24 b. Payment 25 1) Unit Price - The work performed and the materials furnished in accordance 26 with this Item shall be paid for at the unit price bid per each "Gate Valve" 27 installed for: 28 a) Various sizes 29 2) Lump Sum Price — The work performed and materials furnished in 30 accordance with this Item for various sizes and measured as provided 31 under "Measurement" shall be included in the total lump sum price. 32 c. The price bid shall include: 33 1) Furnishing and installing Gate Valves with connections as specified in the 34 Drawings 35 2) Valve box 36 3) Extension 37 4) Extensions for valves in vaults 38 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 39 6) Petrolatum tape for connections to steel flanges 40 7) 2-inch risers (for 16-inch and larger gate valves) CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 6, 2015 331220-2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 9 1 8) Isolation kits when installed with flanged connections 2 9) Polyethylene encasement 3 10) Pavement removal 4 11) Excavation 5 12) Hauling 6 13) Disposal of excess material 7 14) Furnishing, placement and compaction of embedment 8 15) Furnishing, placement and compaction of backfill 9 16) Clean-up 10 17) Cleaning 11 18) Disinfection 12 19) Testing 13 1.3 REFERENCES 14 A. Abbreviations and Acronyms 15 1. NRS — Non Rising Stem 16 2. OS&Y — Outside Screw and Yoke 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 B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16. 1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 4. American Iron and Steel Institute (AISI). 5. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. d. A536, Standard Specification for Ductile Iron Castings. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 6. American Water Works Association (AWWA): a. C509, Resilient -Seated Gate Valves for Water Supply Service. b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. c. C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. 7. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 6, 2015 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 9 1 c. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 2 Threaded Flanges. 3 8. NSF International (NSF): 4 a. 61, Drinking Water System Components - Health Effects. 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 0133 00. 8 B. All submittals shall be approved by the City prior to delivery. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 A. Product Data 11 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 12 supplied, including: 13 a. Dimensions, weights, material list, and detailed drawings 14 b. Joint type 15 c. Maximum torque recommended by the manufacturer for the valve size 16 2. Polyethylene encasement and tape 17 a. Whether the film is linear low density or high density cross linked polyethylene 18 b. The thickness of the film provided 19 3. Thrust Restraint, if required by contract Documents 20 a. Retainer glands 21 b. Thrust harnesses 22 c. Any other means 23 4. Instructions for field repair of fusion bonded epoxy coating 24 5. Gaskets 25 B. Certificates 26 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 27 the provisions of this Section, each valve meets Specifications, all inspections have 28 been made and that all tests have been performed in accordance with AWWA C509 29 or AWWA C515. 30 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 31 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 32 years experience manufacturing Resilient Seated Gate Valves of similar service and 33 size with experience record. 34 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 35 controls any foreign factory/foundry that supplies valve casings and can certify that 36 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 37 control at the foreign factory/foundry. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 6, 2015 331220-4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 9 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 7 project. 8 1) Change orders, specials and field changes may be provided by a different 9 manufacturer upon City approval. 10 b. For valves less than 16-inch, valves of each size shall be the product of 1 11 manufacturer, unless approved by the City. 12 1) Change orders, specials and field changes may be provided by a different 13 manufacturer upon City approval. 14 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 15 d. For valves equipped with a bypass, the bypass valve must be of the same 16 manufacturer as the main valve. 17 e. Resilient Seated Gate Valves shall be new. 18 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 19 successful experience manufacturing of Resilient Seated Gate Valves of similar 20 service and size, and indicated or demonstrate an experience record that is 21 satisfactory to the Engineer and City. This experience record will be thoroughly 22 investigated by the Engineer, and acceptance will be at the sole discretion of the 23 Engineer and City. 24 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 25 bypass; that are not manufactured within the United States of America, shall be 26 manufactured by factories/foundries that are owned or controlled (partial 27 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 28 and guarantee quality at the foreign factory/foundry. 29 1.10 DELIVERY, STORAGE, AND HANDLING 30 A. Storage and Handling Requirements 31 1. Protect all parts so that no damage or deterioration will occur during a prolonged 32 delay from the time of shipment until installation is completed and the units and 33 equipment are ready for operation. 34 2. Protect all equipment and parts against any damage during a prolonged period at the 35 site. 36 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 37 strongly built and securely bolted thereto. 38 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 39 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 40 extremes in temperature. 41 6. Secure and maintain a location to store the material in accordance with Section 01 42 6600. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 6, 2015 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY 3 A. Manufacturer Warranty 4 1. Manufacturer's Warranty shall be in accordance with Division 1. 5 PART 2 - PRODUCTS 6 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and shall meet or exceed the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI C111/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 2. Wedge (Gate) a. Resilient wedge: rated at 250 psig cold water working pressure b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a permanently bonded EPDM rubber. 3. Bypass a. For gate valves using a double roller, track and scrapper system, an integrally cast bypass on the body of the valve is required_ 1) Orient the bypass on the same side of the gate valve as the spur gear to allow operation of both valves from the manhole opening. 2) The bypass shall be a minimum 4-inch in size. 4. Gate Valve Bolts and Nuts CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 6, 2015 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 9 1 a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 2 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch 3 through 12-inch valves) or as specified in 2.2.C.4.b. 4 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 5 sizes) and for valves 16-inch through 36-inch (non -buried service) 6 5. Bolts and Nuts 7 a. Mechanical Joints 8 a) Provide bolts and nuts in accordance with Section 33 1105. 9 b. Flanged Ends 10 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 11 material. 12 2) Provide bolts and nuts in accordance with Section 33 1105. 13 3) Flanged isolation kits shall be provided when connecting to buried steel or 14 concrete pressure pipe. Kits shall conform to Section 33 04 10. 15 6. Joints 16 a. Valves: flanged, or mechanical joint or any combination of these as specified 17 on the Drawings or in the project Specifications 18 1) Flanged joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 19 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, 20 Class 125. 21 b) Field fabricated flanges are prohibited. 22 2) Steel or concrete pressure pipe 23 a) Use flange joints unless otherwise specified in the Contract 24 Documents. 25 3) Ductile Iron or PVC pressure pipe 26 a) Use mechanical joints with mechanically restrained retainer glands 27 unless otherwise specified in the Contract Documents. 28 7. Operating Nuts 29 a. Supply for buried service valves 30 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 31 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 32 operating nut base. 33 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 34 direction. Nut shall be painted red per AWWA specifications 35 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 36 from transferring torque to that shaft or the gear box that exceeds the 37 manufacturer's recommended torque. 38 f. Furnish handwheel operators for non -buried service, or when shown in the 39 Drawings. 40 8. Gearing 41 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 42 b. Bevel gears for horizontally mounted valves are not allowed. 43 c. The spur gear shall be designed and supplied by the manufacturer of the valve 44 as an integral part of the gate valve. 45 9. Gaskets 46 a. Provide gaskets in accordance with Section 33 1105. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 6, 2015 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 9 2.3 ACCESSORIES 2 A. All gate valves shall have the following accessories provided as part of the gate valve 3 installation: 4 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 5 within 1 foot of the surface of the ground, when the operating nut on the gate valve 6 is 3 feet or more beneath the surface of the ground. Extension Stems are: 7 a. Not required on City stock orders 8 b. Not to be bolted or attached to the valve -operating nut 9 c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting 10 loosely enough to allow deflection 11 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 12 sufficient quantity for assembly of each joint. 13 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 14 boxes and covers 15 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 1/4-inch 16 shafts, screw type, consisting of a top section and a bottom section. 17 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 18 in attached in Section 0160 00. 19 c. Valve box covers shall be so designed that they can be easily removed to 20 provide access to valve operating nut. 21 d. Valve box covers must be designed to stay in position and resist damage under 22 AASHTO HS 20 traffic loads. 23 e. Each cover shall be casted with the word "WATER" or "RECLAIMED" in 24 raised letters on the upper surface. 25 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 26 1) Valve box covers shall be round for potable water applications and square 27 for reclaimed water applications. 28 g. Box extension material shall be AWWA C900 PVC or ductile iron. 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] 34 3.4 INSTALLATION 35 A. General 36 1. All valves shall be installed in vertical position when utilized in normal pipeline 37 installation. 38 2. Valves shall be placed at line and grade as indicated on the Drawings. 39 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 6, 2015 331220-8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 9 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL 4 A. Field Inspections 5 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 6 the opportunity to operate the valve. 7 2. The City shall be given the opportunity to inspect all buried flanges before they are 8 covered. 9 3. The Operator will be assessing the ease of access to the operating nut within the 10 valve box and ease of operating the valve from a fully closed to fully opened 11 position. 12 4. If access and operation of the valve meet the City's criteria, then the valve will be 13 accepted as installed. 14 B. Non -Conforming Work 15 1. If access and operation of the valve or its appurtenances does not meet the City's 16 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 17 the Contractor's expense. 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 6, 2015 331220-9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 9 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment — Added Cut -hi Gate Valve 1.2.A.l.c and 1.2.A.2.c — added additional items to be included in price bid 1.6.A — removed requirement for product data for bolts and nuts because it is to be included under Section 33 1105. 12/20/2012 D. Johnson 1.9.A.1 — Added requirement for bypass valve manufacturing 2.2.C. — Added requirement for 30-inch gate valves to have a bypass and bypass material requirements; Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets; Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3 — Modified acceptable cast iron from Class 40 to Class 35B; Added requirements for reclaimed water applications 1.1.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on a case -by -case basis 1.6.B.3 Added Section. Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.B.4 Added Section — Requires Affidavit on Gate Valve manufacturers ownership 6/24/2014 D. Townsend in foreign factories/foundries providing components to certify on -site quality control. 1.9.A.l.f Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.l.g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories/foundries providing components to certify on -site quality control 1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1.1.A. La Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 5/6/2015 D. Townsend 2.2.C.3. Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller, track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised May 6, 2015 33 1221 -1 AWWA Rubber -Seated Butterfly Valves Page 1 of 12 SECTION 33 12 21 AWWA RUBBER -SEATED BUTTERFLY VALVES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. AWWA Rubber -Seated Butterfly Valves 30-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. Added 1.1.C.6 2. Modified 1.2.A.2.a 3. Added 1.2.A.2.b 4. Modified 1.6.C.3 5. Modified 1.9.A.Ld 6. Added 1.9.A.Le 7. Modified 1.9.3.a 8. Added LILA 9. Modified 2.2.A 10. Modified 2.2.C.6.a.2) 11. Modified 2.2.C.9.a.4) 12. Added 2.2.C.10.b. c, and d 13. Modified 2.3.A.2.a 14. Added 2.3.A.2.a 15. Modified 2.3.A.4.a C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 05 16 — Concrete Water Vaults 6. Section 33 09 10 — Motorized Valve Actuator 7. Section 33 1105 — 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 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 23, 2019 33 1221 -2 AWWA Rubber -Seated Butterfly Valves Page 2 of 12 a. Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "AWWA Butterfly Valve" installed for: 1) Various sizes a. Lump Sum Price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. The price bid shall include: 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 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. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. Cl l l/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. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 23, 2019 33 1221 -3 AWWA Rubber -Seated Butterfly Valves Page 3 of 12 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 Rubber -Seated Butterfly Valves stating: a. Material b. Valve and Actuator Coating System c. Working pressure rating d. Test pressure rating e. Valve classification f. Valve Seat Type and bonding method to disc or body g. Valve -port diameter h. Valve Torque required i. Actuator Type and maximum torque j. Total net assembled weight k. Valve operator and extension stems 1. Opening direction 2. Confirm valve seat type for specific project application with the City prior to ordering Rubber -Seated Butterfly Valve. B. Shop Drawings 1. For below grade applications: a. Cast -in -place concrete vault in accordance with shop drawing requirements set forth in Section 03 30 00. b. Vault appurtenances in accordance with shop drawing requirements set forth in Section 33 05 16. C. Certifications 1. Furnish an affidavit certifying that all AWWA Rubber -Seated Butterfly Valves meet the provisions of this Specification and have been hydrostatically tested at the factory and meet the requirements of AWWA C504. 2. Furnish an affidavit certifying that the coating for all AWWA Rubber -Seated Butterfly Valves meets the provisions of this Specification and meets the requirements of AWWA C504. 3. Furnish affidavit that AWWA Rubber -Seated Butterfly Valve manufacturer owns or controls any foreign factory/foundry that supplies valve casings and can certify that the Resil et# Seated (Wedge) Gate AWWA Rubber -Seated Butterflv 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. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 23, 2019 33 1221 -4 AWWA Rubber -Seated Butterfly Valves Page 4 of 12 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. d. Manual Worm -gear type actuator meeting the requirements of this specification shall be: 1) Rotork Gears IW Series AWWA C504 & C5PV-3 Quarter -turn Worm Gear Operator, 2) AUMA GS Part -Turn Gearbox, 3) Limitorque HBC Worm Gearbox series 4) EIM WO series for non -buried applications or WB series for direct -buried applications 5) Or Engineer approved equal e. Motorized actuators shall be in accordance with Section 33 0910 where required. 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, manual actuator and extension stems. Motorized actuators shall be in accordance with Section 33 09 10 where required. b. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, tested and installed by factory -authorized representatives experienced in the design and manufacture of the equipment. 1) This includes, but is not limited to, coordination of the torque required to properly operate the valve. 2) This does not relieve the Contractor of the overall responsibility for this portion of the work. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 23, 2019 33 1221 -5 AWWA Rubber -Seated Butterfly Valves Page 5 of 12 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 6600. 1.11 FIELD CONDITIONS A. The butterfly valves shall overate satisfactorilv over the complete operating range shown. The eauivment to be provided under this section shall be suitable for installation and overation at elevations about 800 feet above sea level. in weather - protected structures and in buried service. Outside ambient temveratures range between 0 and 110 degrees. F. and revorted water temveratures vary between 50- and 100-degrees F. Relative humiditv is exvected to range between 5 and 100 percent. 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufaetur-er-s as listed on the City's Standard Pr-oduets List will be a. The manufaetur-er- must eomply with this Specifleation and related .tio �c^-cnvirr. 2 Any pr-oduet that ; of listed on the Stanch.. Product List or listed in this speeifleation is eonsideFed a substitution and shall be submitted in aeeor-danee with seetio 0125 nn 3. Manufacturer List a. AWWA Rubber -Seated Butterfly Valve 1) Mueller 2) Valmatic 3) G. A. Industries 4) No other manufacturers will be considered 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. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 23, 2019 33 1221 -6 AWWA Rubber -Seated Butterfly Valves Page 6 of 12 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. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C2O7 depending on pipe material 2) Provide bolts and nuts in accordance with Section 33 1105. b. Tapped Bolts 1) Butterfly Valve manufacturer to provide tapped bolts with ANSI B1.1 UNC thread. 4. Gaskets 1) Provide gaskets in accordance with Section 33 1105. 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 %2 times shaft diameter 3) Minimum diameter per AWWA C5O4 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. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 23, 2019 Size Service (in) 42 Modulating 54 Modulating 33 1221 - 7 AWWA Rubber -Seated Butterfly Valves Page 7 of 12 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 36O 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 25OB b. Remote Actuated Valves 1) Provide 42-inch and 54-inch butterflv valves suitable for modulating services in accordance with Section 33 09 10. c. Valves shall be designed to operate with the following working conditions without damage to the valve and without leakage across the seat. d. Test pressure for all valves shall be same as the pipeline. e. Prouosed butterflv valve schedule is as follows: Max. Max. Pressure Max. Flow Special Location Quantity Velocity Differential Rate (gpm) Notes (ft/s) (psi) Yard, Tank Supply Yard, Pump Station Supply D. Finishes 6.5 30 28,000 N/A 3.2 30 28,000 N/A 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 ofAWWA C55O. 2. Painting and Coatings a. All surfaces of the valve shall be clean, dry and free from grease before applying paint or coating. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 23, 2019 33 1221 - 8 AWWA Rubber -Seated Butterfly Valves Page 8 of 12 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 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. Mafmal Actuators a. For 42-inch and 54-inch vard piping valves, provide motorized actuators in accordance with Section 33 09 10. b.-ec"zIhall'ce pr-&vided Provide all other valves with manual actuators, unless otherwise specified in the Drawings. c. Valves shall be opened by turning the actuator clockwise and close counter clockwise. 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. d. 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. e. 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. f. 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 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 23, 2019 33 1221 - 9 AWWA Rubber -Seated Butterfly Valves Page 9 of 12 c) Pointer to show the disc position (Closed-0 degree and Open-90 degree) d) Arc graduated in degrees g. 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. 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. For valves installed in vaults provide two 2-inch taps on each side of the valve, 12 inches from the valve body. 1) Taps shall be C.C. thread with flare, with insulated adaptor kit. 2) Provide copper riser between corporation stop and curb stop. 3) Install curb stop 12 inches from the vault top a) Reachable by hand from the vault lid 5. Joint components such as gaskets, glands, lubricant, bolts and nuts, shall be furnished in sufficient quantity for assembly of each joint. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 23, 2019 33 1221 -10 AWWA Rubber -Seated Butterfly Valves Page 10 of 12 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 Before acceptance of the installed Rubber -Seated Butterfly Valve, the City Field Operations and/or Production Staff shall have the opportunity to operate the valve. a. The operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. b. If access and operation of the Rubber -Seated Butterfly Valve meet the City's criteria, then the valve will be accepted as installed. B. Non -Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 23, 2019 33 1221 - 11 AWWA Rubber -Seated Butterfly Valves Page 11 of 12 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 23, 2019 33 1221 -12 AWWA Rubber -Seated Butterfly Valves Page 12 of 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A — Acceptable size range was modified to include butterfly vales from 36-inches to 72-inches; Blue text included for exceptions 12/20/2012 D. Johnson 2.2.C.3 and 4 — Added Section 33 1105 reference and removed material specification for bolts, nuts and gaskets. Added material specification for tapped bolts. Modified Vault and Appurtenance Specifications throughout 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.l.c Added Section. Requirement that manufacturer owns/control foreign factory/foundry that supplies valve castings 6/24/2014 D. Townsend 1.9.A. Ld 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.I 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 SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised April 23, 2019 33 1225- 1 CONNECTION TO EXISTING WATER MAINS Pagel of 8 1 SECTION 33 12 25 2 CONNECTION TO EXISTING WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 A. Section Includes: 1. Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b 3. Modified 1.2.A.2.a. 4. Added 1.2.A.2.b 5. Modified 1.2.A.3.b.1 6. Added 1.2.A.3.b.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 — Location of Existing Utilities 6. Section 33 1105 — Bolts, Nuts, and Gaskets 7. Section 33 11 10 —Ductile Iron Pipe 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Connection to an existing unpressurized Fort Worth Water Distribution System 29 Main that does not require the City to take part of the water system out of service 30 a. Measurement 31 1) This Item is considered subsidiary to the water pipe being installed. 32 b. Payment 33 1) Unit Price - The work performed and the materials furnished in accordance 34 with this Item are subsidiary to the unit price bid per linear foot of water 35 pipe complete in place, and no other compensation will be allowed. 36 2) Lump Sum Price - The work performed and the materials furnished in 37 accordance with this Item are included in the total lump sum price. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.105781 Revised February 6, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item for various sizes of existing water distribution main shall be included in the total lump sum price. c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item shall be included in the total lumu sum rp ice. c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.105781 Revised February 6, 2013 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1 4) Coordination and notification 2 5) Tapping Sleeve and Tapping Valve 3 6) Remobilization 4 7) Temporary lighting 5 8) Polyethylene encasement 6 9) Make-up pieces 7 10) Linings 8 11) Pavement removal 9 12) Excavation 10 13) Hauling 11 14) Disposal of excess material 12 15) Clean-up 13 16) Cleaning 14 17) Disinfection 15 18) Testing 16 1.3 REFERENCES 17 A. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification, unless a date is specifically cited. 21 2. American Society of Mechanical Engineers (ASME): 22 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 23 3. ASTM International (ASTM): 24 a. A36, Standard Specification for Carbon Structural Steel. 25 b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 26 High Temperature or High Pressure Service and Other Special Purpose 27 Applications 28 c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 29 Pressure or High Temperature Service, or Both 30 d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 31 e. A283, Standard Specification for Low and Intermediate Tensile Strength 32 Carbon Steel Plates. 33 f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 34 and Intermediate -Tensile Strength. 35 g. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 36 h. D2000, Standard Classification System for Rubber Products in Automotive 37 Applications. 38 4. American Water Works Association (AWWA): 39 a. C200, Steel Water Pipe - 6 IN and Larger. 40 b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. 41 c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel 42 Water Pipelines. 43 d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 44 5. American Water Works Association/American National Standards Institute 45 (AWWA/ANSI): 46 a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.105781 Revised February 6, 2013 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 1 b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 2 Fittings. 3 c. C115A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron 4 Threaded Flanges. 5 6. NSF International (NSF): 6 a. 61, Drinking Water System Components —Health Effects. 7 7. nufacturers Standardization Society of the Valve and Fitting Industry Inc. 8 (MSS): 9 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 10 1.4 ADMINISTRATIVE REQUIREMENTS 11 A. Pre -installation Meetings 12 1. Required for any connections to an existing, pressurized 16-inch or larger City 13 water distribution system main that requires a shutdown of some part of the water 14 system 15 2. y also be required for connections that involve shutting water service off to 16 certain critical businesses 17 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time 18 for the work to occur. 19 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 20 5. Review work procedures as submitted and any adjustments made for current field 21 conditions. 22 6. Verify that all valves and plugs to be used have adequate thrust restraint or 23 blocking. 24 7. Schedule a test shutdown with the City. 25 8. Schedule the date for the connection to the existing system. 26 B. Scheduling 27 1. Schedule work to make all connections to existing 16-inch and larger mains: 28 a. During the period from November through April, unless otherwise approved by 29 the City 30 b. During normal business hours from Monday through Friday, unless otherwise 31 approved by the City 32 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 33 planned disruption to the existing water system. 34 a. In the event that other water system activities do not allow the existing main to 35 be dewatered at the requested time, schedule work to allow the connection at an 36 alternate time acceptable to the City. 37 1) If water main cannot be taken out of service at the originally requested 38 time, coordination will be required with the City to discuss rescheduling 39 and compensation for mobilization. 40 2) No additional payment will be provided if the schedule was altered at the 41 Contractor's request. 42 1.5 SUBMITTALS 43 A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.105781 Revised February 6, 2013 33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 1 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 2 specials. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data, if applicable 5 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 6 a. Dimensions, weights, material list, and detailed drawings 7 b. Maximum torque recommended by the manufacturer for the valve by size 8 B. Submittals 9 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 10 by City that includes: 11 a. Results of exploratory excavation 12 b. Dewatering 13 c. Procedure for connecting to the existing water main 14 d. Time period for completing work from when the water is shut down to when 15 the main is back in service 16 e. Testing and repressurization procedures 17 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 18 must be certified and provide Welding Certificates, upon request, in accordance 19 with AWWA C200. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING 24 A. Storage and Handling Requirements 25 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 26 from the time of shipment until installation is completed. 27 2. Protect all equipment and parts against any damage during a prolonged period at the 28 site. 29 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 30 built and securely bolted thereto. 31 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 32 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 33 extremes in temperature. 34 6. Secure and maintain a location to store the material in accordance with Section 01 35 6600. 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY 38 A. Manufacturer Warranty 39 1. Manufacturer's warranty shall be in accordance with Division 1. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.105781 Revised February 6, 2013 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 1 PART 2 - PRODUCTS 2 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. nufacturers Ma 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B 16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 1105. 4. Gaskets a. Provide gaskets in accordance with Section 33 1105. 5. Test Plug a. inch NPT carbon steel with square head and fusion bonded epoxy coating CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.105781 Revised February 6, 2013 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 1. Verify by exploratory excavation, if needed, that existing water main is as depicted 8 in the Drawings and that the location is suitable for a connection to the existing 9 water main. 10 a. Excavate and backfill trench for the exploratory excavation in accordance with 11 3305 10. 12 2. Verify that all equipment and materials are available on —site prior to the shutdown 13 of the existing main. 14 3. Pipe lines shall be completed, tested and authorized for connection to the existing 15 system in accordance with Section 33 04 40. 16 3.3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 A. General 19 1. Upon disruption of the existing water main, continue work until the connection is 20 complete and the existing water main is back in service. 21 B. Procedure 22 1. Expose the proposed connection point in accordance with Section 33 05 10. 23 2. Dewater the existing water line so the chlorinated water is not unlawfully 24 discharged. 25 3. intain the water that may bleed by existing valves or plugs during installation 26 within the work area to a reasonable level. 27 a. Control the water in such a way that it does not interfere with the proper 28 installation of the connection or create a discharge of chlorinated water. 29 4. If any discharge of chlorinated water occurs, discharged water shall be de- 30 chlorinated in accordance with Section 33 04 40 31 5. Cut and remove existing water main in order to make the connection. 32 6. Verify that the existing pipe line is suitable for the proposed connection. 33 7. Place trench foundation and bedding in accordance with 33 05 10. 34 8. In the event that a tapping sleeve and valve is used, the coupon from the existing 35 water main shall be submitted to the City. 36 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 37 10. Establish thrust restraint as provided for in the Drawings. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.105781 Revised February 6, 2013 331225-8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 1 11. Clean and disinfect the pipeline associated with the connection in accordance with 2 Section 33 04 40. 3 12. Place embedment to the top of the pipe zone. 4 13. Request that the City Valve Crew re -pressurize the pipeline. 5 14. Directionally flush the connection in accordance with Section 33 04 40. 6 15. Request that City Valve Crew open all remaining valves. 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•C.3 and 4 — Added reference to Section 33 1105 and removed bolt, nut and gasket material specification 2/6/2013 D. Townsend 3.4.13.4 Modified to refer to Section 33 04040 19 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.105781 Revised February 6, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 12 40 FIRE HYDRANTS 331240-1 FIRE HYDRANTS Page 1 of 7 5 A. Section Includes: 6 1. Dry -barrel fire hydrants with 51/4-inch main valve for use with potable water mains 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.2.a 9 2. Modified 1.2.A.2.b 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 14 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 15 5. Section 33 11 10 —Ductile Iron Pipe 16 6. Section 33 11 11 — Ductile Iron Fittings 17 7. Section 33 11 14 — Buried Steel Pipe and Fittings 18 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Fire Hydrant and Extension 23 1) Measurement for this item shall be by the each hydrant, complete in place. 24 2. Payment 25 a. Unit Price - The work performed and materials furnished in accordance with 26 this Item and measured under "Measurement" will be paid for at the unit prices 27 bid per each "Fire Hydrant" installed. 28 b. Lump Sum Price - The work performed and materials furnished in 29 accordance with this Item and measured under "Measurement" will be 30 included in the total lump sum price. 31 3. The price bid shall include: 32 a. Furnishing and installing Fire Hydrants with appurtenances as specified in the 33 Drawings 34 b. Dry -Barrel Fire Hydrant assembly from base to operating nut 35 c. Extension barrel and stem 36 d. Adjusting hydrant to the appropriate height 37 e. Painting 38 f. Pavement Removal 39 g. Excavation 40 h. Freight, loading, unloading and handling 41 i. Disposal of excess material CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 3, 2014 331240-2 FIRE HYDRANTS Page 2 of 7 1 j. Furnish, placement and compaction of embedment 2 k. Furnish, placement and compaction of backfill 3 1. Blocking, Braces and Rest 4 m. Clean up 5 n. Disinfection 6 o. Testing 7 1.3 REFERENCES 8 A. Definitions 9 1. Base: The lateral connection to the fire hydrant lead; also called a shoe 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. American Water Works Association (AWWA): 15 a. C502, Dry -Barrel Fire Hydrants 16 b. Manual of Water Supply Practices M17 (AWWA Manual M17) — Installation, 17 Field Testing, and Maintenance of Fire Hydrants 18 3. NSF International 19 a. 61, Drinking Water System Components —Health Effects 20 4. National Fire Protection Association (NFPA) 21 a. 1963, Standard for Fire Hose Connections 22 5. Underwriters Laboratories, Inc. (UL) 23 a. 246, Hydrants for Fire -Protection Service 24 6. Factory Mutual (FM) 25 a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for 26 Private Fire Service 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the City prior to construction. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Product Data 33 1. Dry -Barrel Fire Hydrant stating: 34 a. Main valve opening size 35 b. Nozzle arrangement and sizes 36 c. Operating nut size 37 d. Operating nut operating direction 38 e. Working pressure rating 39 f. Component assembly and materials 40 g. Coatings and Finishes 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 3, 2014 331240-3 FIRE HYDRANTS Page 3 of 7 1 1.9 QUALITY ASSURANCE 2 A. Qualifications 3 1. Manufacturers 4 a. Dry -Barrel Fire Hydrants shall be the product of 1 manufacturer. 5 1) Change orders, specials and field changes may be provided by a different 6 manufacturer upon City approval. 7 2. Dry -Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and 8 FM 1510. 9 1.10 DELIVERY, STORAGE, AND HANDLING 10 A. Storage and Handling Requirements 11 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and 12 AWWA Manual M17. 13 2. Protect all parts so that no damage or deterioration will occur during a prolonged 14 delay from the time of shipment until installation is completed and the units and 15 equipment are ready for operation. 16 3. Protect all equipment and parts against any damage during a prolonged period at the 17 site. 18 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 19 strongly built and securely bolted thereto. 20 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 21 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or 22 extremes in temperature. 23 7. Secure and maintain a location to store the material in accordance with Section 01 24 6600. 25 1.11 FIELD CONDITIONS [NOT USED] 26 1.12 WARRANTY 27 A. Manufacturer Warranty 28 1. Manufacturer's Warranty shall be in accordance with Division 1. 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 31 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 32 A. Manufacturers 33 1. Only the manufacturers as listed on the City's Standard Products List will be 34 considered as shown in Section 0160 00. 35 a. The manufacturer must comply with this Specification and related Sections. 36 2. Any product that is not listed on the Standard Products List is considered a 37 substitution and shall be submitted in accordance with Section 0125 00. 38 3. The Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer 39 regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar 40 service and size. 41 B. Description CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 3, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 331240-4 FIRE HYDRANTS Page 4 of 7 1. Regulatory Requirements a. Dry -Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA C502 and shall meet or exceed the requirements of this Specification. b. All Dry -Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61. C. Performance / Design Criteria 1. Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the base b) 7/8 inch at the top 2) Open by turning the operating nut to the right (clockwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 51/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 a) Hose nozzles (1) 2 x 21/2-inch (nominal size of connection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH (NFPA 1963) b) Pump nozzle (1) 4-inch (nominal size of connection) (a) Thread Designation 4-4 NH (NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non -corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance with AWWA C502. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 3, 2014 331240-5 FIRE HYDRANTS Page 5 of 7 1 2. Dry -Barrel Fire Hydrant Assembly 2 a. Internal parts 3 1) Threads 4 a) Provide operating thread designed to avoid metal such as iron or steel 5 threads against iron or steel parts. 6 2) Stem 7 a) Stem Nuts 8 (1) Provide bronze stem nuts. 9 (a) Grades per AWWA C502 10 b) Where needed, stem shall be grooved and sealed with 0-rings. 11 3. Provide crushed rock for placement around base conforming to Section 33 05 10. 12 F. Finishes 13 1. Primer Materials 14 a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with AWWA C502. 15 2. Finish Materials 16 a. Dry -Barrel Fire Hydrant 17 1) Exterior 18 a) Above grade 19 (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant 20 assembly components in accordance with AWWA C502. 21 (2) Coating shall be Flynt Aluminum Paint in Silver. 22 b) Below grade 23 (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant 24 assembly components in accordance with AWWA C502. 25 2) Interior 26 a) Interior coating for Dry -Barrel Fire Hydrants assemblies in accordance 27 with AWWA C502 28 2.3 ACCESSORIES 29 A. Polyethylene Encasement 30 1. Provide polyethylene encasement in accordance with Section 33 11 10. 31 B. Embedment 32 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 33 2.4 SOURCE QUALITY CONTROL 34 A. Tests and Inspections 35 1. Testing and inspection of Dry -Barrel Fire Hydrants in accordance with AWWA 36 C502. 37 B. Markings 38 1. Provide each Dry -Barrel Fire Hydrant marked in accordance with AWWA C502. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 3, 2014 331240-6 FIRE HYDRANTS Page 6 of 7 1 PART 3 - EXECUTION [NOT USED] 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. General 7 1. Install in accordance with AWWA Manual of Water Supply Practice M17, 8 manufacturer's recommendations and as shown on the Drawings. 9 2. Provide vertical installation with braces, rest and blocking in accordance with City 10 Standard Details. 11 3. Excavate and backfill trenches in accordance with 33 05 10. 12 4. Embed Dry -Barrel Fire Hydrant assemblies in accordance with 33 05 10. 13 a. At the location of the weep holes, wrap barrel with polyethylene encasement 14 and crushed rock with filter fabric to prevent dirt and debris from entering the 15 fire hydrant. 16 5. Polyethylene encasement installation shall be in accordance with the applicable 17 portion of Section 33 11 10. 18 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated 19 in the Drawings. 20 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in 21 accordance with AWWA Manual of Water Supply Practice M17, to allow drain 22 outlets to operate. 23 a. The crushed rock should extend 6 inches above the drain outlets and a 24 minimum of 1 foot on all sides of the fire hydrant base. 25 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. 26 a. Cover is measured from the invert at the fire hydrant base, vertical to ground 27 elevation. 28 b. Fittings may be used along fire lead line to ensure minimum and maximum 29 cover requirements are met. 30 3.5 REPAIR / RESTORATION [NOT USED] 31 3.6 RE -INSTALLATION [NOT USED] 32 3.7 FIELD CONTROL 33 A. Field Inspections 34 1. The Dry -Barrel Fire Hydrant and assembly shall perform as intended with no 35 deformation, leaking or damage of any kind for the pressure ranges indicated. 36 2. City inspector will issue final inspection notice to City staff. 37 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to 38 inspect and operate the hydrant, to ensure that the fire hydrant was installed in 39 accordance with AWWA Manual of Water Supply Practice MIT This includes but 40 is not limited to: 41 a. Operation of Nozzles and operating nut are not obstructed. 42 b. Drain valve is not obstructed or plugged CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 3, 2014 331240-7 FIRE HYDRANTS Page 7 of 7 1 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the 2 water line it's connected to is put in service. 3 B. Non -Conforming Work 4 1. If access and operation of the Dry -Barrel Fire Hydrant or its appurtenances do not 5 meet the criteria of the AWWA Manual of Water Supply Practice M17, the 6 Contractor will remedy the situation criteria, at the Contractor's expense. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE 13 3.14 ATTACHMENTS 14 15 DATE 12/20/2012 16 NAME D. Johnson 11/27/2013 D. Townsend 1/3/2014 D. Townsend END OF SECTION Revision Log SUMMARY OF CHANGE 2.21.2.a.1).a).(2) Added paint manufacturer specification 2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread Designations Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act (P.L. 111-380) — All material s to be lead-free in accordance with this act. Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.13.7, 1.6.13.1, 2.2.13.Lc, 2.4.13.2 H.R. 3588 (P.L. 113-64) signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act (P.L. 111-380) requirement for fire hydrant. All previous revisions related to "lead-free" requirement are now deleted including those revisions made 11/27/2013, those being: Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.13.7, 1.6.13.1, 2.2.13.Lc, 2.4.13.2 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised January 3, 2014 33 16 13- 1 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 1 of 18 1 SECTION 33 16 13 2 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM 3 PART1- GENERAL 4 1.1 SUMMARY 5 A.Section Includes 6 1. AWWA D110, Type III precast, prestressed, concrete circular tank with steel 7 diaphragm for potable water applications. 8 B.Deviations from this City of Fort Worth Standard Specification 9 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 10 C.Related Specification Sections include but are not necessarily limited to 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 12 Contract. 13 2. Division 1 - General Requirements. 14 3. Section 03 30 00 — Cast -In -Place Concrete 15 4. Section 3123 16 — Unclassified Excavation 16 1.2 PRICE AND PAYMENT PROCEDURES 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 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. Precast, prestressed concrete tank with steel diaphragm, in accordance with the requirements of ANSI/AWWA D110-04 Standard for Wire Wound Circular Prestressed Concrete Tanks — Type III complete in place b. Excavation c. Forms d. Concrete e. Reinforcing steel f. Backfill g. Cast -in place reinforced concrete slab h. Precast circumferentially prestressed concrete wall incorporating a continuous mechanically bonded steel diaphragm i. Clear span dome j. Piping k. Appurtenances, shall include: 1) Exterior ladder 2) Internal ladder, 3) Roof hatches 4) Roof vents CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 16 13 - 2 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 2 of 18 1 5) Drains 2 6) Roof railing 3 7) Mounts for level monitoring 4 8) Mounts for control conduit 5 1. Pipe connections 6 m. Hauling 7 n. Disposal of excess materials 8 o. Placement and compaction of backfill 9 p. Clean-up 10 q. Testing 11 1.3 REFERENCES 12 A.Reference Standards 13 1. Reference standards cited in this specification refer to the current reference standard 14 published at the time of the latest revision date logged at the end of this 15 specification, unless a date is specifically cited. 16 2. American National Standards Institute (ANSI): 17 a. B40.100, Pressure Gauges and Gauge Attachments. 18 3. American Association of State Highway and Transportation Officials (AASHTO): 19 a. T-260, Standard Method of Sampling and Testing for Total Chloride Ion in 20 Concrete and Concrete Raw Materials 21 4. American Society of Civil Engineers (ASCE): 22 a. Standard 7-02, Minimum Design Loads for Buildings and other Structures 23 5. ASTM International (ASTM): 24 a. A185, Specification for Steel Welded Wire, Fabric, Plain for Concrete 25 Reinforcement 26 b. A227, Steel Wire, Hard -Drawn for Mechanical Springs 27 c. A416, Standard specification for Uncoated Seven -Wire Stress -Relieved Strand 28 for Prestressed Concrete 29 d. A603, Zinc -Coated Steel Structural Wire Rope 30 e. A615 or 615M, Standard Specification for Deformed and Plain Billet -Steel Bars 31 for Concrete Reinforcement 32 f. A648, Standard specification for Steel Wire, Hard -Drawn for Prestressing 33 Concrete Pipe 34 g. A821, Standard specification for Steel Wire, Hard -Drawn for Prestressing 35 Concrete Tanks 36 h. A1008, Standard specification for Steel, Sheet, Cold -Rolled, Carbon, Structural, 37 High -Strength Low -Alloy, High -Strength Low -Alloy with Improved 38 Formability, Solution Hardened, and Bake Hardenable 39 i. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 40 Field 41 j. C39, Test Method for Compressive Strength of Cylindrical Concrete Specimens 42 k. C920, Standard Specification for Elastomeric Joint Sealants 43 1. D 1056, Standard specification for Flexible Cellular Materials - Sponge or 44 Expanded Rubber 45 m. C 1116/C 1116M Standard Specification for Fiber -Reinforced Concrete and 46 Shotcrete CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 16 13-3 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 3 of 18 1 n. D 1752, Standard specification for Preformed Sponge Rubber and Cork 2 Expansion Joint Fillers for Concrete Paving and Structural Construction 3 o. D2000, Standard Classification System for Rubber Products in Automotive 4 Applications 5 p. D395, Standard Test Method for Rubber Property -Compression Set 6 q. D698, Standard Test Methods for Laboratory Compaction Characteristics of 7 Soil using Std. effort (12,400 ft.-lbft/ft) 8 r. D1557, Standard Test Method for Laboratory Compaction Characteristics of 9 Soil using Modified Effort (56,000 lb fr/ ft3) 10 s. D2240, Rubber Property - Durometer Hardness 11 6. American Water Works Association (AWWA): 12 a. C652, Standard for Disinfection of Water Storage Facilities 13 b. D110, Standard for Wire Wound Prestressed Concrete Water Tanks 14 7. American Concrete Institute (ACI): 15 a. 301, Specifications for Structural Concrete for Buildings 16 b. 304 R, Guide for Measuring, Mixing, Transporting and Placing Concrete 17 c. 305 R, Hot Weather Concreting 18 d. 306 R, Cold Weather Concreting 19 e. 309 R, Guide for Consolidation of Concrete 20 f. 318, Building Code Requirements for Reinforced Concrete 21 g. 347, Guide to Formwork for Concrete 22 h. 350 R, Environmental Engineering Concrete Structure 23 i. 3 50. 1 Tightness Testing of Environmental Engineering Concrete Containment 24 Structures 25 j. 372 R, Design and Construction of Circular Wire and Strand Wrapped 26 Prestressed Concrete Structures 27 k. 506 R, Guide to Shotcrete 28 8. Building code: 29 a. International Code Council (ICC): 30 9. Corps of Engineers Specifications: 31 a. CRD - C 572, Specification for PVC Waterstop 32 10. Federal Specification: 33 a. TT-S-227-e, Polysulphide Sealant 34 11. Military Specification: 35 a. MIL-R-219 31 (A) OS, Resin, Epoxy 36 12. International Building Code and associated standards, 120031 {2006} {2009} 37 Edition including all amendments, referred to herein as Building Code.] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS 40 A.Submittals shall be in accordance with Section 0133 00. 41 B.All submittals shall be approved by the City prior to manufacture or delivery. 42 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 43 A.Product Data 44 1. Concrete Mix Designs 45 2. Aggregate CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 16 13 - 4 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 4 of 18 1 3. Admixtures 2 4. Fiber reinforcing 3 5. Adhesives 4 6. Appurtenances 5 a. Hatches 6 b. Vents 7 c. Ladders 8 7. Piping 9 8. Waterstops 10 9. Foam materials 11 10. Decorative Coating 12 11. Logo 13 12. Nameplate 14 B. Shop Drawings 15 1. Provide shop drawings and design calculations, sealed by a Licensed Professional 16 Engineer in Texas, including: 17 a. Fabrication drawings, to scale, of: 18 1) Reinforcing steel layout 19 2) Wall Section and Prestressing 20 3) Plan and elevation view 21 4) Appurtenance layout 22 5) Foundation, Footing, floor, and wall 23 6) Dome ring 24 7) Piping and support details 25 8) Dome Vent 26 9) Hatches and Manways 27 10) Wall details 28 11) Ladders 29 12) Railing 30 b. Design calculations, including but not limited to: 31 1) Capacity Check 32 2) Vent capacity 33 3) Overflow capacity 34 4) Structural calculations, including seismic and wind 35 C. Samples 36 1. Decorative Coating Sample Colors 37 D.Certificates 38 1. Furnish an affidavit certifying that the tank meets the provisions of these 39 Specifications, all inspections have been made, and that all tests have been 40 performed in accordance with AWWA/ANSI D110. 41 E. Test and Evaluation Reports 42 1. Factory/Plant Concrete Test Reports 43 2. Certified Concrete Test results during construction 44 F. Manufacturers' Instructions CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 16 13-5 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 5 of 18 1 1. Decorative Coating application instructions and recommendations 2 G.Special Procedure Submittals 3 1. Tank disinfection method and procedures in accordance with AWWA C652 4 H.Qualification Statements 5 1. Submit qualification statements as indicated in Article 1.9 of this Section. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Concrete Tank Contractor (AWWA D110, Type III) Qualifications 10 1. Contractor shall be a specialist in the design and construction of circular, precast, 11 wire wound prestressed, concrete tanks with self-supporting concrete dome roofs in 12 accordance with AWWA D110 Type III, and shall have constructed (in the 13 company's own name) a minimum of ten (10) such structures of 4 MG or greater 14 which have been in successful service for a minimum of five (5) years. 15 2. Contractor shall furnish evidence of successful experience by including project 16 owner, project name, location, tank dimensions, soil conditions, and any claims and 17 resolutions. Owner's representative with address and telephone number shall be 18 provided. 19 B.Unit Responsibility and Coordination 20 1. Contractor shall cause all equipment specified under this section to be furnished by 21 the tank contractor who shall be responsible for the adequacy, and compatibility of 22 all tank components including, but not limited to: 23 a. Subgrade Preparation 24 b. Foundation and Sump 25 c. Inlet and outlet pipes including the: 26 1) Pipe support and thrust restraint 27 2) Pipe penetrations 28 3) Overflow Weir 29 4) Outlet Baffle 30 5) Overflow pipe and splash pad 31 d. Hatches 32 e. Manways 33 f. Ladders 34 g. Safety Equipment 35 h. Vent 36 2. Any component of each complete tank not provided by the tank contractor shall be 37 designed, fabricated, tested, and installed by factory -authorized representatives 38 experienced in the design and construction of ground tanks. This requirement, 39 however, shall not be construed as relieving the Contractor of the overall 40 responsibility for this portion of the work. 41 1.10 —1.11 [NOT USED] 42 1.12 WARRANTY 43 A.Manufacturer Warranty CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 16 13-6 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 6 of 18 1 1. The Contractor shall guarantee the structure against defective materials or 2 workmanship for a period of two years from the date of Final Acceptance. If any 3 materials or workmanship prove to be defective within two years, they shall be 4 replaced or repaired by the Contractor at the Contractor's expense. 5 PART 2 - PRODUCTS 6 2.1 OWNER -FURNISHED [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 8 A.Manufacturers 9 1. Only manufacturers prequalified per Article 1.09 will be considered. 10 B.Description 11 1. The tank shall be designed in accordance with the requirements of ANSI/AWWA 12 D 110-04 Standard for Wire Wound Circular Prestressed Concrete Tanks - Type III: 13 Precast Concrete with Steel Diaphragm. 14 a. Use continuous, circumferential, wire wound prestressing. 15 b. The use of circumferential tendon prestressing is not permitted. 16 2. Design roof such that the City can access the roof vent for regular inspection with 17 standard safety equipment 18 3. Design tank as a composite concrete wall with an embedded mechanically bonded 19 steel diaphragm in combination with vertical mild steel reinforcement. 20 4. The prestressed tank wall shall be considered as a cylindrical shell with partial edge 21 restraint. 22 5. The prestressed tank wall shall be reinforced vertically by deformed steel 23 reinforcing rods and welded wire fabric. The continuous mechanically bonded steel 24 diaphragm can be taken as effective vertical reinforcing. 25 6. The prestressed tank wall shall be of precast construction. 26 a. Shotcrete or cast -in -place concrete core walls are not permitted. 27 7. A suitable stress plate shall be required at all locations where prestressing wires are 28 displaced by wall openings of 12" or greater. 29 a. The stress plate shall be designated to transfer stress across the opening. 30 8. Minimum precast wall thickness shall be four inches (4"). 31 9. No reduction in ring compression or tension in the wall will be taken due to 32 restraint at the bottom. 33 10. The floor slab shall be designed as a membrane floor not less than six inches (6") 34 thick and shall be placed monolithically. 35 a. No construction joints will be allowed. 36 b. Wall footings may be above or below floor grade, but shall be placed 37 monolithically with the floor. 38 c. Slope floor to the drain. 39 11. The dome roof shall have a rise to span ratio of 1: 10. 40 a. Minimum dome thickness shall be governed by buckling resistance, practical 41 construction or corrosion protection of the reinforcement, but shall not be less 42 than four inches (4"). 43 b. Columns or interior supports will not be allowed. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 16 13-7 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 7 of 18 c. Dome design shall be based on elastic spherical shell analysis. C.Performance / Design Criteria 1. Capacities a. Storage Capacity — 5.5 million gallons b. Diameter — 135 ft x 52 ft liquid depth 1) Additional wall height above overflow elevation: a) Minimum 2' measured to lowest (elevation): (1) Dome spring line (2) Dome reference line or (3) Top of prestressed wall b) Additional wall height above overflow is required such that full flow of overflow weir can be achieved with a minimum of 12" of freeboard from the dome springline, dome reference line, or the top of the prestressed wall. c. Total Roof Live Load — According to City's Building Code d. Backfill Pressure — Earth load shall be determined by rational methods of soils mechanics. Backfill pressure shall not be used to reduce the amount of required prestressing. e. Vent Capacity 1) Maximum fill rate — 45 MGD 2) Maximum Draw Rate - 45 MGD 3) Overflow Design Capacity — 37 MGD a) Maximum water height above overflow weir 12-inches 2. Floor a. Minimum floor reinforcing steel: 1) Floor Diameter <100' a) Minimum cross -sectional area concrete to steel ratio of floor reinforcement shall be 0.5% 2) Floor diameter < 150' a) Minimum cross -sectional area concrete to steel ratio of floor reinforcement shall be 0.6% b. Minimum thickness: 1) 6 inches c. Floor Slope: 1) Slope floor eccentrically to drain sump a) Slope to drain sump at 0.5% from farthest point in tank interior. b) Alternative sloping methods will be considered as proposed by tank manufacturer. d. Poured monolithically e. No construction joints 1) Floors over 30,000 square feet of surface may have one construction joint if approved by the City 3. Dome and Wall a. Minimum dome and wall panel thickness: 1) 4 inches D.Materials 1. Concrete — Conform to Section 03 30 00. a. Concrete conforming to ACI 301 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 16 13-8 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 8 of 18 b. Cement - Portland cement Type I, Type II, or Type IL. c. Admixtures 1) Air -entrainment 2) Water reducing admixtures 3) All others must be approved by the City. d. Concrete for tank wall and dome construction 1) Minimum compressive strength of 4,000 psi at 28 days 2) Required Admixture a) Air -entrainment e. Concrete for the tank floor, footings, pipe encasement, and all other work 1) Minimum compressive strength of 3,500 psi at 28 days 2) Air -entrainment admixture not required f. Floor and footing concrete 1) Required Admixture a) Polypropylene or cellulose fibers (Microfiber by Grace, Fibermesh 150 by Propex, U1traFiber 500 by Buckeye, or approved equal) (1) Fiber length shall be a maximum of 3/4 inches (2) Amount of fibers in accordance with the Manufacturer's recommendations g. Proportioning for concrete shall be in accordance with ACI 301. h. Concrete or shotcrete in contact with prestressing steel 1) Maximum water soluble chloride ion concentration in the concrete or shotcrete of 0.06 percent by weight of cement 2. Reinforcing Steel — Conform to Section 03 30 00. a. Reinforcing steel conforming to ASTM A615 1) Grade 60, as shown on the Drawings 2) Fabricated per job dimensions 3) Free from loose rust, scale, and contaminates which reduce bond 4) Position a) Accurately position on: (1) Supports (2) Spacers (3) Hangers (4) Other reinforcement b) Secured in place with: (1) Wire (2) Suitable Clips c) Supports (1) Chair supports (a) Steel or (b) plastic b. Welded wire fabric conforming to ASTM A185. 3. Mortar Fill and Non -shrink Grout a. Mortar Fill and Non -shrink Grout - Conform to Section 03 30 00. 1) Minimum compressive strength of 4,000 psi at 28 days. 4. Shotcrete a. Shotcrete conforming ACI Standard 506R, except as modified herein. 1) Either wet mix or dry mix process may be employed for shotcreting. 2) Shotcrete for wire coat CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 16 13-9 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 9 of 18 a) Consist of not more than three parts sand to one part portland cement by weight b) Minimum strength of 4,500 psi at 28 days c) Additional coats of shotcrete (1) Consist of not more than four parts sand to one part portland cement by weight 5. Steel Diaphragm a. The steel diaphragm conforming to ASTM A1008 1) Minimum of26 gauge (0.017 inches) thickness 2) Vertically ribbed with reentrant angles a) The back of the channels shall be wider than the front, thus providing a mechanical keyway anchorage with the concrete and shotcrete encasement. b. Steel Diaphragm Position 1) Extend within two inch of the full height of the wall panel with no horizontal joints 2) Vertical joints within a wall panel shall be roll seamed or otherwise fastened in a fashion which results in a firm mechanical lock. 3) Joints between wall panels that are not roll seamed shall be edge sealed with polysulfide sealant. c. Openings or Punctures 1) Punctures are not permitted in the diaphragm except those required for pipe sleeves, temporary construction openings, or special appurtenances. a) Details of such openings, as are necessary, shall be approved by the City. b) All such openings shall be completely edge sealed with polysulfide sealant. d. Diaphragm steel may be considered as contributing to the vertical reinforcement of the wall. 6. Prestressing Steel a. Cold drawn, high carbon wire conforming to ASTM A821 1) Minimum ultimate tensile strength of 210,000 psi. b. Splices for horizontal prestressed reinforcement 1) Ferrous material compatible with the reinforcement a) Develop the full strength of the wire 2) Wire splice and anchorage accessories shall not nick or otherwise damage the prestressing. 7. Elastomeric Materials a. Waterstops 1) Minimum 9" waterstops with centerbulbs shall be polyvinyl chloride meeting the requirements of the Corps of Engineers Specification CRD-0572. 2) Splices shall be made in accordance with the manufacturer's recommendations subject to the approval of the City. 3) Waterstops shall be style 26RCB as manufactured by Southern Metal & Plastic Products, or equal. b. Bearing Pads 1) Natural Rubber or Neoprene bearing pads that meet the requirements of ASTM D2000 Line Call -Out 2 BC 415 Al 4 B14 for 40 durometer material a) Resistant to degradation to exposure to chloramines CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 16 13- 10 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 10 of 18 1 b) Hardness of 40 to 50 durometer 2 c) Minimum tensile strength of 1,500 psi 3 d) Minimum elongation 500 percent 4 e) Maximum compressive set of 50 percent 5 c. Sponge Rubber Filler 6 1) Closed cell neoprene conforming to ASTM D1056, Type 2 Al Class A 7 Grade 4 8 a) Compression deflection limited to 25 percent at 13 to 17 psi 9 d. Polysulfide Sealant 10 1) Two component elastomeric compound conforming to ASTM C920 11 a) Characteristics 12 (1) Bonds to metal surfaces 13 (2) Flexible 14 (3) Resistant to extrusion due to hydrostatic pressure 15 b) Air cured sealant is not allowed 16 e. Decorative Coating System for Tank Dome 17 1) Select one of two decorative coating systems: 18 a) System 1 (Precast concrete dome roof) 19 (1) One coat cementitious based waterproofing product such as 20 "Tamoseal" or approved equal, and; 21 (2) One coat of non-cementious, high build 100% acrylic resin 22 polymer such as "Tammscoat" or approved equal 23 b) System 2 (Cast in place dome roof) 24 (1) Two coats of non-cementious, high build 100% acrylic resin 25 polymer such as "Tammscoat Smooth Coating Smooth" or approved 26 equal 27 2) Tank Colors Selection by the City includes 28 (1) Dome Color 29 (2) Dome Ring Color 30 E. Appurtenances 31 1. The Contractor shall provide and install all appurtenances as shown on the 32 drawings. Appurtenances shall include the following: 33 a. Piping 34 1) All interior piping and supports shall be 304 Stainless Steel. Piping shall 35 not be integrally cast into the wall panel. The contractor is responsible for 36 design and constructing the pipe support system to the wall and or the floor. 37 a) Inlet -Outlet 38 (1) 42-inch inlet/outlet line 39 b) Outlet 40 (1) 54-inch outlet line 41 c) Overflow 42 (1) Minimum 30-inch overflow line 43 d) Bolts and Nuts 44 (1) ASTM A193/A194 B8 Class 1 45 b. Roof Hatches 46 1) Lockable, not less than 3'6" x 3'6", Halliday Series F1R4242 with options 47 MACAAA or equal. All hardware shall be stainless steel. 48 2) Number of Hatches 49 a) Two (2) CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 33 16 13 - 11 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 11 of 18 c. Roof Ventilators 1) Aluminum 2) Insect screen a) Aluminum b) Size (1) Sized to allow for a maximum venting requirement fill rate as stated above 3) Minimum diameter a) 2 feet d. Ladders 1) The ladder and all components must comply with applicable OSHA standards. a) Interior (1) 304 stainless steel ladder (2) Extend from floor to the hatch (3) Fall prevention (a) Honeywell Miller DurasealTM Self Retracting Lifeline, or approved equal (4) Safety Post (a) LadderUp safety post or approved equal (b) Extends 3 feet above roof hatch b) Exterior (1) Aluminum ladder (2) Extend from roof to floor (3) Fall prevention (a) Honeywell Miller DurasealTM Self Retracting Lifeline, or approved equal (4) Safety Post (a) LadderUp safety post or approved equal (b) Extends 3 feet above roof (5) Security (a) Aluminum Ladder Gate Climb Preventive Shield e. Wall Manways 1) 36" Bolted Manway, 304 Stainless Steel a) Number of Manways (1) Two (2) b) Elevation: (1) Height from proposed grade to bottom of manway opening: (a) Maximum: 2-feet (b) Minimum:l-foot c) Provide 1-inch sampling point with lockable box on each manway (1) Stainless steel valve, box, and fittings f. Nameplate: 1) Bronze or stainless 2) Location: a) Adjacent to exterior ladder b) 5-feet above finished grade 3) Information: a) Nominal Tank Diameter b) Nominal Tank Height CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 331613 -12 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 12 of 18 1 c) Nominal Tank Capacity 2 d) Tank Type (AWWA D110, Type III) 3 e) Finished Floor Elevation 4 f) Overflow Elevation 5 g) Pressure Plane (Northside II) 6 h) Year Constructed 7 i)Name of Contractor 8 j)Contract Number 9 2.3 — 2.4 [NOT USED] 10 PART 3 - EXECUTION 11 3.1 INSTALLERS 12 A.Tank Manufacturer/ Contractors 13 1. Contractor must be prequalified for this project per Part 1.9.B 14 3.2 EXAMINATION 15 A.Evaluation and Assessment 16 1. Verify lines and grades are in accordance to the Drawings. 17 3.3 PREPARATION 18 A.Excavation and Backfill 19 1. The excavation and backfill requirements for the tank are shown on the drawings 20 and in Section 3123 16. 21 2. To a distance of ten feet beyond the tank perimeter, remove and dispose of surface 22 vegetation, organic topsoil, and any undesirable material. 23 3. The excavation shall be examined by the geotechnical engineer prior to fill 24 placement, to confirm removal of all compressible or highly plastic clay materials, 25 and all loose rock fragments. 26 a. Notify the City 3 days prior to reaching the bottom of the excavation for 27 examination by the Geotech. 28 4. The excavation shall be dewatered during all construction operations. The 29 dewatering method used shall prevent disturbance of the earth below grade. 30 5. The tank Contractor shall provide an Engineer to document and verify: 31 a. Subgrade is consistent with the geotechnical report 32 b. Geotechnical report and subgrade specified is appropriate for the soils 33 encountered 34 c. Foundation design intent is suitable for the subgrade specified 35 B.Floor 36 1. The floor and wall footings shall be constructed to the dimensions shown on the 37 approved Shop Drawings. 38 2. Prior to placement of the floor, a six mil polyethylene moisture barrier shall be 39 placed over the subbase. Joints in the polyethylene shall be overlapped a minimum 40 of six inches. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 16 13- 13 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 13 of 18 1 3. Prior to placement of the floor, all piping that penetrates the floor shall be set and 2 encased in concrete and pressure tested. Waterstops for the placement of the pipe 3 penetrations shall be detailed by the tank manufacturers. 4 3.4 ERECTION, INSTALLATION 5 A.Floor 6 1. The vertical waterstop shall be placed and supported so that the bottom of the 7 center bulb is at the elevation of the top of the footing. 8 a. Support the waterstop without puncturing any portion of the waterstop unless it 9 is manufactured with holes for tying. 10 b. Splice the waterstop using a thermostatically controlled sealing iron and each 11 splice shall be successfully spark tested prior to encasement in concrete. 12 2. The floor shall be cured by flooding with water, and shall remain flooded for a 13 minimum of seven (7) days. 14 3. Coordinate pipe installations with Tank Manufacturer and Contractor based on 15 elevations from floor sloping. 16 B.Precast Panel Construction 17 1. The precast wall shall be constructed with a continuous waterproof steel diaphragm 18 embedded in the exterior of the precast panel. 19 a. Horizontal joints in the diaphragm will not be allowed. 20 2. No holes for form ties, nails, or other punctures will be permitted in the wall. 21 3. Temporary wall openings may be provided for access and removal of construction 22 materials from the tank interior subject to the approval of the City. 23 4. Wall and dome panel beds shall be located around the periphery of the tank as 24 required. The beds shall be constructed to provide finished panels with the proper 25 curvature of the tank. 26 5. Polyethylene sheeting shall be placed between successive pours to provide a high 27 moisture environment and a long slow cure for the concrete. 28 6. The erection crane and lifting equipment shall be capable of lifting and placing the 29 precast panels to their proper location without causing damage to the panel. 30 7. The precast panels shall be erected to the correct vertical and circumferential 31 alignment. The edges of adjoining panels shall not vary inwardly or outwardly by 32 more than 3/8 inch and shall be placed to the tank radius within + 3/8 inch. 33 8. Joints between precast wall panels shall be bridged with a 10 gauge steel plate edge 34 sealed with polysulfide and filled with mortar or overlap diaphragm and fill with 35 4,500 psi shotcrete. 36 a. No through -wall ties will be permitted. 37 C.Concrete: 38 1. All concrete shall be conveyed, placed, finished, and cured as required by pertinent 39 ACI standards. 40 2. Weather Limitations: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 331613 -14 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 14 of 18 1 a. Unless specifically authorized in writing, concrete shall not be placed without 2 special protection during cold weather when the ambient temperature is below 3 35 degrees Fahrenheit and when the concrete is likely to be subjected to freezing 4 temperatures before initial set has occurred and the concrete strength has 5 reached 500 psi. Concrete shall be protected in accordance with ACI 306R. The 6 temperature of the concrete shall be maintained in accordance with the 7 requirements of ACI 301 and ACI 306R. All methods and equipment for heating 8 and for protecting concrete in place shall be subject to the approval of the City. 9 b. During hot weather, concreting shall be in accordance with the requirements of 10 ACI 305R. 11 c. Placement of concrete during periods of low humidity (below 50 percent) shall 12 be avoided when feasible and economically possible, particularly when large 13 surface areas are to be finished. In any event, surfaces exposed to drying wind 14 shall be covered with polyethylene sheets immediately after finishing, or 15 flooded with water, or shall be water cured continuously from the time the 16 concrete has taken initial set. Curing compounds may be used in conjunction 17 with water curing, provided they are compatible with coatings that may later be 18 applied, or they are degradable. 19 3. Finishes: The tank shall be given the following finishes: 20 a. The floor slab shall be given a mechanical steel float finish or Fresno finish. 21 b. The interior of precast wall panels shall be given a light broom finish. 22 c. The exterior of precast dome panels, dome slots, and cast -in -place domes shall 23 be given a light broom finish. 24 d. Exterior shotcrete shall be given a nozzle finish. 25 4. Curing: Concrete shall be cured using water methods, sealing materials, or curing 26 compounds. Curing compounds shall not be used on surfaces to which decorative 27 coatings, mortar, or shotcrete is to be applied. Curing compounds used within the 28 tank shall be suitable for use with potable water. 29 30 31 32 33 34 35 36 D.Prestressing: 37 2. 38 Prestressing wire will be placed on the wall with a wire winding machine capable of consistently producing a stress in the wire within a range of -7 percent to +7 percent of the stress required by the design. No circumferential movement of the wire along the tank wall will be permitted during or after stressing the wire. Stressing may be accomplished by drawing the wire through a die or by other means that result in uninterrupted elongation, thus assuring uniform stress throughout its length and over the periphery of the tank. Each coil of prestressing wire shall be temporarily anchored at sufficient intervals to minimize the loss of prestress in case a wire breaks during wrapping. 39 3. Minimum clear space between prestressing wires is 5/16 inch or 1.5 wire diameters, 40 whichever is greater. Any wires not meeting the spacing requirements shall be 41 respaced. Prestressing shall be placed no closer than two inches from the top of the 42 wall, edges of openings, or inserts, nor closer than three inches from the base of 43 walls or floors where radial movement may occur. 44 4. The band of prestressing normally required over the height of an opening shall be 45 displaced into circumferential bands immediately above and below the opening to 46 maintain the required prestressing force. Bundling of wires shall be prohibited. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 16 13 - 15 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 15 of 18 1 5. A properly designed stress plate shall be used at all permanent wall penetrations 2 equal to or greater than 12" in height. The stress plate shall accommodate a portion 3 of the prestressing wires normally required for the height of the opening. The 4 remaining prestress wires normally required shall be displaced into circumferential 5 bands immediately above and below the penetration. The effect of banded 6 prestressing shall be taken into account in the design. 7 6. Ends of individual coils shall be joined by suitable steel splicing devices capable of 8 developing the full strength of the wire. 9 7. The Contractor shall furnish a calibrated stress recording device, which can be 10 recalibrated, to be used in determining wire stress levels on the wall during and 11 after the prestressing process. 12 a. At least one stress reading per vertical foot or one stress reading for every roll of 13 wire, whichever is greater, shall be taken immediately after the wire has been 14 applied on the wall. 15 1) Readings shall be recorded and shall refer to the applicable height and layer 16 of wire for which the stress is being taken. 17 b. A written record of stress readings shall be kept by the Contractor. All stress 18 readings shall be made on straight lengths of wire. 19 1) If applied stresses fall below the design stress in the steel, additional wire 20 will be provided to bring the force on the corewall up to the required design 21 force. 22 2) If the stress in the steel is more than 7% over the required design stress, the 23 wrapping operation should be discontinued, and satisfactory adjustment made 24 to the stressing equipment before proceeding. 25 E. Shotcreting: 26 1. Weather Limitations: 27 a. Shotcrete shall not be placed in freezing weather without provisions for 28 protection of the shotcrete against freezing. Shotcrete placement can start 29 without special protection when the temperature is 35 degrees Fahrenheit and 30 rising, and must be suspended when the temperature is 40 degrees Fahrenheit 31 and falling. The surface to which the shotcrete is applied must be free from frost. 32 Cold weather shotcreting shall be in accordance with ACI 301 and ACI 306R. 33 b. Hot weather shotcreting shall be in accordance with the requirements of ACI 34 301 and ACI 305R. 35 2. Coating of Steel Diaphragm: 36 a. The steel diaphragm shall be covered with a layer of shotcrete at least 1/2 inch 37 thick prior to prestressing. 38 b. Total minimum coating over the steel diaphragm shall be 1-1/2 inches including 39 diaphragm cover, wire cover, and finish covercoat. 40 3. Coating Over Prestressing Wire: 41 a. Each prestress wire shall be individually encased in shotcrete. Wire coat 42 thickness shall be sufficient to provide a clear cover over the wire of at least 1/4 43 inch. 44 b. Finish covercoat shotcrete shall be applied as soon as practical after the last 45 application of wire coat. The total thickness of shotcrete shall not be less than 46 one inch over the wire. 47 4. Placement of Shotcrete: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 16 13 - 16 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 16 of 18 1 a. Shotcrete shall be applied with the nozzle held at a small upward angle not 2 exceeding five degrees and constantly moving during application in a smooth 3 motion with the nozzle pointing in a radial direction toward the center of the 4 tank. The nozzle distance from the prestressing shall be such that shotcrete does 5 not build up or cover the front face of the wire until the spaces behind and 6 between the prestressing elements are filled. 7 b. Total covercoat thickness shall be controlled by shooting guide wires. Vertical 8 wires shall be installed under tension and spaced no more than 3-ft 0-in apart to 9 establish uniform and correct coating thickness. Wires of 18 or 20 gauge high 10 tensile strength steel or a minimum 100 lb. monofilament line shall be used. 11 Wires shall be removed after placement of the covercoat. 12 5. Curing: Shotcrete shall be cured using water curing methods, curing compounds or 13 sealing materials at the option of the Contractor. 14 6. Ladders and Mounted Appurtenances: Ladders and other appurtenance that are 15 mounted directly to the tank shall be done so in a way that prevents damage to the 16 prestressing wire and the shotcrete and are the responsibility of the tank 17 manufacturer. The tank manufacturer shall provide a means to support electrical 18 and control conduit directly to the tank. Conduit WILL NOT be allowed to be 19 mounted on the exterior ladder. 20 F. Decorative Coatings: 21 1. Work shall be performed by skilled workmen familiar with this type of work. 22 2. Apply coating in accordance with manufacturer's recommendations. 23 3. The concrete surface to be coated must be clean, free of all laitance, dirt, grease, 24 and foreign material. All defective surfaces shall be filled and/or repaired. 25 Application shall be in full accordance with the manufacturer's instructions or as 26 amended by the City. 27 4. The dome ring shall be different colors than the rest of the tank as directed by City. 28 3.5 - 3.6 [NOT USED] 29 3.7 FIELD QUALITY CONTROL 30 A.Concrete 31 1. Testing: 32 a. For concrete placed in precast panels or wall slots, provide: 33 1) A set of three cylinders shall be made for each panel or wall slot, but no 34 truck shall have cylinders taken for more than one panel. 35 b. For concrete placed in the floor, dome ring, or dome slots 36 1) Two sets of three cylinders for the first 50 cubic yards, and 1 set of three 37 cylinders for every 150 cubic yards thereafter placed in the same day. 38 a) One cylinder shall be tested at seven days 39 b) One at 28 days 40 c) One held as a spare. 41 c. Slump tests on each delivery shall be made prior to placement. Slump shall not 42 exceed four inches unless a high range water reducer is being used. 43 d. All concrete testing shall be in accordance with ASTM C-31 and C-39, at no 44 expense to the City, and shall be conducted by an independent testing agency 45 approved by the City. Testing is at the Contractor's expense. The Contractor is 46 responsible for coordinating all testing. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 16 13 - 17 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 17 of 18 1 B. Shotcrete: 2 1. Testing: 3 a. Testing of shotcrete shall be in accordance with ACI 506R, except as specified 4 herein. 5 1) One test panel shall be made for each of the following operations: 6 a) corewall, cove, wire cover, and covercoat. 7 2) Test panels shall be made from the shotcrete as it is being placed, and shall, 8 as nearly as possible, represent the material being applied. The method of 9 making a test sample shall be as follows: 10 a) A frame of wire fabric (one foot square, three inches in depth) shall be 11 secured to a plywood panel and hung or placed in the location where 12 shotcrete is being placed. 13 b) This form shall be filled in layers simultaneously with the nearby 14 application. 15 c) After 24 hours, the fabric and plywood backup shall be removed and 16 the sample slab placed in a safe location at the site. 17 b. The sample slab shall be moist cured in a manner identical with the regular 18 surface application. The sample slab shall be sent to an approved testing 19 laboratory and tested at the age of 7 days and 28 days. 20 1) Nine 3- inch cubes shall be cut from the sample slab and subjected to 21 compression tests in accordance with current ASTM Standards. 22 a) Three cubes shall be tested at the age of 7 days 23 b) Three shall be tested at the age of 28 days 24 c) Three shall be retained as spares. 25 c. Shotcrete testing shall be provided by an independent testing laboratory, paid for 26 by the Contractor, and approved by the City. 27 C.Disinfection: 28 1. At the completion of the tank and before filling for the leakage test, thoroughly 29 clean and flush the interior of the tank. 30 2. Notify the City prior to chlorinating the tank. 31 3. Provide disinfection in accordance with AWWA C652. 32 a. Method approved by the City and in accordance with state agency requirements 33 4. Prior to placing the tank in service, a bacteriological test shall be taken by an 34 independent testing laboratory at the Contractor's expense. 35 D.Watertightness Test 36 1. Upon completion, the tank shall be tested to determine watertightness in accordance 37 with AWWA D110, Section 5.12 - Watertightness. If the tank is partially buried it 38 cannot be backfilled prior to passing the watertightness test. 39 a. The tank shall be filled with potable water (initial filling provided by the Owner) 40 to the maximum level. 41 b. Tank shall be filled using the inlet line only. 42 c. The tank must maintain zero measurable loss for the duration of the test, zero 43 measurable loss should follow the requirements set forth in ACI 350.1 and 44 should be adjusted for evaporation and precipitation. 45 1) There shall be no damp spots on the exterior walls. 46 2) No standing water or running water on the footing due to a leak in the tank. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 33 16 13 - 18 PRECAST, PRESTRESSED CONCRETE TANK WITH STEEL DIAPHRAGM Page 18 of 18 1 d. If the tank fails the test the contractor shall be responsible for paying for water 2 associated with additional tank filling and take necessary action until the test is 3 passed. 4 3.8 — 3.14 [NOT USED] 5 END OF SECTION CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 3341 10-1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 1 of 12 1 SECTION 33 4110 2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, 7 including: 8 a. Pipe or box fittings 9 b. Connection of drain lines to curb inlets 10 c. All joints 11 d. All connections to new or existing pipe or headwalls, manholes, etc., to the 12 lines and grades shown on the Drawings 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Modified 1.2.A.1.b.1 15 2. Added 1.2.A.1.b.2 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 20 4. Section 03 30 00 — Cast -in -Place Concrete 21 5. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 22 6. Section 33 05 23 — Hand Tunneling 23 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Reinforced Concrete Storm Drain Pipe 27 a. Measurement 28 1) Measured along the longitudinal centerline of the pipe from the initial 29 beginning point as shown on Drawings to the end of construction as shown 30 on Drawings, excluding inside diameters of any manholes encountered 31 b. Payment 32 1) Unit Price - The work performed and materials furnished in accordance 33 with this Item and measured as provided under "Measurement" will be paid 34 for at the unit price bid per linear foot of "RCP" installed for: 35 a) Various sizes 36 b) Various classes 37 2) Lump Sum Price — The work performed and materials furnished in 38 accordance with this Item and measured under "Measurement" will be 39 included in the total lump sum price. 40 c. The price bid shall include: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 334110-2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 12 1 1) Furnishing and installing the specified diameter pipe and appurtenant 2 fittings 3 2) Mobilization 4 3) Pavement removal 5 4) Excavation 6 5) Hauling 7 6) Disposal of excess material 8 7) Furnishing, placement and compaction of embedment 9 8) Furnishing, placement and compaction of backfill 10 9) Gaskets 11 10) Clean-up 12 11) Cleaning 13 12) Jointing 14 13) Connections to all drainage structures 15 2. Reinforced Concrete Storm Drain Culverts 16 a. Measurement 17 1) Measured along the longitudinal centerline of the pipe from the initial 18 beginning point as shown on Drawings to the end of construction as shown 19 on Drawings, excluding inside diameters of any manholes encountered 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under "Measurement" will be paid for at the unit 23 price bid per linear foot of "Box Culvert" installed for: 24 a) Various sizes 25 c. The price bid shall include: 26 1) Furnishing and installing the specified diameter pipe and appurtenant 27 fittings 28 2) Mobilization 29 3) Pavement removal 30 4) Excavation 31 5) Hauling 32 6) Disposal of excess material 33 7) Furnishing, placement and compaction of embedment 34 8) Furnishing, placement and compaction of backfill 35 9) Gaskets 36 10) Clean-up 37 11) Cleaning 38 12) Jointing 39 13) Connections to all drainage structures 40 1.3 REFERENCES 41 A. Reference Standards 42 1. Reference standards cited in this Specification refer to the current reference 43 standard published at the time of the latest revision date logged at the end of this 44 Specification, unless a date is specifically cited. 45 2. American Association of State Highway and Transportation Officials (AASHTO): 46 a. T111, Inorganic Matter or Ash in Bituminous Materials. 47 3. ASTM International (ASTM): CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 334110-3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 12 a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. b. A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete. c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. d. C361, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe. h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe. i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers. k. D4, Standard Test Method for Bitumen Content. 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic Compounds. m. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball Apparatus). n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt (Displacement Method). o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester. p. D 113, Standard Test Method for Ductility of Bituminous Materials. q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 4. TxDOT Test Procedures (Tex): a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for Precast Concrete 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section 0133 00. 37 B. All submittals shall be approved by the City prior to delivery. 38 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 39 40 41 42 43 44 45 A. Certificates 1. Furnish manufacturer's certificate of compliance that their product meets the physical testing requirements of this Specification for the materials referenced including, but not limited to: a. Reinforced concrete pipe b. Concrete box culvert c. Jointing materials CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 3341 10 - 4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Storage and Handling Requirements 6 1. Secure and maintain a location to store the material in accordance with Section 01 7 6600. 8 2. Keep pipe clean and fully drained during storage. 9 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 10 4. Repair or replace any damaged pipe before installation per the manufacturer's 11 recommendation. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 16 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Fabrication 1. Precast Reinforced Concrete Pipe a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively. b. Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate and water proportional to provide a homogeneous concrete meeting the specified strength requirements. c. Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. d. Do not use transit mixed concrete to manufacture precast concrete pipe. 2. Concrete Box Culvert a. Cast -in -Place 1) Conform to Section 03 30 00. b. Precast 1) Furnish machine made precast boxes in accordance with ASTM C1433. 2) Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate, and water proportional to provide a homogeneous concrete meeting the specified strength requirements. 3) Concrete water to cement ratio not to exceed 0.53 by weight 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless mix designs with lower cement content demonstrate that the quality and performance of the sections meet the requirements of this Specification. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 334110-5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 5 of 12 1 5) Mix concrete in a central batch plant or other approved batching facility 2 where the quality and uniformity of the concrete is assured. 3 6) Do not use transit mixed concrete to manufacture precast concrete box 4 culvert. 5 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 6 or ASTM A497. 7 3. Jointing Materials 8 a. Use any of the materials described in this Section for the making of joints. 9 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 10 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 11 a) Provide flexible joint sealants that meet the requirements of 12 ASTM C990. 13 b) Utilize 1 continuous gasket conforming to the joint shape for each joint. 14 c) Plastic gasket shall be produced from blends of refined hydrocarbon 15 resins and plasticizing compounds reinforced with inert mineral filler 16 and shall contain no solvents, irritating fumes or obnoxious odors. 17 d) Use flexible joint sealants that do not depend on oxidizing, evaporating 18 or chemical action for its adhesive or cohesive strength. 19 e) Supply in extruded rope form of suitable cross section and size as to fill 20 the joint space when the pipes are joined. 21 f) Provide a size of the pre -formed flexible joint sealant in accordance 22 with the manufacturer's recommendations and large enough to properly 23 seal the joint and obtain the squeeze out as described under 24 construction methods. 25 g) The gasket joint sealer shall be protected by a suitable removable 2- 26 piece wrapper, and the 2-piece wrapper shall be so designed that 1/z may 27 be removed longitudinally without disturbing the other''/2 to facilitate 28 application as noted below. 29 h) The chemical composition of the gasket joint sealing compound as 30 shipped shall meet the requirements of Table 1 when tested in 31 accordance with the test methods shown. 32 33 Table 1. Sealing Compound Chemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Compounds 34 35 i) Gasket joint sealing compound when immersed for 30 days at ambient 36 room temperature separately in 5 percent solution of caustic potash, a 37 mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric 38 acid and a saturated hydrogen sulfide (H2S) solution shall show no 39 visible deterioration. 40 j) The physical properties of the gasket joint sealing compound as 41 shipped shall meet the requirements in Table 2 when tested in 42 accordance with the test methods shown. 43 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 334110-6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 6 of 12 Table 2. Sealing Compound Physical Properties Property Test Method Typical Analysis Specific Gravity at 77 degrees F ASTM D71 1.20 to 1.35 Ductility at 77 degrees F ASTM D 113 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees F minimum Penetration 32 degrees F (300-gms) 60-seconds 75 minimum 77 degrees F (150-gms) 5-seconds ASTM D217 50 to 120 115 degrees F (150-gms) 5-seconds 150 max Flash Point C.O.C. 600 degrees F Fire Point C.O.0 ASTM D92 625 degrees F 2 3) Rubber Gaskets 3 a) Provide gaskets that conform to ASTM C361 or ASTM C443. 4 b) Meet the requirements of ASTM C443 for design of the joints and 5 permissible variations in dimensions. 6 B. Design Criteria 7 1. Reinforced Concrete Pipe 8 a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe 9 with shell thickness, circumferential reinforcement and strength conforming to 10 the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch 11 or elliptical pipe respectively, except as modified below: 12 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular 13 reinforcement. 14 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its 15 option, furnish pipe manufactured with either Wall "B" or Wall "C" 16 minimum thicknesses and the applicable minimum steel area as listed for 17 circular cages in Table II of ASTM C76, provided test strength 18 requirements for Class III pipe are satisfactorily met. 19 b. Jacking, Boring, or Tunneling 20 1) Design pipe for jacking, boring or tunneling conforming to the 21 requirements of Section 33 05 23. 22 2) W en requested, provide design notes and drawings signed and sealed by a 23 Texas licensed professional engineer. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Tests and Inspections 27 1. Reinforced Concrete Pipe 28 a. Acceptance of pipe will be determined by the results of the following tests: 29 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 30 2) Absorption tests in accordance with ASTM C497. 31 3) 3-edge bearing tests in accordance with ASTM C497. 32 a) Testing Rate 33 (1) If tested for 0.01-inch crack only: 34 (a) Test 0.8 percent of pipe sections for each size included in order 35 (2) If tested for 0.01-inch crack and ultimate load: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 334110-7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 (a) Test 0.2 percent of pipe sections for each size included in order b) Pipes that have been tested only to the formation of a 0.01 inch crack and that meet the 0.01 inch test load requirements shall be accepted for use. c) Failed Pipe (1) Test 2 consecutive joints in the same mix series if a specimen fails to meet test requirements. (2) Entire pipe series will be rejected if 1 of the consecutive joints fails to meet test requirements. d) Pipes larger than 1 inch in diameter may be accepted on the basis of material tests and inspection of completed product as an alternate to 3- edge bearing test, at the option of the manufacturer. (1) Acceptance of pipe will be determined by the results of the material tests as required in ASTM C76, ASTM C506 or ASTM C507. (a) Perform crushing tests on cores taken from barrel of completed and cured pipe. (b) Perform absorption tests on samples from pipe wall. (c) Inspect finished pipe including amount and placement of reinforcement. (2) Manufacturer will furnish facilities and personnel for taking core samples from pipe barrel and for determining compressive strength of samples. (3) Manufacturer will plug and seal core holes if samples meet strength requirements. (a) Plug and seal sections in a manner that the pipe section will meet all test requirements of ASTM C76, ASTM C506 or ASTM C507. (b) Pipe sections plugged and sealed as described above will be accepted for use. 4) Inspect the finished pipe to determine its conformance with the required design. 2. Cast -in -Place Concrete Box Culvert a. Provide test specimens that meet the requirements of Division 03. 3. Precast Box Culvert a. Make test specimens in test cylinders at the same time and in the same manner as the box sections they represent. b. Make a minimum of 4 test cylinders for each day's production run and each mix design. c. Cure test cylinders in the same manner and for the same times as the boxes they represent. d. Test the specimens in accordance with Tex-704-I. B. Sizes and Permissible Variations 1. Reinforced Concrete Pipe a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible under run of length are in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 0 334110-8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 12 1 b. W ere rubber gasket pipe joints are to be used, the design of joints and 2 permissible variations in dimensions shall be in accordance with ASTM C443, 3 Sections 7 and 8. 4 2. Cast -in -Place or Precast Box Culvert 5 a. Ensure that precast sections of either type meet the following requirements: 6 1) The inside vertical and horizontal dimensions do not vary from Drawing 7 requirements by more than 1/2 inch or 1 percent, whichever is greater. 8 2) The horizontal or vertical plane at each end of the box section does not vary 9 from perpendicular by more than 1/2 inch or 1 percent, whichever is 10 greater, measured on the inside faces of the section. 11 3) The sides of a section at each end do not vary from being perpendicular to 12 the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, 13 when measured diagonally between opposite interior corners. 14 b. Ensure that wall and slab thicknesses are not less than shown on the Drawings 15 except for occasional deficiencies not greater than 1/4 inch or 5 percent, 16 whichever is greater. 17 1) If proper jointing is not affected, thicknesses in excess of Drawing 18 requirements are acceptable. 19 c. Deviations from the above tolerances will be acceptable if the sections can be 20 fitted at the plant or job site and the joint opening at any point does not exceed 21 1 inch. 22 1) Use match marks for proper installation on sections that have been accepted 23 in this manner. 24 C. W rkmanship and Finish 25 1. Reinforced Concrete Pipe 26 a. Ensure that pipe is substantially free from fractures, large or deep cracks and 27 surface roughness. 28 b. Ensure that ends of pipe are normal to the walls and centerline of the pipe 29 within the limits of variations allowed as stated previously. 30 2. Cast -in -Place or Precast Box Culvert 31 a. Fine cracks on the surface of the member that do not extend to the plane of the 32 nearest reinforcement are acceptable unless the cracks are numerous and 33 extensive. 34 b. Repair cracks that extend into the plane of the reinforcing steel in an approved 35 manner. 36 c. Excessive damage, honeycomb or cracking will be subject to structural review. 37 d. The City may accept boxes with repairs that are sound, properly finished and 38 cured in conformance with pertinent Specifications. 39 e. W en fine cracks on the surface indicate poor curing practices, discontinue 40 further production of precast sections until corrections are made and proper 41 curing is provided. 42 D. Curing 43 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type 44 of pipe as referred to above. 45 E. Marking 46 1. Reinforced Concrete Pipe 47 a. Clearly mark the following information on each section of pipe: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 334110-9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 1 1) Class of pipe 2 2) ASTM designation 3 3) Date of manufacture 4 4) Identification of plant 5 5) Name or trademark of the manufacturer 6 6) Pipe to be used for jacking and boring 7 b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end 8 of each section during the process of manufacture or immediately after with the 9 following: 10 1) The location of the top or bottom of the pipe as it should be installed, 11 unless the external shape of the pipe is such that the correct position of the 12 top and bottom is obvious 13 2) Mark the pipe section by indenting or painting with waterproof paint. 14 2. Cast -in -Place or Precast Box Culvert 15 a. Mark precast boxes with the following: 16 1) Name or trademark of the producer 17 2) Date of manufacture 18 3) Box size 19 4) Minimum and maximum fill heights 20 b. For boxes without lifting holes, mark 1 end of each box section on the inside 21 and outside walls to indicate the top or bottom as it will be installed. 22 c. Indent markings into the box section or paint them on each box with waterproof 23 paint. 24 F. Pipe/Box Rejection 25 1. Individual sections of pipe/box may be rejected if any of the Specification 26 requirements are not met or if any of the following exist: 27 a. Fractures or cracks passing through the shell, with the exception of a single end 28 crack that does not exceed the depth of the joint 29 b. Defects that indicate imperfect proportioning, mixing and molding 30 c. Surface defects indicating honeycombed or open texture 31 d. Damaged ends which would prevent making a satisfactory joint 32 e. Any continuous crack having a surface width of 0.01 inch or more and 33 extending for a length of 12 inch or more 34 2. Mark rejected pipe/box with painted "REJECTED". 35 3. Remove rejected pipe/box immediately from job site and replace with pipe/box 36 meeting the requirements of this Specification. 37 PART 3 - EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 INSTALLATION 42 A. General CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 3341 10-10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 1 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for 2 open -cut type installation. 3 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling 4 methods are specified on Drawings. 5 3. Establish and maintain lines and grades. 6 B. Pipe/Box Laying — Trench Installation 7 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom 8 conditions. 9 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot 10 or tongue end of the pipe joint pointing downstream, and proceed toward the inlet 11 or upstream end with the abutting sections properly matched, true to the established 12 lines and grades. 13 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box 14 according to manufacturer's recommendation. 15 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing 16 the prepared bedding or sides of trench. 17 5. Carefully clean pipe/box ends before pipe is placed in trench. 18 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each 19 length of pipe/box is laid. 20 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 21 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical 22 reinforcing is used, lay the pipe in trench so that the markings for top or bottom are 23 not more than 5 degrees from the vertical plane through the longitudinal axis of the 24 pipe 25 9. Remove and re -lay, without extra compensation, pipe/box that is not in alignment 26 or that shows excessive settlement after laying. 27 C. Multiple Barrel Box Culvert Placement 28 1. Fill the annular space between multiple boxes with crushed rock or CLSM 29 according to 03 34 13. 30 a. Water jetting will not be allowed between parallel boxes. 31 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the 32 inlet end with the abutting sections properly matched. 33 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established 34 lines and grades. 35 D. Jointing 36 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 37 a. Brush -apply a suitable primer, recommended by the manufacturer of the gasket 38 joint sealer, to tongue and groove joint surfaces and end surfaces. 39 1) Ensure that surface to be primed is clean and dry when primer is applied. 40 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement 41 protrusions. 42 3) Allow primer to dry and harden. 43 b. Attach plastic gasket sealer around tapered tongue or tapered groove near the 44 pipe joint hub or shoulder, before laying pipe in trench. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 3341 10-11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 11 of 12 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and 2 press it firmly to the clean, dry pipe joint surface. 3 1) Do not remove the outside wrapper until immediately before pushing pipe 4 into its final position. 5 d. Align the tongue correctly with the flare of the groove. 6 e. Remove outside wrapper on the gasket and pull or push pipe home with 7 sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause 8 evidence of gasket material squeeze -out on inside or outside around complete 9 pipe joint circumference. 10 1) Remove any joint material that pushed out into the interior of pipe. 11 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on 12 line and grade at all times. 13 f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint 14 has been inspected and approved by the Engineer or Inspector. 15 1) Take special precautions in placing and compacting backfill to avoid 16 damage to joints. 17 g. When the atmospheric temperature is below 60 degrees F, store pre -formed 18 flexible joint sealants in an area warmed to above 70' degrees F or artificially 19 warmed to this temperature in a manner satisfactory to the Engineer. 20 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, 21 followed by connection to previously laid pipe. 22 2. Rubber Gaskets 23 a. Make the joint assembly according to the recommendations of the gasket 24 manufacturer. 25 b. When using rubber gaskets, make joints watertight. 26 c. Backfill after the joint has been inspected and approved. 27 E. Backfill 28 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. 29 F. Pipe fittings 30 1. Poured Concrete Pipe Collars 31 a. Provide collars for locations shown on Drawings. 32 b. Collar cost is considered subsidiary to bid price for furnishing and installing 33 reinforced concrete pipe. No extra payment will be made for installation of 34 concrete pipe collars shown on the Drawings. 35 2. Shop and Field -Fabricated Wyes, Tees, Crosses and Bends 36 a. Furnish and install shop or field -fabricated wyes, tees, crosses or bends as 37 indicated on Drawings or required by the Engineer. 38 b. Shop -fabricate fittings for maximum pipe size less than 24-inches in diameter 39 for the larger pipe. 40 c. Field -fabricate fittings with 24-inch or greater diameter for the larger pipe. 41 d. Field -fabricate fittings for box culverts. 42 e. Take care in fabrication that concrete walls of pipe are broken back only 43 enough to provide the required finished opening. 44 f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a 45 rigid connection. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 3341 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 12 of 12 1 g. Concrete or mortar (as specified in this segment) shall be wiped over the 2 reinforcing wires connecting the 2 pipe joints, compacted by light blows, 3 shaped to the contour of the pipe barrels, lightly brushed for finish and cured 4 under wet burlap. 5 3. Poured Concrete Pipe Plugs 6 a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines 7 terminate at locations with no connection to drainage structures. 8 b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and 9 installing reinforced concrete pipe. No extra payment will be made for 10 installation of concrete pipe plugs shown on the Drawings. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL 14 A. Field Tests and Inspections 15 1. Video Inspection 16 a. Perform post -construction TV inspection of all installed reinforced concrete 17 pipes/boxes conforming to the requirements of Section 33 01 31. 18 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. 19 a. At the City's discretion, replace any pipe/box that is determined to have 20 jointing problems, cracking or significant debris. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 24 25 26 27 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] 28 29 DATE NAME 30 END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 334940-1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 1 of 5 1 SECTION 33 49 40 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain headwalls, wingwalls, and safety end treatments 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.l.b 9 2. Added 1.2.A.1.b.2 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 02 41 13 — Selective Site Demolition 15 4. Section 03 30 00 — Cast -In -Place Concrete 16 5. Section 3137 00 — Riprap 17 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 7. Section 33 41 10 — Reinforced Concrete Storm Sewer Pipe/Culverts 19 D. Standard Details 20 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 21 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 22 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Concrete Headwall 26 a. Measurement 27 1) Measurement for this Item shall be per each "Headwall" satisfactorily 28 completed as specified on the Drawings. 29 b. Payment 30 1) Unit Price - The work performed and materials furnished in accordance 31 with this Item will be paid for at the unit price bid per each "Headwall" 32 installed for: 33 a) Various pipe sizes 34 b) Various types 35 c) Various number of pipes 36 2) Lump Sum Price — The work performed and materials furnished in 37 accordance with this Item and measured under "Measurement" will be 38 included in the total lump sum price. 39 c. The price bid shall include: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 334940-2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 2 of 5 1) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing structure 3) Breaking back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing, placing and compaction of backfill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 11) Corrugated metal pipe, if required by Drawings 12) Reinforced concrete pipe, if required by Drawings 13) Clean-up 2. Safety End Treatment a. Measurement 1) Measurement for this Item shall be per each "SET" satisfactorily completed as specified on the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "SET" installed for: a) Various types b) Various pipe sizes c) Various number of pipes c. The price bid shall include: 1) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing structure 3) Breaking back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placing and compaction of backfill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 11) Corrugated metal pipe, if required by Drawings 12) Reinforced concrete pipe, if required by Drawings 13) Clean-up 38 1.3 REFERENCES 39 A. Definitions 40 1. Headwalls - all walls, including wings, at the ends of single -barrel and multiple- 41 barrel pipe culvert structures 42 2. Wingwalls - all walls at the ends of single -barrel or multiple -barrel box culvert 43 structures 44 B. Reference Standards 45 1. Reference standards cited in this Specification refer to the current reference 46 standard published at the time of the latest revision date logged at the end of this 47 Specification, unless a date is specifically cited. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 334940-3 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 3 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 1. Refer to Section 03 30 00. 4 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 M A. Delivery and Acceptance Requirements 1. rking a. Before shipment from the casting or fabrication yard, clearly mark the following on each precast unit: 1) Date of manufacture 2) Name or trademark of the manufacturer 3) Type and size designation 2. Causes for Rejection a. Precast units may be rejected for not meeting any one of the Specification requirements. b. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. c. Remove rejected units from the project, and replace them with acceptable units meeting the requirements of this Section. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. 2. Store precast units on a level surface. 3. Do not place any loads on precast concrete units until design strength is reached. 4. Do not ship units until design strength requirements have been met. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 33 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 34 A. terials Ma 35 1. Concrete 36 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 37 2. Reinforcing Steel CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 334940-4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 1 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 2 B. Fabrication 3 1. Fabricate cast -in -place concrete units and precast units in accordance with 4 Section 03 30 00. 5 1) Safety End Treatment will be precast for 30-inch and smaller diameters and 6 cast in place for greater than 30-inch diameters. 7 2. Fabrication Tolerances 8 a. Lifting Holes 9 1) For precast units, provide no more than 4 lifting holes in each section. 10 2) Lifting holes may be cast, cut into fresh concrete after form removal or 11 drilled. 12 3) Provide lifting holes large enough for adequate lifting devices based on the 13 size and weight of the section. 14 a) The maximum hole diameter is 3 inches at the inside surface of the wall 15 and 4 inches at the outside surface. 16 b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per 17 layer of reinforcing steel when locating lift holes. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION 24 A. Removal 25 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 26 2. Drill, dowel and grout in accordance with Section 03 30 00. 27 3.4 INSTALLATION 28 A. Interface with Other Work 29 1. ke connections to new or existing structures in accordance with the details 30 shown on the Drawings. 31 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the 32 Drawings. 33 B. Excavation, Shaping, Bedding and Backfill 34 a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. 35 b. Take special precautions in placing and compacting the backfill to avoid any 36 movement or damage to the units. 37 c. Bed precast units on foundations of firm and stable material accurately shaped 38 to conform to the bases of the units. 39 C. Placement of Precast Units 40 a. Provide adequate means to lift and place the precast units. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 334940-5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 1 1) Utilize sufficient number of lifting holes to ensure that the units are not 2 damaged during lifting. 3 b. Fill lifting holes with mortar or concrete and cure. 4 1) Precast concrete or mortar plugs may be used. 5 3.5 REPAIR 6 A. Occasional imperfections in manufacture or accidental damage sustained during 7 handling may be repaired. 8 1. The repaired units will be acceptable if they conform to the requirements of this 9 Section and the repairs are sound, properly finished and cured in conformance with 10 pertinent Specifications. 11 B. Repair spalled areas around lifting holes. 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 46 4123 TANK CIRCULATION EQUIPMENT 464123-1 TANK CIRCULATION EQUIPMENT Page 1 of 6 5 A.Section Includes 6 1. These specifications provide the requirements to furnish, install and place into 7 operation all drives, motors, controls, and accessories necessary for a complete and 8 operable submersible mixing system for the 5,500,000-gallon Sendera Ranch 9 Ground Storage Tank. 10 B. Deviations from this City of Fort Worth Standard Specification 1 1 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SEPCIFICATION 12 C. Related Specification Sections include but are not necessarily limited to 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 14 Contract. 15 2. Division 1 - General Requirements. 16 3. Section 03 30 00 — Cast -In -Place Concrete 17 4. Section 33 16 13 — Precast, Prestressed Concrete Tank with Steel Diaphragm 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A.Measurement and Payment 20 1. Measurement 21 a. Measurement for this item shall per each. 22 2. Payment 23 a. The work performed and materials furnished in accordance with the Item and 24 measured as provided under "Measurement" are included in the total lump sum 25 price. 26 3. The price bid will include: 27 a. Impeller 28 b. Motor 29 c. Mounting Tripod 30 d. Enclosure 31 e. Motor Controller/VFD 32 f. SCADA 33 g. Controls 34 h. Electrical 35 i. Installation 36 j. Disinfection 37 k. Clean-up 38 1. Testing 39 1.3 REFERENCES 40 A.Reference Standards CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 46 41 23 - 2 TANK CIRCULATION EQUIPMENT Page 2 of 6 1 1. Reference standards cited in this specification refer to the current reference standard 2 published at the time of the latest revision date logged at the end of this 3 specification, unless a date is specifically cited. 4 2. Occupational Safety and Health Administration, OSHA 5 3. Texas Department of Transportation, TXDOT 6 4. NSF / ANSI Standard 61 7 5. Underwriters Laboratories Inc., UL 508 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 SUBMITTALS 10 A. Submittals shall be in accordance with Section 0133 00. 11 B. All submittals shall be approved by the City prior to manufacture or delivery. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 A.Product Data 14 B. Shop Drawings 15 1. Circulation Equipment 16 C. Certificates 17 1. Furnish an affidavit certifying that the mixer meets NSF-61 certification for all 18 material being placed inside the tank and headspace, including the motor power 19 cable. 20 D.Installation, Operations, and Maintenance Manuals shall be obtained from the equipment 21 manufacturer and submitted. The following sections shall be included: 22 1. General equipment specifications and data sheets 23 2. Installation, start-up, operation, and maintenance instructions 24 3. Factory -recommended maintenance schedule 25 4. Wiring diagrams specifying what electrical wiring needs to be done onsite during 26 and prior to the installation, and by which responsible party 27 5. List of equipment or tooling necessary for diagnostics, trouble -shooting, repair or 28 general maintenance 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE 32 A.Each mixing system shall be tested prior to deployment according to standard 33 engineering practices at the factory testing facilities. Certification of this completed 34 testing shall accompany mixer installation documentation. 35 B. Continuous Operation Equipment. The mixer shall operate continuously, all day and all 36 night, using 240 VAC as the power source. 37 C. Qualified US Manufacturer. The manufacturer of the mixer shall have extensive 38 experience in the production of such equipment, and the equipment shall be 39 manufactured in the continental United States. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 46 41 23 - 3 TANK CIRCULATION EQUIPMENT Page 3 of 6 1 D.Installation personnel shall have received job -specific safety training on (a) Working over 2 Water, (b) Boating Safety, (c) Disinfecting Procedures, (d) Confined Space Entry, (e) Fall 3 Protection, and (f) TXDOT Compliance, if necessary for install. 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS [NOT USED] 6 1.12 WARRANTY 7 A.Manufacturer Warranty 8 1. The Manufacturer shall guarantee that the system will perform as described in these 9 Specifications. The Manufacturer shall warrant the system, complete, to be free 10 from defects in materials or workmanship for a period of 5 years (60 months). The 11 Manufacturer shall repair or provide replacement of any defective components 12 under this warranty 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED [NOT USED] 15 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 16 A.Manufacturers 17 1. Mixer shall be manufactured by Kasco Marine, Inc., or approved equal. 18 B. Description 19 1. Number of units required: 20 Qty Model Tank 1 840OC61 240 VAC potable tank mixer Sendera Ranch Ground Storage Tank (5,500,000 gallons) 21 22 2. Mixing system consists of an impeller mounted on a submersible motor and 23 supported approximately three feet in height from the tank floor in order for it to 24 launch a jet of water from the bottom of the tank up toward the surface of the water. 25 Floating devices shall not be acceptable. Mixer duty cycle shall be variable with 26 the size and volume of the tank. Mixer control and operation shall be independent 27 of tank drain and fill cycles to ensure constant mixing. Both wet -side and dry -side 28 shall be able to be hoisted, installed, and/or removed by on -site personnel without 29 additional equipment needed, and so that there is no crush hazard or entanglement 30 hazard present, and so that weight of mixer on tank floor does not cause damage to 31 interior. 32 C. Components 33 1. Wet -side 34 a. Shall be NSF/ANSI Standard 61 certified. 35 b. Equipment entering tank shall not adhere to, scratch, or otherwise cause damage 36 to internal tank coating or put undue stress on the materials of the tank 37 construction. Equipment shall fit through a standard hatch size of 18" x 18" or 38 larger. Motor cables shall utilize flange access as shown in the Drawings. 39 c. Each submersible mixer shall consist of the following components: CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 46 41 23 - 4 TANK CIRCULATION EQUIPMENT Page 4 of 6 1) Impeller a) Non metallic b) Balanced to within 0.5 gram -inches c) 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) 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) White LED Indicator light to show power status 2) Motor Controller/VFD a) Power shall be 3-phase b) Rated to 3.0 HP c) Operating temperature range -30°C up to 500C (-340F 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, interwired, 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. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 464123-5 TANK CIRCULATION EQUIPMENT Page 5 of 6 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS 5 A.Contractor Installation 6 1. Installation, startup, and on -site testing provided by Contractor. 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A.All circulation equipment components and installation equipment shall be cleaned and 11 disinfected with a 50 mg/1 chlorine spray before placed in tank. 12 B. Tank penetration shall be above maximum water level, through the tank roof, as shown in 13 the drawings. Fitting shall be 1 inch diameter fitting to allow cable to pass through. 14 Strain relief for power cable shall be part of the contractor -supplied fitting for tanks more 15 than 30 feet in depth. 16 C.All installation crew members shall have completed job -specific safety training on (a) 17 Working over Water, (b) Boating Safety, (c) Disinfecting Procedures, (d) Confined Space 18 Entry, (e) Fall Protection, and (f) DOT Compliance. 19 D.Factory Personnel. The placement and startup shall be performed by full time factory 20 employees trained in the operation of the mixer. Safety Equipment. Placement and 21 service personnel shall be equipped with job -specific safety equipment to complete the 22 placement and startup of specified mixer following all OSHA safety regulations. Safety 23 equipment shall include confined space, fall protection, rescue, decontamination, and 24 communication tools such as (air monitor, ventilation fan, tri-pod, winches, FBH's, 25 retractables, ropes, lanyards, descenders, radios, hard hats, step pools, disinfectant 26 sprayer, etc.) 27 3.5 REPAIR/RESTORATION [NOT USED] 28 3.6 RE -INSTALLATION [NOT USED] 29 3.7 FIELD QUALITY CONTROL 30 A.Provide Manufacturer's Field Services to include: 31 1. Inspection, checking, and adjustment as required for equipment to function as 32 warranted by manufacturer and necessary to provide written approval of 33 installation. 34 2. Revisiting the site as required to correct problems and until installation and 35 operation are acceptable to Owner. Up to two (2) visits shall be provided for this 36 purpose, each consisting of one (1) eight (8) hour day on -site. For additional or 37 longer visits, an additional charge will apply. 38 3. Resolution of assembly or installation problems attributable to, or associated with, 39 respective manufacturer's products and systems. CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 46 41 23 - 6 TANK CIRCULATION EQUIPMENT Page 6 of 6 1 B. Completion of Manufacturer's Certificate of Proper Installation as described in Section 01 2 75 16 with applicable certificates for proper installation and initial, interim, and final test 3 service. 4 C. Complete Certificate of Successful Start-up as defined in Section 01 75 16. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT No. 105781 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 GR-01 60 00 Product Requirements CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 SENDERA RANCH 5.5MG GROUND STORAGE TANK CITY PROJECT NO. 105781 PARCEL NO. 1 TE 965 RANCHO CANYON WAY LOT 3X AND 6X, BLOCK 1, MADERO EXHIBIT "A" Being a temporary construction easement out of Lots 3X and 6X, Block 1, Madero, an addition to the City of Fort Worth, Denton County, Texas as recorded in Instrument No. 2023-96 of the Map Records of Denton County, Texas, said temporary construction easement also being a portion of a called 229.679 acre tract of land deeded to GBTM Sendera, LLC as record in Instrument No. 2020- 132253 of the Real Property Records of Denton County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a point in a west line of said Lot 6X, said point being in the east line of Lot 1X, Block 400, Sendera Ranch, addition to the City of Fort Worth, Denton County, Texas as recorded in Instrument No. 2009-104 of said Map Records of Denton County, Texas, from which a 5/8 inch iron rod with cap stamped "LJA Surveying" found for the southeast corner of said Lot 1X bears South 00 degrees 26 minutes 22 seconds East, a distance of 18.64 feet, said 5/8 inch iron rod with cap stamped "LJA Surveying" being an interior ell corner in the north line of said Lot 6X; THENCE North 00 degrees 26 minutes 22 seconds West, with a west line of said Lot 6X and with the east line of said Lot 1X, a distance of 50.14 feet to a point for the beginning of a non -tangent curve to the left having a radius of 15.00 feet, a central angle of 82 degrees 29 minutes 03 seconds, and whose chord bears North 40 degrees 48 minutes 09 seconds East, a distance of 19.78 feet, from which a 5/8 inch iron rod with cap stamped "LJA Surveying" found for the southwest corner of said Lot 3X bears North 00 degrees 26 minutes 22 seconds West, a distance of 625.93 feet, said 5/8 inch iron rod with cap stamped "LJA Surveying" being a an exterior corner in the north line of said Lot 6X, said 5/8 inch iron rod with cap stamped "LJA Surveying" also being in the east line of said Lot 1X; THENCE with said non -tangent curve to left an arc length of 21.59 feet to a point for corner; THENCE North 00 degrees 26 minutes 22 seconds West, a distance of 505.02 feet to a point for the beginning of a curve to the right having a radius of 65.00 feet, a central angle of 44 degrees 53 minutes 52 seconds, and whose chord bears North 22 degrees 00 minutes 34 seconds East, a distance of 49.64 feet; THENCE with said curve to the right an arc length of 50.93 feet to a point for corner; Exhibit A Page 1 of 3 THENCE North 44 degrees 27 minutes 29 seconds East, a distance of 41.13 feet to a point for the beginning of a curve to the left having a radius of 15.00 feet, a central angle of 94 degrees 00 minutes 07 seconds, and whose chord bears North 02 degrees 32 minutes 34 seconds West, a distance of 21.94 feet; THENCE with said curve to the left an arc length of 24.61 feet to a point for corner; THENCE North 49 degrees 32 minutes 37 seconds West, passing at a distance of 29.85 feet a point in the north line of said Lot 6X and the south line of said Lot 3X, in all, a distance of 59.70 feet to a point for corner in the north line of said Lot 3X, said point also being in the south right-of-way line of Rancho Canyon Way (R.O.W. width varies); THENCE North 72 degrees 59 minutes 49 seconds East, with the north line of said Lot 3X and with the south right-of-way line of said Rancho Canyon Way, a distance of 40.47 feet to an "X" cut found for the beginning of a curve to the right having a radius of 1,145.00 feet, a central angle of 00 degrees 56 minutes 17 seconds, and whose chord bears North 72 degrees 32 minutes 32 seconds East, a distance of 18.74 feet; THENCE with said curve to the right, with the north line of said Lot 3X, and with the south right- of-way line of said Rancho Canyon Way, an arc length of 18.74 feet to a point for corner; THENCE South 49 degrees 32 minutes 37 seconds East, a distance of 27.97 feet to a point for the beginning of a curve to the right having a radius of 65.00 feet, a central angle of 94 degrees 00 minutes 07 seconds, and whose chord bears South 02 degrees 32 minutes 34 seconds East, a distance of 95.08 feet; THENCE with said curve to the right, passing at an arc length of 1.81 feet, a point in the south line of said Lot 3X and the north line of said Lot 6X, in all an arc length of 106.64 feet to a point for corner; THENCE South 44 degrees 27 minutes 29 seconds West, a distance of 41.13 feet to a point for the beginning of a curve to the left having a radius of 15.00 feet, a central angle of 20 degrees 29 minutes 40 seconds, and whose chord bears South 34 degrees 12 minutes 42 seconds West, a distance of 5.34 feet; THENCE with said curve to the left an arc length of 5.37 feet to a point for corner; THENCE North 89 degrees 33 minutes 38 seconds East, a distance of 148.66 feet to a point for corner; THENCE South 00 degrees 26 minutes 22 seconds East, a distance of 150.00 feet to a point for corner; THENCE South 89 degrees 33 minutes 38 seconds West, a distance of 150.00 feet to a point for corner; Exhibit A Page 2 of 3 THENCE South 00 degrees 26 minutes 22 seconds East, a distance of 361.22 feet to a point for the beginning of a curve to the right having a radius of 65.07 feet, a central angle of 88 degrees 11 minutes 26 seconds, and whose chord bears South 43 degrees 40 minutes 45 seconds West, a distance of 90.55 feet; THENCE with said curve to the right an arc length of 100.15 feet to the POINT OF BEGINNING and containing 59,886 square feet or 1.375 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: February 14, 2025 /IL— ?nny l Aennin j/ gistered Professional Land Surveyor No. 6933 Texas Firm No. 10106900 6.1 JOHNNY PAUL HENNING .............................. q 6933 � SIJRv y0 Exhibit A Page 3 of 3 EXHIBIT "B " PARCEL No. > TE MATCHLINE "A" ACQUISITION LOCATION i.1 TEMPORARY Lr ui iH CONSTRUCTION EASEMENT AREA i°�59,886 SQ. FT. OR 1.375 ACRES ;::::::;:::::::: LOT 1 X cq N NI CV t0 N o 04 SUBJECT TRACT & 10& o� b . �b o LOCATION OF ACQUISITION � o E: N00 C 9� to `�00 Z z 0 A o ( CALLED 229.679 ��' �� G� GBTM SENDERA, LLC INSTRUMENT R.D C T. 20-132253 1� J . �`^ LOT MADER'03,96 S 00'26'22"E 18.64' K 1, 140. 202 FIND D 5/8"IR W/CAP C Tm STAMPED "LJA SURVEYING" P.O.B. 'rp g. D.C.1 I 1NSU g LINE TABLE I LINE BEARING I DISTANCE L1 I N 00'26'22"W 50.14' CURVE TABLE I (CURVE RADIUS DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTHI I Cl 15.00' 82'29'03" N 40-48'09"E 19.78, 21.59' 1 C7 65.07' 88'11'26" S 43'40'45"W 90.55100.15' 1 NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. FoRTWORTH 60 30 0 60 SCALE IN FEET City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 SENDERA RANCH 5.5MG GR 0 UND STORAGE TANK PARCEL NO. 1 TE I CITY PROJ. NO. 105781 TEMPORARY CONSTRUCTION EASEMENT OWNER: GBTM SENDERA LLC SURVEY: LOT 3X AND LOT 6X, BLOCK 1, MADERO LOCATION: CITY OF FORT WORTH, DENTON COUNTY, TEXAS ACQUISITION AREA: 59,886 SQUARE FEET OR 1.375 ACRES WHOLE PROPERTY ACREAGE: 119.767 ACRES (CALCULATED) JOB No. KHA_2408.00 DRAWN BY: JPH I CAD FILE: 1 TE.DWG DATE: FEBRUARY 14, 2025 EXHIBIT B PAGE 1 OF 3 bll SCALE: 1" = 60' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 60 FORT WORTH, TX. 76137 O.F. -I C�A JOHNNY PAUL HENNING 6933 ... v::..f JO NY P�cCJL HENNIN(�Y/ R STERED FESSIONAL L(E16 SURVEYOR 6933 TEXAS FIRM No. 10106900 81 —496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. > TE MATCHLINE "B" . TEMPORARY ::: N o I 0 0 CONSTRUCTION I EASEMENT AREA a o Ion ................................. 59,886 SQ. FT. OR O ::::;::::::;::::;::::::: 1.375 ACRES N I.....:....:...................... .. . ......... :. ..................:.:......:..:.:.:..:.......................... `I ACQUISITION LOCATION NOTES: 60 30 0 60 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET ForrWORTH City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 SENDERA RANCH 5.5MG GR 0 UND STORAGE TANK PARCEL NO. 1 TE I CITY PROJ. NO. 105781 TEMPORARY CONSTRUCTION EASEMENT OWNER: GBTM SENDERA LLC SURVEY: LOT 3X AND LOT 6X, BLOCK 1, MADERO LOCATION: CITY OF FORT WORTH, DENTON COUNTY, TEXAS ACQUISITION AREA: 59,886 SQUARE FEET OR 1.375 ACRES WHOLE PROPERTY ACREAGE: 119.767 ACRES (CALCULATED) JOB No. KHA_2408.00 DRAWN BY: JPH I CAD FILE: 1 TE.DWG DATE: FEBRUARY 14, 2025 EXHIBIT B PAGE 2 OF 3 bll SCALE: 1" = 60' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 60 FORT WORTH, TX. 76137 S TE JOHNNY PAUL HENNING P0. -yFELF SS�°vy/l JOHNNY PAL)C,/HENN NO. 6933 TEXAS FIRM No. 10106900 0-496-1424 FAX 817-496-1768 APPROXIATE OF ON ACQUISITION EXHIBIT "B " 25' SOUTHWESTERN GASAPIPELINE, INC. LOCATION 0 MENT PARCEL No. > TE VOLUME 502111, PAGEE3502 10' UTILITY EASEMENT D.R.D.C.T. R�^`G INSTRUMENT. 2023-96� ------ --- --_ ``� - w' n M.RD.C.C.T. O `D _ -LOT 3X SUBJECT TRACT & �R O W F D "X"CUT C� _ LOCATION OF ACQUISITION L� �5 -///� LOT 6X BLOCK >, MADERO y : \ / PASSING AT INSTRUMENT No. 2023-96 5/8"IR M.R.D. C. T. -� W/CAP STAMPED i : ::==: _ - 'c- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- LJA SURVEYING" --- .4:- ......... .... .- I -- 4. PA2985'AT I "` "` 7 15' EASEMENT AND RIGHT OF WAY TO ONCOR ELECTRIC DELIVERY COMPANY LLC LOT 1 X � ... �V INSTRUMENT No. 2018-119801 O� I ......r:i:.:.: ::a\\ 3 R.P.R.D.C.T. AO :... \�NFg.. .. TRti1cF/vr qc! FN\SS�OFpRTel \ \\\ cl N'33 38 E 148.66 ---89------- 1 NI o w N 00'26'22"W ZI TEMPORARY � N. CALLED 229.679 505.02 CONSTRUCTION a o EASEMENT AREA .__...IN oo GBTM SENDERA, LLC 59,886 SQ. FT. OR o �n INSTRUMENT No. LINE TABLE O 2020-132253 LINE BEARING DISTANCE I':. 1.375 ACRES L2 N 44'27'29"E 41.13' N R.P.R.D.C.T. k ;;. L3 N 49'32'37"W 59.70' ....... ........... .......... ......... L4 N 72'59'49"E 40.47' LS S 4'32'37"E .' M ATC H L I N E "B" I L6 S 4441'27'29"W 41.1313' I � CURVE TABLE I (CURVE RADIUS DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTHI C2 65.00' 44'53'52" N 22'00'34"E 49.64' 50.93' C3 15.00' 94'00'07" N 02'32'34"W 21.94' 24.61' C4 1 145.00' 00'56'17" N 72'32'32"E 18.74' 18.74' C5 �5.00' 94'00'07" S 02'32'34"E 95.08' 106.64' T C6 15.00' 20'29'40" S 34'12'42"W 5.34' 5.37' l� NOTES: 60 30 0 60 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET FoRTWORTH City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 SENDERA RANCH 5.5MG GROUND STORAGE TANK PARCEL NO. 1 TE CITY PROJ. NO. 105781 :.....................:... TEMPORARY CONSTRUCTION EASEMENT JOHNNY PAUL HENNING OWNER: GBTM SENDERA LLC ••• ........933................. SURVEY: LOT 3X AND LOT 6X, BLOCK 1, MADERO :� 6933 LOCATION: CITY OF FORT WORTH, DENTON COUNTY, TEXAS 9 FEsu ss1 ACQUISITION AREA: 59,886 SQUARE FEET OR 1.375 ACRES WHOLE PROPERTY ACREAGE: 119.767 ACRES (CALCULATED) JOB No. KHA_2408.00 DRAWN BY: JPH I CAD FILE: 1 TE.DWG DATE: FEBRUARY 14, 2025 EXHIBIT B PAGE 3 OF 3 bll SCALE: 1" = 60' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 60 FORT WORTH, TX. JOF fiY P4K/ HCNNING %/ RE TERED FESSIONAL LAN SURVEYOR NO. 6933 TEXAS FIRM No. 10106900 76137 • 0-496-1424 FAX 817-496-1768 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 GEOTECHNICAL ENGINEERING STUDY 5.5-MG GROUND STORAGE TANK SENDERA RANCH PUMP STATION FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. February 2025 PROJECT NO. 103-24-563 JEngineering February 17, 2025 Report No. 103-24-563 Kimley-Horn and Associates, Inc. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 Attn: Mr. Kyle Welden, P.E. GEOTECHNICAL ENGINEERING STUDY 5.5-MG GROUND STORAGE TANK SENDERA RANCH PUMP STATION FORT WORTH, TEXAS Dear Mr. Welden: Submitted here are the results of a geotechnical engineering study for the referenced project. The geotechnical services were performed in general accordance with CMJ Proposal 24-9775 dated October 1, 2024. Authorization to proceed was provided via Kimley-Horn Individual Project Order Number 061018480 dated November 13, 2024 and executed by Mr. Chris Igo, P.E. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Kimley-Horn and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION No. 9177 J e a 1 OF TF��gO ................... JAMES P. SAPPINGTON,.IV' �............................. P -d •� 1 .p • 97402 •�;s Zachary Koerth, E.I.T. it, . �� o ^. ��� James Geotechnical Project Manager 94�'Q .c NSE.�`�� Preside Texas E.I.T. No. 79231 ��vN oL� Texas ,r1 u Sappington IV, P.E. o. 97402 copies submitted: (2) Mr. Kyle Welden, P.E.; Kimley-Horn and Associates, Inc. (mail & e-mail) CM) Engineering 7636 Pebble Drive p: 817.284.9400 Fort Worth, TX 76118 f: 817.589.9993 1 www.cmiengr.com TABLE OF CONTENTS Page 1.0 INTRODUCTION------------------------------------------------------------------------------------------------------- 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2 3.0 SUBSURFACE CONDITIONS-------------------------------------------------------------------------------------- 3 4.0 FOUNDATION RECOMMENDATIONS--------------------------------------------------------------------------- 5 5.0 EXPANSIVE SOIL CONSIDERATIONS -------------------------------------------------------------------------- 8 6.0 SEISMIC CONSIDERATIONS -------------------------------------------------------------------------------------- 8 7.0 EARTHWORK----------------------------------------------------------------------------------------------------------- 8 8.0 CONSTRUCTION OBSERVATIONS ----------------------------------------------------------------------------- 12 9.0 REPORT CLOSURE-------------------------------------------------------------------------------------------------12 APPENDIX A Plate Planof Borings--------------------------------------------------------------------------------------------------------------- A.1 Unified Soil Classification -------------------------------------------------------------------------------------------------- A.2 Key to Classification and Symbols-------------------------------------------------------------------------------------- A.3 Logsof Borings------------------------------------------------------------------------------------------------------ A.4 — A.8 FreeSwell Test Results ---------------------------------------------------------------------------------------------------- A.9 Pressure Swell Test Results-------------------------------------------------------------------------------------------- A.10 1.0 INTRODUCTION 1.1 Project Description The project site is located at the existing Sendera Ranch Pump Station in Fort Worth, Texas. The project, as currently planned, consists of a 5'/2-million-gallon ground storage tank located in the southern portion of the existing pump station site. The tank is anticipated to consist of pre -stressed concrete with an approximate diameter of 135 feet. The project vicinity and boring locations are illustrated on Plate A.1, Plan of Borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop recommendations for the type or types of foundations suitable for the project. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. 1.3 Report Format The text of the report is contained in Sections 1 through 9. All plates and large tables are contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). Report No. 103-24-563 1 CM1 ENGINEERING, INC. 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by a total of five (5) borings extending to depths of 25 to 35 feet. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Plates A.4 through A.8 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin -walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Report No. 103-24-563 2 CM1 ENGINEERING, INC. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits and plastic limits), moisture content, unit weight, and unconfined compressive strength tests were performed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined compressive strength tests conducted for this project are included on the boring logs. Free swell and pressure swell testing were performed on specimens from selected samples of the clays. These tests were performed to help in evaluating the swell potential of soils in the area of the proposed tank. The results of the swell tests are presented on Plate A.9 and A.10. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology The Dallas Sheet of the Geoloqic Atlas of Texas indicates the site is located in an outcropping of the Fort Worth Limestone and Duck Creek Formations, undivided. Clays are typically present at the surface underlain by tan limestone. The parent bedrock consists of hard gray limestone with some clay and interbedded calcareous shale. These formations typically weather to form shallow deposits of active clay at the surface. These clays often contain significant quantities of limestone fragments. 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphies encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Soils encountered consist of dark brown and tan silty clays and clays containing calcareous nodules, ironstone nodules, pebbles, and occasional limestone fragments. The clay soils Report No. 103-24-563 CMJ ENGINEERING, INC. 3 encountered were stiff to hard (soil basis) with pocket penetrometer readings of 2.0 to over 4.5 tsf. Tested values of Liquid Limit (LL) and Plasticity Index (PI) of the various clays ranged from 45 to 77, and 26 to 53, respectively, and are classified as CL and CH according to the USCS. Tested values of unit dry weight varied from 79 to 114 pcf and unconfined strengths were 2,440 to 9,530 psf. Tan limestone is next present in the borings at depths of 2 to 5 feet. The tan limestone often occurs weathered, contains clay seams and layers, occasionally occurs fractured in the upper zones, and is considered soft to moderately hard (rock basis) with Texas Cone Penetrometer (THD) test values of 6 inches for 100 blows to 11 inches of penetration for 88 blows. Tan clay and silty clay is encountered below the tan limestone in the borings at depths of 15 to 16 feet. The silty clays and clays vary in thickness from 4 to 8 feet, contain weathered limestone seams and occasional calcareous nodules and ironstone nodules, and are considered hard (soil basis) with pocket penetrometer readings of over 4.5 tsf. Gray limestone is next encountered in the borings at depths of 19 to 23 feet below existing grade and continues through boring termination at depths of 25 to 35 feet. The gray limestone contains shale seams and layers and is moderately hard to hard (rock basis) with Texas Cone Penetrometer (THD) test values of 1'/2 to 4 inches for 100 blows. The Atterberg Limits tests indicate the surficial clays encountered at this site are generally moderately to highly active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content. 3.3 Ground -Water Observations The borings were drilled using continuous flight augers in order to observe ground water seepage during drilling. Ground water seepage was not encountered during drilling and the borings were dry at completion Fluctuations of the ground water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. During wet periods of the year, seepage can occur in the joints in the clays or atop or within the tan limestones, particularly after periods of Report No. 103-24-563 CM1 ENGINEERING, INC. 4 heavy or extended rainfall. The possibility of ground water level fluctuations should be considered when developing the design and construction plans for the project. 4.0 FOUNDATION RECOMMENDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed tank. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the structure, total and differential vertical movements must be within tolerable limits. 4.2 Expansive Soil Movements The soils encountered at this site are considered to be highly active with respect to moisture induced volume changes. The site environment is impacted by grading and drainage, landscaping, ground -water conditions, paving and many other factors which affect the structure during and after construction. Therefore, the amount of soil movement is difficult to determine due to the many unpredictable variables involved. The following estimates are based on conditions, as if all recommendations are followed. Estimates of soil movements for this site have been performed using data from the Texas Department of Transportation (TxDOT) procedure TEX-124-E for estimating Potential Vertical Rise (PVR), swell testing, and engineering judgment and experience. Vertical soil movements of 11/4 to 3'/4 inches have been estimated for the clay soils in a dry condition. The estimated soil movements are based on the subsurface conditions revealed by the borings and on seasonal moisture fluctuations. Soil movements, significantly larger than estimated, could occur due to inadequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines. Report No. 103-24-563 5 CM1 ENGINEERING, INC. 4.3 Shallow Spread Foundations 4.3.1 Tank Foundation Design Criteria Reinforced concrete spread foundations or continuous ring foundations may be used to support structural loads for the tank. The allowable bearing capacity given below is based upon spread foundations in the range of 1 to 4 feet in width. Continuous spread foundations should be founded at a minimum depth of 18 inches below the lowest existing grade situated atop a properly prepared stone pad installed in accordance with Section 4.3.2. The spread foundation may be designed for an allowable bearing capacity of 5.0 kips per square foot. A modulus of subgrade reaction of 200 psi/in may be used. This bearing pressure assume a factor of safety of three. An ultimate friction factor of 0.5 may be used to calculate sliding resistance of the footings bearing on the properly installed stone pad. We estimate long-term differential settlements on the order of '/2 inch between the center and perimeter of the structure. Total settlements are estimated to be on the order of 1 inch. 4.3.2 Ground -Supported Tank Bottom Site preparation will be required to provide uniform support for a ground supported tank bottom used in conjunction with spread footings. We recommend all surficial clay soils be removed to the top of the tan limestone within the entire tank footprint and extending a minimum of 5 feet beyond the outside footing edge. Removal of intact, competent tan limestone is not necessary. Observation of complete clay removal should be observed by the geotechnical engineer or their representative. The excavated area should then be backfilled using either crushed rock (crushed rock is preferable to reduce the potential for fill settlement) or flexible base. Crushed rock may consist of natural stone meeting gradation requirements of ASTM D448, No. 467, 57, 67, or similar gradation. The flexible base material should meet the requirements of TxDOT Item 247, Type A, Grade 1/2. Flexible base material should be placed in loose lifts of approximately 6 inches at minus 2 to plus 3 percentage points of the material's optimum moisture at a minimum of 98 percent of Standard Proctor density (ASTM D698). A leveling layer of coarse sand may be placed directly below the bottom of the tank to provide uniform support. A permanent perimeter drainage system is not Report No. 103-24-563 CM1 ENGINEERING, INC. 0 anticipated to be required for the ground supported tank at this site, however this recommendation should be reviewed once grading plans area available. It should be noted that this method of soil treatment is presented as an option for the owner's consideration. The designer should be aware that this method will not prevent movements of the soil -supported foundation elements and can only reduce the magnitude of the movement. 4.3.3 Spread/Mat Foundation Construction Spread foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavations, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over -excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. Report No. 103-24-563 7 CM1 ENGINEERING, INC. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. 5.0 EXPANSIVE SOIL CONSIDERATIONS 5.1 Site Drainage An important feature of the project is to provide positive drainage away from the proposed tank. If water is permitted to stand next to or below the tank, excessive soil movements can occur. This could result in differential foundation movement. A well -designed site drainage plan is of utmost importance and surface drainage should be provided during construction and maintained throughout the life of the tank. Water must not be allowed to pond near the tank during or after construction. Consideration should be given to the design and location of features which would produce moisture concentration adjacent to or beneath the structure. Every attempt should be made to limit the extreme wetting or drying of the subsurface soils since swelling and shrinkage will result. Standard construction practices of providing good surface water drainage should be used. A positive slope of the ground away from the foundation should be provided to carry off the run-off water both during and after construction. 6.0 SEISMIC CONSIDERATIONS Based on the conditions encountered in the borings for the above referenced project the IBC 2021 site classification is TYPE B for seismic evaluation. 7.0 EARTHWORK 7.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy Report No. 103-24-563 CMJ ENGINEERING, INC. 0 pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. 7.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The on -site soils are suitable for use in site grading. Imported fill material should be clean soil with a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris General fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D698, Standard Proctor. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a narrower range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being Report No. 103-24-563 CM1 ENGINEERING, INC. 9 obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 7.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs. On -site soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4- to 6- inch loose lifts. The density and moisture content should be as recommended for fill in Section 7.2, Placement and Compaction, of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 7.4 Excavation Based on the exploration borings, major excavations will encounter limestone in major intact units. This limestone is generally soft to moderately hard (rock basis) and may require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Report No. 103-24-563 10 CM1 ENGINEERING, INC. Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts. Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated after grading has been performed. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 7.5 Acceptance of Imported Fill Any soil imported from off -site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off -site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 7.6 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. 7.7 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 7.8 Utilities Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted on -site soils, Report No. 103-24-563 CM1 ENGINEERING, INC. 11 rather than granular materials. A positive cut-off at the tank perimeter is recommended to help prevent water from migrating in the utility trench backfill. Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. 8.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 9.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in Report No. 103-24-563 CMJ ENGINEERING, INC. 12 those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual -manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground -water conditions, this report presents data on ground -water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review Report No. 103-24-563 CM1 ENGINEERING, INC. 13 our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. These recommendations should be reviewed once a grading plan is finalized. Report No. 103-24-563 14 CMJ ENGINEERING, INC. 0 RANCHO CANYON WAY A ---wwk�. --- WI %1-71 I E I I. I 1 I I- J 0 50 100 FEET F _ APPROXIMATE SCALE +r` SOURCE: GOOGLE EARTH, 2024, IMA 3ERY DATE: 3/4/2024 PLAN OF BORINGS ilI 5.5-MG Ground Storage Tank Plate C J Engine -ring Sendera Ranch Pump Station A. 1 CMJ Project No. 103-24-563 Fort Worth, Texas Major Divisions Gym. Typical Names Laboratory Classification Criteria 2 _Z�' Well -graded gravels, gravel- �, D D z � c GW sand mixtures, little or no N C.= -6-- greater than 4: Cr= -----3— ----- between 1 and 3 D Co o fines o D10 D10 X Dso C: 0) 0- U V .o oi U) U) .N co a Poorly graded gravels, gravel � � � T N `� a v - GP sand mixtures, little or no cn U) U) Not meeting all gradation requirements for GW > Lo > a) U) fines �' co Uco C� C co a a o o z o Silty gravels, gravel -sand -silt N �? : Liquid and Plastic limits "A" Liquid and plastic limits N m c f6 `� E GM mixtures L a) Z below line or P.I. plotting in hatched zone o z w (n .N a greater than 4 between 4 and 7 are c —U' - CU T .CU Z a) 0 o m N o .U5 U) Liquid and Plastic limits q borderline cases �' > o Clayey gravels, gravel -sand- N " "A" requiring use of dual -0 a, o g 2 a a GC clay mixtures c CU Z a� c •� above line with P.I. symbols c Q " r : greater than 7 co U) Ew m — Well -graded sands, gravelly O O m (D3- o c GW sands, little or no fines Ca (n C =D60_ greater than 6: Cr= D10 --- — -- between 1 and 3 D10 x Dso L) c 0) 0 A c U C aoi Poorly graded sands; C 2 CU v SP gravelly sands, little or no � (n a c°', Not meeting all gradation requirements for SW N fines CU Loa U i CCU C ` U) .� O iZ N N C6 ° o a, o Lr) I m Liquid and Plastic limits 0 o z 0)c a) SM Silty sands, sand -silt 0 a c,4 below "A" line or P.I. less Liquid and plastic limits m � - Co mixtures 3 0 a o o o than 4 plotting between 4 and 7 w a) c 0 o° J are borderline cases �, -0 •v Cu �' Liquid and Plastic limits requiring use of dual 0 a� SC Clayey sands, sand -clay E •a) c E above "A" line with P.I. symbols y a Q mixtures a) a N a, m greater than 7 U Inorganic silts and very fine sands, rock flour, silty or LO ML clayey fine sands, or clayey U) M silts with slight plasticity > L Inorganic clays of low to sc (n _0 a) CL medium plasticity, gravelly o CU .- clays, sandy clays, silty 5c N = clays, and lean clays o F Z s CH OL Organic silts and organic silty ac �, -- clays of low plasticity X o m U) F T 30 o Inorganic silts, micaceous or :N FL c MH diatomaceous fine sandy or i OH d MH •= m silty soils, elastic silts .P ar c a) m 20 U_ � CL o CH Inorganic clays of high 70- CU a' plasticity, fat clays 1c 4 CL-ML ML a id OL / a Organic clays of medium to o 7 OH high plasticity, organic silts o 10 20 30 ao so so 70 so so 100 CU ._T Peat and other highly organic - o Pt soils Liquid Limit Plasticity Chart UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 �161 two] z4aeld_"Y2*1 0 o GRAVEL LEAN CLAY LIMESTONE 0 0 • • SAND • ••• SANDY — SHALE •••• • -- SILT SILTY — SANDSTONE HIGHLY PLASTIC CLAY / CLAYEY CONGLOMERATE Shelby Auger Split Rock Cone No Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. Boring No. 103-24-563 B-1 Location See Plate A.1 Completion Completion Depth 35.0' Date 1-7-25 Surface Elevation LL o m s � a > m a) U) U) 0 F." ME —5� = 15 = 20— —25—= —30—= —35— _ T Project 5.5-MG Ground Storage Tank CMJ ENGINEERING INC. Sendera Ranch Pump Station - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA Stratum Description CLAY, dark brown, w/ ironstone nodules, calcareous nodules, and pebbles, very stiff to hard LIMESTONE, tan, fractured, w/ clay seams and layers, soft LIMESTONE, tan, weathered, w/ clay seams and layers, soft SILTY CLAY, tan, w/ weathered limestone seams LIMESTONE, gray, w/ shale seams and layers, moderately hard 0 oN ° z �� cU- N a�i (n E E 'O LY W O N mdH m .N ILU a JJ a5 dJ a5 d -S� O O 20 C ZJ C O O Z)UIL 4.5+ 30 3.5 75 26 49 35 80 100/6.5" 100/6.25' 1100/8.5" I00/3.37E" 1 �100/2.75' 100/3" 100/2.5" LOG OF BORING NO. B-1 PLATE A.4 Project No. Boring No. 103-24-563 B-2 Location See Plate A.1 Completion Completion Depth 30.0' Date 1-7-25 Surface Elevation Project 5.5-MG Ground Storage Tank CMJ ENGINEERING INC. Sendera Ranch Pump Station - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA LL o m s � a p Cn In Stratum Description CLAY, dark brown, w/ calcareous nodules, ironstone nodules, and pebbles, stiff - hard below 3' LIMESTONE, tan, weathered, w/ clay seams and layers, soft CLAY/SILTY CLAY, tan, w/ weathered limestone seams, ironstone nodules, and calcareous nodules, hard - w/ gray limestone and shale seams below 21' LIMESTONE, gray, w/ shale seams and layers, moderately hard to hard 0 oN O Z � cU- w a (n E E 'O LY W O N mdH m .N ILU a JJ a5 dJ a5 d -S� O O 20 C ZJ C O O Z)UIL 3.0 32 2.75 33 2.25 74 25 49 27 92 4.5+ 15 103 9530 �100/8.25' 100/6.25' 1100/7" 4.5+ 52 19 33 26 100 �100/2.25' 100/1.5" LOG OF BORING NO. B-2 PLATE A.5 Project No. Boring No. 103-24-563 B-3 Location See Plate A.1 Completion Completion Depth 30.0' Date 1-7-25 Surface Elevation LL o m s � a > m a) U) U) 0 Project 5.5-MG Ground Storage Tank CMJ ENGINEERING INC. Sendera Ranch Pump Station - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA Stratum Description CLAY, dark brown, w/ limestone fragments, ironstone nodules, calcareous nodules and pebbles, stiff LIMESTONE, tan, weathered, w/ clay seams and layers, soft SILTY CLAY, tan, w/ weathered limestone seams - hard limestone seam at 20' LIMESTONE, gray, w/ shale seams and layers, moderately hard 0 oN cU- ° z �� N a�i O N (n m .N a E a5 E a5 'O O O C C O O LY W mIL�-: ILU JJ dJ d -S� 20 Z)J Z)UIL 2.0 30 79 2440 2.75 68 21 47 28 95 88/11 " 98/9.25" 1100/6.5" 100/3" 100/2.75' 22 LOG OF BORING NO. B-3 PLATE A.6 Project No. Boring No. 103-24-563 B-4 Location See Plate A.1 Completion Completion Depth 25 0' Date 1-7-25 Surface Elevation LL o m s � a Q a m a) U) U) 0 J 5� Project 5.5-MG Ground Storage Tank CMJ ENGINEERING INC. Sendera Ranch Pump Station - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type B-53 w/ CFA Stratum Description CLAY, dark brown, w/ calcareous nodules, ironstone nodules, and pebbles, very stiff to hard SILTY CLAY/CLAY, tan, w/ limestone fragments, ironstone nodules, calcareous nodules, and pebbles, hard LIMESTONE, tan, weathered, w/ clay seams and layers, soft to moderately hard - 8-inch thick clay layer at 13' SILTY CLAY, tan, w/ weathered limestone seams LIMESTONE, gray, w/ shale seams and layers, moderately hard 0 oN cU- z N W C� O N (n m .N a E a5 E a5 'O O O C C O O LY W mdH ILU) JJ dJ d -S� 20 ZJ Z)UIL 4.5+ 31 3.5 30 3.0 31 87 4240 4.25 77 24 53 28 96 4.5+ 50 18 32 10 114 7210 100/6" 1 190/10.5" 100/4" 100/3" LOG OF BORING NO. B-4 PLATE A.7 Project No. Boring No. 103-24-563 B-rJ Location See Plate A.1 Completion Completion Depth 30.0' Date 1-7-25 Surface Elevation LL o m s � a > m a) U) U) 0 —5- -10 —15 —20 —25- -30 Project 5.5-MG Ground Storage Tank CMJ ENGINEERING INC. Sendera Ranch Pump Station - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type B-53 w/ CFA Stratum Description CLAY, dark brown, w/ ironstone nodules and calcareous nodules, very stiff to hard LIMESTONE, tan, fractured, w/ clay layers UrESTONE, tan, weathered, w/ clay seams and layers, soft - 8-inch thick clay layer at 13' SILTY CLAY, tan, w/ weathered limestone seams, hard LIMESTONE, gray, w/ shale seams and layers, moderately hard 0 oN cU- ° z �� N a�i O N (n m .N a E a5 E a5 'O O O C C O O LY W mIL�-: ILU JJ dJ d -S� 20 ZJ Z)UIL 4.25 29 4.5+ 66 24 42 28 100/6.5" �100/8.75' 1100/8.5" 4.5+ 45 19 26 16 112 5500 100/2.75' 100/2.75' LOG OF BORING NO. B-J PLATE A.8 FREE SWELL TEST RESULTS PROJECT: 5.5-MG Ground Storage Tank Sendera Ranch Pump Station Rancho Canyon Way Fort Worth, Texas PROJECT NO.: 103-24-563 Depth Liquid Plastic Plasticity Moistureo Percent Boring Interval Sample Limit Limit Index Content /o Swell No. (ft.) Description LL PL PI N Initial Final B-1 1-2 Clay 75 26 49 34.9 39.1 2.4 B-2 2-3 Clay 74 25 49 27.2 32.0 1.3 B-3 1-2 Clay 68 21 47 27.9 - 1.9 B-4 3-4 Clay 77 24 53 27.6 30.6 1.5 Free swell tests performed at approximate overburden pressure CMJ ENGINEERING, INC. PLATE A.9 PRESSURE SWELL TEST RESULTS PROJECT: 5.5-MG Ground Storage Tank Sendera Ranch Pump Station Rancho Canyon Way Fort Worth, Texas PROJECT NO.: 103-24-563 Boring No.: B-2 Depth: 19 — 20 Feet Liquid Limit: 52 Plastic Limit: 19 Plasticity Index: 33 Pressure (psf) Swell (%) 2810 0.0 1920 0.3 1020 1.3 125 4.9 Boring No.: B-4 Depth: 3 — 4 Feet Liquid Limit: 77 Plastic Limit: 24 Plasticity Index: 53 Pressure (psf) Swell (%) 2500 0.0 1710 0.0 920 0.3 125 1.3 CMJ ENGINEERING, INC. PLATE A.10 Engineering February 28, 2025 Kimley-Horn and Associates, Inc. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 Attm Mr. Kyle Welden, P_E_ RE: ADDENDUM #1 VALVE VAULT RECOMMENDATIONS 5.5-MG GROUND STORAGE TANK SENDERA RANCH PUMP STATION FORT WORTH, TEXAS CMJ PROJECT NO. 103-24-563 Dear Mr. Welden-- CMJ Engineering, Inc. (CMJ) performed the geotechnical investigation and report for this project site with results contained in Report 103-24-563 dated February 17, 2025. Recommendations for below grade valve vaults were requested by Mr. Joey Nelson, P.E. of Kimley-Horn on February 24, 2025, and are presented below, BELOW GRADE FOUNDATIONS — VALVE VAULTS Vault Foundation Desion Criteria A reinforced concrete mat/slab foundation may be used to support structural loads for the various proposed valve vaults. The mat foundations are anticipated to be founded at depths on the order of 10 to 15 feet below existing grade situated in the tan weathered limestone containing clay seams and layers. The valve vault mat/slab foundations may be designed for an allowable bearing capacity of 5.0 ksf. Excavation for the vault base may need to incorporate dewatering to keep the excavation free of excess water. In addition, the water table should be lowered to a depth of 2 feet below the excavation bottom for the full term of construction. lJ� P: 817.284.9400 7636 Pebble Drive I F: 817.689,9993 Fort Worth, Texas 76118 5.5-MG Ground Storage Tank -- Sendera Ranch Project No. 103-24-563 Addendum #1 February 28. 2025 Page 2 Depending on the time of year and the general weather conditions, the excavation and placement of the mat/slab foundation may be in a saturated soil condition. If the construction occurs in a wet condition, issues of dewatering of excavations, strength/stability of side slopes, and disturbance of bearing materials become important. Due to the great variability of moisture condition, the presence of excess moisture in soils cannot be predicted. Mat foundations proportioned for this value should experience a total settlement of % inch or less, and a differential settlement of/z inch or less, after construction. Spread/Mat Foundation Construction Spread foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: * Identification of bearing material * Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavation, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over -excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation_ The mud slab will protect the bearing surface, 5.5-MG Ground Storage Tank — Sendera Ranch Project No. 103-24-563 Addendum #1 February 28, 2025 Page 3 maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. BELOW GRADE WALL RECOMMENDATIONS Lateral Earth Pressure General The below -grade walls must be designed for lateral pressures including, but not necessarily limited to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be influenced by whether the backfill is drained or undrained, and above or below the groundwater table. Equivalent Fluid Pressure Lateral earth pressures on the below -grade walls will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall height, are presented below for a wall with a level backfill behind the top of the wail. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall. Pressures are provided for at -rest earth pressure conditions. In order to allow for an active condition, the top of the wall(s) must deflect on the order of 0.4 percent. For the select fill or free draining granular backfill, these values assume that a "full" wedge of the material is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on - site soils should be used. 5.5-MG Ground Storage Tank — Sendera Ranch Project No, 103-24-563 Addendum #1 1 February 28, 2025 C Page 4 Lateral Barth Pressures At -Rest Equivalent Fluid Pressure Backfill Material _ (Pcf) Drained Undrained Excavated on -site clay or clay fill 100 110 material Select fill, flowable fill, flexible base, or on -site soils meeting 65 90 material specifications Free draining granular backfill 50 90 material or crushed stone Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may be accounted for by adding an additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case -by -case basis. This is not included in the scope of this study. These services can be provided as additional services upon request. Wall Backfill Material Requirements Clav Backfill: For wall backfill areas with site -excavated materials or similar imported materials, all oversized fragments larger than four inches in maximum dimension should be removed from the backfill materials prior to placement. The backfill should be free of all organic and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor density (ASTM D698) within a moisture range of plus to minus 3 percentage points of optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be between 90 and 95 percent of the Standard Proctor density. 5.5-MG Ground Storage Tank Sendera (stanch Project No. 103-24-563 Addendum #1 I February 28, 2026 Page 5 Select Fill: All wall select backfill should consist of clayey sand and/or sandy clay material with a Plasticity Index of 16 or less, with a Liquid Limit not exceeding 35. The select fill should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density (ASTM D698) within a moisture range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 99 and 95 percent of the Standard Proctor density. Flowable Backfill: Item 401, Excavatable Mix, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2024 Edition. Flexible Base Backfill: Crushed Stone Flexible Base -- Item 247, Type A, Grade 112, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2024 Edition. Free Drainina Granular Wall Backfill: All free draining granular wall backfill material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus No. 40 sieve material should be non -plastic. Granular wall backfill should not be water jetted during installation. Crushed Stone_ Backfill: Meeting quality and gradation requirements of ASTM D448: No. 467, 57, 67, or similar gradation. Below -Grace Drainage Requirements In order to achieve the "drained" condition for lateral earth pressure for low -permeability walls (concrete, masonry, etc_), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet drain at the base of the wall, or to the sump/pump system. Drains should be properly filtered to minimize the potential for erosion through these drains, and/or the plugging of drain 5,5-MG Ground Storage; Tank— Sendera Ranch Project No. 103-24-563 Addendum #9 ` February 28, 2025 ` Page 6 lines. Design or specific recommendations for drainage members is beyond the scope for this study. These services can be provided as an additional service upon request. Buoyancy Effects Buoyant effects must be considered. Unless a permanent drainage system is provided, the below -grade structure should be designed to withstand full hydrostatic pressure below the groundwater table (undrained condition). We recommend a water table at the surface be assumed for these calculations. For buoyancy calculations, the unit weight of submerged soils can be assumed as 65 pcf. We appreciate the opportunity to provide these additional recommendations. Please contact us should questions arise on information contained herein. Respectfully, C1MJ ENGINEERING, INC. TEXAS FIRM REGISTRATION No. F-917-1 2�414 Zachary Koerth, E.I.T. Geotechnical Project Manager Texas E.I.T. No. 79231 ,� ��4:• ..' •,�75 ICI *� f f JAMESP. SAPPINGTON,qPSappington ............................ �I•. 97402 tCNAI, ���FIV, P.E. P Texas No. 97402 copies submitted: (1) Mr. Kyle Welden, P,F-; Kimley-Horn and Associates, Inc. (email) GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 FORT WORTH. City of Fort Worth ATTACHMENT 1C Business Equity Division Page 1 of 4 Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: PROJECT NAME: Business Equity Goal: Offeror's Business Equity Goal Commitment Check applicable box to describe Prime/Offeror's Certification Business Equity Non -Business I Firm Equity Firm BID DATE PROJECT NUMBER I If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete I !I this form. 11 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 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. ❑ Yes ❑ No Date of Listing 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) ❑ No 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the NO GFE non -responsive.) 5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? ❑ Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the FINO email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non -responsive.) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? ❑ Yes ❑ No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? ❑ Yes ❑ No Effective 03/15/2022 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (If yes, attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? ❑ Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) ❑ No 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone ADDITIONAL INFORMATION: Contact Person Scope of Work Reason for Rejection Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 03/15/2022 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Business Equity Division. Authorized Signature Title Company Name Address City/State/Zip Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 03/15/2022 FORT WORTH. Joint Venture Page 1 of 3 Name of City project: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: CITY OF FORT WORTH M/WBE Joint Venture Eligibility Form All questions must be answered, use "N/A" if not applicable. A joint venture form must be completed on each project RFP/Bid/Purchasing Number: Facsimile: I E-mail address: 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 Non-M/WBE firm name: 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: P"r 1i 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 Paqe 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 (seal) Rev. 2/13/19 FORT WORTH OFFEROR COMPANY NAME: PROJECT NAME: City's MBE Project Goal: City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form Offeror's MBE Project Commitment: ATTACHMENT 1B Page 1 of 1 Check applicable block to describe Prime M/WBE NON-MWBE BID DATE PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES L—I If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Business Equity Division Rev. 3/13/2022 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817)392-2674 FORTWORTH. City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUWRESS EQUITY G 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 satisfv one (1) of the conditions below. A. Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following two (2) forms: a. Utilization Plan b. Letter(s) of Intent B. Prove a Good Faith Effort Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful. This can occur in two (2) ways: 1) Bidder proposes a smaller Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following three (3) forms: a. Utilization Plan b. Letter(s) of Intent c. Good Faith Effort 2) Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business 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 ona Contract -by -Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council -SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion — Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described inthe Business Equity Ordinance U0-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. VIOLATIONS AND SANCTIONS 1. Failure to comply with the City's Business Equity Ordinance will result in the bid being considered "Non -Responsive." 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non -responsive and a "written warning" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance F420-373 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 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 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 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SENDERA RANCH 5.5MG GROUND STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105781 Revised July 1, 2011 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM 132240/13412/13792 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 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberelass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowme 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/Rectammlar 33-05-13 (Rev 2/3/16) * 33 05 13 IManhole Frames and Covers I Westem Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) " 3305 13 Manhole Frames and Covers Westem Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinley It. 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 NF 1274 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 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASFITO M306-04 30" Dia. 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/1 t 3305 13 30" Dia. MH Ring and Cover Star Pipe Products MR32FTWSS-DC 30" Dia 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 3305 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO MI 05 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock .111111 33 OS 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 3305 13 Manhole Frames and Covers Pont-A-Mousson Fortnight 24" Dia. * 3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete ( tev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item 449 ASTM C 478 48" * 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 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 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" Manhole, nrng an at top, 09/0324 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transmon es Con ASTM C 478 48" to 84" LD. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 1 09/06/19 33 3920 Manhole, Precast Concrete Forterra 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 3920 Manhole, Precast Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pie and Precast Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 61" LD. Manhole w/32" Con: ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, Rockgards:p 48" & 60" I.D. Manhole w/32" Conc 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amite:h USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 I Wastewater Access Chamber I Onickstream Solutions, Inc. Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Ouadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. E1-14 Manhole Rehab Systems AP/M Pe —mom 4/20/01 E1-14 Manhole Rehab System Strong Company 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System 08/30/06 General Concrete Repair FlexKrete Technologies Type 8 Maintenace Shaft (Poopit) Relmer MSP Strong Seal MS2A Rehab System MH repair product to stop infiltration ASTM D5813 Vinyl Polyester Reparr Product For use when Sod. MH cannot be installed due to depth Misc. Use * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 (Approval Spec No. IClasssification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Spravrog, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protecticn(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications 8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 OS 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Onerations Use Onlv (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Nofiow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pine Casing Spacers 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 Casing 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) FB-12 Casing Spacer (Coated Carbon Steel) 0-1-ISCasing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manuf Manufacturers Requirements (Sewer 09/03/24 33 OS 13 Casing Spacers Raci (Completely HDPE) , __ ,,. , , 8" - 12" (Sewer Only) Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coating [s/EDo%v 33-39-60 (01/08/13). 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 21 ORS LA County 9210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interim Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Acid Resistance Test 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer - Coatines/Polvurethane 3" thru 24" 4" thin 30" 4" thin 30" Ductile Iron Pipe Only Sewer Applications Sewer Applications Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - PiDes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * 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 #95 P lanhole,- ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. hic. ASTM C 76 Sewer - Pine Enlarement Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscam Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - PiDe/Fiberelass Reinforced/ 33-31-13(1/8/13) 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 3331 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polvmer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 09/03/24 3331 13 Fiberglass Pipe (FRP) Superlit Bum Sanavi A.S. Superlit FRP ASTM 3754, AW WA C950 * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvnter Pioe 4/14/05 Polymer Modified Concrete Pro, —'to- USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to I Q", Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pioe Reinforced Polymer Concrete Pose ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/13), * High -density polyethylene pipe Phillips Dnscopipe, Inc. Ooticore Ductile Polyethylene Pipe ASTM D 1248 8" * H:gh-densny polyethylene pipe Plesco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High -density polyethylene pipe CSR Hydro Condud/Pioelme Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PIDes/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-1� DR -Id PVC Pressure Pipe P,pelife Jctstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thru 12" Sewer - Piues/PVC* 33-31-20 (7/1/13), * 33-31-20 PVC Sewer Pioe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer P' 1-M Manufacturin\v�Co, Ina (1M Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Dtamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 11" * 33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Finings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Pioelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer PTe Pioelife Jet Stream SDR 26 ASTM D3034 4"- 15" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 1 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 08/28/02 Double Strap Saddle Smith Blau 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2' SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 3/4" and 1" 1.1.7 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1%" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/201. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., hic. L22-77NL AWWA C800 _ FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., hic. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, B11-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., hic. NL, B22444-WR-NL, L28-44NL AWWA C800 I, B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSE 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2 B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N 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" 0/5121/12 33-12-25 Tapping Sleeve (Coated Steep JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steep JCM Industries, hic. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steep 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 Steep Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep 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 DEW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW65C-14-IEPAF 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. Nuts. and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * E I-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * EI-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2' & 3" Water - Dry Barrel Fire Hvdrants 33-1240 (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 Shop Drawings No. 6461 1.11.7 E-1-12 DryBarrel Fire Hydrant Mueller Company A423 Centurion AW WA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company 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 American Flow Control (AFC) Water- Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Piues/PVC (Pressure Water) 33-31-70 (01/08/13) AWWA C900, AWWA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 4"-16" AWWA C900, AWWA C605, 12/05/23 33-I1-12 PVC Pressure Pie Vin (tech PVC Pie DR18 ASTM D1784 16"-18" AWWA C900, AWWA C605, 09/03/24 33-I1-12 PVC Pressure Pie Northern Pie Products DR14 ASTM D17M 4"-16" AW WA C900, AW WA C605, 09/03/24 33-1142 PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 1 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 1 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" AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSI/NSF 61 4"-28" FM 1612 AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ANSI/NSF 61 16"-24" 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 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - PioesNalves & Fittinas/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & Cl to * 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 AW WA C 153, C 110, C III 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 EI-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box CoXiii-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co.fUni-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" 124" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA C111/CI16/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) AW WA C111/CI16/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA CI I I/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLCIo AW WA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLUE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MI Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA 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(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 .111-18 33-1141 Mechanical Joint Retamor Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4 -12 EZ Grip Joint Restraint (EZD) Red for C900 .111-18 33-1141 Mechanical Joint -at.- Glands SIP Industries(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Approval Spec No. �Classsification J Valve* 33Manufacturer Water Pil) & Fittings/Resilient Seated Gate (05/13/15) Model No. National Spec Size - alves Resilient Wedged Gate Valve w/no Gears -12-20 American Flow Control Series 2500 Drawing # 94-20247 16" I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AW WA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SO 94-20255) AW WA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AW WA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Settled GV AW WA C509 4" to 12" I I01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I I * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AW WA C515 16" I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AW WA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" I 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36" (Note 3) 11/30/12 Resilient WedgF Gate Valve Clow Valve Co. Clow Valve Modal 2638 AW WA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockh un Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I * 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 FImMaster Gat. Valve & Box.a 08/24/18 Mateo Gate Valve Mateo-Norea 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - PiDes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) I I * EI-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" I * E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger I 06/12/03 E1-30 Valmatm American Butterfly Valve Valmatic Valve and Manufacturing Com. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter I 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated ButterflyValve G. A. Industries Golden Anderson AW WA C504 Butter fly Valve AW WA C-504 30"-54" 09/03/24 33 12 21 Rubber Seated ButterFl Valve American AVK Com an AW WA C504 Butterfl Valve Class 250B AW WA C-504 24" - 48" Water - Polved vlene Encasement 33-11-10 (01/08/13) I 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD I I 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I I I Water - SamDline Station I I 09/02/24 1 331250 Water Sampling Station Mueller Water Products, Inc. Model BSS01-36-MUDG2-CSD-NL, Freeze Proof. Hasp for Locking Access Hatch Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 10/21/20 Automated Flushing System Mueller Hydrostuard HG2-A-IN--2-PVC-018-LPLG(Perinanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether car not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Class A (Sidewalk, ADA Ramps, Driveways, Curb/Guner, Median Pavement) 9/92022 03 30 00 Ma Design American carte C'sawy 30CAF029 9/92022 03 30 00 M. Design Argos DIOOOOO1043S 9/9/2022 03 30 00 M. Design Argos DIOOO0001055 6/24/2024 03 30 00 M. Design MR Town Concrete 302050-1 9/92022 03 30 00 M. Design Bum.. Texas 30U101AG 4/12024 03 30 00 M. Dcagn Bumco Texas 30USOOBG 9/92022 033000 M. Des Carder Concrete FWCC502001 9/92022 033000 M. Design Carder Concrete FWCC502021 9/92022 033000 Ma Design Charleys Concrete 3759 9/9/2022 033000 Ma Design Charleys Concrete 4502 9/92022 033000 Ma Design Chisholm Tral Rcdr Ma C13020AE 9/92022 033000 Ma Design City Concrete Company 30HA2011 9/92022 03 30 00 Ma Design Cow Town Rcdr Ma 253-W 9/92022 033000 Ma Design Cow To—Rcdr Ma 250 9/92022 033000 Ma Design Cow To—Rcdr Ma 350 1/29/2024 033000 Ma Design Espada Ready M. R3050AEWR 9/92022 03 30 00 Mix Design GCH Concrete Services GCH4000 9/92022 033000 Mix Design Holcn-SOR, We 1261 9/92022 033000 Mix Design Holcn-SOR, Jac 5177 9/92022 03 30 00 M. Design Holcim - SOR, Wc. 5409 9/92022 033000 M. Design Wgmm Concrete&Aggregates 2MWR-147QW5D5 9/9/2022 03 30 00 M. Design Ing = Concrete & Aggregates 2MWR-70J23504 4/72023 033000 M. Design Liquid Stone C301D 9/92022 03 30 00 M. Design Mart. Manctta R2136214 9/92022 03 30 00 M. Design Mart. Manetta R2136014 4/12023 03 30 00 M. Design Man. Mnetta R21361414 6/12023 03 30 00 M. Design Man. Mancha R2136R20 6/12023 033000 Ma Design Mart. Mancha R21361420 112/2022 033000 Ma Design Mal. Mancha R2141K24 8/42023 033000 Ma Design Marta, Manetta R2136R14 4/72023 03 30 00 Ma Design Martin Mancha R2136K14 9/92022 03 30 00 Ma Design Mat. Manetta R2131314 9/92022 03 30 00 Ma Design Mart. Manetta R2132214 9/92022 03 30 00 Ma Design Mart. Manctta D9490SC 10/4/2023 033000 Ma Design NBRReady Mue CLS A-YY 1 OA/2023 033000 Mix Design NBR Ready Mix CLS A -NY 033000 Mix Des.g Osbum 30A50MR 17/10/2023 I/18/2023 03 30 00 Mix Design Rapid Rcdr Mix RRM5020A 11/24/2023 03 30 00 M. Design Rapid Redi M. RRM5525A �9/9/2022 03 30 00 M. Design Redr-Mix IOLI1504 9/92022 03 30 00 Ma Design Redr-Min 10J11524 9/9/2022 03 30 00 M. Design Redr-Min VOJ11524 9/92022 03 30 00 M. Design SRM Concrete 30050 9/92022 03 30 00 M. Design Tarrant Concrete FW5025A 9/92022 03 30 00 M. Design Tarrant Concrete CP5020A 10/102/22 133110 Mw Design Taman Comets TCFW5020A 9/9/2022 033000 M. Design Tarrant Concrete FW5525A2 9/9/2022 3 30 00 033000 Ma Design Trin Ready Min 3020AE 9/9/2022 03 3000 Ma Design Tme Gnt Redr Ma 0250 230 9/9/2022 03 30 00 Ma DeZ Tme Gnt Redr M. 0250 2301 Class CB (In Manholes, Junction Boxes,k.ncasement. Blocicht, Collars, Liehtpc Ie Foundations) 9/92022 0330 00 Mu Design American Concrete Company 40CNF065 9/9/2022 03 30 00 M. Design Argos D70000001061 9/9/2022 03 30 00 M. Design Argos D70000001055 9/9/2022 03 30 00 Mu Design Argos DI000001615 9/92022 03 30 00 M. Design ChaWy's Cncretc 4502 9/92022 03 30 00 M. Design Bumco Texas 40U5OOBG 9/92022 03 30 00 M. Design Cow Town Rcdr M. 255-2 9/92022 033000 M. Design Cow Town Rcdr Ma 355 9/92022 03 30 00 Ma Design Cow Town Redr Ma 255 9/9/2022 03 30 00 Ma Design Cow Town Redr Ma 2" 9/92022 03 30 00 Ma Design Cow Town Redr Ma 370 9/9/2022 03 30 00 Ma Design Cow Town Red, Ma 353 9/92022 03 30 00 Ma Design Cow Town Red, Ma 257 9/92022 03 30 00 Ma Design Cow Towv Red, Ma 357 9/92022 033000 Ma Design Holcn-SOR, Wc. 1701 9/92022 033000 Ma Design Holcn-SOR, Wc. 1551 9/92022 033000 Mix Design Holcn-SOR, Wc. 5409 4272023 033000 Mix Design Lrqurd Stan, C361DNFA 9/92022 03 30 00 Mix Design Mann Marc. R2141230 8/4/2023 03 30 00 M. Design Mat. Manetta R2141 R24 11202023 03 30 00 M. Design Mart. Manetta R2146R33 11/20/2023 03 30 00 M. Design Mart. M.—R2146K33 9/9/2022 03 30 00 M. Design Mart. M.—R2142233 9/9/2022 03 30 00 M. Design Mart. Matta R2136224 9/9/2022 03 30 00 M. Design Mart. Matta R2141233 9/9/2022 03 30 00 M. Design Mart. Matta R2146038 8/42023 03 30 00 M. Design Mart. Mancha R2146R35 9/122023 3 30 00 033000 Ma Design NOR Ready Ma CLS PI-YY 9/9/2022 03 30 00 Ma Design NOR Ready M. TX CYY 9/9/2022 033000 3 30 00 Ma Design NOR Ready Ma TX C-NY 1/182023 033000 Ma Design Rapid Rcdr Ma RRM5320A 1/18/2023 03 30 00 Ma Design Rapid Rc& Ma RRM6020ASS 9/9/2022 033000 Ma Design Rd AA. IRJ11524 9/9/2022 03 30 00 Ma Design Rd AA. 15611524 12/5/2022 03 30 00 M. Design Redr-M. IOK115C4 )00 psr Concrete for Sidewalks & ADA Ramps )00 psr Concrete for Sidewalks, Curbs )00 psr Coa—Ir for Wleta, Juvclinn Boxes, Manholes, Chanel L.—, Sidewalks, Dnveway,, Curb & Guner )00 psr Covaele for Curbs and Stdewalks )00 psr Concrete M. for Flatwork )OOpsi Coac.. Ma for Sidewalks )00 psr for Sidewalk,, Dnveways, Ramps, Cmb &Gutter, FWtwork 500 psr concrete for Sidewalk,, Dnveways, Ramps, Cmb &Gutter )00 psr Concrete Ma for Sidewalks )00 psr Concrete Ma for Sidewalks )00 psr Comets for D—ays, Curb & Gutter )00 psr Comets Ma for Blocking Sidewalks, Fl—.,k, I.& )00 psi Concrete Ma Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Rc—.g Walls )00 psr Concrete Ma for Sidewalks, Dnveways, ADA Ramps )00 psr Concrete Ma for Sidewalks, Dnveways, ADA Ramps 00 Sacks / 3,000 psi Concrete for Salcwalks, Ramps, Wlets, and Manholes )00 psi Concrete for for Sidewalks, Ramps, Headwalls, laic., and Simm Drain Sao— )00 psi Coccrete Mix for Sidewalks )00 psi Coccrete Mix for Sidewalks )00 On Cmv r Ma f Sidewalks, h I N )00 On Cm,,(, Ma for Sidewalks, ADA Ramps )00 On Corset, for Sidewalk, ADA Ramps 000 psi Cc— for Sidewalks, Approaches, and Dnveways. 000 psi C—.w for Sidewalks & Ramps 000 pa C—.w for Sidewalks & Ramps 00 sack / 3,000 psr cenc.. for Sidewalks 000 psr Coac.. for Sidewalks and Ramps 000 psr Coac.. for Sidewalks and Ramps 000 psr Concrete for J.-- Boxes, Sidewalks and Ramps 00 such / 3,500 psr Concrete for Sidewalks and Ramps 000 psr concrete for sidewalks and ramps 000 psr Concrete for Sidewalks & Ramps 000 psr Concrete for Sidewalks & Ramps 000 pa Concrete for Sidewalks & Ramps 00 Sacks / 3,000 psi Concrete for Salcwalks & Ramps, and Curb & Gutter 00 Sacks / 3,000 psi Concrete for Salmalks & Ramps, and Curb & Gutter SK / 3,000 psi Concrete for Sidewalks )00 pa Coccrete bar Curb, Gutter, Driveways, Sidewalk, Ramps 500 tanConcrete for Valley Guars, Sidewalks, Approaches, ADA Ramps 00 Swka / 4,000 psr Cormt, Ma for Sidewalks, Curb & Gutter, Sewer Manhole, WIGs, & Ju..boa Bones )00 psr Co...:: Ma f Dnvewaya, Sidewalks, ADA Ramps )00 psi Covc.AMa for Curb & Guner 000 psi Cc— for Sidewalks, Ramps, WIe6, Ju..boa Boxes, Thm,t Blocks, Curb and Gulley, Dnveways, Bamer Ramp )00 psr Concrete Ma for Curb & Gulley, Dra, w ys, Sidewalk, ADA Ramps )00 psi Concrete M. for Curb and Gutter )00 psr Covcrele to, Sidewalks 500 psr Covcrele Ma for Sidewalks, Dnve Approaches, ADA Ramp, Curb and Gutter )00 psr Concrete for Sidewalk )00 psr Concrete Ma for Flam,,k, Curb &Gutter, Dnveways, Sidewalk,, ADA Ramps )00 psi Concrete Ma for Curb & Gutter, Dnveways, Sidewalks, ADA Ramps psr Concrete for Manholes & Utility Snucmres psr Covcrele for 1r1-, Boxes, Evcasemml, Block.g tanCovaele for Wleta, Juvclinv Boxes, Manholes, Chanel Liners, Sidewalk, Dnveway,, Curb & Gulley psr Covaele for Wleta, Boxes, Encasement, Blocking psr Covcrele Ma for Sidewalks, Bfckmg psr Conaele Ma for Sturm Dram Stmctores, Dnveway,, Screen Walls, Collate psr Concrete M�xf Wlel,, Thmst BWck.g Coacrele Encasemnt psi C=I, Ma for Inlets, Thmst Block.g Comets Evcasemnt psr Comets Ma for FWtw.&, Wlets, Thm,t Blocking Concrete Encasement psr Comets Ma for Cast -in -Place Box Culvert, psi Concrete Ma for Cast -in -Place Box CnIV psi Concrete Ma for Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safety End T.—., Non-TxDOT Reta..g Walls psi Concrete ma for Valley Gutters, Lrghtpole Foundations pa Concrete Ma for Valley Go.., Ughtpole Foundations psr Concrete Ma for Sturm Dm. Stmcmres, Snrmry Sewer Manholes, Junction Box psi Concrete Ma for Block.g P.Coccrete Mix for Sidewalks, WIeN I psi Concrete for Rc..mg wall, dnveway, lunchm box apron, approach I psi Concrete for Manholes, filets & Headwalls, Valve Pads Sacks / 4,000 psr Concrete for Junctin Box, Box Culvert, Sidewalk and Ramps. Sack / 4,OOO psr Coracle Mix fin ClP Sewer Mnholes Sacks / 4,000 psr Cmmc, Ma for CIP Sewer Mmh.lc, ) psi Cc— for Mnholes, Inlets & Headwalls DO psi Cncrete for Curb Wleta DO psr Cm,,w for Storm Stmcmrea, Inlets, Bloclmg & Encasement DO psr Cmcrete for Wlels, Storm Dra. Stmcton s 1 Sacks / 4,500 psr Comets to, Wlets, Manholes, nd Headwalls D Such / 4,000 psr Comets to, Collars, Mnholes, Box Culverts 10 psi Concrete Ma for Curb la1'N s)psi Concrete Ma for Curb Wlets b psr Comets for Blocking H) psi Concrete for Strom Dram Stmcttues IO psr Concrete Ma for Throat Blocks, Valve Pads IO psr Concrete Ma for Ca,b.-Place Storm D.. Stmcmres 10 On Coamir for Throat Blocks, VW, Pads 3-5" Slump; 3-(1%Ai, 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 3-6% An 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 36% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 3-6% Au 3-5" SWmp; 4.5-7.5%Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Av 3-5" SWmp; 36%Au 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%Air 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 3-6% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 3-6% Au 3-5" SWmp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 4.5-7.5%Au 3-5" Slump; 3-6% Au 3-5" mp Slu; 36 Au % 3-5" Slump; 3-6% Au 3-5" Slump; 36% Av 3-5" SWmp; 36% An 3-5" SWmp; 36% Aa 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36 % Au 3-5" SWmp; 36°/" Av 3-5" SWmp; 36°/" Av 3-5" SWmp; 36 % Au 3-5" SWmp; 3-6% Au 3-5" SWmp; 0-3%An 3-5" SWmp; 36%n A 3-5" SWmp; 36% An 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 36%An 3-5" SWmp; 36 % An 3-5" SWmp; 36°/" Av 3-5" SWmp; 36°/" Av 3-5" SWmp; 36 % Au 3-5" SWmp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slomp; 36 % Au 3-5" Slomp; 36 % Au 3-5" Slump; 36 % Au 3-5" Slump; 36 % Av 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 36%An 311, SWmp; 4.5-7.5%An M" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 3-6% An 3-5" SWmp; 36°/" Au 3-5" SWmp; 36°/" Av 3-5" SWmp; 3-6% Ar 3-5" SWmp; 3-6% Au 3-5" SWmp; 36%Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 36 % Au 3-5" SWmp; 36%An CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 12/52022 1 03 30 00 Mu Des��f Redi-Mix 156115C4 4000 psi Concrete for CIP Stoma Draw Sm W,, 3-5" SWmp, 36% Ah 4000 Z 1112 2022 03 30 00 Mu Des Redi-Mu 14 P25P4 45500 psi Concr fr SWm Dmfl Smcmre, 3-5" SWmp, 3fi% 1 SRM Ct 5050 FW5320A and Collars 9/920224 03 30 00 M. Design TapanV Con aete 3000 psi Concrete MlxTfortBloakfg 3-5" SWm; 36% 1 10/102022 03 30 Mi. crate TCFW6025A2 4000 psi Concrete for Manholes 3-5" SWmp, 3fi%Ah C� X, m BA y{t` 4walls. Culverts. Dr Iled Shafh) Drilled fl.m - 9/92022 03 30 00 Ma Design Bumco Texas 36U500BG 3600 psi Concrete Mu for Lighting and Traffic Signal Foundations (Drilled Shafts) 5 5-7 5" SWmp; 3-6 An 6/21/2023 03 30 00 Mm Design Cow Town Redi Mu 360-DS 3600 psi Concrete for Drilled Shaft/U6tWg and Traffic Signal Foundation (DrM d Shafts) 5 5-7 5" SWmp; 3-6 An 12/5/2022 03 30 00 Mu Design Ho1Cvn - SOR, fc. 1822 3600 psi Concrete for (DrM d ShaDsl/LiA Mtf and Traffic Signal Foundations 5 5-7 5" SWmp; 0-3 'Ai' 9/9/2022 033000 3 30 00 M. Design Ho1Cvn - SOR, fc. 1859 4000 psi Concrete for (DdU d ShaDs)/Lightfeand Traffic Signal Foundations 5 5-7 5" SWmp; 36% Ai' 14/7/2023 033000 M. Design fgmm Concrete & Aggregates IOLQS50N 3.600 psi Concrete for (Drilled Shafls)/L,6tf and Tmffic Signal Foundations 5 5-7 5" SWmp; 36% Ai' 4/7/2023 03 30 00 M. Design Liquid Slone C361DHR 3.600 psi Concrete for (Drilled ShafD/Li6tfg and Tmffic Signal Foundations 5 5-7 5" SWmp; 36%An 6/27/2023 03 30 00 M. Design Marl. M_ U2146N41 6.44sacks /3.600 psi Conuete for (Drilled Shafts) / Lighting and Tmffi, Sigoal Foundations 5-7" SWmp; 36%Ai, 6/27/2023 03 30 00 M. Design Marl. Manetta U2146K45 6.65 sacks / 3.600 psi Concrete for (DrBled Shaba) / Lighting and Trafic Signal Foundations 5-7" SWmp; 36%Ai' 8/42023 03 30 00 M. Design Marl. Manetta U2146R41 6.44 sacks / 4.500 psi Concrete for (DrM d Piers)/Li6t Pole bases. 5-7" SWmp; 3-6%- 8/22/2024 03 30 00 M. Design NBR Ready Mix 135K2524 3500 psi Concrete for (D'MW Shaft) LighM k Foundations 5 5" SWmp; 36% AQ 8/22/2024 03 30 00 Mu Design NBR Ready Mix 135K0524 3500 psi Concrete for (D'MW Sha(t) Lightpole Foundations 5 5" SWmp; 36% AQ 5/15/2023 03 30 00 M. Design Redr-Mx SOL115D5 3600 psi Concrete for (DrM d Shaf) /L 61h and Tmffic Si —I Foundations 5 5-7 5" SW—; 36%Air bther Applications 9/92022 03 30 00 Mu Design Argos DIOOO0001083S 4000 psr Concrete for VW, Pads, Wlets, Sttucmres, Headwalls, Thmsl Blocking 3-5" SWmp; 36% Air .1022 03 M W Mu Design Argos D10000001083 4000 psr Concrete for Valve Pads, flats, Stmcmres, Headwalls, Thmsl Blockmg 3-5" SWmp; 36% Air 9/9/2022 03 30 00 M. Design Argos D70000001681 4000 psr Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 3-5" SWmp; 3-6 Ai, 9/92022 03 30 00 M. Design Csder Concrete FWCC602001 4000 Is r Concrete for Sl— Drain Slmcmre,, Manholes, Headwalls, Remmmg Walls, Valley Goners, Dnve Approaches 3-S" SWmp; 36%Ah 9/92022 03 30 00 Mu Design Charley, Concrete 4518 4000 psi Concrete for Headwalls, Win —ally 3-5" SWmp, 36% Ah 9/92022 03 30 00 Mu Design Charley, Concrete 5642 4000 pi Concrete for Storm Dram Stmcm— 3-5" SWmp, 3fi%Ah 9/92022 033000 Mu Design City Concrete Compnany 40LA2011 4000 psi Concrete Mu for Storm Draw SWCWres 3-5"SWmp, 36%Ah 9/92022 03 30 00 Mu Des r Cw Tovm Red, Id& 260-2 3600 p,i Concrete Ma for Box Culvert,, Headwall, 3-5" Slump; 36%Ah 9/92022 03 30 00 Mu D.V Cow Tovm Redi Mu 360-1 3600 pal Concrete Mu for Box Culverts, Headwalls, Wig tls 3-5" Slump; 36%Ah 9/92022 03 30 00 Mu DIV Cow Tovm Redi Mu 260-1 3600 psi Concrete Mu for Headwalls 3-5" Slump; 3fi % Ah 1/29/2024 03 30 00 Mu DIV Eshada Ready Ma R3655AEWR 5.50 Sacks / 3,600 Mi Concrete for Headwalls, Wf all,, and Culverts 3-5" Slump; 3fi % Air 9/9/2022 03 30 00 Mu Deswr OCH Concrete Services GCH4000 4000 pal Concrete for for Sidewalks, Ramps, Headwalls, flats, and Sfm Draw Simc 3-5" Slump; 36%Air 9/9/2022 033000 Mu Desr Holcim -SOR, fc. 1851 4500 pai Concrete£orSform Drew Simclmes, Hand Placed Pavfg 3-5"Slump; 36%Air 4/l/2023 03 30 00 Mu Desrgp Martf Marietta 310LBP 3,600 psi Concrete for Re mi.g Walls 3-5" Slump; 4-7%Air 8/30/2023 033000 Mi. DZe Martf Marietta R2141R30 5.85SK/4,000psi Cneretefr Box Clverts&Headwalls 3-5"SWmp; 36%Air 9/92022 03 30 00 Mix Design Martf Marietta R2146035 4,000 psi Concrete for Manholes, flats & Headwalls, Valve Pads 3-5" Slump; 36 % Air 12/5/2022 03 30 00 Mix Desig Redi-Mix 1OL115CI 3600 psi Concrete for Manhole, flat, ]unction Box, Headwall 3-5" Slump; 3-6% Air 9/92022 03 3000 Mix Desigp SRM Concrete 40050 4,000 psi Concrete ibr Headwalls, ReWffg Wall, Collars 3-5" Slump; 3-6% An 9/92022 03 3000 Mix Desigp SRM Concrete 35022 3,600 psi Concrete ibr Junction Box, ReWffg Walls 3-5" Slump; 3-6% An 4/l/2024 033000 M. 4FW6020A2 9/92022 03 30 00 Mu Des�� TR—tt Concha 4000 psi Concrete Mix for Storm Dram SWctures 3-5" SWmp, 36% Ai, Cl... P(Mac fe pl. ced�Pavfe) 9/92022 32 13 13 Mu Design Argos DIOOO0001617 3600 psr Concrete for Mach.e Placed Paving 1-3" SWmp;') °, Ai, b/24/2024 32 13 13 Ma Design Brg Town CvcreAe 360060-1 3600 psr CvcreAe for Mach.e Placed Paving 1-3" SWmp; 36% Air 6/24/2024 32 13 13 Ma Design Brg Town C ,,(, 362060-1 3600 psr C ,,(, for Mmh.ce Placed Paving 1-3" SWmp; 36%Air 9/92022 321313 Mu Design Csder Covcrete FWCC552091 3600 psr for Machine Placed Pay.g 1-3"SWmp;36%Av 9/92022 321313 Mrs Design Carder Covcrete FWCC602091 4000 psr for Machine Placed Pay.g 1-3"SWmp;3b%An' 9/92022 32 13 13 Ma Design CharWys Concrete 5167 3600 psr Cvaele Ma for Machine Placed Pay.g 1-3" SWmp; 36%An 9/92022 32 13 13 M. Destgn Crty Covcrete Cmpmy 36LA2011 3600 psr Cvrxele Mrs f Mach.e Placed Pay.g 1-3" SWmp; 3-6% AQ 9/92022 33 13 13 M. Design Cow Tow. Redr M. 257-M 3600 psr Concrete Ma f Mach.e Placed Pay.g 1-3" Stamp; 36°/" Av I1/142022 32 l3 13 Ma Design Cow Towv Re& M. 317-M 3600 psr Concrete M. for Mach.e Placed Pay.g 1-3" SWmP; 36% Av 9/92022 32 l3 13 M. Design Cow Towv Re& M. 260-M 4000 per Cvaete M. for Mach.e Placed Pay.g 1-3" SWmp; 36 % t 1/92022 32 l3 13 Ma Design Cow Town Redr M. 360-M 4000 psr Concrete Ma for Mach.e Placed Pay.g 1-3" SWmp; 36 % t 2/62024 32 L313 M.Desrgo 8s da Ready M. TD3655AEWR 5.50 Sacks/3,600 psr C.—for Mach.e Placed Pay.g 1-3"SWmp; 3-6 t 9/92022 321313 Ma Desrgo fgrary Cvcrem&Aggregates 2MWR-056PS5D5 4000 per C.— Mach.e Placed Pay.g 1-3"SWmp; 3-6 t 8/42023 321313 M.Design Mart. Manetta Q2141R27 5.69 sacks/4,000 psr Concrete for Mach.e Placed Pay.g 1-3"Slump; 3-6 t 112/2022 32 l3 13 Ma Design Mart. Manetta Q2141K30 4,000 psr Covcrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t l0/4/2023 32 l3 13 M. Design NBR Ready Mu TX C SF-YY 5.50 Sacks / 3,600 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t 10/4/2023 32 l3 13 Mix Design NBR Ready Mu TX C SF -NY 5.50 Sacks / 3,600 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t 9/162024 32 l3 13 Mix Design SRM Concrete 40025 4000 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 3-6% Av 9/92022 321313 Mix Design Tarrant Concrete FW5520AMP 3600 psr Concrete fin Machine Placed Pay.g 1-3"Slump; 3-6 Av 9/92022 32 13 13 M. Design T. G. Red, M. 0255 2301 3600 psr Concrete M. for Machine Placed Pay.g 1-3" SWmp; 3.56.5 % An 9/92022 32 13 13 Mu De m Tme Gnt Redi Mu 0260 2302 4000 psr Concrete Mu for Machine Placed Pay.g 1-3" SWmp; 3.Sb.5%Ah' CWss H (Han Pl_d Pavan¢) 9/91022 32 13 13 Mu Design American Concrete Company 45CAF076 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36% Ai' .1022 32 13 13 Mu Design Argos D70000001273 4500 psr Concrete for Hand Pl—d Paving 3-5" Skimp36% Ai' 9/9/2022 32 13 13 M. D.w Argos D10000001737 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36% AQ 9/92022 32 13 13 Mu Design Argos D70000002107 4500 psr Concrete for Hand Placed Paving 3-S" SWmp; 36%A " 9/92022 32 13 13 M. Design Argos D10000001791 4500 psr Concrete for Hand P _d Pay.g 3-5" SWmp; 36%Aa 9/92022 32 13 13 Mu Destgn Argos D10000001103 4500 psr Concrete for Hand Placed Pay.g 3-5" SWmp; 36%An 5/22023 32 13 13 M. Destgn Brg D Concrete CM14520AE 4500 psr Concrete for Hand Placed Pay.g 3-5" SWmp; 36 % AQ 9/92022 32 13 13 M. Design Brg Town Concrete 452065-1 4500 psr hand placed pawng 3-5" SWmp; 36 % An 9/92022 32 13 13 Ma Design Brg Town Concrete 450065-1 4500 psr hand placed pay.g 3-S"SWmp;36./ 9/92022 321313 Ma Design Bumco Texas 4SUSOOBG 4500 per Cvcrete Ma for Hand Placed Pay.g, Srom Srmcv 3-5"SWmp; 3-6 t 9/92022 321313 Ma Design Carder Concrete F'WCC602021 4500 psr covcrete for Hand Placed Pay.g 3-S"SWmp; 36%Av 9/92022 32 l3 13 Ma Desrgo Charkye Covcrete 4609 4500 per Covaere M. for Hand Placed Pay.g, MaMoles 3-5" SWmp; 3fi % t 9/92022 32 l3 13 Ma Desrgo Charleye Covcrem 6103 4500 per Cvcrere Ma for Hand Placed Pay.g MaMolee 3-5" Imp 3fi % Av 9/912 22 32 l3 13 Ma Design Crty Co w Compavy 45NA2011 4500 psr Concrete M. for Hand Placed Pay.g 3-5" Slump; 3fi % Av 9/92022 32 l3 13 Ma Design Cow Towv Redr Ma 265 4500 psr Concrete Ma for Hand Placed Pay.g 3-5" Slump; 36 % Av 9/92022 32 l3 13 Ma Design Cow Towv Redr M. 365 4500 psr Covcrete M. for Hand Placed Pay.g 3-5" Slump; 36 % Av l/29/2024 321313 Mix Design Esnade Ready Mu R4560AEWPJ 6.00 Sacks/4,500 psr Concrete for Hand Placed Pay.g 3-5"Slum; 4-6 t 9/92022 32 l3 13 Mix Design GCH Concrete Se GCH4500 4500 psr Concrete Hand Placed Pay.g 3-5" Slump; 36 % t 9/92022 32 l3 13 Mix Design Holc.r - SOR, Mc 1851 4500 psr Concrete fin SWm Dm. Snac.re,, Hand Placed Pay.g 3-5" SlumP; 36 % Av 9/92022 321313 Mu Design fgmm Concrete&Aggregates 2MWR-161PS5EM 4500 psr Cpnmele M.for Hand Placed Pay.g 3-5"SWmp; 3.56.5%Ai' 9/92022 32 13 13 M. De gn I, Concrete & Aggregates 2MWR-161UV5DM 4500 psr Concrete for Hand PWced Paving 3-5" SWmp; 36% AQ 9/92022 32 13 13 Mu Design fgmm Concrete &Aggregates 2MWR-IOMQS50N 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36 ' A' I12/2022 32 13 13 Mu Design Marl. Manetta R2146N35 6.11 sacks / 4,500 psr concrete for Hand Place Pay.g, flats, Manholes, Headwalls 3-5" SWmp; 36%A " 8/42023 32 13 13 M. Des Marl. Manetta R2146R36 6.17 / 4,500 N, Concrete for Hand Placed Pay.g 3-5" Skimp; 36%A , CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 32 13 13 M.6 esip Marctta 32 13 13 Mi, 119p (Martin Martin Mabctta 32 13 13 Mi. Deslipr Martin Marietta 32 13 13 Mu Derr Martin Marietta 32 13 13 Mi. DIV Martin Marietta 32 13 13 Mi, Des r Martin Marietta 32 13 13 Mu D.'Vp Martin Marietta 32 13 13 Mu Desr Martin Marietta 32 l3 13 Mu D.p Martin Marietta 321313 Mi. Des�r Martin Marietta 321313 Mi. DIF Mari Marietta 32 13 13 Mi, Des�r rti Man Marietta 32 l3 13 Mi. DesVr NBR Ready Mi, 32 l3 13 Mi. Des r NBR Ready Mis 321313 Mu Desr Osbum 321313 Mi. Desp Rapid Redi Mi, 321313 Mix Desran Red' 32 13 13 Mix Desum Redi-Mu 321313 Mix Design Redi-Mi. 32 13 13 Mi, Des0 Redi-Mix 32 13 13 M& Dell' SRM Concrete 32 13 13 Mi. Deslr SRM Concrete 32 13 13 Mu Derr Tarrant Concrete 32 13 13 Mi. Der r Tarrant Concrete 32 13 13 Mi. Der r Tarrant Concrete 32 13 13 Mi. Des r Titan Ready Mu 321313 Mi. Des r Tme Grit Redi Mu 321313 Mi Des r T. Grit Redi Mi. 321313 Desna Tme Grit Redi Mi. lass HE ( Eery Strength Pavina) 32 13 13 ix Des�� Hia D Covcrete 32 13 13 Mu Des��f Hamco Texas 32 13 13 Mix Desl�r harleys C nc t 321313 Mu Derr Cow Town Redi Mu 321313 Mi, Der r Cow Town Redi Mi. 321313 Mu Desr Cow Tovm Redi Mu 321313 Mi, Des r Cow Tovm Redi Mu 32 13 13 Mi. Des r Estrada Ready Mi, 321313 Mi, D.WFA Holcim -SOR, Inc. 32 l3 13 Mu D- Liquid Stone 32 13 13 Mu D.VV Martin Marietta 321313 Mix Des Redi-Min 321313 Mix DeeV SRMC verete 32 l3 13 Mix Des, SRM Concrete 321,3 13 M. Des Tamm Concrete 321313 alas S ridge ix Des�rj� abs Top Slabs of Direct Tammt Concrete Trafl c Cohen/ AJ��ra rh Slabs) 32 13 1 f Mix Dell' Cow Town R d. ivlix 32 13 13 Mix Des��r Cow Town Redi Mix 32 13 13 Mix Desl�r Cow Town Redi Mix 321313 Mu Deer Estrada Ready Mix 32 13 13 Mu De p Martin Marietta 321313 Mu Des', Martin Marietta 321313 Mu Desp NBRReady Mu 321313 Mu D-W. NBR Ready Mi, 32 l3 13 Mix Dea r Redi-Min 32 l3 13 M& Des,Wp SRM Conorale Concrete Base Trench R-4, 03 34 16 Mu D,,�p Humco Texas 03 34 16 Mu D It, Hamco Texas ontrolled Low Btrener6 Material 0334 13 Mu Del Hamco Texas 03 34 13 Mix Des�� Carder Concrete .3313 M& Des', Garda, Concrete 033413 M&D., City Concrete Comrany 03 34 13 Mu Deefr Cow Town Redi Mu 03 34 13 Mu Desp Martin Ma6,ma 0334 13 Mi. DIP NBR Ready Mu 033413 Concrete FB Mi, Desran j Tapsnt Concrete I31 37 00 tr� Des��f (Martin Marietta 31 37 00 Mu Design Marlin Marietta R2146N36 R2146K36 R2146K37 R2146R44 R2146K44 R2146P36 R2146K36 R2147241 R2146236 R2146036 R2146242 R2146042 CLS P2-YY CLS P2-NY 45A60MR RRM6320AHP 10MI 1524 10MI15D4 10M11504 145CD5P4 45023 45000 FW6020AHP FW60AHP TCFW6020AHP TRC4520 0260.2301 0265.2301 270.230 I4500AE 55UI20AG 6589 370-INC 375-NC 370-NC 380-NC 4575AESC 2125 C451DHR-A R2161K70 10NI 1507 50310 40326 FW6520AMR FW7520AMR 4,500 pMi Concrete for Hand Placed Paving°¢ ml 6.22s k/C4,SOOtpsioConacretelfor Hanad Placed Pavirl 6.60 Sacks / 4,500 psi Concrete Mu for Hard Placed Paving 6.60 Sacks / 4,500Ijlei Concrete Mi for Hand Placed Paving 4,500 psi Concrete for Hand Plaeed Paving 4,500 psi Concrete for Hand Placed Paving 4,500 psi Comrele for Hand Placed Paving 4,500 psi C—mu, for Hand Placed Paving 4,500 psi Concrete for Hand Placed Pavina, Inlets 4,500 psi Concrete fur Hand Placed Paving 4,500 psi Concrete for Hand Placed Pavirl�r 6.50 Sacks / 4,500 psi Concrete f, Hand Placed Pavina 6.50 Sacks / 4,500 psi Concrte f, Hand Placed Pavina 6 SK / 4,500 psi Concrete for Hand Placed Paving 4500 psi Concrete f, Haad Placed Pa"y 4500 psi Concrete Mix fur Hand Placed Paving 4500 psi Concrete Mi, for Hand Placed Paving, Storm Drain Sma,ft es 4500 psi Concrete Mix fr Hand Placed Pavira 4500 psi Concrete Mi. for Hand Placed Paving, Smmr Drain Structures 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete for Hand Placed Paving 4500 psi Concrete Mi, for Hand Placed Pavma° 4500 psi Concrete Mi.for Valley Gutters, Hand Placed Paving 5000 psi Concrete for Hand Placed Paving 4500 psi Concrete for H�'� Early ShyenaOr P^�aptv-u'�`Rp Sma� 4500 psi Concrete Mu for r H?a a,tY Strenalh Paving 4500 psi Concrete for DES Pavmg 5000 psi Concrete for DES Pavina 4500 psi Concrete for HES Paving 4500 fljjsi Concrete for HES Pa 1.50 Sacks / 4,500 epi (3,000 �i (aJ 3day) Concrete fr HES Pavioa 5000 �i C ncrele BE Pavma 4500pr Comrete foHES P.7J6,000pi(3,000pa24nnJaConH M�HsavHES Paving4500 pi (2600 psi4 5,000 piCorete�SPmg 4,500 (3,000 (3-0ays) psi Concrete f r HES Paving 4500 (3000 psr 3-0ays) psi HES Pavl9 450013000 pei ,3-dms) psi Concrete RES Pavina 31" Slum, 36%Air 31" Shunp, 36%Air Slump 3-5" Sh,, 36%Air 31" Slump, 3-%Ate 3-5" Slump, 36% A6 3-5" Slump, 36% Av 3-5" Slump, 36%Air 3-5" Slump; 4.5-7.5%Air 3-5" Slump; 3Air 3-5" Slump; 36 6% % Air 3-5" Slump; 36% Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Air 3-5" Slump; 3-6 Air Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Au 3-5" Slump; 3-6% Au 3-5" Shunp, 3-6 Air 3-5" Slump, 36%Air 31" Slum,, 36% Air 3-5" Slump, 36%Ate 311. Slump, 36%Ate 3-5" Slump, 36% Air 3-5" Slump, 36%Ate 3-5" Slump, 36%AI, 3-5" Slump; 3.56.5%Air 3-5" Slump; 3-6% Air 31" Shunp, 3-6 Air 3-5" Shun,, 36%Air 31" Shun,, 36% Air 3-5" Slum,, 36%Ate 31:: Slump, 36% 1 3-5" Slump, 36%Ate 3-5" Slump, 3-6 Air 3-5" Slump; 36%Air 3-5" Slump; 36%Air 3-5" Slump; 3-6% Atr 3-5" Slump; 36% Air 3-5" Slump; 4.56.5%Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6 Air Air 3-5" Slump; 3-6% Air 260 4000psiCConcrMfoSabsBooxx Cuvrt, Hwwals e Hri 35 3661 360 000 p 4MuforBriSbBhrtsHdalls F SSmp 3-5lmp,36%Ate 365-STX 4000 sii Concrete for Bridge sl s, ro� slabs ofdvect msffrc cal— apq ..h slabs-TXDOT Class S-No Fly Ash 3-5" Shunp, 36%Ate R4060AEWR 6.00 3 arks / 4,000 �gj i Concrete for Brdge Slabs, Top Slabs, and Approach Slabs 4-6 Slump, 36%Ate M7842344 4,000 psi Concrete?.,Bridae Deck 3-5"Slum:4.5-7.5%Ate R2146P33 6.01 sacks / 4,000 Rai concrete for B, Deck 3-5" Slump, 36% A6 TX S-NY 5.50 Sacks / 4000psric.msete Mu for C s S Smb Paving -No Fly Ash 3-5" Slump, 36%Ate TX S-YY 4.50 Sacks / 400 Conc,ele Mu fo, Class S Slab Paving 3-5" Slump; 36 % Air 156115D4 4000 psi Brida, s 3-5"Sl.mp;36%Air D100008553CB 4,000gppa�i Concrete fo, Bdridge Approach Slab, Deck Slab 3-5" Slump; 36%Ate I08Y4 0BA IS00 psl lozub, M'afo Bes-for Trench RepT �7WShhum, 36%Ate OIY61OBF 100}lsiConcrete Mix f, Flowable Fill Flowable, 8.5-11.5%Ate FWCC359101 50-150 psi Plowable Fill - CLSM 3-5" ShamQQ, 8-12%Ate FWFF237501 50-150 psi Flowable Fill - CLSM Plowable, 8.5-11.5%Ate I1-350-FF 50-150 si Conc,ete for Flowable Fill-CLSM Flowable, 8-12%Ate Mi.#9 70nMi�lowable Fdl-CLSM 7-9"Stump, 8-11%Ate FL W25A 8-10"SluoJp�, FTW FLOW FR,L I50,,sr iconcretefor HowabbleFiWCLSM 8-12%Ate FWFF150CLSM 50-150Mi Flowable Fill-CLSM Plowable; 8-l2%Ate R21160330 I4,000 psi Concrete for R map 3I., Slump, 36%Ate Asphalt Paw¢ 9/9Y1022 321216 Mu Design Austin Asphalt FT5BI17965 FT5B117965PG64-22Ty BFme Base 9/9/'2022 321216 Mu Design Austin Asphalt FTIB139965 FTIB139965PG64-22Ty BR -Base 9/9/2022 321216 Ma Design Austin Asphalt ITIB117.2 FTIBI17.2 PG64-22 TW.B Fme Base 5/1R024 32 1216 Mu Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Ma Design Reynolds Asphalt I112B I112B PG64-22 Type B Fme Base 9/9/2022 32 12 16 Ma Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fme Base 12/5/2022 33 12 16 Mm Design Suu nmm Pavmg 3076BV6422 3076BV6422 PG62-22 Type B Fme Base 9/92022 32 1216 Mu Design Suamoum Pavmg 34 1 -BRAP6422ERG 34 1 -BRAP6422ERG PG64-22 Type B Fme Base 9/92022 32 1216 Ma Design TXBIT 37-211305-20 37-2l l305-20 PG64-22 Type B Fme Base 9/9/2022 32 1216 Ma Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fme Base 9/9/'2022 32 1216 Mu, Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fme Base CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 9/9/2022 32 12 14 Mu Design ITXBIT 4/1/2024 32 12 16 etttdble Mix Des�e my Sp�nce aDW$-Pavers TXHIT 9/9/2022 321320 Pine Hall Brick(Winstou Salem, NC) 9/9/2022 321320 DWS-Pavers Western Brick C..(Houstom TX) 9/9/2022 321320 �'21321 DWS-Composae 9/9/2022 DWS-Composite ADA "s(Wthnin -M� 4/72023 321320 DWS-Pavers S1.1 ADA Somtions(Wt knigtZ MA) Silicone Joint Sealant 9/92022 132 D 73 Joint Scala,[ Dow 9/9/2022 32 13 73 Joint S.Im Tremco 9/92022 32 13 73 Joint Sealant Pecors 9/9/2022 32 13 73 Join[Scalant Crsfco 11 Trench Embedmeul Saud 9/92022 33 05 10 Embedment Sand Silver Creek Materials 9/92022 33 05 10 Embedment Sand Crouch Matenals 9/92022 33 05 10 Embedment Saud F and L Dvt Movers 9/9/2022 33 05 10 Embedment Saud F and L Did Movers 9/92022 3305 10 Embedment Sand I. Top Mmtm ManeOa I64 224125-18 PO I64 224125-18 PO70 2pe 2 TyD Fine Surface 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R T— D Fme Surface Tackle Pavers Delegable Warning Pavers Armor Tile IT mg, Brick CB Composite P—, Delegable Wamine Pavers 890SL 1890SL-Cold Applied, Single Component, Silicone Jowt Sealant 900SL -Cold Applied, Single Component, Silicone Joint Sealant 311 300SL 300SL-Cold AppW Single Component,Silicone Joint Sealant RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant U01try Embedment Sand U: ny Embedment Sand Uldtry Embedment Sand Uldtry Embedment Sand Utdny Embedment Sand Storm SeaverManholea&Basen/Fra—&Covers/Standnrd/fR und)33-05-13 9282018 33013 Madwle F.— sad Covers A —Cast (G- Steel Compevy, LTD) IMHRC 4220605 MHRC #220605 (Si.- "'24" DW 19/28/2018 330513 Manhole Covu Neenah Foundry NF-1274-T91 NP-1274-T91(Size -32"Din.) 1928/2018 33 Manhole Framesand Covers Neenah Foundry NF-1741-LM(Hmged) NP-1743-LM(Hinged)(Size-32"Die.) 9/28/2018 330513 Manhole Frame Neenah Foundry NF-1930-30 NP-1930-30(Size-32.25"Die.) 9/282018 330513 Manhole Frames and Covers Neenah Foundry R-1743-HV R-1743-HV(Sime-32"Din.) 4/32019 330513 Manhole Frames and Covers SIP lndasnies++ 1279ST 22795T (Size-24"Die.) 4/3/2 330513 Manhole Frames end Covers SIP Industries++ 2280ST 2280ST (Size-32"Dig.) 11118/2020 330513 Manhole Frames and Covers EJ( Fomtally East Jordan I—NV.&O E11033 Z2/A EJ1033 Z2/A(Sim -32.25"Dk,) 330513 Cmbinlet Covers SIP Industries++ 2296T 2296T(Sim -"""24"Dk,) �3/82024 6/18/2024 330513 Curb Inlet Covers SIP lndastries++ 1I2279STN 2279STN(Size-24"Dk,) •*Note: Annewdere(opmen and urn innallarian manho/e /ids sxa/l zed the minimum 30-inrb opening requlemenras specled in Ciry Speril+ra�ian 33 OS l3. Arrysmal/er opening sius wJl onty De allowedfor exisn'ng manxo/es rMr require replaremenrframesgnd rovers. Storm Sewer - Inlet& Slrugures 33-05-13 10/8/2020 33 49 20 Cmb We. Fot — 10/8/2020 33 4920 Curb Inlets Fonema 10/82020 33 49 20 Cmb Inlets Fonema 10/8/2020 33 49 20 Cmb Inlets Fonema 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 333920 Manhole Fonema 10/8/2020 333920 Manhole I'm 10/8/2020 333920 Manhole I'm 10/8/2020 333920 Mmhole Fodema 3/192021 349 20 Curb Inlets Thompson Pipe Group 3/19/2121 333492 0 Curb Inlets Thompson Pipe Group 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group 3/19/2021 333920 Manhole Thompson Pipe Gpap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Oroap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Menhole Thompson Pipe(Jroup 3/19/2021 333920 Manhole Thompson Pipe Gonp 3/19/2021 333920 Manhole Thompson Pipe(1rouP 3/19/2021 333920 Manhole Thompson Pipe Goup 3/19/2021 333920 Manhole Thompson Pipe Goup 3/192021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 13/19/202: 33 49 20 Drop Inlet Thompson Pipe Goup 13/19/20233 49 20 Drop lnlg Thompson Pipe Goup 13/19/2021 33 49 20 Drop Inlet Thompson Pipe Goup 18/28/2023 33 49 10 Manhole Oldcasde 8/28/2023 33 49 10 Manhole OldcaetIe 8282023 33 49 10 Manhole OldcastIe 8/282023 33 49 10 Manhole Oldcasde 8/28/2023 33 49 10 Manhole Oldcagle 8/28/2023 33 49 10 Manhole 01& le 8/28/2023 334910 Manhole Oldcaetle 8/28/2023 334910 Manhole Rieke, Materials 8/28/2023 333920 Curb Inlet ] 0 k 3' Rises Thompson Pipe Gcap 8/28/2023 333920 Cnrb Inlet 15 k3' Rises Thompson Pipe Gonp 8/28/2023 333920 Cutb Inlet 20'x 3' Rises Thompson Pipe Gonp 1/12/2024 334920 Drop Inlet AmeriTex Pipe&Products 1/12/2024 334920 Drop Inlet Ame U. Pipe&Products 1/19/2024 334920 Manhole AmetiTex Pipe&Products 1/19/2024 334920 Manfiole AmeriTex Pipe&Products 1/192024 334920 Manhole AmeriTex Pipe&Prodacts 1/19/2024 33 49 20 Manhole AmeffT Pipe &Products 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 1/19/2024 334920 Manhole Amer.T- Pipe &Products 1/19/2024 334920 Manhole Amer- Pipe&Products 1/19/2024 334920 Medwle A —Tex Pipe&Products 7/16/2024 33 49 20 Catb Wets =,Tex Pipe &Prodmre 7/16/2024 33 49 20 Cmb Ides A —Tex Pipe &Prodmre •*Note: Pre -cast inkms are appored/rMe s gelponion /Meu—e fast,/my. SraBe llpomn x-005-PRECASTSim 10' X 31 x-0PRECAST::-PRECAST'" (Size-0'X 31 x4.5-0PRECAST'-PRECAST''X 51 x4-020'" (Siu-10. -PRECAST Siu 0'X4 14 4ApegE_ :R-ECA�(Siu-TX� 41 34 ]0-PRECAST-TOP (Size - 5' X 51 :54 -PRECAST-BASE (Size - 5' X 51 :6411-PRECAST-TOP (Si. - 6' X 6) :6411-PRECAST-BASE (Si. - 6' X 6) IX3-005-PRECAST INLET"" (Size - l0' X 31 IX3-405-PRECAST INLET"^ (Size - l5' X 31 X3-005-PRECAST INLET" (Size - 20' X 7) C4409-PRECAST TOP (Size - 4' X 41 C4409-PRECAST BASE (S¢e - TX 41 C4-012-PRECAST 4-17 RISER (Si. -4' X 41 C5-0l0-PRECAST TOP (Si. - 5' X 51 C5-0l0-PRECAST BASE (Sim - 5' X 51 C5412-PRECAST 5-17 RISER (Si. - 5' X 51 C64 I 1-PRECAST TOP (Sim - 6' X 61 C64 -PRECAST BASE (Sim-6'X61 C6412-PRECAST 6-17 RISER (Size - 6' X 61 C7411-PRECAST TOP (Si, - TX 71 C7411-PRECAST BASE (Size -7' X 71 C7412-PRECAST 4-17 RISER (S¢e -7' X 71 C841 I -PRECAST TOP (Size -8' X 81 C841l_PRECAST BASE (Size -8' X 81 C8412-PRECAST 5-17 RISER (S¢e -8' X 81 C4408-PRECAST INLET (Si a-4'X 41 C5408-PRECAST INLET (Si a-5'X 51 C6408-PRECAST INLET (Size - 6' X 61 4' x T Snicked Mmhole (Size -T X 4) 5x8Stom Jmton Box (Siz-5X 8) 4'x4' Stomtou xSiz-4'X41 5' x 5' Storm Jmctiou Box (Size- 5' X 51 6' x 6' Storm Juuctiou Box (Size -6' X 61 8' x 8' Storm Juuctiou Box Base (Size - 8' X 81 5' x 8' Storm Junction Box Base (Size - 5' X 81 -4'X 41 Inlet Rieer (Size - 3 F11 hilet Riser (Size - 3 F11 Inlet Risen (Si. - 3 FF) Drop Inlet (4' X 41 Drop Inlet (5' X 51 Precast 4'x4' Storm Junction Box Precast 5k5' Stomt Junction Box T Precast T—nion MIT (T MH on the top of 5' 1B) Precast 0,6' Storm Junction Box 6' Precast Tanslnon MIT (T MH on the top of 6' 1B) Pmem 8M' Storm Junction Box 8' Precast Taasinon MIT (4' MIT on the top of 8' 1B) Tvm C Smmt Drain Manhole on Box (4' MIT on the top of RCB) 100 P.e." (Size 10'. 3) 150 Precast'" (Size 15' x 3) are requ/red m be rear /n-Plarc No exopd—w 1hh regairemenrsbal/be a/lowed. FASTM D5893 TM D5893 TM D5893 TM D5893 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM A48 AASHTO M3N ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A536 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM C913 ASTM C913 AS C913 AS C913 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 ASTM C913 ASTM 615 ASTM 615 AS 615 AS 615 AS M 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 ASTM 615 ASTM 615 AS 615 AS 615 AS 615 AS 615 ASTM 615 ASTM 615 ASTM C478 ASTM C478 ASTM C478 AS C478 AS C478 AS M C478 AS M C478 AS M C433 AS 1M C913-16 AS C913-16 AS C913-16 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 AS C913 AS C913 AS C913 ASTM C913 AS M C913 AS M C913 ASTM C913 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Storm Sewer -Pl— & Boxes 33-05-13 3341 13 Storm Dram Prpee Ad—ed D..ge Systems, Inc (ADS) ADS HP Storm Polwmvvleue (PP) Pipe (Sim -12" - 601 ASTM F2881 & A SHTO M330 334110 Sturm Dram Pipes Rinker Materials Reinforced Concrete Pipe Top end Goove Joint Pip, (Sim -21"or 1—) ASTM C76, C655 334110 C.1—Box Rinker Mmerlals Reinforced Concrete Box Culvert(Sze- Verions) ASTM C789, C850 3341 10 Storm Drain Pipes Ame ffe Pipe &Pmdacts Reinforced Concrete Pipe Tongue end Goove Joint Pipe' (Size -15" .1Imer) ASTM C76, C506 344110 C.N. Box AmeriT-P��'PPe&Pmdacts Reinforced Concrete Box C.1 er (size -Various)) ASTM C1433,C1577 3541 10 Storm Drain Pipes The T— Co. Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size -15" or huger) ASTM C76, C506 3341 10 Culvert Box The Tumer Co. Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577 3341 10 Storm Dmin Pipes Thomlt�(��on Pipe Goup Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506 334110 CM" Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 33 41 10 Stmm Dmm Ppee Old —de Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506 CFW Lighting Approved Products List CFW Product Name Manufacturer I Manufacturer Product Name & Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Type 33B Arm Valmont Industries, Inc D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATBO-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Type 33A Arm Valmont Industries, Inc D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)-Wood Pole Arm, Galvanized Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 Washington 10' Pole Acuity Brands Lighting, Inc. RFD110736 Holophane, CLA14FT J20DMODC03BK RFD325026, AB- Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. AO RFD-315548 Oleander Type A Pole Acuity Brands Lighting, Inc. Holophane, PDA 12S5L20POBBK-MOD Oleander Type B Pole Acuity Brands Lighting, Inc. Holophane, PDA20S5L20P08BK-MOD Oleander Type B Arm Acuity Brands Lighting, Inc. Holophane, OHC 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc. Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc. Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc. Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK Series Copper Wire/Conductor Southwire Encore Wire Encore Wire Service Wire Co Advanced Digital Cable Inc Aluminum Wire -Triplex Priority Wire & Cable, Inc Fuse & Fuse Holder Edison Edison Cooper EATON EATON Connector Thomas & Betts Metered Pedestal 120-240V Electrol Systems, Inc WE Manufacturing & Controls Metered Pedestal 240- Electrol Systems, Inc 480V WE Manufacturing & Controls Ground Box Kearneys Photocell Shorting Caps MacLean Highline Oldcastle Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Elite, 600V/1000V THHN / MTW / THWN-2 Copper conductor, 600V Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps, Interrupting Rating: 10,000 RMS Amps @ 125V Modular Ferrule Fuse Blocks for Midget Class and CC Fuses In -line fuse holders for Single -Pole 13/32" x 1 1/2" Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway in -line fuse holders for UL 13/32" x 1- 1/2"supplemental fuses Bussmann Series, FNM 13/32" x 1-1/2- 250Vac time - delay supplemental fuses Wire Joints for Copper Conductor, Cat No: 54615, 54620, 54625-TB, 54635, 54640, 54630 TY A (120/240) 100(NS)AL(E)PS(U) TY A 120/240 100(NS)AL(E)PS(U) TY A (240/480) 100(NS)AL(E)PS(U) TY A 240/480 100(NS)AL(E)PS(U) Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, 500lbs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING NUT NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N Series Dark To Light, DLL Elite, Electronic Locking, Type Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire I TRASTARINC. IDURA-STR25-3K-120-3-GR-SCL DURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire TRASTAR INC.