Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63917
CSC No. 63917 FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF Marina Drive Water and Sanitary Sewer Improvements City Project No.104881 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Chris Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department May 2025 Freese and Nichols Inc. 801 Cherry Street, Ste. 2800 Fort Worth, TX 46102 Texas Registered Engineering Firm F-2144 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF Marina Drive Water and Sanitary Sewer Improvements City Project No. 104881 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Chris Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department May 2025 Freese and Nichols Inc. 801 Cherry Street, Ste. 2800 Fort Worth, TX 46102 Texas Registered Engineering Firm F-2144 OF tiT�1�1 ... 10 00 AMANDA N. JOHNSON00 � . �....................� .. �rr� : 131706 rl°� N Gam+ 114',o\ At- os/is/zs DIVISION 00 PROCUREMENT AND CONTRACTING DOCUMENTS FORT WORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 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 Prequalifications 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 0131 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 3216 Construction Schedule 10/06/2023 01 32 16.1 Construction Schedule — Baseline Example 08/31/2021 01 32 16.2 Construction Schedule — Progress Example 08/13/2021 01 32 16.3 Construction Schedule — Narrative Example 08/13/2021 01 3233 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 1 01 78 39 1 Project Record Documents 1 07/01/2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 22 - Plumbing 22 14 29.16 Submersible Sump Pumps (FNI) 22 07 21 Outside Piping Insulation (FNI) Division 26 - Electrical 26 01 26 Testing of Electrical Systems (FNI) 26 05 00 Common Work Results for Electrical (FNI) 2605 19 Low -Voltage Electrical Power Conductors and Cables (FNI) 26 05 23 Control -Voltage Electrical Power Cables (FNI) 26 05 26 Grounding and Bonding for Electrical Systems (FNI) 26 05 29 Hangers and Supports for Electrical Systems (FNI) 26 05 33 Raceways and Boxes for Electrical Systems (FNI) 26 05 50 Electrical Equipment (FNI) 26 05 53 Identification for Electrical Systems (FNI) 26 24 16 Panelboards (FNI) 26 27 26 Wiring Devices (FNI) 2628 16 Enclosed Switches and Circuit Breakers (FNI) 26 29 16 Motor Operators for Gates and Valves (FNI) Division 33 - Utilities 3305 16 Concrete Water Vaults 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 1210 Water Services 1-inch to 2-inch 02/14/2017 Division 40 — Process Instrumentation and Control 4061 13 Process Control System General Provisions (FNI) 40 61 21 Process Control System Testing (FNI) 40 61 93 Process Control System I/O List (FNI) 40 61 96 Process Control Description (FNI) 40 63 43 Programmable Logic Controllers (FNI) 40 66 00 Network and Communications Equipment (FNI) 40 67 00 Control Panels and Hardware (FNI) 40 70 00 Instrumentation List (FNI) 40 71 00 Flow Measurement (FNI) 40 72 00 Level Measurement (FNI) 40 73 00 Pressure Measurement (FNI) 4075 13 Chlorine Analyzer (FNI) 40 77 26 Position and Intrusion Switch (FNI) 40 80 00 Commissioning of Process Systems (FNI) Division 99 — Additional Items 99 99 00 1 Additional Specifications - CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD:Hfortworthtexas.aov/tvw/contractors/ or https://aDv-us3.e- builder.net/public/DublicLandine.asi)x?OS=7eOff4f930ce478ba9l3Od6c46a00f48 Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/11/2022 0334 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 03/11/2022 260533 Raeew ays and Boxes f Qeetfieal Systems 12�'1r�-zvriviz 26-05 43• Undo.-..FoundUndeFgFound Duets and Raee.: ays f Elee#ieal Systems 07/llmrv1,L20 4 26 05 50 Communications Multi -Duct Conduit 02/26/2016 Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 3124 00 Ew laanlrzffl�w* 01/28,L2013 31 25 00 313600 ,moo Erosion and Sediment Control Gabion6 04/29/2021 12 i'1� zv;L2viz 1 �')zzr20QO 3 �. Division 32 - Exterior Improvements 2 12 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 06/10/2022 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 32 1216 Asphalt Paving 6/07/2024 32 1273 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 14 16 B.�ok Urrt Pai4ing 12/'�tz CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 1723 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 11/04/2013 3231 13 Chain Fences and Gates 12/20/2012 32 31 26 '27�9 Wire Fences and Gates !`_.,tes 12/20/2012 12/'1r�-zvriviz Z7�3 WeedL'enees and Cast i Dlaee C ner-ete n:in,.-�ing W444s 06/no c�a 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 32 92 14 Non -Native Seeding 05/13/2021 3292 15 Native Grass and Wildflower Seeding 10/06/2023 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 03/11/2022 33--0132 Closed -crrccrrtTf`iev,",,•,• cEfi6ii--St.^i1w. DsnaiI'1 12/08Q023 3303 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 3304 10 Joint Bonding and Electrical Isolation 12/20/2012 3304 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 11 /�12 340 3305 17 Cone,-ete Water- Vaults Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 330522 22 33 05 23 Steel Cris;.. Pope Hand Tunneling 12/20QO12 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 7,-e 12/20/2012 12 /n�22 33 11 0 33 11 11 Duefile e Pipee Ductile Iron Fittings 09/20/2017 1 1 12 13 Polyvinyl C ler-ide (PVC) Press fe Pipe nn/n�22 1 1 1, Pipe Baf �x7,-.,,•.pe creel Cylinde �ne�et;€�es-.tea-�������r-�R� Type 12/20/2012 �� f 33 0 Wa4e f Sef,4ees 1 ineh t 2; e 02/10 n�17 33 1220 Resilient Seated Gate Valve 05/06/2015 33 1221 AWWA Rubber -Seated Butterfly Valves 04/23/2019 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 22� Standard Blow -off Valve Assembly Dlaee 3331 13 Q„-e.a i Pipe (CIPD\ Fiberglass Reinforced Pipe for Gravity Sanitary Sewers _,2 3" 1.,5 High Defisit-. Polyethylene (17r PE) Pipe anila,,;'3ewei 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 22 21 77 �z Sanitary Sew-- N T g � Eli~ �r�ttin 22�3 Ca -a tafy Sewer- Pipo �Lrl xr-game 33 31 50 Sanitary Sewer Service Connections and Service Line 22�0 33 39 20 Cast i Dlaee Cone-ete Manholes Precast Concrete Manholes 22�0 F-ibcrglwr_ Manholes n e ess rt,,.mbe,. n r4 333940 33 39 60 22�o Wastewater- (W Liners for Sanitary Sewer Structures Reiff Ce~e,.ete Ste,., , Sewer- Pipe/C lyet4s 2l2 11 11 fye,l High Deasiy. Polyethylene .lene (14D12E) Pipe for- St�,m TDyw.:1 ✓� 11 12 neinf feel nelyethylen, (URPE1) Piro ?i3 11 13 3-3-4600 22T3 Delyp fepy e~e Pipe for- St.^,rm D&nek Stibdr-ainage 4601 2 2�= 33 49 10 T,-e.. el. D -aifi C" r P.Vze M ~l.eles and T„~et;e~ Bees r,,,.i, 33 4920 33 4940 e~a Dfop inlets Starm DTc�nage Head -walls .-ada-ad Wr,...w lls Division 34 - Transportation 3441 11 Temporary Traffic Signals 211 11 12 Removing T -a ff e Signals 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 2A�o Aluminum Signs 3471 13 Single Me,ae Fite. Optie Cable Traffic Control Appendix 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 END OF SECTION 01/03/2014 12/20/2012 06/ 19/2013 12/20/2012 09/09/2022 12/20/2012 1 21 /2�12 1 2 /2 -2 04/26/2013 12/2z 1 21 /2�12 12/20/2012 12/2z 12/2z 04/29/2021 n� /non 1 21 /2z 1 1 // 1 06/10 n�2 1 21 /2�12 n� /non n�/no 1�1 1 21 /2 4 03/10 1�2 n� /non 03/10 lei 12n5 02 02 11 /22/2013 03/10 lei 12/20/2012 06/15/2015 06/15/2015 06/15/2015 11/12/2013 03/22/2021 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised June 7, 2024 00 01 07 DESIGN PROFESSIONAL SEALS OF TF�g11 ......................:. . AMANDA NJOHNSON • 0 00 � Of 0 -- 131706 ( os/is/zs FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Specification Sections Sealed Division 00 Division 01 Division 22 Division 33 Specification Sections Sealed Division 00 Division 01 Division 22 Division 33 Specification Sections Sealed Division 26 Division 40 END OF SECTION Design Professional Seals 00 01 07 - 1 FTW23970 —Marina Drive DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, August 12, 2025 REFERENCE NO.: **M&C 25-0732 LOG NAME: 60WSSMARINADRIVE-CIRCLEC SUBJECT: (CD 7) Authorize Execution of a Contract with William J. Schultz, Inc. dba Circle C Construction Company in the Amount of $2,962,175.50 for Marina Drive Water and Sanitary Sewer Improvements, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with William J. Schultz, Inc. dba Circle C Construction Company in the amount of $2,962,175.50 for the Marina Drive Water and Sanitary Sewer Improvements; and 2. Adopt the attached appropriation ordinance adjusting appropriations in the Water & Sewer Revenue Bonds Series 2023 Fund by increasing estimated receipts and appropriations in the Bryant Irvin Westside II to Southside II Pressure Plane Transfer P 1-3 project (City Project No. 104881) in the amount of $3,400,566.00, and decreasing receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount and to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) provides for the construction of water and sanitary sewer mains on the following street and easements to allow for the transfer of water and sanitary sewer services for Fort Worth residents along the west side of Marina Drive from the City of Lake Worth to the City of Fort Worth: Street From To Scope of Work Easement west Marina Drive Malaga Drive Northeasterly to Marina Drive Water of Marina Drive Easement west North 1,800 feet Water/Sewer of Marina Drive Easement west Marina Drive West 600 feet, then Water of Marina Drive Northwesterly 70 feet �Easement east Marina Drive East 50 feet then Water of Marina Drive Southerly 145 feet Construction of the project was advertised for bid on May 21, 2025 and May 28, 2025 in the Fort Worth Star -Telegram. On June 26, 2025 the following bids were received: Bidder Amount Contract Time William J. Schultz, Inc. dba Circle C $2,962,175.50 300 Calendar Construction Company Days Fort Worth Civil Constructors, LLC 11$3,169,940.00�1 In addition to the contract cost, $270,428.00 (Water: $230,244.00; Sewer: $40,184.00) is required for project management, material testing and inspection and $167,962.00 (Water: $128,256.00; Sewer: $39,706.00) is provided for project contingency. This project will have no impact on the Water Department's operating budget when completed. 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. Funding is currently available in the Commercial Paper project within the Water & Sewer Revenue Bonds Series 2023 Fund for the purpose of funding of the B. Irvin WSII/SSII PPT. P 1-3 project. Funding for the B. Irvin WSII/SSII PPT. P 1-3 are depicted below: Fund Existing I Additional project Total* Appropriations Appropriations 56022 — W&S Rev Bonds $1,823,614.00 $0.00 $1,823,614.00 Series 2024 56021 - W&S Rev Bonds $0.00 $3,400,566.00 $3,400,566.00 Series 2023 Project Total $1,823,614.0011 $3,400,566.001$5,224,180.00 *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Rev Bonds Series 2023 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series 2023 Fund for the B. Irvin WSII/SSII PPT P. 1-3 project to support the above recommendations and execution of the contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Jesica McEachern (5804) Originating Department Head: Additional Information Contact: Chris Harder (5020) Preeti KC (5467) ATTACHMENTS 1. 25-0170 (104881-1 ITB Marina Drive Water and Sewer Improvements)-CC.pdf (CFW Internal) 2. 60WSSMARINADRIVE-CIRCLEC FID Table (WCF 07.09.25).xlsx (CFW Internal) 3. 60WSSMARINADRIVE-CIRCLEC funds availabilitv..pdf (CFW Internal) 4. 60WSSMARINADRIVE-CIRCLEC Map.pdf (Public) 5. Form 1295.pdf (CFW Internal) 6. ORD.APP 60WSSMARINADRIVE-CIRCLEC 56021 A025(r2) (1).docx (Public) 7. PBS CPN 104881.pdf (CFW Internal) 60WSSMARINADRIVE-CIRCLEC FID Table 2 56021 0600430 4905151 104881 2025 $2,923,614.00 2 56021 0600430 UCMLPR 2025 ($2,923,614.00) 2 56021 0600430 104881 2025 $2,923,614.00 2 56021 0600430 4905151 UCMLPR 2025 ($476,952.00) 2 56021 0700430 4905151 104881 2025 $476,952.00 2 56021 0600430 UCMLPR 2025 ($476,952.00) 2 56021 0700430 104881 2025 $476,952.00 2 56021 0600430 4905151 UCMLPR UNSPEC 9999 $2,923,614.00 2 56021 0600430 4905151 104881 001780 9999 ($2,923,614.00) 2 56021 0600430 4905151 UCMLPR UNSPEC 9999 $476,952.00 2 56021 0700430 4905151 104881 001780 9999 ($476,952.00) 2 56021 0600430 5110101 104881 001780 9999 $40,401.00 Water Staff Costs 2 56021 0600430 5550102 104881 001780 9999 $4,000.00 Public Outreach 1 56021 0600430 5740010 104881 001780 9999 $2,565,113.50 Pay to Contractor 2 56021 0600430 5740010 104881 001780 9999 $128,256.00 Contract Contingency 2 56021 0600430 5330500 104881 001784 9999 $48,481.00 Soil Lab Consultant 2 56021 0600430 5310350 104881 001784 9999 $16,160.00 Soil Lab TPW Staff Cost 2 56021 0600430 5110101 104881 001785 9999 $121,202.00 Water Inspection Staff 56021 0600430 9999 $0.50 Rounding 2 56021 0700430 4905151 104881 001780 9999 ($476,952.00) 2 56021 0700430 5110101 104881 001780 9999 $6,552.00 Water Staff Costs 1 56021 0700430 5740010 104881 001780 9999 $397,062.00 Pay to Contractor 2 56021 0700430 5740010 104881 001780 9999 $39,706.00 Contract Contingency 2 56021 0700430 5330500 104881 001784 9999 $9,609.00 Soil Lab Consultant 56021 0700430 5310350 104881 001784 9999 $4,368.00 Soil Lab TPW Staff Cost 56021 0700430 5110101 104881 001785 9999 $19,655.00 Water Inspection Staff 56021 2060000 104881 RETAIN Retainage FID 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 0 000 Y [I]011IIII1iD, MAYOR AND COUNCIL COMMUNICATION (M&C) IBiel IZI]w9x0Y[130 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 FORT WORTH *4 CITY OF FORT WORTH WATER DEPARTMENT MARINA DRIVE WATER AND SEWER IMPROVEMENTS (BRYANT IRVIN WSII SSII PRESSURE PLANE TRANSFER, PART 1) City Project No. 104881-1 Addendum No. 1. Issue Date: June 05, 2025 Sid Opening Date: June 26, 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. An updated bid proposal workbook has been uploaded to the Project's Bonfire Folder. SPECIFICATIONS a. Replace the following sections: Replace Specification 00 42 43 PROPOSAL FORM 99 99 00 ADDITIONAL SPECIFICATIONS b. Replace the following: Entire Plan Set Marina Drive Water and Sewer Improvements (Bryant Irvin WSII SSII Pressure Plane Transfer, Part 1) CONTRACTOR QUESTIONS With Specification 00 42 43 PROPOSAL FORM 99 99 00 ADDITIONAL SPECIFICATIONS Entire Plan Set Marina Drive Water and Sewer Improvements (Bryant Irvin WSII SSII Pressure Plane Transfer, Part 1) Uploaded to Bonfire and Noted with revision description Addendum No. 1 1. What is the Engineer's Estimate? a. The estimated construction cost is between $4.45 - $5.05M 2. How do we attend the pre -bid meeting? a. The pre -bid meeting link has been uploaded to Bonfire. All other terms and conditions remain unchanged. %s sy 51614k, 06/05/2025 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: SIGNATURE: ,�[i✓Q NOTE: Company name and signature must be t e same as on the original bid documents. Failure to return this form with your sealed bid may constit t rounds for rejection of your offer. ITB 25-0170 Marina Drive Water and Sewer Improvements (Bryant Irvin WSII SSII Pressure Plane Transfer, Part 1) Addendum No. 1, Page 1 of 1 FORT WORTH,., **I%ir CITY OF FORT WORTH WATER DEPARTMENT MARINA DRIVE WATER AND SEWER IMPROVEMENTS (BRYANT IRVIN WSII SSII PRESSURE PLANE TRANSFER, PART 1) City Project No. 104881-1 Addendum No. 2. Issue Date: June 18, 2025 Addendum No. 1. Issue Date: June 05, 2025 Bid Opening Date: June 26, 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 pre -bid meeting presentation and sign -in sheet have been uploaded to the Project's Bonfire Folder. 2. An updated bid workbook excel file will be available in Project's Bonfire Folder. SPECIFICATIONS a. Replace the following sections: Replace Sheet 00 41 00 BID FORM 00 42 43 PROPOSAL FORM 00 45 12 PREQUALIFICATION STATEMENT With Sheet 00 41 00 BID FORM 00 42 43 PROPOSAL FORM 00 45 12 PREQUALIFICATION STATEMENT b. Refer to Section 00 00 00 Table of Contents. Add 33 12 16.21 "Pressure Sustaining Valve" to Division 33 list of modified technical specifications. c. Refer to Section 00 41 00 Bid Form. Modify Paragraph 4.1 "Time of Completion" to read as follows. i. The Work will be complete for Final Acceptance within 245 = days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. ITB 25-0170 Marina Drive Water and Sewer Improvements (Bryant Irvin WSII SSII Pressure Plane Transfer, Part 1) Addendum No. 2, Page 1 of 3 d. Refer to Section 00 52 43 Agreement. Modify Paragraph 4.1 "Final Acceptance" to read as follows. ii. The Work shall be complete for Final Acceptance within 245 M days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. e. Add Section 33 12 16.21 "Pressure Sustaining Valve" in its entirety. f. Refer to Section 40 61 13. Modify Paragraph 1.06.A.2 "Approved Integrators" to read as follows. Potential qualified systems integrators must directly employ programmers with core certifications in both Ignition (HMI) and Schneider Electric Control Expert (PLC). PLANS g. Replace the following: Replace Sheet Cover Cover With Sheet 36 RESIDENTIAL ASPHALT STREET SECTION , 36 RESIDENTIAL ASPHALT STREET SECTION CONTRACTOR QUESTIONS 1. Please post the pre -bid meeting attendance list. The pre -bid meeting sign -in sheet has been uploaded to the Project's Bonfire Folder. 2. Is Armorock approved as an alternate bid item for corrosion protection on this project? a. Armorock will not be added as an alternate bid item for this project. There are no coated manholes included in scope of this project. 3. Can RED Group, LLC be listed as an approved Process Control Systems Integrator? (RE: Specification 40 6113, Section 1.06) a. Updates to the approved integrator list have been issued with Addendum 2. 4. Is there a specific brand or model #for the 8"PSV & meter mag? The details for the transfer valve vault do not list anything specfc. I couldn't find anything in the spec book either. a. Acceptable manufacturers for the pressure sustaining valve are listed in Section 33 1216.21 Paragraph 2.2.A. Meter shall be Siemens SITRANS FM MAG 8000, per Section 40 7100 Paragraph 2.1.A.1. 5. Plan sheets show 4361 Sy of mill and overlay but the bid proposal workbook shows 4361 Sy of 11 " pulverization item 32, 3"ofasphaltpvmt item 33, and 8"ofcemlime @321bs/SYitem 34. Can the method of asphalt paving be clarified? a. Pulverize and overlay is the intended method for permanent pavement repair. There is no mill and overlay on this project. Clarification to the detail and POL bid items has been issued with Addendum 2. ITB 25-0170 Marina Drive Water and Sewer Improvements (Bryant Irvin WSII SSII Pressure Plane Transfer, Part 1) Addendum No. 2, Page 2 of 3 6. The specifications refer to a Geotechnical Report, we don't find it in the bid documents. Can the city please share this information. a. See Appendix A, after the Pavement Test Hole Report 7. Please provide more detail as to the Type & Grade of Crushed Stone under the Electrical Equipment Rack as shown on Sheet E-8 Detail 1 a. Base course shall consist of a well -graded combination of granular materials (1.5" max size) and silty clays as a binder. P.I. shall be between 4 and 12 and a liquid limit shall be less than 30. 8. Can the structural steel be bolted for the column to joist connections of the electrical equipment rack? a. No, bolted connections are not permitted. 9. "at is the anticipated construction start date for this project? a. The project is anticipated to go to the Council in August 2025 and issue the NTP in September 2025. 10. Please provide the locations that I" Pressure Reducing Valves are to be installed? a. The 1" pressure reducing valves shall be installed at the meter reconnection, on the private side. 11. Please provide the locations that Thermal Expansion Tank are to be installed? a. The exact location of the thermal expansion tanks at the owner's water heater shall be coordinated with the property owner. Installation must be carried out by a licensed plumber. All other tens and conditions remain unchanged. 06/18/2025 L/ TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT .............................................................................. By the signature affixed below, Addendum No. 2 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAMEf Cr/ C/, 11_1 7Z SIGNATURE: /. �c�✓4 �S NOTE: Company name and signature mu be the same as on the original bid documents. Failure to return this form with your sealed bid may c stitute grounds for rejection of your offer. ITB 25-0170 Marina Drive Water and Sewer Improvements (Bryant Irvin WSII SSII Pressure Plane Transfer, Part 1) Addendum No. 2, Page 3 of 3 FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT MARINA DRIVE WATER AND SEWER IMPROVEMENTS (BRYANT IRVIN WSII SSII PRESSURE PLANE TRANSFER, PART 1) City Project No. 104881-1 Addendum No. 3. Issue Date: June 25, 2025 Addendum No. 2. Issue Date: June 18, 2025 Addendum No. 1. Issue Date: June 05, 2025 Bid Opening Date: June 26, 2025 This addendum forms pant 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 An error in Line Item 6, Unit 2, has been corrected. The updated bid workbook Excel file will be available in the project's Bonfire folder. SPECIFICATIONS a. Replace the following sections: Replace Sheet I With Sheet 00 41 00 BID FORM 00 41 00 BID FORM 00 42 43 PROPOSAL FORM 00 42 43 PROPOSAL FORM 00 45 12 PREQUALIFICATION STATEMENT 1 00 45 12 PREQUALIFICATION STATEMENT CONTRACTOR (QUESTIONS 1. Can there be an approved contractor list added for the transfer valve vault electrical and instrumentation? a. Potential qualifier) systems integrators nrrrst directly employ programmers with core certifications in both Ignition (HMI) and Schneider Electric Control Expert (PLC). ITB 25-0170 Marina Drive Water and Sewer Improvements (Bryant Irvin WSII SSII Pressure Plane Transfer, Part 1) Addendum No. 3, Page 1 of 2 2. Will the SS Manholes require Epoxy Coaling.;' a. No 3. 6,711 Valve Vault require Epoxy Coating? a. Yes, reference 33 OS 13 I.2.C.7 and 8 4. Request a third party prequalification, can you please supply one. a. In lieu of utilizing an independent box tunnel and casing pipe Inspector, the contractor shall inspect the box tunnel and casing pipe("BTCP') and provide the City with a summary of its findings as to whether the BTCP is in good condition to host the project 8-inch water main. The water main must not be installed without permission front the city. S. Is there a reason why the contractor is assigned the responsibility to find an Independent Box Tunnel & Casing Pipe Inspector verse the CFW or project designer a. Please refer to the response provided for Question No. 4. 6. Bid Item Number 6 on the Sewer portion does not add the bid value. a. Please refer to the updated bid proposal workbook. All other terms and conditions remain unchanged. 7"" SLI , 6 /Z §/2S TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: l C ions ��ua ? % o •-� SIGNATURE: NOTE: Company name and signature ust be the same as on the original bid documents. Failure to return this fon wi your sealed bid may constitute grounds for rejection of your offer ITB 25-0170 Marina Drive Water and Sewer Improvements (Bryant Irvin WSII SSII Pressure Plane Transfer, Part 1) Addendum No. 3, Page 2 of 2 0005 15- 1 ADDENDA Page 1 of 1 0 000 Y [I]011IIII1ik ADDENDA IBiel IZI]wBlom Y1130 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 0011 13 INVITATION TO BIDDERS Pagel of 3 0 000 1 [1]0D117i ff K3 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of CPN 104881 Marina Drive ("Project") will be received by the City of Fort Worth via the Procurement Portal httus:Hfortworthtexas.bonfirehub.com/Aortal/?tab=oi)en0pportunities, under the respective Project until 2:00 P.M. CST, Wednesday, June 25, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. 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: httDs://fortworthtexas.bonfirehub.com/portal/?tab=ODenODDortunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https:Hvendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 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: Unit 1: 2,670 LF 12" Water Pipe 90 LF 12" Water Carrier Pipe installed inside existing casing and box tunnel Unit 2: 900 LF 8" Sewer Pipe 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 httr)s://fortworthtexas.bonfirehub.com/aortal/?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 httDs://fortworthtexas.bonfirehub.com/aortal/?tab=ovenOpportunities, under the respective Project. 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: Tuesday, June 10, 2025 TIME: 10: 00 AM CST Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 Revised 2/08/24 0011 13 INVITATION TO BIDDERS CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES May 21, 2025 May 28, 2025 END OF SECTION Page 3 of 3 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 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: https://apps.fortworthtexas. aov/Prof ectResources/ CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httns://aDDS.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavin2 %20Contractor%2OPreaualification%2OProaram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2OCONTRACTORS . Ddf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httl)s://abbs.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2ORoadwa v%20and%2OPedestrian%2OLi2htin2%2OPreaualification%2OPro2_ ram/STREET% 20LIGHT%20PREOUAL%20REOMNT S . i)df 3.1.3. Water and Sanitary Sewer — Requirements document located at: httl)s://abbs.fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%2Oand%2 OSanitarv%20Sewer%2OContractor%2OPreaualification%2OPro2ram/W S S%201)re aual%20reauirements.i)df 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the 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)en0pportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=oj2enOj2portunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 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: https://codelibrga.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal httDs://fortworthtexas.bonfirehub.com/portal/?tab=ovenODDortunities. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httus://www.ethics.state.tx.us/data/forms/1295/1295.vdf 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 Revised/Updated 1/17/24 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) hftr)s://www.ethics.state.tx.us/data/forms/conflict/C[S.r)df El CIQ Form does not apply L CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply o CIS Form is on File with City Secretary o CIS Form is being provided to the City Secretary BIDDER: William J Schultz Inc dba Circle C Construction Comp 500 W Trammell Avenue Fort Worth, Texas 76140 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 By: Teresa S Skelly Signature: � a css� Title: President City Project Number: 104881-1 Addendum 3 Bid Proposal Workbook CPN104881-1-Marina Drive.xlsx 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Marina Drive Water and Sanitary Sewer Improvements (Bryant Irvin WSII SSII Pressure Plane Tra City Project No.: 104881-1 Units/Sections: Unit 1 - Water Unit 2 - Sewer 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. 2A. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881-1 Revised 9/30/2021 Addendum 3 Bid Proposal Workbook CPN104881-1-Marina Drive.XISX 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Main/Distribution, Urban/Renewal, 8-inch and Larger b. Sewer Collection System, Urban/Renewal, 8-inch and Smaller 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 300 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881-1 Revised 9/30/2021 Addendum 3 Bid Proposal Workbook CPN104881-1-Marina Drive.xlsx 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid Alternate Bid (Pipe Material) Total Bid 7. Bid Submittal This Bid is submitted on Respectfully submitted, By: /Gop c�c�1c (Signature) Teresa S Skelly (Printed Name) Title: President June 26, 2025 Company: William J Schultz Inc dba Circle C Construction Comp; Address: 500 W Trammell Ave Fort Worth, Texas 76140 State of Incorporation: Texas Email: t.skelly@circlecconstruction.com Phone: 817-293-1863 END OF SECTION $0.00 $0.00 $0.00 $0.00 by the entity named below. Receipt is acknowledged of the Initial following Addenda: JAddendum No. 1: 7S.S Addendum No. 2: TES Addendum No. 3: LY JAddendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881-1 Revised 9/30/2021 Addendum 3 Bid Proposal Workbook CPN1 04881 -1 -Marina Drive.xlsx 0o a t3 BID PROPOSAL Pye I or2 UNIT PRICE BID (Unit l - I rBidlist hem No 1 1 3311,0461 12" PVC Water Pita 2 3311.0451 12" DIP Water _ 1 3 3305,2004 12" Water Carrier Pipe (Inside Existing 18" Steel Casitu) 4 13311.0001 Ductile Iron Water Fittings wi Restraint 5 13305,0203 Imported Emhedtnent/Backfill, CLSM 6 13312.3005 12" Gate Valve 7 13312.3003 8" Gate Valve 8 13312.3002 6" Gate Valve 9 3312.0001 Fire Hydrant 10 3312.0108 Connection to Existing 24" Water Main 11 3312.0117 Connection to Existing_ 4%12" Water Main 12 3312.2203 1" Water Service 13 3312.2204 1" Private Water Service 14 3312.2001 1" Water Service, Meter Reconnection 15 0241.1511 Salvage 3/4" Water Meter 16 9999.0001 1" Pressure Reducing Valve t7 9999.0002 Thermal Expansion Tank 1 18 3305.0103 Exploratory Excavation of Existing Utilities 19 3305.0005 12" Waterline Lowering 1 20 0241.0500 Remove Fence 1 21 3231.0114 8' Chain Link. Steel 22 3231.0305 12' Gate, Steel 23 13305.0109 Trench Safety 24 0171.0101 Construction Stakinx 1 25 0171.0102 As -Built Survey 26 3305.0110 UtilitvMarkets 27 3125.0101 SWPPP > 1 acre 28 3471.0001 Traffic Control 29 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 30 3201.0400 Temporary Asphalt Paving Repair 31 3123.0101 Unclassified Excavation llY Plan 32 0241.1700 1 V Pavement Pulverization 33 13212.0303 3" Asphalt Pvmt Type D 34 13211.0702 8" Cement Treatment 35 13211.0601 8" CEMLIME :a, 32L&'SY 36 13211,0312 6" Flexible Base, Twe D, GR-1 37 19999.0003 (D-DW) SZ 1 n(W.�'FLXI SRF (BI I Flexible Delineator 38 13110.0101 Site Clearing (MaWa Park) 39 13110.0102 6"-12" Tree Removal 40 13110.0104 18"-24" Tree Removal 41 13110.0105 24" and Larger Tree Removal 42 13292.0400 Seediny, Hvdromulch 43 19999.0004 Transfer Valve Vault 44 19999.0005 Transfer Valve Vault Electrical and Instrumentation 45 9999.0006 2" Water Line, Point Rcaav _ 46 9999.0007 Box Tunnel and Steel Casing Field Inspection with Report 47 [9999.0008 Care of Water (Subpa to Approval) 48 [9999.0009 Force Main Protection (Subject to Approval) 49 19999.0010 Tree Protection 50 19999.0011 Erosion Control Matting 51 19999.0012 PARD Pertit Mitigation Allowance ($2001inch removed) 52 19999.0013 Allowance for Box Tunnel and Steel Casing Repair/Replacement (Subject to Approval) 53 19999.0014 Water Construction Allowance SECTION 00 42 43 PROPOSALFORM Proiat Item Information Description Bidder's Application Bidder's Proposal Specification Unit Of Bid Quantity Unit Price Bid Value Section No. Measure 33 11 12 LF 2,394 $195.00 $ 466,830.00 33 11 10 LF 2821 $225.00 $ 63,450.00 33 05 24 LF 721 $500.00 $ 36,000.00 33 11 11 TON 1 $15,000.00 $ 15,000.00 3305 10 CY 1501 $250.001 $ 37,500.00 33 1220 EA 5 $3,200.00 $ 16,000.00 33 1220 EA 1 $2,200.00 $ 2,200.00 331220 EA 51 $1,800.00 $ 9,000.00 33 1260 EA 51 $5,500.00 $ 27,500.00 33 1225 EA 11 $18,500.00 $ 18,500.00 331225 EA 1 $3,500.00 $ 3,500.00 33 12 10 EA 7 $1,500.00 $ 10,500.00 331210 LF 70 $200.00 $ 14.000.00. 33 12 10 J EA 7 $800.00 $ 5,600.00 024114 J EA 71 $200.00 $ 1,400.00 33 12 16.21 1 EA 71 $1.250.00 $ 8,750.00 - I EA 81 $1,200.00 $ 9,600.00 33 05 30 EA 51 $1,500.00 $ 7,500.00 3305 12 EA 11 $18,500.00 $ 18,500.00 0241 13 LF 1151 $20.001 $ 2,300.00 3231 13 LF F-- 1501 $225.00 $ 33,750.00 3231 13 EA 1 21 $6,500.00 $ 13,000.00 3305 10 LF 1 2,3941 $1.00 $ 2,394.00 017123 LS I 1 $10,000.00 $ 10,000.00 017123 LS 1 11 $10,000.00 $ 10,000.00 33 05 26 LS 1 l 1 $1,500.00 $ 1,500.00 015713 LS 1 11 $8,500.00 $ 8,500.00 34 71 13 MO I 61 $4,500.00 $ 27,000.00 320] 17 SY 1001 $85.00 $ 8,500.00 3201 18 LF 1 1,8011 $30.00 $ 54,030.00 3123 16 Cy 1 3701 $85.00 $ 31,450.00 0241 15 SY 1 4,3611 $13.00 $ 56,693.00 32 1216 SY 1 4,3611 $45.00 $ 196,245.00 32 11 33 SY 1 4,3611 $6.50 $ 28.346.50 32 11 29 TN 701 $650.00 $ 45,500.00 32 11 23 SY 751 $35.00 $ 2,625.00 31 1000 EA 81 $3,500.00 $ 28,000.00 311000 LS 1 $12,500.00 $ 12,500.00 31 1000 EA 11 $1,500.00 $ 16,500.00 31 1000 EA 1 1 $3.500.00 $ 3,600.00 31 1000 EA 1 1 $4,000.00 $ 4,000.00 3292 13 SY 6701 $10.00 $ 6,700.00 - LS 11 $310,000.00 $ 310,000.00 - LS 11 $575,000.00 $ 576,000.00 - LF 501 $125.00 $ 6,250.00 , - LS 1 $5,000.00 $ 5,000.00 - 1 LS 11 $25,000.00 $ 25,000.00 - 1 LS 11 $8,600.00 $ 8,500.00 - I LS 1 $12,500.00 $ 12,500.00 - I LS 1 $18,500.00 $ 18,500.00 - I LS 1 J $30,000.00 $ 30,000.00 - 1 LS I t $100,000.00 $ 100,000.00 - I LS ( I $100,000.00 $ 100,000.00 Sub -Total Unit I - $ 2,565,113..50 C17YOFFORT WORTH STAnDARDMNSTRIVTION SPECIFICATION IX1Cr:ynNTS City FMW Numbs. INSS 1.1 R.iaw"OW21 Adddm 3 Bid Pmpod Wlidwk CPN INS 81-1-WL D-A. 0042 r RID PROPOSAt Peae 2.0 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project It® Inft ation Unit 1 - Bidlist Item No. j I Description Unit 2 - Sewer 1 3331.4115 8" Sewer Pipe 2 3331.4119 8" DIP Sewer Pine with Protecto 401 Coating, 3 3305.0203 Imported EmbedmentlBackftll, CLSM 4 3331.3311 4" Sewer Service, Reconnection 5 10241.2001 SanitanLine Groutinc 6 [0241.2101 4" Sewer Abandonment Plug 7 I3339.1001 T Manhole 8 I3339.1003 4' Extra Depth Manhole 1 9 13301.0101 Manhole Vacutun Testing 1 10 13301.0001 Pre -CCTV Inspection 11 13301.0002 Post -CCTV Inspection 12 13305.0109 Trench Safety 1 13 13201.0400 Temporary Asphalt Paving Repair 1 14 3303.0001 Btnass Pumning 1 15 0171.0101 Construction Staking 16 0171.0102 As -Built Surm, 17 3305.0110 Utilib Markets 1 18 3471.0001 Traffic Control 1 19 I 9999.0015 Sewer Construction Allowance Bidder's Application Bidder's Proposal i Spwifiuliw I Seeii, No. Unil of Meal a Btd Quantity+ Unit Price J Bid Value 33 11 10, 333 12, LF 750 33 31 20 $135.00 $ 101,250.00 33 11 10 LF 200 $225.00 $ 45,000.00 3305 10 I CY 1001 $250.00 $ 25,000.00 33 31 50 EA 6 $2,250.00 $ 13,500.00 0241 14 CY 10 $250.00 $ 2,500.00 0241 14 EA 61 $1,500.00 $ 9,000.00 3339 10, 33 39 20 EA 71 $7,000.00 $ 49,000.00 3339 10, 33 39 20 VF 30 $450.00 $ 13,500.00 3301 30 I EA 6I $250.00 $ 1,500.00 3301 31 ) LF 282 + $10.00 $ 2,820.00 3301 31 1 LF 9001 $5.00 $ 4,500.00 330510 1 LF 9001 $2.00 $ 1,800.00 3201 18 LF 7551 $32.00 $ 24,192.00 3303 ]0 IS I 1 $35,000.00 $ 35.000.00 017123 1 LS 1 $3,500.00 $ 3,500.00 1 01 7123 1 LS 1 $3,500.00 $ 3,500.00 33 05 26 LS I 1 $1,500.00 $ 1,500.00 3471 13 1 MO 61 $5,000.00 $ 30,000.00 1 1 LS 11 $30,000.00 $30,000.00 Sub -Total Unit 2 - S 397.062.00 Sub -Total. Unit 1: $ s 2,565,113.50 Sub -Total, Unit 2: $ s 397,062.01 Total = Sub -Total, Unit 1 + Sub -Total, Unit 2: $ s 2,962,173.50 END OF SECTION CITY OF FORT WORM STANDARD CONSTRUCTION SPECIFICATION DOCVMEN1 S C,ry P,gecl!:unr,v, 104881.1 Re-90012021 Aaa -8 Rid Pm l Wwbwk CPN104881-I.M4.Dri-A. M.ERCHANTS� BONDING COMPANY., MERCHANTS BONDING COMPANY (MUTUAL) P.O. Box 14498, DES MOINES, lowA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 BID BOND PUBLIC WORK KNOW ALL PERSONS BY THESE PRESENTS: Bond No. N/A That William J. Schultz. Inc. dba Circle C Construction Company, P. O. Box 40328, Fort Worth, TX 76140 (hereinafter called the Principal) as Principal, and the _ Merchants Bonding Company (Mutual) (hereinafter called Surety), as Surety, are held and firmly bound to City of Fort Worth, 1000 Throckmorton Street, Fort Worth. Texas 76102 (hereinafter called the Obligee) in the full and just sum of ( 5% of Greatest Amount Bid _ ) Five Per Cent of Greatest Amount Bid Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this_ 26th day of June 2025 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Construction of Water and Sewer Replacements Contract, 2022 WSM-G, City Project No. 104491 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bonding Companv (Mutual) , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect, IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: William J. Schultz, Inc. dba Circle C Construction Company Principal By Teresa S. Skelly, Presider Witness as $tr ,f Merchants Bonin ompany (Mutu John A. Miller SheryTA. Klutts)ttorney-in-Fact CON 0333 (2115) MERCHANTS11�, BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 - ,........ .. •., .. ....... MERCHANTS BONDING COMPANY (MUTUAL) •.••pt10N4� ••.,• ••ap\NG •CQij�A MERCHANTS NATIONAL BONDING, INC. 'RPOIp' ep O RPOg9.92 d/bla MERCHANTS NATIONAL INDEMNITY COMPANY sv 2003� : y+ 1933 ' c: By d ;`��: • A •'+,� .........;71�•: • .� \1 . President STATE OF IOWA •••., 1^7 ..•'• •••..;� •+•'• COUNTY OF DALLAS ss. ...... On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. kvyLIA46' Penni Miller Z Commission Number 787952 - t • • My Commission Expires 1001A January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 26th day of June 2025. 0. _ 2003 roc; a 1933 ; c • Secretary :.y�� anti: POA 0018 (6124) "'89''•••, • • • • ,q" MERCHANTS� BONDING COMPANY,. MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING. INC. P.O. Box 14498 , DES MOINES, IOWA 50306-3498 , (800) 678-8171 , (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515)243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 12, BIDDER: William J Schultz Inc dba Circle C Construction Compant 500 W Trammell Avenue Fort Worth. Texas 76140 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9130/2021 By: Teresa S Skelly (Signature) Title: President �] Date: 26-Jun-25 City Project Number: 104881-1 Addendum 3 Bid Proposal Workbook CPN 104881 -1 -Marina Ddve.xlsx 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or have applied for prequalification by the City for the work types requiring prequalification prior to submitting bids. To be considered for award of contract the Bidder must submit Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with the requirements below. The information must be submitted seven (7) days prior to the date of the opening of bids. Subcontractors must follow the same timelines as contractors for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to eligible to work on these projects. In order to facilitate the approval of aBidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, and Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxDermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 13, 2021 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10.Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility for Award of Contract a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 13, 2021 0045 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of d. If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 13, 2021 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Water Main/Distribution, Urban/Renewal, 8-inch and Larger Sewer Collection System, Urban/Renewal, 8-inch and Smaller #REF! Contractor/Subcontractor Company Name Prequalification Expiration Date Circle C Construction 4/30/2026 Circle C Construction 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: William J Schultz Inc dba Circle C Construction Company 500 W Trammell Ave Fort Worth, Texas 76140 0 END OF SECTION By: Teresa S Skelly (Signature) Title: President Date: to ' Z 4/' ' 7.5- CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 City Project Number: 104881-1 Addendum 3 Bid Proposal Workbook CPN1 04881 A -Marina Drive.xlsx FORT WORTH. SECTION 00 45 13 BIDDER 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 Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov TPW_Prequalification@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 TX 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR ❑ Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department _! Augur Boring - 24-inch diameter casing and less _ Augur Boring - Greater than 24-inch diameter casing and greater _ Tunneling — 36-Inches — 60 —inches, and 350 LF or less _ Tunneling - 36-Inches — 60 —inches, and greater than 350 LF _ Tunneling — 66" and greater, 350 LF and greater _ Tunneling — 66" and greater, 350 LF or Less _ Cathodic Protection _ Water Distribution, Development, 8-inch diameter and smaller _ Water Distribution, Urban and Renewal, 8-inch diameter and smaller _ Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller _ Water Transmission, Development, 24-inches and smaller _ Water Transmission, Urban/Renewal, 24-inches and smaller _ Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller _ Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes _ Sewer Bypass Pumping, 18-inches and smaller _ Sewer Bypass Pumping, 18-inches — 36-inches _ Sewer Bypass Pumping 42-inches and larger _ CCTV, 8-inches and smaller _ CCTV, 12-inches and smaller _ CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 13, 2021 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of MAJOR WORK CATEGORIES, CONTINUED _! CCTV, 42-inches and smaller _ CCTV, 48-inches and smaller _ Sewer CIPP, 12-inches and smaller _ Sewer CIPP, 24-inches and smaller _ Sewer CIPP, 42-inches and smaller _ Sewer CIPP, All Sizes _ Sewer Collection System, Development, 8-inches and smaller _ Sewer Collection System, Urban/Renewal, 8-inches and smaller _ Sewer Collection System, Development, 12-inches and smaller _ Sewer Collection System, Urban/Renewal, 12-inches and smaller _ Sewer Interceptors, Development, 24-inches and smaller _ Sewer Interceptors, Urban/Renewal, 24-inches and smaller _ Sewer Interceptors, Development, 42-inches and smaller _ Sewer Interceptors, Urban/Renewal, 42-inches and smaller _ Sewer Interceptors, Development, 48-inches and smaller _ Sewer Interceptors, Urban/Renewal, 48-inches and smaller _ Sewer Pipe Enlargement 12-inches and smaller _ Sewer Pipe Enlargement 24-inches and smaller _ Sewer Pipe Enlargement, All Sizes _ Sewer Cleaning, 24-inches and smaller _ Sewer Cleaning, 42-inches and smaller _ Sewer Cleaning, All Sizes _ Sewer Cleaning, 8-inches and smaller _ Sewer Cleaning, 12-inches and smaller _ Sewer Siphons 12-inches or less _ Sewer Siphons 24-inches or less _ Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) _ Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) _ Asphalt Paving Heavy Maintenance (UNDER $1,000,000) _ Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) _ Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* _ Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only on concrete street / ROW paving CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 13, 2021 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY -COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 13, 2021 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 13, 2021 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 0045 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Marina Drive City Project Number: 104881 14. Equipment 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of F, 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 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 ITEM DESCRIPTION Various - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 BALANCESHEET VALUE TOTAL Marina Drive City Project Number: 104881 0045 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of8 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 13, 2021 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S 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. 104881. 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: Ci.�c/r C C©ns�isr�or� ��moA� By: Company (Please Print) to Signature: Address Title: City/State/Zip (Please Print) s„",-; o�* II�ICHELE S LANKFORD THE STATE OF TEXAS _; o "- - - Notm-Y STATE OF TEXAS COUNTY OF TARRANT "� ` NatM ID * 117 BEFORE ME, the undersigned authority, on this day personally appeared 5 , known to me to be the person whose name is subscribed to the foregoi"insment, and acknowledged to me that he/she executed the same as the act and deed of l�7�Sa _ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ,,2ZvLd _day of 20Z ,-n r Notary Public in and for the Stat of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881-1 Revised July 1, 2011 00 45 40 - 1 Business Equity Goal Page 1 of 2 SECTION 00 45 40 Business Equity Goal APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises (M/WBEs). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firms when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 2020 (codified at: httDs://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to this bid. BUSINESS EOUITY PROJECT GOAL The City's Business Equity goal on this project is 15.90% of the total bid value of the contract (Base bid applies to Parks and Community Services). METHODS TO COMPLY WITH THE GOAL On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the ordinance through one of the following methods: 1. Commercially useful services performed by a Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination of Business Equity prime services and Business Equity subcontracting participation, 4. Business Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime contractor Waiver documentation. SUBMITTAL OF REOUIRED DOCUMENTATION Applicable documents (listed below) must be submitted electronically with the other required bidding documents at the time of the bid under the respective Project via the Procurement Portal: httDS://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDOrtunities OR received no later than 2:00 p.m., on the third City business day after the bid opening date, exclusive of the bid opening date with the respective Project via the Procurement Portal by responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders submit required documentation at the time of bid submission. The Offeror must submit one or more of the following documents: 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 2. Letter of Intent, for all M/WBE Subcontractors; 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished; 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all subcontracting/supplier opportunities; or 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor - Protege participation. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised June 7, 2024 004540-2 Business Equity Goal Page 2 of 2 These forms can be accessed at: Business Equity Utilization Form and Letter of Intent httDs://anus.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Business Equity Utilization Form DVIN 2022 220324.Ddf Letter of Intent httns://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 2021.Ddf Business Equity Good Faith Effort Form httDS://aDDS.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort Form DVIN2022.Ddf Business Equity Prime Contractor Waiver Form httns://aDns.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor Waiver-220313.Ddf Business Equity Joint Venture Form httDs://aDns.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 REOUIRED BUSINESS EOUITY 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 Access and Opportunity Services Department at (817) 392-2674. END OF SECTION CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised June 7, 2024 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on August 12t1', 2025, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and William J. Schultz, Inc. dba Circle C Construction COmDanv. 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: Marina Drive Water and Sanitary Sewer Imurovements Citv Proiect Number 104881-1 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Two Million Nine Hundred Sixtv-Two Thousand and One Hundred Seventv-Five and 501100 Dollars ($2.962.175.50). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 300 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Dollars ($1,000.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: CITY OF FORT WORTH Marina Drive Water & Sanitary Sewer Improv. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104881-1 Revised December 8, 2023 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 52 43 - 2 Agreement Page 2 of 6 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 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 urovision 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 citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH Marina Drive Water & Sanitary Sewer Improv. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104881-1 Revised December 8, 2023 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification urovision 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 cart, by anv act, omission or negligence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH Marina Drive Water & Sanitary Sewer Improv. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104881-1 Revised December 8, 2023 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH Marina Drive Water & Sanitary Sewer Improv. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104881-1 Revised December 8, 2023 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH Marina Drive Water & Sanitary Sewer Improv. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 104881-1 Revised December 8, 2023 005243 -6 Agreement Page 6 of 6 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: William J. Schultz, Inc. dba Circle C Construction Company Fay: Signature Teresa S. Skelly _ (Printed Name) President Title._ P. O. Box 40328 500 W. Trammell. Address _Fort Worth, TX 76140 City/State/Zip u Agust,l2 2025__ Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPP.CIFICATION DOCUMENTS Revised Drcember 8, 2023 City of Fort Worth By: Jesica McEachem .Assistant City Manager 08/29/2025 Date SPOa aep .Attest: 8z.,�., A it Jannette Goodall, City Secretary (Seal) M&C: 25-0732 Date: August 12, 2025 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. �� KC Preeti KC, P.E. Project Manager Approve Forrrl and Legality: Douglas Black (Aug27, 202511:06:40 CDT) Douglas W, Black - Sr. Assistant City Attorney APPROVAI. REC0V1A4FNDED: Chris Harde->^ Ch'II op tier Hz1der;Aw 25, 202514'.CIS: 5 CDT) Christopher harder, P..F., Director, Water Department Mama Drive Water & Sanitary Sawcr linprov. City Project Number 10488 1 -1 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 0061 13 1 PFRFORMANCE nOND Page 1 of BOND NO. 101 165236 1 SECTION 00 6113 2 PERFORMANCE BOND 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OI+ TARRANT § 7 That we., William J. Schultz, Inc. dba Cirgle C Conslnuclion Company known as R "Principal' herein and Merchants Bonding Company (MutuaR a corporate 9 surety(sureties. if more than one) duly authorised 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 oh Texas, known as "City" herein; in the penal 12 sum of, Two Miliinn Nine Hundred Sixtx-Two Thousand and One liundred_Seventy-Five _.and 13 5011.00 Dollars ($2,962,175.50 , lawfitl 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 hind 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 12*" day of August 20"5, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein. to furnish all materials, equipment labor and other accessories 20 defined by law, in the prosecution of the Work. including any Change Orders, as provided for in 21 said Contract designated as Marina _Drive Water and Sanitary Sewer Itttproventents, City Project 22 Number 104 88 1 -1 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 FOR-r WORTII Marina Drive Water & Sanitary Sewer Improv. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Numbu 104881-1 Revised December 8, 2023 2 3 4 5 6 8 9 10 li 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2S 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 0061 13 -2 PE;KF"URhtANCE. BOND Page 2 of2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. 1N WITNESS W HERl Ole, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 12th day of August__ 2025. AT`I'E'ST�" � x :�; �-tC�C:—.) _kJan (Principal) Secretary Michele S. "for Witness as to Principal i Witness as to Surety John A41er PRINCIPAL: Willia>n J. Schultz, Inc, dba Circle C Construction Catnpau_V_ BY: Z Signature Teresa S.. Skelly, PresidentName and Title Address: P.O. Box 40328 500 W. Trammell Fort Worth, TX 76140 FSiUYR:FI Merchanding �C Signatur p , utual Sheryl A. Klutts Attorney -in -Fact Name and Title Address: 6700 Westown Parkway West Des Wines,.A 50266.-7754 Telephone Nutr.ber: (800) 678-9171 Email Address: she 1(a 'ohnamillerassocinc.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 he prior to the date the Contract is awarded. CITY OF FORT WOR III Marina Drive Water K. Sanitary Sewer Improv. S1 ANDARD CONS') RUCTION SPECIFICATION DOCUMENTS City Project Number 104881-1 Revised December 8, 2023 q MERCHANT7�, BONDING COMPANY., POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fad includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 •.•••""•'+., ,••"'••,• MERCHANTS BONDING COMPANY (MUTUAL) .,� 'i'U�.o• MERCHANTS NATIONAL BONDING, INC. �••VLPOf�' �p • •�O,•�%F`0,g9•,9� d/bla MERCHANTS NATIONAL INDEMNITY COMPANY 2003 :y 1933 c: By �•.0� ' :;,e1�: �'.��, ' Lea: President STATE OF IOWA •'• ..• •.,,•..• COUNTY OF DALLAS ss. On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. A�PRiAC s Penni Miller z � Commission Number 787952 o • My Commission Expires low, January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 12th day of August 2025. ' �.••P� 10 Nq '•... .•' p�NG :r x' 2003 �0.4 y 1933 ' c: Secretary vd�. ' POA 0018 (6/24) "" 006114-1 PAYMENT BOND Page I of BOND NO. 101165236 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THFSF PRESENTS: 6 COUNTY OF TARRANT § 7 That we, William J. Schultz, Inc. dba Circle C Constr1lclion Company. __, known as 8 "Principal' herein, and Merchants Bonding Company (Mutual) , 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 I I corporation created pursuant to the laws of the State of ~texas, known as "City" herein, in the penal 12 sum of two Million Nine Hundred Sixtti-Two Thousand and One Hundred Sevellt:-rive and 13 50/100 Dollars ($2.962.175.5d), 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 12`' day of August, 2025, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories 20 as defined by law, in the prosecution of the Work as provided for in said Contract and designated 21 as Marina Drive Water and Sanitar Sewer In�rovements.. Q!t Pro.,jectNumber 104881-1. 22 NOW, '11fEREFORE, 'CHE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shalt be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH Marina Dcive Water & SWitary Sewer Improv. STANDARD CONSTRUCTION SPY;CIFICATION DOCUMENT'S City Project Number 10488 1 -1 Revised December 8, 2023 5 6 7 8 9 10 12 0061 14 - 2 PAYMENTBOND Page 2 of 2 1 IN WITNE''SS WHEREOF, the Principal arad Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the g121h _ day of 3 — August _ _ ?0 25 . 4 ATTEST: (Principal) Secretary Michele S. anlcford Witness as to Principal ATTEST: (Surety) Secretarti f fir . Witness as to Surety John filler PRINCIPAL: William J^Schultz, Inc. dba Circle _C,CQnslruction.Company Signature TI.eresa S. Skelly, Ptcsident. ?Name and Title Address: P.O. Box 40328 500 W, Trammell Fort Worth,._TX. 76140 SURETY: J Merchants nding Company ( ual) BY Si nature Sheryl A. Klutts, Attorney -in -Fact _ Narm and Title �� Address: 6700 Westpmm Parkway — West Dcs Moincs,_IA .5026C-7754 Telephone Number: i�Q0L6784171 _ Email Address: sberyl@ johnamiilerassocine.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 Marina Drive Water & Sanitary Sewer hnprov STANDARD CONSTRUC—PON SPECIFICATION DOCUMENTS City Project Number I04881-1 Revised December 8, 2023 MERCHANTS ` BONDING COMPANY. - POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 .•```�"�"''••. .+""'•. MERCHANTS BONDING COMPANY (MUTUAL) ��.'A1IONgI �•. . •Q�.G CQ,�A.. MERCHANTS NATIONAL BONDING, INC. :q: GO�PORq �o�o7►POq,��9y`: d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY �'. 2003 ; �; : y 1933 : c: By / STATE OF IOWA •��••••k .�•:y�. �\.`� President COUNTY OF DALLAS ss. •"""'� '+� On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �PRIA4s�, Penni Miller Z G 7r Commission Number 787952 15 - • • My Commission Expires 1001p, January20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 12th day of August 2025 ....... F..., .•- .... by o�P ORq 60 •. �O �vit 0 v : 2003 : s' 1933 ; ' c; Secretary POA 0018 (6/24) "„ . 0061 I9 - 1 MAWTENANCL BOND Pagc 1 of 3 BOND NO. 10 1165236 1 SECTION 00 61 19 2 MAINTENANCE, BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we William J:-Srbultz—lnc.. dba_Circle. C Construction...Coin y known as 8 "Principal" herein and Merchants Bondingompany (Mutual) a corporate surety 9 (sureties; if more than one) duly authorized to do business in the State of'rexas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the City of fort Worth, a municipal I 1 corporation created pursuant to the laws of the State of Texas, ktlown as "City" herein, in the sum 12 of'rwo Million Nine Hundred Sixt-Twp Thousand and One Hundred Seventy -Five and 50/100 13 Dollars (S2. 662,175.50), lawful inoney of the United States, to be paid in Fort Worth, Tarrant 14 County, Texas, for payment of which sum well and tiuiy be made unto the City and its successors, 15 we hind ourselves, Our heirs. executors, administrators, successors and assigns, jointly and 16 severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 12"' day of August, 2025, which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change, Order (collectively herein, the "Work") as provided for in said contract and 23 designated as Marina Drive Water and Sanita Sewer Improvements. CitLV Protect Number 24 104881-[;and 25 26 WHEREAS, Principal hinds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will remain 28 free from defects in materials or workmanship for and during the period of two (2) years after the 29 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 32 receiving notice front the City of the need therefor at any time within the Maintenance Period. 33 CITY OF FORT WORTH Marina Drive Water & Sanitary Sewer Impmv. SL_ANDARD CONSTRUCTION SP) CH-ICA)ION DOCUMENTS City Proje i Number 1D4881-1 Revised December 9, 2023 006119-2 UMNTENANCL• BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall beeoille null and void; otherwise to remain in full force and 4 effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 9 Surety under this Maintenance bond; and 10 i 1 PROVIDED FURTHER, that if any legal action be filed on this Bond; venue shall lie in 12 "Tarrant County, Texas or the United States District Court for the Northern District of Texas, Dort 13 Worth Division; and 14 15 PROVIDED FITRT141kR, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTII Marina Drive Water cC Sanitary Sewer Irnprov. STANDARD CONS'IRUCTION SPECIFICATION DOCLIMFN'r5 Ciq-- Project Number 104881-1 Revised Deeentber S, 2023 0061 19-3 MAKIINANCE BOND Page 3 of 3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNI-D and SEALED this 2 instrument by duly authorized agents and officers on this the l2th day of AuglLst 3 .2025 5 PRINCIPAL.: 6 William J. Schultz, Inc. dba 7 Circle C Cojistruption-Company BY: 10 Signature 11 ATTEST: I -) 4 13 nj Teresa S. Skelly, President 14 (Principal) Secretary Michele S ank 4ord— Name and Title 16 Address: P. O. Box 40328 17 .560--W. Trammell is Fore Worth, TX. 76.140 19 20 Witness as to Principal 21 SURETY- 22 23 W 6a o"n-d i n g C' q—! any tual� 24 25 BY: 26 Signature 27 28 Sheryl A. Klup, Aqorney-in-Fact 29 ATTEST: Name and Title 30 31 Address: 6700 Westown Park -way 32 (Su V) S -yet- West Des Moines, IA 50266-7754 33 34 35 Witness as to Surety John A Miller Telephone Number: ' (800) 678-8111.71-. 36 Email Address: 37 38 *Note: if signed by an officer of the Surety Company, therv, must be on file a certified extract 39 from the by-laws showing that this person has authority to sign such obligation. If 40 Surety's physical address is different from its mailing address, both must be provided. 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 CI rY OF FORT WORTH Marina Drive wale[ LV Sanitary Snvci impiuv. STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'l S City Project Number 10488 1 -1 Revised December A. 2023 MERCHANTS%k BONDING COMPANY,, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutis their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 ••''(tON ���'•• .••• 6 ••.• MERCHANTS BONDING COMPANY (MUTUAL) �F�l*•..-•••• q< �:� � •�0VkG C?, A • MERCHANTS NATIONAL BONDING, INC. �ttP0 '�.ti9�.� • d/bla MERCHANTS NATIONAL INDEMNITY COMPANY G v' 2003 1933 c: By '•, !y''• •'':e,�l.•• •••.sty" '- `.`.•• STATE OFIOWA •'`�....,,...�. •�••�t•�•• President COUNTY OF DALLAS ss. On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly swam did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �P¢tA<sm Penni Miller Z Commission Number 787952 • • My Commission Expires 10m, January 20, 2027 *`' Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 12th day of August 2025 aj.pRPOR.q•�O : ....... `p T. 1933 C: Secretary ;v: 2003ZP . a••. POA 0018 (6/24)... 'I" MERCHANTS� BONDING COMPANY,. MERCI-IANTS BONDING COMPANY (MUTUAL) - MERCHANTS NATIONAL RONnING. INC. I1.0. BOX 14498, DES MOINES. IOWA 50300.3498 - (800) 678-8171 - (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800)678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 0 000 Y [I]�DDZTi t►�� CERTIFICATE OF INSURANCE IBiel IZI]M3xONY1130 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 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 0 000 Y [1]011111 c11lh] SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 5 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 May 15, 2025: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None. The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 5 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 May 15, 2025: EXPECTED UTILITY AND LOCATION OWNER TARGET DATE OF ADJUSTMENT None. The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Data Report dated May 2025 prepared by Freese and Nichols, Inc. a consultant of the City, providing additional information on Marina Drive. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None. SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Freese and Nichols, Inc. (3) 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 5 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. None. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract N/A N/A X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 8, 2024 Marina Drive City Project Number: 104881 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 5 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07 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: 2025 Prevailing Wage Rates for Heavy and Highway Construction Projects A copy of the table is also available by accessing the City's website at: httus: //auus.fortworthtexas.gov/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: 1. None. SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 5 None. SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of May 15, 2025: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: City of Lake Worth The Oaks Improvement: Telephone Road, currently advertising — contractor TBD SC-8.01, "Communications to Contractor" Coordination with contractor performing storm drain improvements at Telephone Road will be required to coordinate installation of water and sewer lines and pavement repairs. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Preeti KC, P.E., or his/her successor pursuant to written notification from the Director of Water Department SC-13.03C., "Tests and Inspections" None. SC-16.01C.1, "Methods and Procedures" None. DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 8, 2024 Marina Drive City Project Number: 104881 DIVISION 01 GENERAL REQUIREMENTS 011100-1 SUMMARY OF WORK 0 xli 1111effIINf [QI] PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 011100-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public orprivate lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.l 0 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES 0 000 1 [1)\ilI VAS1I11 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance ofproposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4. No additional contract time will be given for substitution. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 25 00 - 4 SUBSTITUTION PROCEDURES EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 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 Recommended Recommended as noted Firm Address Date Telephone For Use by City: Approved City Not recommended Received late By Date Remarks Date Rejected CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 013119-1 PRECONSTRUCTION MEETING 0 000 1 [1)\iIlIKINU PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals In. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 17, 2012 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.l 0 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 17, 2012 SECTION 01 31 20 PROJECT MEETINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Pagel of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity eachrepresents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held whenrequested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CTTY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Pagel of 5 1 SECTION 0132 16.1 2 CONSTRUCTION SCHEDULE - BASELINE EXAMPLE 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Marina Drive City Project Number: 104881 �c 0 0 CFW - Integrated Program �+ vttviryiu I Httiviryiva me O No l - Project Manager uu I nu � orarc I rinisn 434 1 434 02-Apr-18 17-D-19 Pre -Construction 38 8200 Award Construction Contract 0 8210 SW Pollution Prevention Plan (Contractor Prepare and Submit) 10 8220 Site WalkThrough 1 82 PrwCon Sruction 38 8230 Notice To ProceedtPreCondrudion Meeting 1 8240 Pre -Con ruction -Public Meeting 1 8250 Mobilization 20 Construction Contract Execution 230 83 Coushu dion 230 Sheet 1 90 Water & Stain 40 3010 Temp Water 10 3000 Construction Start 0 3020 Lay 8'' water and services 25 3030 Temp Paving Repair 5 Paving 45 3040 Excavaion 5 3050 +Stablization 5 3060 Paving 30 3070 Flat Work 20 3080 Clean up 10 3090 Street 1 Complete 0 Sheet 2 113 Water & Slam 63 3100 Temp Water 10 3110 La 8" water and services 15 Actual Work • • Milestone Remaining Work • • Critical Milestone Critical Remaining Work • • Completed Milestone 38 0 0 38 0 30 30 90 40 0 0 5 5 45 5 5 30 20 0 0 3 63 0 5 8 5 0 45 5 5 02-Apr-18 23May-18 02-Apr-18 02-Apr-18 13Apr-18 02-Apr-18 02- Apr -18 02-Apr-18 23May-18 17-Apr-18 17-Apr 18 25-Apr-18 25-Apr-18 26-Apr-18 23May-18 03May-18 01-Apr-19 03May- 18 01-Apr-19 03May, 18 10-Sep-18 03-May-18 28-,L rF18 03May- 18 16May-18 03May 18 17-May-18 21-,Ln-18 22-Junr18 --- 28-JJ rr18 09,L F18 1 0-Sep-18 09-,ll F18 13Ju118 16.L F18 20-Jul- 8 23,L F18 31-Aug18 06Aug18 31-Aug18 27-Aug18 10.Sep-18 14Sep 18 29-Junr18 14Deo-18 29-Jun-18 27- Sep -18 29-Junr18 13Jul-18 16_,L F18 03Aug18 06Aug18 10-Aug18 1 &Aug18 22-Aug18 23Aug18 29-Aug18 30-Aug-18 27Sep -18 05-0d-18 10Deo-18 05-0d-18 I 11-01-18 12-0d-18 I 18-Oc[-18 Project Schedule Data Date: 30-Mar-18 YYedece55[ JlI WeSS0Y5 ",I tut' LVlB '2'' Float M AIMIJIJulIAISIOINID JIFIMIAIMIJIJnllAIS10INID JI 396 8210, 8220 0 8200 424 F 8200 8230 0 - ___'__________ 8220 8240 0 8230 3000, 8250 0 8240 3310 81 ---- - - ' g I I I 0 ' 140 0 I I I 3000 3020 0 8240 3010, 8500 0 3010 3030 0 3020 3040, 3100 0 140 3030 13050 110 3040 I3060 3050 3070, 3180 110 3060 3080 140 3070 3090 140 ----- -'_ ------ __ 3080 8510 140 ' 77 67 3030 3110 0 3100 3120 0 3110 3130 0 ' 3120 3140 0 ' 3130 3150, 3220 0 3140 13160 67 ' ■ ■ i7 3150 3170, 3250 67 3160 3180 77 ' � Remainin... Actual rev... CIP-01B -Neighborhood Street Project Ba... Construction Baseline Schedule Example FORT WORTH 00 CFW - Integrated Program I Project Schedule I Data Date: 30-Mar-18 I ' I I I I, M I A I M I J Jul A :✓ 01 N I D I J I FilI A I M I J J,Tll A I S 1 O 1 N I D 2JFJ 3180 Paving 20 20 19-0Oct 18 15Nov-18 3170, 30E 3190 77- 3190 Flat Work 20 20 02Nov-13 03Dec18 3180 3200 77 Xt 3100 Clean up 10 10 27-Norr18 10.Dee-18 3190 3210 77 3210 Street 2 Complete 0 0 10Dec18 r3200 8510 ------- --------Ir--------------------------- --- 77,,,, Street 3 80 80 30-Aug-13 24-Dec18 C7 Water & Storm 13 13 30-Arl 1 &Sep-18 6 f - - - 3220 temp VVater 4 4 3l}Hug18 ObSep-18 3140 3230 3230 Lay 8'' water and seNiaes 8 8 06-Sep-18 17Sep -18 3220 3240 0 3240 Temp Pacng Repair 1 1 18-Sep-18 1&Sep-18 3230 3250,3310 0 Paving 50 50 12Oct 18 24-Dec18 6i 3250 Excavation S 5 12-Oct18 18-Oct-18 3240, 31t 3260 57 3260 Stabllzatlon 5 -5 19-oct-18 25-Oct-18 22� 3270 67 3270 Pacing 20 20 26-0ct-18 26Nov-18 3260 3280 6-�ff 3280 Flat Work 20 20 15-Nov-18 17-Dec 18 3270 3290 57 3290 Clean up 10 10 11-0eo-18 24-Dec18 3280 3300 57 3300 Street 3 Complete 0 0 24-Di 3290 8510 ------ --_-- _--__---- ------- ----- --_________ - �I 67 " - - � - '- Street 134 134 19-Sep-18 01-Apr-19 0',', Water&Storm 69 69 13Sep-18 27-Dec18 0 3310 Temp Water 6 6 19-Sep-18 26-Sep-18 3240, 82` 3320 0 , Lay �',o4er and services 20 20 �7-� 24-Oct-18 Jv310 3'�Jvi1 t5 , 3330 Temp Paving Repair 3 3 25-0ct-18 2&0ct-18 3320 3340 0 3340 Lay 8" Sewer Lines L-3203 & L-8346 and Services 20 20 30-Od-18 2&Nov-18 3330 3350 _-___ 0 ' _---- _ 3350 Lay 8'' Sewer Lines L-3212 & L-8355 and Services 15 15 29-Nov-18 19-D-18 3340 3360 0 3360 Temp Faking Repair 5 5 20Dec 18 27-Dec18 3350 3370 0 Paving 60 60 07-Jan-19 01-Apr-19 _ _ __._ __----- ._ ____________ _____- _____-_; ___________________ ____ 3370 Excavation 10 10 07-Jan-19 18fin-19 3360 3380 0''' 3380 Stablizatlon 10 10 22-Jan-19 04-Feb-19 3370 3390 0 , 3390 Paving 20 20 05Fetr 19 04-Mar-19 3380 3400 -_ - -------------- - � ; 3400 Flat Work 20 20 25-Fetr19 25Mar-19 3390 3410 D 3410 Clean up 10 10 19-Mar-19 01-Apr-19 3400 3420 0 . - 3420 Street 4 Complete/Substantial Complete 0 0 01-Apr-19 3410 8510 - -- ---1---------- ------- --- -- - ---------- _----;_______-_____- i - � 0 - I I Inspections 27 276 0May-18 3 O5-Jarr19 50 Inspecho0 276 276 0&May-18 O�Ja n-19 0 500 Inspedlon y22� m5 O�v� ay-18 Y5-h�an19 3000 8510 ;_____.____;..____ - -- -- 5 - 8510 Final Inspection 10 10 02-Apr-19 15Apr-19 �420, 33r 8520 0 8520 Corr plete Fun ch List Tasks 30 30 16-Apr-19 I 28-May-19 8510 Actual Work O O Milestone Remainin... � Remaining Work • O Critical Milestone � Actual Lev... CIP01B Neighborhood Street FORT WORTH. -- w Critical Remaining Work • • Completed Milestone Project Ba... Construction Baseline Schedule Example — — uA CFW - Integrated Program >cmlty I u Project Schedule A=al Iva me I uu I Hu I 'a,a I rims, I rredecesscl su 8530 i Final Welk Through torCompleted Punch List Tasle. 1 1 1 1 1 05-Jun-19 05-J-19 8520 18540 8540 Constiu dlon Final Completion 0 0 05-Jrr19 8530 9100,9110 Closeout 135 135 06-Jun-19 17-DecI9 90 Closeout 135 135 06-Jun-19 17-Dec 19 Construction Contract Close-out 135 135 06-Jun-19 17-DecI9 As-BakSurvey 5 5 06-Jun-19 12-.Ln-19 9100 AsBuIR Survey (Submitted by Contractor) 5 5 05-Jun-19 12-J-19 8540 9110 contract Closeout 135 135 05-Jun-19 17-Deod9 M 9110 Contract Reconciliation 30 30 05-Jun-19 18-Jul19 9070,85= 9120 9120 Submittals (Project Closeout Documentation) 38 38 19-JW9 11Sep-19 9110 9130 9130 0 0 230ct-19 9120 9140 9140 Final Constmchon Contract Invoice Paid 1 1 14-NM9 14-Nov-19 9130 9150 9150 Constru tLon Contract Closed 0 0 14-Nov-19 9140 916o 1 9160 Lessons Learned 1 1 17-Dec -19 17-DGc 19 19150 ,o � Actual Work O O Milestone o Remainin... CID � Remaining Work O O Critical Milestone - Actual Lev... z Critical Remaining Work • • Completed Milestone Project Ba... .r m o C7 2-0 <' Data Date: 30-Mar-18 tutu 2uta 2u2u M,AIMIJ�JuIIAIS 01NIo JIFIMIAIM JJJuIIAISIOINID JIF - ----- --I111111 I I I I ---- ----- - ------ -- CIP-01B - Neighborhood Street FORT WORTH. Construction Baseline Schedule Example dA DATE July 20, 2018 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 END OF SECTION NAME M. Jarrell Initial Issue Revision Log SUMMARY OF CHANGE May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 13, 2021 0132 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Pagel of 5 1 SECTION 0132 16.2 2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE 3 PART1- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a "progress" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 0132 16 Construction Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 13, 2021 ~c 0 CFW - Integrated Program �+ vttvity w � ettiviry Iva me O No FTW - Project Manager Pre -Construction 8200 Award Construction Contrail Project Schedule VU I KU � tilyssal%o 11,1-l-rsiea Jtartl LFctiea uiinian Complete 432 411 02Apr-18 17Dec 19 8220 Site 1 8210 SW 0 8230 Notice1 8240 PreC 82 Pre C 8 8250 Mobilization 20 Construction Contract Execution 230 83 Cori dion 230 Sheet 1 90 Water & Storm 40 3000 Construction Start 0 3010 Temp Water f 10 3020 Lay 8'' water and services 25 3030 Temp Paving Repair 5 Paving 45 2040 Excavation 5 3050 Stabh"'on 5 3060 Paving 30 3070 Flat Work 20 3080 Clean up 10 3090 Street 1 Complete 0 Sheet 2 113 Water & Slam 63 3100 Temp Water 10 3110 La 15 3120 Temp5 3130 La 8 3140 Tem 5 3150 Storm dram & Structures 20 Paving ■ 45 3160 Excavation 5 3170 Stablization 5 WalkThrough Pollution Prevention Plan (Contractor Prepare and Submit} 1 To ProceedtP reCons[rudion Meeting on5ructlon - Pubic Meeting on dructlon 3 8" water end services Pawing Repair 8" Sewer and Sernces p Paving Repair JTart r Finim 02Apr-18A ' 13Dec-19 11 02-Apr-18 23May-18 02-Apr-18A 15May-18 0 100% � 02-Apr-18 02- Apr -18A 0 100% 02- Apr -18 02- Apr -18 02-Apr-18A 02-Apr-18A 0 100°5 r 02-Apr-18 13Apr-18 02 Apr-18A 13-Apr-18 A 0 100% 17-Apr-18 17-Apr -18 17Apr -18A 17-Apr-18A 0 100% 25-18 25-Apr-18 1&Apr-18A 19-Apr-18A 11 0% 02-Apr-18 23-May-18 02-Apr-18A 16May-18 11 50% 26-Apr-18 23May-18 18-18A 15May-18 230 03May-18 01-Apr-19 01-May-18 2&Mar-Mar 230 0% 03May-18 01-Apr-19 01-May-18 2&Mar19 90 03May-18 10-Sep-18 �I 01 May-18 05-Sep-18 40 -� 03May-18 28-J-18 01-May-18 26-J-18 0 0% I03May-18 01-May-18 10 090 03May-18 16-May-18 01-May-18 14-MEW-18 25 0% 17-May-18 21-Jtn-18 15-May-18 19-Jtn-18 5 0% �22-Jun-18 2&Jtrr18 20-Jun-18 26-llrr18 45 _ _ `09 Jul-18 10-Sep-18� 0`Ju F18 05-Sep-18 5 t G% �0&Juk18 1&J1118 O5Juk18 11-Jul-18 5 0% 16Ju018 20-,LN8 12JullI 18-Jul-18 30 Oq6 23Juk18 11-Aug-18 1&Jull8 29-Arl 20 046 06Aug18 31-Aug18 02-Aug13 29-Aug18 10 640 27-Aug-18 10-Sep-18 23Aug18 OFSep-18 0 046 10-Sep-18� 06Sep-18 113 2&Jun-18 14Lgo-18 27Jurr18 05-Dec-18 63 2&Jun-18 27-Sep18 27-Jun-18 25 Sep 10 0% 2&Jun-18 13JJ118 27Jurr18 11-Jul-18 15 0 1&Jull 03Aug18 12-JU-18 01-Arl 5 0% 06-Aug-18 10-Aug-18 02Aug18 0&Arl 8 0% 13Aug-18 22-Aug18 0&Aug18 21-Aug 2&Aug18 20-Aug18 27-Aug18 25-Sep 18 5 0% 23Aug-18 29-Aug 20 0% 30-Aug18 27-Sep18 45 05Oct 18 10-Dwo-18 03-Od 18 06C1ec-18 5 0% � O5Oct 18 i 11-Oct 18 03-0c61� 09-0c618 5 0% � 12-Oct 18 � 1&Od 18 1D-0ct-18 1 16-0d 18 � Actual Work • • Milestone Remainin... � Remaining Work • • Critical Milestone Actual Lev... Critical Remaining Work • • Completed Milestone Project Ba... Data Date: 30-Apr-18 140 2 140 2 77 � I oral variance-eL tutu turn Float Finish [Date `"IJlJ JIY IW IJ�JIAI� I'Y� 0 2 400 6 0 4 j 85 6 I . 0 2 0 2 I I I 0 2 � 0 2 0 2 i F I 140 � I 110 2 110 2 110 2 - - - 140 2 140 2 67, 52 I I 0 2 0 2 0 2 0 2 67 2 67 2 77 CIP-01P -Neighborhood Street Construction Progress Schedule Example FORT WORTH® 00 CFW - Integrated Program Project Schedule Data Date: 30-Apr-18 CA mplete Float Finish Date JJA J JJA .J 3180 ' Paving h 20 20 0% 19-Oct 18 1`Nov 18 17-od 18 13Nov-18 7 2 I, 3190 Flat Work 20 20 0% 0 Nw-18 03uec 18 31 Cot-18 29-Nw-18 77 2 3200 Clear up 10 10 0% 1 27-Nw-18 10.�o- 18 21-Non 18 %-Dec-18 77 2 3210 Street 2 Complete 0 0 0% 1&Dsc18 06-Dec-18 77 - 2 _ Street 3 80 80 K-Aug-18 24-Dec18 23-Aug18 20-Dec-18 67 2 t I I I Water &Storm 13 13 30-Aug-18 18-Sep-18 28-Arl 14-Sep-18 0 2 3220 1—pVVater 4 4 U% R(IAu9_18 05-Sep-18 28-Arl 31-Ari8 0 2 rK 3230 Lay 8'' water and sefvices 8 8 0% 06-Sep-18 17-Sep -18 04Sep-18 13Sep-18 0 2 3240 Temp Paving Repair 1 1 0% 1&Sep-18 18-18 14Sep-18 14Sep-18 0 2 Paving 50 50 _ 120ct-18 24De0-18 10-0ct 18 20-Dec-18 67 2 -' - - --- 3250 Excavation .,_ S 5 0% 12-Oct 18-Oct-18 10-oct-18 - 16-Oct-18 67 2 3260 Stall 5 -5 0% 19-oct-18 25-Oct18 17-Oct18 23-Oct18 67 2 3270 Pacing 20 20 a% 260ct-18 26-Nov-18 24-0ct-18 20Nw-18 67 3280 Flat Work 20 20 0% 16-Nov-18 17-[)so-18 14-Nov-18 I DeC 18 67 2 3290 Cleanup 10 10 q% fl-Do-18. 24Dwo-18 07-Dec-18 20Dec-18 67 2 3300 Street 3 Complete 0 0 01% 24-Dw,18 20 Dec 1867 2 .. Street 134 134 Jllff I19Sep-18 01-Apr-19 17Sep -18 28-Mar-19 0 ,2 Water&Storm 69 69 19-Sep-18 27-Dec-18 17-Sep-18 24-Dec-18 2 2 3310 Temp Water 6 6 096 1&Sep-18 25-Sep-18 17Sep-18 24Sep-18 2 Lay �waEer and services 20 20 boo �4Sep�B 22-6c4- 0 2 3330 Temp Paving Repair 3 3 0% 25 Oct-18 2&0ct-18 23-0ct-18 25-0ct-18 Q 2 3340 Lay 8'' Sewer Lines L-3203 & L-8346 and Services 20 20 0% 30 0,F 18 2&Nov-18 26-Od 18 2&Nov-18 0 --__, _--_ 2 3350 Lay 8'' Sewer Lines L 3212 & L 8355 and Services 15 15 0% 29-Nov-18 19-Dwo-18 27 bov-18 17-Dec -18 0 2 I I I I I 3360 Temp Paving Repair 5 5 0% 20-Dec 18 27 Lee 18 1gDee 18 24-Dec-18 0 2 Paving 60 60 67-Jan-19 01-Apr-19 03-Jan-19 28-Mar-19 0 1 3370 Excavation 10 10 0% 07-Jan-19 18Jan-19 03-Jan-19 16-Jan-19 0 2 3380 Stablizat!on 10 10 0% 22-Jan-19 04-Feb-19 17-Jan-19 31-Jan-19 0 2 3390 Pacng 20 20 0% 05-Feb-19 04-Mar-19 01-FatF19 28-Felr19 0 2 3400 Flat Work 2@ 20 0% 26-Feb 19 25-Mar-19 22 Feb 19 21-Mar-19 0 2 3410 Cleanup 10 10 0% 19-Mar-19. 01-Apr-19 15-Mar1928Mama 0 2 ----- 3420 Street 4 Complete/Substantial Complete 0 0 U% 01-Apr-19 28-Mar19 0 ----- -- 2 Inspections _ 276 276 03May-l8 05-Jarr19 014vYay-18 03-Jin-19 0 2 8500 Inspection 225 225 3% 03May-18 25-Mar--19 01-May-18 21-Mar-19 5 2 ' 8510 Final Inspection �6 16 A 62-Aprrr 19 �r 4pr 11 1&Mar-19 1l-Aprr 19 0 8520 Complete Funch List Tasks 30 30 0% 16-Apr-19 28-May-19 12-Apr-19 23May-19 0� 2 8540 Constru lion Final Completion 0 0 0% 05-,Ln-19 03-,Ln-19 � 0� 2 I I � Actual Work O O Milestone o Remainin... ro � Remaining Work • O Critical Milestone Actual Lev... CIPO1P Neighborhood Street FORT WORTH® -- w Critical Remaining Work • • Completed Milestone Project Ba... Construction Progress Schedule Example w CFW - Integrated Program I Project Schedule ac[NIly IU Acnvny Name UU KU CL F'rolect Start CL Y[oJec[ Finisn I I I Co mlplelteo I I 8530 Final WalkThrough for Completed Punch List Tai 1 1 0% 05-Jun-19 05-.Ln-19 85 Inspection 275 276 . 0% 03May-18 _I 05-J1rr19 Closeout 135 135 �_ 06-Jun-19 17 Dec 19 90 Closeout 135 135 0% O6-Jun-19 17-Deo-19 Construction Contract Closeout 135 135 06Jun-19 17 Dec 19 As -Built Survey 5 5 06-JUn-19 12-Jan-19 .� 9100 AsBuitSurvey(Submilted by Contractor) 5 5 0% 06-Jun-19 12-J1n-19 Contract Closeout 135 135 O6-J-19 17 Dec 19 1 9110 Contract Reconciliation 30 30 0% 06JUn-19 18-Jll-N9 91�mittals(Protect Closeout Documentation) 38 38 0% 19-JUI-19 11- Sep -19 9130 Notice of CompletionlGreen Sheet 0 0 0% 230et-19 9140 Final Construction Contract Invoice Paid 1 1 0% 14-Nov-19 7Nov-19 9150 Constmdion Contract nosed -0 0 0% 14Nov-19 9160 Lessons Learned 1 1 090 17 D-10 17 [�o-19 o Actual Work O O Milestone Remainin... z � Remaining Work O O Critical Milestone Actual Le✓... Critical Remaining Work • ♦ Completed Milestone Project Ba... .r w od 2-0 < Data Date: 30-Apr-18 dart Fimh 1 lobl Van— -CL L111tl Lnla Flaatl R—h Date j IJIJIAlIII JII IA�JIJIAII IIY -'JI 03-Jun-19 03-.Ln-19 0 2 01-May-18 03.11rr19 0 2 04-Jun-19 13De&19 0 2 04-Jun-19 13Dec-19 0 2 f �. 04-Jun-19 13Di9 0 2 04-Jun-19 10-Jan-19 25 2 04-Jun-19 1 10-.Ln-19 25 2 04-Jun-19 J 13Dec 19 0 2 04-Jun-19 16-Jul19 0 2 17�J19 09-Sep-19 0 2 --- --- ----I 21-Oct-19 0 2 12-Nov-19 12-Nov-19 0 2 12-Nov-19 0 2 13DQc19 13Dec 9 0 2 CIP-01P - Neighborhood Street FORT WORTH, Construction Progress Schedule Example DATE July 20, 2018 0132 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 5 of 5 END OF SECTION NAME M. Jarrell Initial Issue Revision Log SUMMARY OF CHANGE May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised August 13, 2021 Reporting Period: Project Name: City Project No: City Project Manager: 0132 16.3 —PROGRESS NARRATIVE Page 1 of 1 SECTION 0132 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Date Issued: Contractor Company Name: Contractor Schedule Contact: A. List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Marina Drive Construction Project Schedule Narrative Report for CFW Projects City Project Number: 104881 Revised August 13, 2021 Page 1 of 1 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION 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. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised October 6, 2023 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as -needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 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 develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and in 4 alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a "progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification 0132 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non -acceptance notification. An example of a Progress Schedule is 37 provided in Specification 0132 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 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 0132 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can 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 SPECIFICATION DOCUMENTS Revised October 6, 2023 Marina Drive City Project Number: 104881 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's nine standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 5 part of the schedule development process and provide to the Project Control Specialist 6 as part of the basis for their schedule. Variations between the City's calendar and the 7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline 8 project schedule. 9 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.1-1 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 27 in Section 1.4.1 below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 "project start" and "project finish" milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 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 013216-6 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%) XXXXXX30.30 Preliminary Design (60%) XXXXXX30.40 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 SPECIFICATION DOCUMENTS Revised October 6, 2023 Marina Drive City Project Number: 104881 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Activity ID Activity Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre -Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 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 49 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Specification 0132 16.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within S workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Marina Drive City Project Number: 104881 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 content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes, delays, and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 0132 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 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised October 6, 2023 10 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised October 6, 2023 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CTTY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 �31(01113 0111 RX11IZC SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Pagel of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 'h inches x 11 inches to 8 'h inches x 1 linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limitedto: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon Feld measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 01 33 00 - 5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code I 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 01 33 00 - 6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 01 33 00 - 7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 01 33 00 - 8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 0135 13- 1 SPECIAL PROJECT PROCEDURES SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 8 The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Use of Explosives, Drop Weight, Etc. e. Water Department Notification f. Public Notification Prior to Beginning Construction g. Coordination with United States Army Corps of Engineers h. Coordination within Railroad permits areas i. Dust Control j. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen a. Measurement CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 11, 2022 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 11, 2022 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 11, 2022 0135 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer and door hangers are delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USAGE) 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. I. Coordination within Railroad Permit Areas CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 11, 2022 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 11, 2022 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 11, 2022 0135 13 - 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: NOTICE 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: MC. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> m MC. <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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 11, 2022 ftte: EXHIBIT B FORT WO R T HOD DOE NO. RXXIC Iron Hanw. 0135 13 -8 SPECIAL PROJECT PROCEDURES Page 8 of 8 NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 11. 2022 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 �3 0101 [1J►D11r,14 1 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 9, 2020 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 9, 2020 015000-1 TEMPORARY FACILITIES AND CONTROLS Pagel of4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of4 1. Contractor is responsible for maintaining dust control through the duration ofthe project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. b. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 7113. c. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORT H Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 2) A traffic control "Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Control Devices (TMUTCD) or Texas Department of Transportation (TxDOT) canbe used as an alternative to preparing project/site specific traffic control plan if the typical is applicable to the specific project/site. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit isrequired. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 7113. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Divisionto remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removalof permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City'swebsite. 1.5 SUBMITTALS [NOTUSED] A. Submit all required documentation to City's Project Representative. CITY OF FORT WORT H Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 22, 2021 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if 3/22/2021 M Owen applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORT H Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 0157 13 -3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Pagel of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD[OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 0158 13 -3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included onCity's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 9, 2020 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 Marina Drive City Project Number: 104881 016600-1 PRODUCT STORAGE AND HANDLINGREQUIREMENTS Pagel of4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLINGREQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control ofpremises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLINGREQUIREMENTS Page 3 of 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLINGREQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Pagel of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment [Consult City Department/Division for direction on if Mobilization pay item to be included or the item should be subsidiary. Include the appropriate Section 1.2 A. 1.1 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised November 22, 2016 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 d. No payments will be made for standby, idle time, or lost profits associated this Item. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section I.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Pagel of 8 �3x"11130111if&N 1419 ►&M M814"161►01 ,NONE#=, 0I07.Y813T/ W1 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH Westside II to Southside 11 Water Line STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Stakins — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice forLand Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A.The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH Westside II to Southside II Water Line STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — AttachmentA — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH Westside II to Southside II Water Line STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH Westside II to Southside II Water Line STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2018 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] IRNKIi/19 "TEW ", PART2-PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard citytemplate which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapeflle (.shp) CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A.Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0. 1 ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producingno more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2018 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION AM the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A.It is the Contractor's responsibility to maintain all stakes and control data placed bythe City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at anytime deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 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 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2018 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY 017423-1 CLEANING Pagel of4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels andother foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 017719-1 CLOSEOUT REQUIREMENTS Pagel of3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORT H Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 22, 2021 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction ofthe City. 3. The Right-of-way shall be cleared of all construction materials, barricades, and temporary signage. 4. Upon completion of Work associated with the items listed in the City'swritten notice, inform the City that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 5. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limitedto: a. Specified spareparts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Lightbulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation ofall equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation CITY OF FORT WORT H Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 22, 2021 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 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 (ifrequired) 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 Letterof 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 3.4 C. Added language to clarify and emphasize requirement to " Clearing ROW" CITY OF FORT WORT H Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised March 22, 2021 017823-1 OPERATION AND MAINTENANCE DATA Pagel of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize inconsistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 8/31/2012 D. Johnson CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE 1.5.A.1 — title of section removed Page 5 of 5 Marina Drive City Project Number: 104881 0 000 1 111effin -M&I PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 017839-1 PROJECT RECORD DOCUMENTS Pagel of4 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that fixture search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] f►�►4•;7 �CK� ' 1 1 IZ�111u I �I�Y�F.� A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised July 1, 2011 DIVISION 22 PLUMBING 22 07 21 OUTSIDE PIPING INSULATION 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install piping insulation for exposed piping, valves and fittings for the Transfer Valve Vault. An exposed line is one that is not buried nor in a building with a controlled environment. Unless otherwise specified, insulation shall be provided from a point 6" below the finished ground and shall be designed for temperatures down to -10' F. 1.02 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS 1. Knauf Fiberglass 2. Owens/Corning Fiberglass Corporation 3. Pittsburg Corning 4. Armstrong World Industries 5. Imcoa B. FACTORYTESTING Insulation shall be tested and listed by U.L. Laboratories and shall have the following minimum properties: flame spread not to exceed 25 and smoke development not to exceed 50. Insulation shall conform to ASTM C-547, Class 1. 1.03 SUBMITTALS Submittals shall be in accordance with Section 0133 00 Submittal Procedures and shall include: A. Shop Drawings B. Operation and Maintenance Manuals C. Statement of compatibility with heat trace system 2.00 PRODUCTS 2.01 SYSTEM A —ABOVE GRADE A. PIPE INSULATION: 1-1/2" thick, heavy density preformed insulation composed of fine glass fiber bonded together with a thermosetting resin molded to form a single longitudinal seam. Insulation shall have a vapor barrier jacket, sealed with an adhesive self-sealing lap feature with a minimum 2" overlap. An outside protective jacket made of sheet aluminum not less than 0.016" in thickness with integral vapor barrier, shall be installed over the insulation. Pipe insulation shall be compatible with heat tracing elements. B. PIPE FITTINGS, VALVES, AND ACCESSORIES: Fittings, valves, and accessories, except moving parts, shall be insulated using preformed fiberglass fittings or mitered sections of pipe Outside Piping Insulation 22 07 21-1 FTW23970 —Marina Drive insulation. The insulation shall be of the same thickness as the adjacent pipe insulation with matching aluminum jacket. 3.00 EXECUTION 3.01 PREPARATION Outer surfaces shall be clean and free of dust or other materials. Test pipe for leaks prior to insulation application. 3.02 INSTALLATION A. Insulation shall be installed by qualified personnel in accordance with the Manufacturer's recommendations. B. Apply insulation over clean and dry pipe and over heat trace. Exposed piping shall have continuous insulation. Position longitudinal lap downward to avoid dirt and moisture infiltration. C. Completely seal joints along the longitudinal seam and apply so as to shed water. Seal circumferential joints by the use of preformed butt strips, minimum 2" wide. Butt strips shall overlap adjacent jacketing a minimum of 1/2". Seal and cover insulation with an aluminum jacket. Secure jacket and butt strips using 1/2" bands and seals. Spacing of bands shall be as recommended by the Manufacturer. END OF SECTION Outside Piping Insulation 22 07 21-2 FTW23970 —Marina Drive SUBMERSIBLE SUMP PUMPS PART1- GENERAL 1.1 WORK INCLUDED 22 14 29.16 - 1 SUBMERSIBLE SUMP PUMPS Page 1 of 3 A. Furnish labor, materials, equipment and incidentals necessary to install submersible sump pumps. Provide a sump pump capable of fitting in the size sump shown. Any structural modifications required at the structure shall be made at no additional cost to the Owner. The pump and motor shall have a standard manufacturer's nameplate securely affixed in a conspicuous place showing the serial number, model number, manufacturer, ratings, and other pertinent nameplate data. B. The pump supplier shall furnish discharge elbows, pump impellers, guiderails, brackets, anchor bolts and anchor bolt layouts and bases, lifting chains and grip eye systems, power cables, and trash basket hoists and stands as indicated on the plans. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. This item is considered subsidiary to the construction of Transfer Valve Vault. 1.3 QUALITY ASSURANCE A. Acceptable Manufacturers: The intent of these specifications is to purchase a quality product of the manufacturer's latest design, meeting the minimum standards set forth. Proposed equipment shall have not less than 5 years of satisfactory service. Acceptable manufacturers shall be one of the following: a. Goulds. b. Little Giant. c. Myers. d. Gorman Rupp. e. Approved equal. B. Manufacturer's Representative for Startup and Testing: The services of the manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Document Management" and shall include: 1. Shop Drawings: a. Performance curves. b. Materials of Construction. 2. Operation and maintenance manuals. 3. If requested, the equipment manufacturer shall submit a list of 10 similar installations which have been in satisfactory operation for at least 3 years. FREESE AND NICHOLS, INC. Marina Drive TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 1.5 1.5 DELIVERY AND STORAGE 22 14 29.16 - 2 SUBMERSIBLE SUMP PUMPS Page 2 of 3 A. Store equipment with protection from the weather, excessive humidity and temperature, dirt, dust and other contaminants and in compliance with the manufacturer's instructions. B. Spare parts shall be packed and shipped in containers bearing labels clearly designating contents and pieces of equipment for which it is intended. 1.6 WARRANTY A. Sump pump manufacturer shall warrant the equipment furnished under this Section for a minimum period of 1 year against defects in materials and workmanship and operational failure. B. In the event of a defect in material or workmanship or equipment design of any part or parts of the equipment during the first 1 year of service, provided that the equipment has been operated and maintained in accordance with good practice, the manufacturer shall furnish, deliver and install a replacement for the defective part or parts at its own expense. C. The first 1 year of service shall be interpreted as the 12-month period following the installation, adjusting, and acceptance tests. PART 2 - PRODUCTS 2.1 SUBMERSIBLE SUMP PUMP A. The sump pumps shall have cast iron motor housing and volute, bronze impellers, and a stainless steel shaft. Each pump shall be equipped with a heavy-duty external non -mercury piggyback float switch. The sump pump manufacturer shall verify that the pump being provided shall fit into the size sump shown and that the sump pump shall not cycle excessively. Each pump shall have a capacity of not less than 40 gpm at a total dynamic head of 16 feet. Each pump shall have a shutoff head not less than 18 feet. 2.2 MOTOR A. The motor shall be totally -encased, sealed, non -ventilating and shall have automatic self - resetting integral thermal overload protection. The motor shall be 115-volt, single phase, 1750-rpm and suitable for continuous duty. B. Motor power cord shall be factory installed to pump/motor and shall be suitable for continuous submersion. Cord length shall be a minimum 10 feet. Power cord shall have a factory installed NEMA 1-15P plug. PART 3 - EXECUTION 3.1 INSTALLATION A. Install submersible sump pumps in accordance with the manufacturer's instructions. The float should be set such that the pump turns on when liquid reaches the top of the sump. 3.2 FIELD QUALITY CONTROL A. Upon completion of installation of equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. Units shall be checked for excessive noise, vibration, general operation, etc. The units must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. FREESE AND NICHOLS, INC. Marina Drive TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 22 14 29.16 - 3 3.3 SCHEDULES SUBMERSIBLE SUMP PUMPS Page 3 of 3 Location No. of Pumps Transfer Valve Vault 1 END OF SECTION FREESE AND NICHOLS, INC. Marina Drive TECHNICAL CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 104881 DIVISION 26 ELECTRICAL 26 01 26 TESTING OF ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, material, equipment and incidentals of an independent testing agency. B. These specifications cover the suggested field tests and inspections that are available to assess the suitability for initial energization and final acceptance of electrical power equipment and systems. C. The purpose of these specifications is to ensure that electrical equipment and systems are operational, are within applicable standards and manufacturer's tolerances, and are installed in accordance with design specifications. D. The Work specified in these specifications may involve hazardous voltages, materials, operations, and equipment. These specifications do not purport to address all of the safety issues associated with their use. It is the responsibility of the user to review all applicable regulatory limitations prior to the use of these specifications. Testing shall be inclusive of all low voltage equipment installed including conductors that are provided under this Contract. Contractor shall not energize equipment or conductors until after 3rd party testing has taken place and a test report is submitted and reviewed by Engineer. Contractor shall perform tests as needed during construction and submit separate test report each time testing takes place. 1.02 QUALITY ASSURANCE A. Testing Organization: 1. The testing organization shall be an independent, third -party entity which can function as an unbiased testing authority, professionally independent of the manufacturers, suppliers, and installers of equipment or systems being evaluated. 2. Testing organization shall be regularly engaged in the testing of electrical equipment devices, installations, and systems. 3. The Testing organization shall use technicians who are regularly employed for testing services. 4. An organization having a designation of NETA Accredited Company issued by the International Electrical Testing Association meets the above criteria. 5. Independent testing agency shall follow all tests and recommendations in NETA Acceptance Testing Specification for all equipment provided. 6. Testing Organization performing the Work shall submit appropriate documentation to demonstrate that it satisfactorily complies with these requirements. 7. Acceptable Testing Agencies: a. IPS PowerServe. b. Real Power Technologies. Testing of Electrical Systems 26 01 26 - 1 FTW23970 —Marina Drive c. Shermco Industries. d. Electrical Power Systems. 8. Testing Personnel: a. Technicians performing these electrical tests and inspections shall be trained and experienced concerning the apparatus and systems being evaluated. These individuals shall be capable of conducting the tests in a safe manner and with complete knowledge of the hazards involved. They must evaluate the test data and make a judgment on the serviceability of the specific equipment. b. Technicians shall be certified in accordance with ANSI/NETA ETT, Standard for Certification of Electrical Testing Technicians. Each on -site crew leader shall hold a current certification, Level 3 or higher, in electrical testing. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Electrical Qualifications & List of Test Submittals: 60 days prior to any testing taking place, Contractor shall submit to the Owner/Engineer the name of the testing agency; a list of all tests to be conducted shall also be submitted at the same time. No testing shall take place until this has been submitted and approved by the Engineer. 2. Electrical Testing Plan: A minimum of 2 weeks before testing is to take place, Contractor shall submit a detailed testing plan of the different configurations to be tested for the Owner's and Engineer's approval. Depending on construction sequencing, there may be several electrical startups that are staggered throughout construction. Contractor must submit a testing plan for each set of tests. The testing plan shall include any power outages anticipated during the testing period. 3. Electrical Testing Report: a. A written report shall be submitted by the testing agency performing installation checks, operation and testing of the low voltage equipment. This report shall certify that: 1). The equipment has been properly installed. 2). Is in accurate alignment. 3). Meets the acceptance testing specifications of NETA and the equipment manufacturer. b. Provide a detailed list of all tests that were performed and the test results as part of the Electrical Testing Report. c. Electrical Testing Report(s) shall be submitted to the Engineer for approval no later than 1 week after testing has been conducted. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI). Testing of Electrical Systems 26 01 26 - 2 FTW23970 —Marina Drive 2. Association of Edison Illuminating Companies (AEIC). 3. ASTM International (ASTM). 4. Electrical Apparatus Service Association (EASA). 5. Institute of Electrical and Electronic Engineers (IEEE). 6. Insulated Cable Engineers Association (ICEA). 7. International Electrical Testing Association (NETA). 8. National Electrical Manufacturers Association (NEMA). 9. National Fire Protection Association (NFPA). 10. Occupational Safety and Health Administration (OSHA). 11. State and local codes and ordinances. 12. Underwriters Laboratories, Inc. (UL). 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 GENERAL A. All testing shall be witnessed by the Owner's representative. Types of equipment required to be tested by these specifications shall include but not be limited to the following: 1. Low -Voltage Electrical Power Conductors and Cables — Specification 26 OS 19 2. Control -Voltage Electrical Power Cables — Specification 26 05 23 3. Grounding and Bonding for Electrical Systems — Specification 26 05 26 4. Panelboards — Specification 26 24 16 5. Enclosed Switches and Circuit Breakers — 26 28 16 B. At a minimum, unless indicated otherwise, all testing shall be in accordance with the manufacturer's recommendations for energization and startup of the equipment. C. Testing shall include a complete functionality testing of electrical equipment under all the different operating parameters identified by the Owner and Engineer. D. Electrical testing instrument calibration shall be as indicated in ANSI/NETA ATS-2021. 3.02 TEST REPORT A. The test report shall include the following: 1. Summary of the Project. 2. Description of equipment tested. 3. Description of tests. 4. Test data. 5. Analysis and recommendations. Testing of Electrical Systems 26 01 26 - 3 FTW23970 —Marina Drive B. Test data records shall include the following minimum requirements: 1. Identification of the testing organization. 2. Equipment identification. 3. Nameplate data. 4. Humidity, temperature, and other conditions that may affect the results of the tests and/or calibrations. 5. Date of inspections, test, maintenance, and/or calibrations. 6. Identification of the testing technician. 7. Identification of inspections, tests, maintenance, and/or calibrations to be performed and recorded. 8. Identification of expected results when calibrations are to be performed. 9. Identification of as -found and as -left results, as applicable. 10. Identification of all test results outside of specified tolerances. 11. Sufficient space to allow all results and comments to be indicated. C. The testing organization shall furnish a copy or copies of the complete test report as specified. 3.03 TEST DECAL A. The testing organization shall affix a test decal on the exterior of equipment or equipment enclosure of protective devices after performing electrical tests. B. The test decal shall be color -coded to communicate the condition of maintenance for the protective device. Color scheme for condition of maintenance of overcurrent protective device shall be: 1. White: Electrically and mechanically acceptable. 2. Yellow: Minor deficiency not affecting fault detection and operation, but minor electrical or mechanical condition exists. 3. Red: Deficiency exists affecting performance, not suitable for service. C. The decal shall include: 1. Testing organization. 2. Project identifier. 3. Test date. 4. Technician identifier. 3.04 POWER SYSTEM TESTING A. Contractor shall test the operation of the power distribution system, i.e. disconnect switches, panelboards, etc., for the various possible system configurations under load conditions. Testing of Electrical Systems 26 01 26 - 4 FTW23970 —Marina Drive B. Testing shall include, but not be limited to the following for each utility service powering the system: 1. Normal power from Utility Source I. C. Contractor shall submit a detailed testing plan of the different configurations to be tested for the Owner's and Engineer's approval. END OF SECTION Testing of Electrical Systems 26 01 26 - 5 FTW23970 —Marina Drive 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary for complete and operational electrical systems, as specified herein. B. This Section, as well as Division 01, concerns all other Sections in Division 26, and shall be considered a part of each of those Sections as if written in their entirety. C. Permanent Utilities: 1. Contractor shall be responsible to coordinate power at the Site with local utility company. Owner will be responsible to absorb the cost of providing utility power to the Site. However, Contractor is responsible for providing civil and electrical improvements identified on design drawings to assist local utility in onsite upgrades. Such improvements identified on design drawings include but are not limited to primary service entrance trenching and conduit, riser conduits, transformer, and metering cabinet concrete pads, etc. Coordinate all additional requirements with local utility. D. Temporary utilities: 1. Contractor may need to include generator power for outages, depending on the Contractor's means and methods of connecting to existing power equipment. 2. Contractor shall provide electrical testing and inspection services for temporary connections to existing equipment. 3. Fusing for temporary equipment shall be coordinated with upstream devices to ensure the fuses will terminate before interrupting electrical service. Electrical outages must be coordinated with operations, as well as the electrical, instrumentation and inspections divisions. 1. Known electrical outages include: a. Relocating utility service drop. 2. Shut down sequencing shall be coordinated by the Contractor and if a generator is required to power equipment to maintain service, Contractor shall be responsible to provide the generator, fuel, and conductors required to keep the plant operational. Refer to Section 01 3S 00 "Special Procedures" for known critical processes that must remain operational the entire length of construction. 1.02 QUALITY ASSURANCE A. Electrical Contractors' Qualifications: Use adequate numbers of skilled workmen, trained, and experienced in their crafts, and who are familiar with the specifications and methods of Common Work Results for Electrical 26 05 00 -1 FTW23970 —Marina Drive performing the work in this Division. A licensed Journeyman shall be on site at all times when electrical work is being performed. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. Contractor shall provide a monthly report to the Owner/Engineer for review stating that the Master Electrician has been to the job site and thoroughly reviewed the work. THE REPORT SHALL BE SIGNED BY THE MASTER ELECTRICIAN AND INCLUDE THE DATE AND TIME THE MASTER ELECTRICIAN WAS ON SITE. THE REPORT SHALL BE INCLUDED IN THE PAY APPLICATION. NO PAYMENT WILL BE GRANTED WITHOUT REPORT. B. Workmanship: Work shall be performed in accordance with quality, commercial practices. The appearance of finished work shall be of equal importance to its operation. Materials and equipment shall be installed based upon the actual dimensions and conditions at the Project Site. Locations for materials or equipment requiring an exact fit shall be field measured. Conduit, transformers, and motors shall be isolated to avoid unacceptable noise levels from objectionable vibrations from all systems. 1.03 SUBMITTALS A. Submittals shall be in accordance with Division 01, ANY DEVIATIONS FROM THE SPECIFICATIONS MUST BE CLEARLY NOTED AND IDENTIFIED IN THE SUBMITTALS, and shall include: Submittals shall be submitted separately by Specification Section. Combined submittals will not be reviewed; submittal will be marked "not approved, revise and resubmit." Each Section submittal shall be complete, contain all of the items listed in the Specification Section, and shall be clearly marked to indicate which items are applicable on each cut sheet page. The Submittal shall list any exceptions to the Specifications and Drawings, and the reason for such deviation. Shop Drawings, not so checked and noted, will be returned unreviewed. Contractor shall check Shop Drawings for accuracy and contract requirements prior to submittal to the Owner/Engineer. Errors and omissions on approved Shop Drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by the Specifications and Drawings. Shop Drawings shall be stamped with the date checked and a statement indicating that the Shop Drawings conform to Specifications and Drawings. Only one Specification Section shall be made per transmittal. 4. Material shall not be ordered or shipped until the Shop Drawings have been approved. No material shall be ordered, or shop work started if Shop Drawings are marked "APPROVED AS NOTED CONFIRM". "APPROVED AS NOTED RESUBMIT" or "NOT APPROVED". 5. Submittals in PDF format shall be provided with bookmarks for each section and component to navigate the file contents. Provide only pertinent information for components. Do not submit entire catalog sections to limit the size of submittals. Complete catalog sections will not be reviewed. Submittal will be marked "not approved, revise and resubmit." Common Work Results for Electrical 26 05 00 - 2 FTW23970 —Marina Drive 7. Component catalog number and manufacturing data sheet, indicating pertinent data and clearly marked identifying each component by the item number and nomenclature as specified. 8. Submit copy of Master Electrician's license and each Journeyman's license that will be working on the Project. Workers must be licensed to work in the city where the Project is located. 9. Component drawings showing dimensions, mounting, and external connection details. 10. Complete interconnection and point to point wiring diagrams in AutoCAD format for all field control and instrumentation wiring between instruments, electrical equipment, starters, VFDs, etc. A hard copy shall be submitted to the Engineer for approval prior to the final AutoCAD files being submitted. Interconnection/wiring diagrams shall include cable numbers, wire tags, actual equipment terminal strip numbers at both ends of the cable, etc. 11. Unless other additional information is required by the detailed equipment specifications, the following information shall be included for motors: a. Motor identification number and nomenclature as specified. b. Make and motor type. c. Brake horsepower of the motor. d. Locked rotor current at full load. e. Motor efficiency at full load (3-phase motors only). f. Starting torque. g. Method of insulating and impregnating motor coils (3-phase only). h. Speed of the motor at full torque. i. Full load current. j. Service factor. k. Motor temperature rise measured by resistance over 40 degrees C ambient. B. Contractor shall provide a monthly report to the Owner/Engineer for review stating that the Master Electrician has been to the job site and thoroughly reviewed the work. The report shall be signed by the Master Electrician and include the date and time the Master Electrician was on site. C. Contractor shall: 1. Prepare, and keep up to date, the Record Drawings and detailed construction drawings which shall be available at each monthly pay application. 2. Record the exact locations of each of these differences, sizes and details of the Construction Work as executed, with cross-references to and other requirements on the Record Drawings. a. Record Drawings shall include the location of all pull boxes, junction boxes, concrete pull boxes, manholes and hand holes that were provided under this contract and Common Work Results for Electrical 26 05 00 - 3 FTW23970 —Marina Drive those existing boxes that were modified under this Project (by either the addition or removal of cable/conduits). 1). Contractor shall also include on the Drawings a label next to each pull box, junction box, concrete pull box, manhole and handhole to reflect the nameplate label installed (existing or new) at each device. 2). Refer to Section 26 05 53 "Identification for Electrical Systems" for labeling requirements for pull boxes, junction boxes, concrete pull boxes, manholes and hand holes. 3). Keep Record Drawings on the Work Site. 4). Upon completion of the Work, or at such other time as may be determined by the Engineer, submit the Record Drawings and copies to the Owner's representative in accordance with the Owner's requirements. 5). Underground Interference drawing showing all underground duct banks, ground rods, ground conductors, pipes, piers, vaults, manholes, pull boxes, etc. that clearly identifies the location and routing of these systems. All interferences shall be brought to the Engineer's attention. Provide as a minimum the ductbank dimensions, burial depth and coordinates of terminations and those of any changes of direction. The GPS coordinates of the ductbank shall be measured (width, depth, and burial depths) prior to back filling. 6). Provide revised final Shop Drawings in AutoCAD format noting any changes made to equipment during start-up. 7). Submit master electricians report with each pay application. D. Contractor shall provide a copy of the complete one -line diagram at the Site. The one -line diagram shall be as follows: 1. The one -line shall reflect all changes made including but not limited to changes made during construction. 2. Each page of the one -line shall be framed in a separate picture frame with plexiglass. The copy of the sheet shall lay flat against the glass without any wrinkles and other material necessary for the copy to lay flat shall be provided within the picture frame. 1.04 STANDARDS A. Electrical Work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the Work. If the standards and codes conflict with each other, the most stringent shall apply. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. National Electrical Manufacturer Association (NEMA). 2. ASTM International (ASTM). 3. National Fire Protection Association (NFPA). 4. National Electrical Safety Code (NESC). 5. Institute of Electrical and Electronic Engineers (IEEE). Common Work Results for Electrical 26 05 00 -4 FTW23970 —Marina Drive 6. National Electrical Code (NEC). 7. Underwriters' Laboratories (UL). 8. American National Standards Institute (ANSI). 9. Uniform Building Code (UBC). 10. Occupational Safety and Health Administration (OSHA). 11. Local utility companies. 12. Local Electrical Ordinance. 13. Rural Electrification Association (REA). 14. Insulated Power Cable Engineers Association (IPCEA). 15. International Electrical Testing Association (NETA). 16. National Electrical Contractors Association (NECA). 17. Association Edison Illuminating Companies (AEIC). B. Electrical Work shall be performed under the direct supervision of a Master Electrician who holds a Valid license in the State of Texas. 1.05 DELIVERY AND STORAGE A. Follow the manufacturer's directions for the delivery, storage and handling of equipment and materials. Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. Major electrical equipment shall be stored indoors in a climate -controlled atmosphere and space heaters energized where applicable. Stored equipment shall be properly protected from rodents such as mice and rats. B. Equipment that will be stored indoors for an extended period of time and that do not have space heaters shall have a 100-watt incandescent light placed in it and energized to eliminate the build-up of condensation in the equipment. Coordinate with equipment manufacturer for additional storage requirements. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the Work is completed and accepted by the Owner. Improperly stored equipment is subject to rejection by the Owner/Engineer and will not be allowed to be installed. 1.06 JOB CONDITIONS A. Permits, licenses, inspections, and testing shall be secured and paid for as required by law by the Contractor for the completion of the Work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the Work. B. The location of materials, equipment, devices, and appliances indicated are approximate and subject to revisions at the time the Work is installed. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of Work, or if equipment or accessories can be installed to a better advantage than the general arrangement of Work on the Drawings, Contractor shall before proceeding with the Work prepare and submit plans of the proposed rearrangement for the Engineer's review and approval. Common Work Results for Electrical 26 05 00 - 5 FTW23970 —Marina Drive D. Motor horsepower and amperage ratings identified are anticipated ratings. If the actual equipment is a different size, the Contractor shall provide the appropriate wiring, conduit, over -current protection, starters, and accessories for a complete and working system at no cost to the Owner. Enclosures for equipment in the air-conditioned rooms shall be NEMA 12, 14-gauge steel and NEMA 3R, 304 Stainless Steel for all other interior locations unless noted otherwise. All enclosures shall have a quick release luggage type clasp or single handle operated, 3-point latching system. F. All enclosures for equipment unless specified otherwise shall be NEMA 4X, 304 Stainless Steel for exterior applications. All enclosures shall have a quick release luggage type clasp. G. No equipment is to be energized until the Power System Studies have been completed, the protective relays and breakers have been set per the Short Circuit and Protective Device Study and the arc flash labels have been installed on the equipment. NO EXCEPTIONS. 1.07 HAZARDOUS LOCATIONS A. Contractor shall comply with the latest version of NFPA 70 and NFPA 820 for all materials utilized in the areas listed below. NO. AREA/STRUCTURE WASTEWATER PUMPING STATION WET WELL AREA CLASSIFICATIONS NFPA ELECTRICAL REFERENCE CLASSIFICATION (ALL GROUP D) NFPA 820 TABLE 6.2.2(a) Class I Division 1 ROW 16a DESCRIPTION Entire room or space CONTRACTOR SHALL COMPLY WITH THE LATEST VERSIONS OF NFPA 70 AND NFPA 820 FOR ALL MATERIALS UTILIZED IN THE AREAS LISTED ABOVE. 2.00 PRODUCTS 2.01 MATERIALS A. Supplemental or alternative circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting, and other electrical systems shown. B. Redesign of electrical or mechanical Work, which is required due to the Contractor's use of a pre -approved alternate item, arrangement of equipment and/or layout other than specified herein, shall be done by the Contractor at his/her own expense. Redesign and detailed plans shall be submitted to the Owner/Engineer for approval. No additional compensation will be provided for changes in the Work, either his/her own or others, caused by such redesign. C. Raceways and conductors for lighting, switches, receptacles and other miscellaneous low voltage power and signal systems as specified are not shown on the Drawings. Raceways and conductors shall be provided as required for a complete operating system. Refer to riser diagrams for signal system wiring. Homeruns, as shown on the Drawings, are to assist Common Work Results for Electrical 26 05 00 - 6 FTW23970 —Marina Drive the Contractor in identifying raceways to be run exposed and raceways to be run concealed. Raceways installed exposed shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes hoists, monorails, equipment hatches, doors, windows, etc. Raceways installed concealed shall be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as required. D. Contractor shall run all conduit and wire to RTU and/or PLC termination cabinets, where designated on the Drawings. The conduit and wire as shown on the interface drawings may not necessarily be shown on the floor plan. E. Install conductors carrying low voltage signals (typically twisted shielded pair cables) in raceways totally separate from all other raceways containing power or 120-volt control conductors. Raceways and conductors for thermostats controlling HVAC unit heaters, exhaust fans and similar equipment are not shown on the Drawings. Provide raceways and conductors between the thermostats, the HVAC equipment, and the motor starters for a complete operating system. All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished space and may be installed concealed or exposed in process spaces. Refer to the HVAC drawings for the locations of the thermostats and controls. G. Materials installed without pre -approval, through the submittals process, shall be removed from the job site and replaced at no additional cost to the owner. No exceptions. H. Discrepancies between the Drawings and Specifications shall be addressed prior to bidding the Project, otherwise the most expensive of the two options shall be assumed. Raceways and conductors for the fire alarm, sound and page party systems are not shown on the Drawings. Provide raceways and conductors as required by the system manufacturer for a complete operating system. All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished spaces and may be installed exposed or concealed in process spaces. 3.00 EXECUTION 3.01 INTERPRETATION OF DRAWINGS A. The Drawings are not intended to show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment. 3.02 INSTALLATION A. All enclosures for equipment unless specifically identified otherwise shall be: 1. NEMA 4X, FRP for rooms housing Chlorine, Sodium Bisulfite, or Chemical Feed Equipment. or Chlorine feed equipment. 2. NEMA 4X 316 stainless steel for exterior applications and all other areas. B. Maintain the waterproof integrity of conduit penetrations through the roof, exterior walls, and floors. Roof penetrations shall not be located above any electrical equipment. Common Work Results for Electrical 26 05 00 - 7 FTW23970 —Marina Drive C. Install stainless steel sleeves for each conduit passing through floors. Extend sleeves 1-1/2" above the floor slab and grout watertight. The sleeve sizes shall permit the subsequent insertion of a properly sized conduit or raceway. D. Submit location drawings and obtain Engineer approval prior to installing conduit penetrations through slabs, beams, ceiling, and walls. Contractor shall not core drill through existing beams. After the conduits are installed fill the annular space between the conduits with mastic. The complete installation shall be watertight and the fire rating of penetrations through walls, floors and ceilings shall be maintained. E. Install steel reinforced concrete foundations below floor mounted switchboards, panelboards, motor control centers, soft starters, adjustable frequency drives, transformers, control panels and other floor mounted electrical equipment. Concrete foundations shall not be less than 4 inches high or as indicated on the Drawings. Neatly chamfer top edges. Concrete foundations shall be 6 inches wider and 6 inches longer than the base of the equipment being installed or as indicated on the Drawings. Concrete shall be in accordance with Division 03 and shall be reinforced with a minimum of 6 inches x 6 inches #6 welded wire mesh or as indicated on Drawings. F. Do not penetrate the top of enclosures in exterior applications, wet locations or dry wet wells. G. All electrical equipment including instrumentation, lighting, receptacles, conduit and raceways shall not be secured to handrails. H. Contractor shall coordinate conduit stub -up locations with the mechanical and electrical equipment supplier prior to routing conduit. I. Conduits shall maintain a minimum of 3 inches away from adjacent Work (duct work, insulations, etc.). 3.03 EQUIPMENT PADS AND SUPPORTS A. Electrical equipment pads and supports, of concrete or steel including structural reinforcing and lighting pole foundations, are shown on the Structural Drawings. B. No electrical equipment or raceways shall be attached to or supported from sheet metal walls. 3.04 SLEEVES AND FORMS FOR OPENINGS A. Provide and place all sleeves for conduits penetrating floors, walls, partitions, etc. Locate all necessary slots for electrical Work and form before concrete is poured. B. Exact locations are required for stubbing up and terminating concealed conduit. Obtain Shop Drawings and templates from equipment vendors or other subcontractors and locate the concealed conduit before the floor slab is poured. C. Where setting drawings are not available in time to avoid delay in scheduled floor slab pours, the Owner/Engineer may allow the installations of such conduit to be exposed. Requests for this deviation shall be submitted in writing. No additional compensation for such change will be allowed. Common Work Results for Electrical 26 05 00 - 8 FTW23970 —Marina Drive D. Seal all openings, sleeves, penetration, and slots as specified in Section 26 05 33 "Raceways and Boxes for Electrical Systems." 3.05 CUTTING AND PATCHING A. Coordinate with Divisions 02 and 03 for cutting and patching. B. Core drill holes in concrete floors and walls as required. Contractor shall obtain written permission from the Owner/Engineer before core drilling any holes larger than 2 inches. C. Install Work at such time, as to require the minimum amount of cutting and patching. D. Do not cut joists, beams, girders, columns, or any other structural members. E. Cut opening only large enough to allow easy installation of the conduit. F. Patching shall be of the same kind and quality of material as was removed. G. The completed patching work shall restore the surface to its original appearance or better. H. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed. I. Remove rubble and excess patching materials from the premises. J. When existing conduits are cut at the floor line of wall line, they shall be filled with grout of suitable patching material. 3.06 PHASE BALANCING A. The Drawings do not attempt to balance the electrical loads across the phases. Circuits on motor control centers and panelboards shall be field connected to result in evenly balanced loads across all phases. B. Field balancing of circuits shall not alter the conductor color coding requirements. 3.07 TESTS AND SETTINGS A. Test systems and equipment furnished under Division 26 and repair or replace all defective Work. Make adjustments to the systems as specified and/or required. B. Prior to energizing electrical equipment, make all tests as required by the individual Specification Sections. Submit a sample test form or procedure and submit the required test reports and data to the Owner/Engineer for approval at least two weeks prior to the startup of the tested equipment. Include names of all test personnel and initial each test. C. Check motor nameplates for correct phase and voltage. Check bearings for proper lubrication. D. Check wire and cable terminations for tightness. E. Check rotation of motors prior to energization. Disconnect driven equipment if damage could occur due to wrong rotation. If the motor rotates in the wrong direction, the rotation shall be immediately corrected, or tagged and locked out until rotation is corrected. Common Work Results for Electrical 26 05 00 - 9 FTW23970 —Marina Drive F. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 12 3 rotation on a phase sequenced motor when connected to "A", "B" and "C" phases. G. M chanical inspection, testing and setting of circuit breakers, disconnect switches, motor starters, control equipment, etc. for proper operation. H. Check interlocking, control, and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. I. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks in advance. Provide qualified test personnel, instruments, and test equipment. J. Refer to the individual equipment Sections for additional specific testing requirements. K. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. 3.08 PAINTING A. M intain the original factory finish on material and equipment installed, unless specifically indicated on the Drawings or Specifications. If the finish is marred in transit or during installation, re -finish to a neat, workmanlike appearance equal to the original factory finish.. Do not paint conduit or raceways. 3.09 EXCAVATION, TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenching, notify the Owner's representative, utility companies and Owner's facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the Owner. B. Barricade open trenches and excavations for the entire duration of the Project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. Protect all adjacent Work, structures, and properties. Damage to adjacent Work, structures or properties shall be repaired, or the cost of repair reimbursed in full. 3.10 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with 2 keys per lock up to a quantity of 10 keys. Furnish locks to match the Owner's locking system. Locks shall also be provided where required to obtain an electrical Certificate of Occupancy. Common Work Results for Electrical 26 05 00 - 10 FTW23970 —Marina Drive 3.11 CLEANING AND ADJUSTING A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of the Work, clean electrical equipment, and the entire electrical installation so that it is suitable for the Owner's use. 3.12 TRAINING A. Contractor shall provide manufacturer's training as specified in each individual section of the Specifications. END OF SECTION Common Work Results for Electrical 26 05 00 - 11 FTW23970 —Marina Drive 26 05 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to install and test 600 volt wires and cables. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.02 SUMMARY A. Section Includes: 1. Single conductors and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 1.03 DEFINITIONS A. VFD: Variable -frequency drive. 1.04 SUBMITTALS A. Product Data: For each type of product. B. Product Schedule: Indicate type, use, location, and termination locations. Cross out all options or types not being provided. 1.05 INFORMATIONAL SUBMITTALS A. Field quality -control reports. 1.06 QUALITY ASSURANCE A. Testing 1. Testing shall be provided for conductors and cables specified within this section. 1.07 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: ICEA S-19-81/NEMA WC-3 Rubber -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy ICEA S-61-402/NEMA WC-5 Thermoplastic -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy NFPA 70 National Electrical Code ANSI/TIA/EIA 606A Standard for Telecommunications Infrastructure Low -Voltage Electrical Power Conductors and Cables 26 05 19-1 FTW23970 —Marina Drive UL 83 Thermoplastic Insulated Wires and Cables UL 1063 Machine Tool Wires and Cables ASTM B3 Soft or Annealed Copper Wires ASTM B8 Concentric -Lay -Stranded Copper Conductors, Hard, Medium, Hard, Soft 1.08 DELIVERY AND STORAGE A. Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. B. Where cut lengths are specified, mark reel footage accordingly. Each reel shall contain one continuous length of cable. C. Check for reels not completely restrained, reels with interlocking flanges or broken flanges, damaged reel covering or any other indication of damage. Provide impact protection by wood lagging or suitable barrier across the traverse of the reel. D. Do not drop reels from any height. E. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown on the reel and on surfaces free of obstructions that could damage the wire and cable. F. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. G. Provide moisture protection by using manufacturer's standard procedure or heat shrinkable self -healing end caps applied to both ends of cable. Do not remove end caps until cables are ready to be terminated. 2.00 PRODUCTS 2.01 GENERAL A. Wires and cables shall be soft -drawn, annealed copper with a conductivity of not less than that of 98% pure copper, UL83 and UL1063 listed, rated 600 volts and certified for continuous operation at maximum conductor temperature of 90 Celsius in dry locations and in wet locations B. Conductors #8 or larger shall be stranded and conductors #14 shall be stranded. Utilize single conductors. C. Except for control, signal and instrumentation circuits and as specifically indicated on the plans the minimum conductor permitted is #12. 2.02 WIRE MARKING A. Wire marking shall be in accordance with the National Electrical Code Article 310 and shall be printed on the wire insulation at 2-foot intervals. The printing method used shall be permanent and the color shall sharply contrast with the jacket color. Low -Voltage Electrical Power Conductors and Cables 26 05 19-2 FTW23970 —Marina Drive B. W re marking shall include the U.L. label and necessary identification, including the manufacturer, the number of conductors, size, conductor insulation type, sun -resistance, and other pertinent information. 2.03 CONDUCTORS AND CABLES A. SINGLE CONDUCTOR CABLES: Tinned copper conductor with thermoset insulation rated at 600 volts and insulated with type XHHW-2 insulation. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. Conductors #8 or larger and conductors #14 shall be stranded. Wire shall be manufactured by Southwire, Okonite, Encore, General Cable, or Houston Wire & Cable. 2.04 WIRE CONNECTIONS AND DEVICES A. CONNECTORS, COMPRESSION, COPPER, 600 VOLT: As manufactured by Burndy, Thomas & Betts, or Ideal Industries; of the appropriate hole sizes and spacing which are in accordance with NEMA standards; two (2) holes in the tongue for use on conductor sizes 250 kcmil or larger; not required for connections to the circuit breakers in the lighting and/or receptacle panels. All compression connectors shall be long -barrel type, no exceptions. B. 600 VOLT PLASTIC TAPE: Minnesota Mining & Manufacturing Company (3M), No. 35. C. W RENUTS: Silicone -based pre -filled spring wire connecting devices with plastic covering; UL listed for damp and wet locations. Wirenut shall meet requirements of UL 486D for Sealed Wire Connector Systems and shall be manufactured by Ideal Industries, Inc model 63, or as manufactured by ITT or Panduit. Wirenut shall be spring insulated, properly sized and resistant to vibration may be used for No.12 through No.10 solid gauge conductor for lighting and branch circuits only. D. SPLIT BOLTS: Kearney, Burndy, or Ilsco; shall be usable for connecting conductors which are both copper, both aluminum or one copper and one aluminum. Split bolts shall have a spacer between the two conductors, which it connects. E. MECHANICAL SET SCREW CONNECTOR: Blackburn HPS, ADR-ALCUL, GP or GT, Burndy or Ilsco; consisting of an aluminum body which has openings on opposite ends for insertion of the conductors. Conductors inserted into these holes shall each be clamped by two set screws. Connectors shall be suitable for use with copper conductors. F. RUBBER TAPE: Scotch 2210. G. VINYL TAPE: Scotch 88. H. ARC PROOFING TAPE: 3M "Scotch 77 Fire and Electric Arc Proofing Tape". Fireproofing shall be done with a half -lapped layer of arc proofing tape, anchored at each end with a double wrap of 3M "Scotch 69 Glass Cloth Electrical Tape". I. INSULATING RESIN: Scotch 3576, 3577, or 3578. J. POWER DISTRIBUTION BLOCKS: Mersen, or Ilsco; rated for 600 VAC and termination of copper conductors. Individual poles shall be constructed of tin plated aluminum and mounted on an insulating base. Low -Voltage Electrical Power Conductors and Cables 2605 19-3 FTW23970 —Marina Drive 3.00 EXECUTION 3.01 PREPARATION A. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.02 INSTALLATION A. GENERAL Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place in accordance with the NEC and these specifications. Exception: Only flexible connections to motors shall be permitted to be installed after the installation of the remainder of the raceway system. The installation of these conductors shall be limited to exposure to damage for a maximum of one (1) week prior to installing flexible connection and making final terminations. Any conductors exposed to damage (i.e. not installed in raceway) longer than one (1) week shall be subject to rejection by the Owner and/or Engineer. If rejected, the cables shall be removed, discarded, replaced, reinstalled, and re -terminated at the Contractor's expense. 2. Installed unapproved wire shall be removed and replaced at the Contractor's expense. 3. Grouping conductors together into one conduit shall not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans shall be in its own conduit. 4. Neatly train wiring inside boxes, equipment, and panelboards. Pull conductors into a raceway at the same time and use U.L. listed, wire pulling lubricant for pulling No. 4 AWG and larger wire. 5. Except for hand -pulled conductors into raceways, all wire and cable installation shall be installed with tension -monitoring equipment. Where conductors are found to have been installed without tension -monitoring, the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled and tagged, and raceways resealed, all at the Contractor's expense. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Where pulling compound is used, use only UL listed compound compatible with the cable outer jacket and with the raceway involved. 7. All wire and cable installed in cable trays shall be UL Listed as Type TC, for cable tray use. 8. W ere single conductors and cables in manholes, hand boles, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as arc and fireproofing tapes, bundle throughout their exposed length all conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding 4 inches on center. 9. Properly support cables in accordance with the NEC and manufacturer's recommendations in all raceways. Provide strain relief as required. Low -Voltage Electrical Power Conductors and Cables 26 05 19-4 FTW23970 —Marina Drive 10. Arrange wiring in cabinets and panels neatly cut to proper length, remove surplus wire, and bundle and secure in an acceptable manner. Identify all circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein and in specification Section 26 OS 53, "Identification For Electrical Systems." 11. Cap spare conductors and conductors not terminated, with the UL listed end caps. 12. Where conductors pass through holes or over edges in sheet metal, remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors. 13. For conductors that will be connected by others, provide at least 6 feet spare conductors in free standing panels and at least 2 feet spare in other assemblies. Provide additional spare conductor in any particular assembly where it is obvious that more conductor will be needed to reach the termination point. 14. Each circuit shall include a ground wire. Sharing grounds or neutrals is not allowed. B. SPLICES Power Conductors: Splice in junction boxes or at outlets only for lighting and receptacle branch circuits. Splices for all other circuits shall be disallowed. All splices are subject to the Engineer's approval. Obtain approval from Engineer before installing any splices. a. For existing installations, splices of 120V circuits shall use twist -on wire nuts. b. For splices of existing 480V circuits, the Contractor shall terminate the existing and new conductors using power distribution blocks mounted in a junction box. 2. Control and Instrumentation Conductors: No splicing of control and instrumentation conductors shall be permitted between terminal points except as specifically indicated on the plans. 3. No splicing of conductors shall be performed in any below ground structure. 4. Condulet type fittings shall not contain splices. Under no condition shall conductors of a different color be spliced together. 5. For No. 10 and smaller, connect conductors with a twist -on spring wirenut. If a splice or tap is below 3' above the final grade, fill the spring connectors with an electrical insulating resin so that the resin encapsulates conductor and spring materials. Conductor splices and taps inside the MCC, VFDs, panels, etc. shall be on the terminal strips or power distribution blocks. 6. For No. 8 and larger, connect conductors with a split bolt type of connector or a mechanical, set screw type connector. Wrap splices and taps with a single half -lapped layer or rubber tape followed by successive layers of vinyl tape until a vinyl tape layer thickness of twice the original conductor insulation thickness is achieved. If splice or tap is below 3' above the finished grade, the tape or splice shall have a final outer coating or insulating resin. C. TERMINATIONS 1. Conductors terminated on a screw termination shall have a crimp on type spade connector applied on the wire end, Panduit PanTerm or approved equal. Low -Voltage Electrical Power Conductors and Cables 26 05 19-5 FTW23970 —Marina Drive 2. Furnish and install power distribution blocks as required for tapping conductors at their load connection point with conductors of smaller size. Install power distribution blocks with the number of poles and sizes needed for connecting the phase, neutral, and ground conductors. 3. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch -pound requirements of the NEC and UL. 4. Use crimp connectors on all stranded conductors. 5. Soldered mechanical joints insulated with tape will not be acceptable. 6. SINGLE CONDUCTORS: Sufficient wire shall be left at outlets to make connections to equipment without straining. Light switches and receptacles shall be connected with pig -tails and crimp -on connectors. 7. PAIRED SHIELDED AND TRIAD SHIELDED CABLE: Ground paired shielded, and triad shielded cables at the instrument panel or starter end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded and triad shielded cable shall not be laced with or placed in the same conduit with power cables and digital control cables. Each termination of paired shielded or triad shielded cable shall be coated with silicone jelly after termination. The shield of pair shielded cable and triad shielded cable shall only be broken when the conductors are terminated on terminal strips. Each conductor and shield shall be landed on its own terminal. Sharing of shield shall not be allowed. D. GROUNDING Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with National Electrical Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections. All connections to ground rods shall be of the fused type utilizing an exothermic welding process. Ground metallic material, including but not limited to metallic raceway, metallic boxes and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor, which it houses. Clean the metal surface under the grounding lug to bright metal. Grounding connections to motors shall be to the grounding stud, which shall be threaded into the stationary frame; Use Burndy KC Servit or approved equal. The ground wire shall not be lugged to a mounting bolt. 3. Ground wire shall be uninsulated tin-plated copper sized as shown on the plans in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with green insulation as specified for low voltage wire. Provide and size bonding conductors in accordance with the National Electrical Code. Low -Voltage Electrical Power Conductors and Cables 26 05 19-6 FTW23970 —Marina Drive 4. Provide a bare uninsulated ground wire to run the entire length of all cable trays. The contractor shall bond to each section and to every enclosure served by conductors routed through the cable tray system E. TESTING 1. Testing: All testing required shall be per Specification Section 26 0126, "Testing of Electrical Systems". 2. Perform tests and inspections, prepare test reports, and submit to the Owner/Engineer prior to final inspection. Test reports shall be submitted as required by Specification Section 26 0126, "Testing of Electrical Systems". All test reports shall be submitted in one binder under Specification Section 26 0126, "Testing of Electrical Systems". 3. Tests and Inspections: a. After installing conductors and cables and before electrical circuitry has been energized, test for compliance with requirements. b. Perform each visual and mechanical inspection and electrical tests stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. c. Test Reports: Prepare a written report to record the following: 1). Test procedures used 2). Test results that comply with requirements. 3). Test results that do not comply with requirements and corrective action taken to achieve compliance with requirements. d. Remove and replace malfunctioning units and retest as specified above. END OF SECTION Low -Voltage Electrical Power Conductors and Cables 26 05 19-7 FTW23970 —Marina Drive 26 05 23 CONTROL -VOLTAGE ELECTRICAL POWER CABLES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to install 600-volt wires and cables. Electrical Work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.02 SUMMARY A. Section Includes: 1. UTP cabling. 2. Low -voltage control cabling. 3. Control -circuit conductors. 4. Identification of products. 1.03 DEFINITIONS A. EMI: Electromagnetic interference. B. Low -Voltage: As defined in NFPA 70 for circuits and equipment operating at less than 50 volts or for remote -control and signaling power -limited circuits. C. UTP: Unshielded twisted pair. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Shop Drawings: For each type of product. 2. Source quality -control reports. 3. Field quality -control reports. 2.00 PRODUCTS 2.01 SYSTEM DESCRIPTION A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2.02 UTP CABLE A. M nufacturers: Subject to compliance with requirements, provide products by one of the following: 1. 3M. Control -Voltage Electrical Power Cables 26 05 23 - 1 FTW23970 —Marina Drive 2. ADC. 3. Alpha Wire Company. 4. AMP NETCONNECT; a Tyco Electronics brand; a TE Connectivity Ltd. company. 5. Belden CDT Networking Division/NORDX. 6. Berk-Tek; a Nexans company. 7. CommScope, Inc. 8. Draka USA. 9. General Cable; General Cable Corporation. 10. Genesis Cable Products; Honeywell International, Inc. 11. KRONE Incorporated. 12. Mohawk; a division of Belden Networking, Inc. 13. Nexans. 14. Siemon. 15. Siemon Co. (The). 16. Superior Essex Inc. 17. SYSTIMAX Solutions; a CommScope Inc. brand. B. Description: 100-ohm, four -pair UTP. 1. Comply with ICEA 5-90-661 for mechanical properties of Category 5e cables. 2. Comply with ICEA 5-102-700 for mechanical properties of Category 6 cables. 3. Comply with TIA-568-C.1 for performance specifications. 4. Comply with TIA-568-C.2, Category 6. 5. Listed and labeled by an NRTL acceptable to authorities having jurisdiction as complying with NEMA WC 66, UL 444, and NFPA 70 for the following types: a. Communications, General Purpose: Type CM, Type CMG, Type CMP, or Type CMR in listed communications raceways. b. Communications, Limited Purpose: Type CMX, Type CM, Type CMG, Type CMP, or Type CMR. C. Description: 100-ohm, four -pair with an overall foil shielded. 2.03 UTP CABLE HARDWARE A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. ADC. 2. American Technology Systems Industries, Inc. 3. AMP NETCONNECT; a Tyco Electronics brand; a TE Connectivity Ltd. company. Control -Voltage Electrical Power Cables 26 05 23 - 2 FTW23970 —Marina Drive 4. Belden CDT Networking Division/NORDX. 5. Belden Inc. 6. Corning Cable Systems. 7. Dynacom Corporation. 8. Hubbell Incorporated; Wiring Device-Kellems. 9. Hubbell Premise Wiring. 10. KRONE Incorporated. 11. Leviton Manufacturing Co., Inc. 12. Molex Premise Networks. 13. Panduit Corp. 14. Siemon Co. (The). B. General Requirements for Cable Connecting Hardware: Comply with TIA/EIA-568-C.2, IDC type, with modules designed for punch -down caps or tools. Cables shall be terminated with connecting hardware of the same category or higher. 1. Number of Terminals per Field: One for each conductor in assigned cables. C. Patch Panel: Modular panels housing multiple -numbered jack units with IDC-type connectors at each jack for permanent termination of pair groups of installed cables. 1. Number of Jacks per Field: One for each four -pair UTP cable indicated. D. Jacks and Jack Assemblies: 100-ohm, balanced, twisted -pair connector; four -pair, eight - position modular. Comply with TIA/EIA-568-C.1. E. Patch Cords: Factory -made, four -pair cables terminated with an eight -position modular plug at each end. 1. Patch cords shall have bend -relief -compliant boots and color -coded icons to ensure Category 6 performance. Patch cords shall have latch guards to protect against snagging. 2. Patch cords shall have color -coded boots for circuit identification. F. Workstation Outlets: Two -port -connector assemblies mounted in single faceplate. G. Faceplates: 1. Plastic Faceplate: High -impact plastic. Coordinate color with Section 26 27 26 "Wiring Devices." 2. For use with snap -in jacks accommodating any combination of UTP, optical -fiber, and coaxial work area cords. a. Flush -mounted jacks, positioning the cord at a 45-degree angle. H. Legend: 1. Machine printed, in the field, using an adhesive -tape label. 2. Snap -in, clear -label covers and machine -printed paper inserts. Control -Voltage Electrical Power Cables 26 05 23 - 3 FTW23970 —Marina Drive 2.04 LOW -VOLTAGE CONTROL CABLE A. Paired Cable: NFPA 70, Type CMG. 1. Individually and overall shielded one- or multi -pair as shown on drawings, twisted, No. 18 AWG, stranded (19x29) tinned -copper conductors with 0.021-inch extruded PVC; 0.004-inch nylon insulation twisted into pairs, stranded into a core and enclosed by a non -hygroscopic core tape, 100 percent coverage, helically wound, aluminum foil shield, and drain wire. Pairs shall be black/red or black/white numbered. Cables shall be 600 volts in accordance with NEC-725 and IEEE 383 and shall be suitable for wet locations. 2. Shielded. 3. Extruded PVC jacket minimum 0.050. 4. Flame Resistance: Comply with UL 1685 and NFPA 262 2.05 CONTROL -CIRCUIT CONDUCTORS A. M nufacturers: Subject to compliance with requirements, provide products by one of the following: 1. General Cable; General Cable Corporation. 2. Southwire Company. 3. Alpha. 4. Okonite. 5. Belden. 6. Houston Wire and Cable. B. General: 1. Wires and cables shall be soft -drawn, annealed copper with a conductivity of not less than that of 98 percent pure copper, UL 83 and UL 1063 listed, rated 600 volts and certified for continuous operation at maximum conductor temperature of 90 degrees Celsius in dry locations and in wet locations. 2. Control, signal and instrumentation circuits and as specifically indicated on the Drawings the minimum conductor permitted is #14. C. Single Conductor Cables: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW-2 insulation. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. D. Class 1 Control Circuits: Stranded copper, Type XHHW-2, in raceway, complying with UL 83. E. Class 2 Control Circuits: Stranded copper, Type XHHW-2, in raceway, complying with UL 83. F. Class 3 Remote -Control and Signal Circuits: Stranded copper, Type XHHW-2, in raceway, complying with UL 83. 2.06 SOURCE QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to evaluate cables. Control -Voltage Electrical Power Cables 26 05 23 - 4 FTW23970 —Marina Drive B. Factory test UTP cables according to TIA-568-C.2. C. Cable will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. 3.00 EXECUTION 3.01 EXAMINATION A. Test cables on receipt at the Site. 1. Test each pair of UTP cable for open and short circuits. 3.02 UTP INSTALLATION SCHEDULE A. Provide foiled UTP for all locations. 3.03 INSTALLATION OF RACEWAYS AND BOXES A. Comply with requirements in Section 26 05 33 "Raceways and Boxes for Electrical Systems" for raceway selection and installation requirements for boxes, conduits, and wireways as supplemented or modified in this Section. 1. Outlet boxes shall be no smaller than 2 inches wide, 3 inches high, and 2-1/2 inches deep. 2. Flexible metal conduit shall not be used. B. Comply with TIA-569-B for pull -box sizing, length of conduit, and number of bends between pull points. C. Install manufactured conduit sweeps and long -radius as required elsewhere in specifications and drawings or as required to meet cable bend radius requirements. 3.04 INSTALLATION OF CONDUCTORS AND CABLES A. Comply with NECA 1 and NFPA 70. B. General Requirements for Cabling: 1. Comply with TIA-568-C Series of standards. 2. Terminate all conductors; no cable shall contain unterminated elements. Make terminations only at indicated outlets, terminals, and cross -connect and patch panels. 3. Cables may not be spliced. 4. Secure and support cables at intervals not exceeding 30 inches and not more than 6 inches from cabinets, boxes, fittings, outlets, racks, frames, and terminals. S. Bundle, lace, and train conductors to terminal points without exceeding manufacturer's limitations on bending radii, but not less than radii specified in BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems". 6. Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable between termination, tap, or junction points. Remove and discard cable if damaged during installation and replace it with new cable. Control -Voltage Electrical Power Cables 26 05 23 - 5 FTW23970 —Marina Drive 7. Cold -Weather Installation: Bring cable to room temperature before de -reeling. Do not use heat lamps for heating. 8. Pulling Cable: Comply with BICSI ITSIMM, Ch. 5, "Copper Structured Cabling Systems". Monitor cable pull tensions. 9. Secure: Fasten securely in place with hardware specifically designed and installed so as to not damage cables. C. UTP Cable Installation: 1. Comply with TIA-568-C.2. 2. Do not untwist UTP cables more than 1/2 inch at the point of termination to maintain cable geometry. D. Installation of Control -Circuit Conductors: Install wiring in raceways. Comply with requirements specified in Section 26 05 33 "Raceways and Boxes for Electrical Systems." E. Separation from EMI Sources: 1. Comply with BICSI TDMM and TIA-569-B recommendations for separating unshielded copper voice and data communications cable from potential EMI sources including electrical power lines and equipment. 2. Separation between open communications cables or cables in nonmetallic raceways and unshielded power conductors and electrical equipment shall be as follows: a. Electrical Equipment or Circuit Rating Less Than 2 kVA: A minimum of 5 inches. b. Electrical Equipment or Circuit Rating Between 2 and 5 kVA: A minimum of 12 inches. c. Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 24 inches. 3. Separation between communications cables in grounded metallic raceways and unshielded power lines or electrical equipment shall be as follows: a. Electrical Equipment or Circuit Rating Less Than 2 kVA: A minimum of 2-1/2 inches. b. Electrical Equipment or Circuit Rating Between 2 and 5 kVA: A minimum of 6 inches. c. Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 12 inches. 4. Separation between communications cables in grounded metallic raceways and power lines and electrical equipment located in grounded metallic conduits or enclosures shall be as follows: a. Electrical Equipment or Circuit Rating Less Than 2 kVA: No requirement. b. Electrical Equipment or Circuit Rating Between 2 and 5 kVA: A minimum of 3 inches. c. Electrical Equipment or Circuit Rating More Than 5 kVA: A minimum of 6 inches. 5. Separation between Communications Cables and Electrical Motors and Transformers, 5 kVA or 5 HP and Larger: A minimum of 48 inches. Control -Voltage Electrical Power Cables 26 05 23 - 6 FTW23970 —Marina Drive 3.05 CONTROL -CIRCUIT CONDUCTORS A. Minimum Conductor Sizes: 1. Class 1 remote -control and signal circuits; No. 14 AWG. 2. Class 2 low -energy, remote -control, and signal circuits; No. 14 AWG. 3. Class 3 low -energy, remote -control, alarm, and signal circuits; No. 12 AWG. 3.06 GROUNDING A. For data communication wiring, comply with ANSI-J-STD-607-A and with BICSI TDMM, "Bonding and Grounding (Earthing)" Chapter. B. For low -voltage control wiring and cabling, comply with requirements in Section 26 05 26 "Grounding and Bonding for Electrical Systems." 3.07 IDENTIFICATION A. Comply with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." B. Identify data and communications system components, wiring, and cabling according to TIA- 606-A; label printers shall use label stocks, laminating adhesives, and inks complying with UL 969. 3.08 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. 1. After installing conductors and cables and before electrical circuitry has been energized, test all conductors provided for compliance with requirements. 2. Perform each of the following visual and electrical tests: a. General 1). Perform each visual and mechanical inspection, and electrical tests stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2). Inspect exposed sections of each conductor and cable for physical damage and correct connection according to the one -line diagram. 3). Inspect compression applied connectors for correct cable match and indentation. 4). Inspect for correct identification. 5). Inspect cable jacket and condition. 6). Visually inspect cable placement, cable termination, grounding and bonding, equipment and patch cords, and labeling of all components. 7). Visually inspect UTP cable jacket materials for UL or third -party certification markings. Inspect cabling terminations to confirm color -coding for pin Control -Voltage Electrical Power Cables 26 05 23 - 7 FTW23970 —Marina Drive assignments and inspect cabling connections to confirm compliance with TIA- 568-C.1. b. Low -Voltage Control Cable, Control -Circuit Conductors, RTD Cable 1). Test bolted connections for high resistance using one of the following: a). A low -resistance ohmmeter. 2). Insulation -resistance test on each conductor with respect to ground and adjacent conductors. 3). Continuity test on each conductor and cable. c. UTP Cable 1). Test UTP cabling for direct -current loop resistance, shorts, opens, intermittent faults, and polarity between conductors. Test operation of shorting bars in connection blocks. Test cables after termination but not after cross -connection. 2). Test instruments shall meet or exceed applicable requirements in TIA-568-C.2. Perform tests with a tester that complies with performance requirements in "Test Instruments (Normative)" Annex, complying with measurement accuracy specified in "Measurement Accuracy (Informative)" Annex. Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link test configuration. B. Document data for each measurement. Print data for submittals in a summary report that is formatted using Table 10.1 in BICSI TDMM as a guide, or transfer the data from the instrument to the computer, save as text files, print, and submit. C. Prepare test and inspection reports to record the following: 1. Procedures used. 2. Results that comply with requirements. 3. Results that do not comply with requirements and corrective action taken to achieve compliance with requirements. D. Remove and replace malfunctioning units and retest as specified above E. End -to -end cabling will be considered defective if it does not pass tests and inspections. F. Prepare test and inspection reports. 3.09 PREPARATION A. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.10 INSTALLATION A. General: 1. Conductors shall be continuous from terminal block to terminal block without splice. Condulet type fittings shall not contain splices. No splicing of conductors shall be performed in any below ground structure. Control -Voltage Electrical Power Cables 26 05 23 - 8 FTW23970 —Marina Drive 2. If rejected, the cables shall be removed, discarded, replaced, reinstalled and re - terminated at the Contractor's expense. 3. Grouping conductors together into one conduit shall not be allowed where the Drawings indicate the conductors to be placed in separate conduits. Each home run shown on the Drawings shall be in its own conduit. 4. Properly support cables in accordance with the NEC and manufacturer's recommendations in all raceways. Provide strain relief as required. 5. The cable shall not be bent to a radius no smaller than the manufacturer cable's minimum bending radius. 6. All terminated conductors shall be labeled as specified prior to testing and final terminations being done. Any conductor that is de -terminated for any reason shall be re -tested. All associated controls, if tested before, shall be re -tested following final re - termination. B. Paired Shielded and Triad Shielded Cable: Ground paired shielded and triad shielded cables at the instrument panel or starter end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded and triad shielded cable shall not be laced with or placed in the same conduit with power cables and control cables. Each termination of paired shielded or triad shielded cable shall be coated with silicone jelly after termination. The shield of pair shielded cable and triad shielded cable shall only be broken when the conductors are terminated on terminal strips. Each conductor and shield shall be landed on its own terminal. Double terminations of any conductor or shield shall not be allowed. C. Ground Conductors: Conduits and other raceway shall contain an insulated equipment grounding conductor whether the raceway is metallic or not. Conduits, cabinets, and other equipment shall be properly grounded in accordance with National Electrical Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Bond each end of each of the conduit to the ground system. Make connections to equipment with solderless connections. END OF SECTION Control -Voltage Electrical Power Cables 26 05 23 - 9 FTW23970 —Marina Drive 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". 1.02 SUMMARY A. Submittal shall be in accordance with Section 0133 00, "Submittals" and shall include: 1. Product Data: For each type of product indicated. 2. Test wells. 3. Ground rods. 4. Ground Conductors. 5. Connectors. 6. Grounding arrangements and connections for separately derived systems. 7. Field quality -control reports in accordance with Section 26 0126 "Testing of Electrical Systems". 1.03 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with UL 467 for grounding and bonding materials and equipment. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Burndy; Part of Hubbell Electrical Systems. 2. ERICO International Corporation. 3. Harger Lightning & Grounding. 4. 1 LSCO. 5. O-Z/Gedney; a brand of Emerson Industrial Automation. 6. Thomas & Betts Corporation, A Member of the ABB Group. Grounding and Bonding for Electrical Systems 26 05 26 - 1 FTW23970 —Marina Drive 2.02 CONDUCTORS A. Insulated Conductors: tinned -copper wire or cable insulated for 600 V. B. Tin-plated Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 2.03 CONNECTORS A. Listed and labeled by a Nationally Recognized Testing Laboratory (NRTL) acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other connected items. B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy, bolted pressure -type, with at least two bolts. C. Welded Connectors: Exothermic -welding kits of types recommended by kit manufacturers for materials being joined and installation conditions. D. Bus -Bar Connectors: Mechanical type, cast silicon bronze, solderless exothermic -type wire terminals, and long -barrel, two -bolt connection to ground bus bar. 2.04 GROUNDING ELECTRODES A. Ground Rods: Copper -clad steel; 3/4 inch by 10 feet. B. Ground Plate Electrodes: 1/4" thick, 2'-0" wide x 2'-0" long serrated copper plate with #4/0 tinned copper conductor terminated ten (10) foot welded pigtail connection, ALT Fabrication Item #3280-40 or equal. 2.05 MISCELLANEOUS A. CONDUIT GROUND FITTINGS: Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp., type NE or Thomas & Betts No. 3951 series. B. GROUND ROD BOXES: Precast Box with cast iron lid. Lid shall read "ground rod". H-10 rated boxes shall be Brooks Precast Model "3-RT" or approved equal. Ground rod boxes located in driveway areas shall have an AASHO HS-20 rating by ALT Fabrication Item #3114 or approved equal. C. EXOTHERMIC WELDING PROCESS: CADWELD MATERIALS— as manufactured by ERICO products or approved equal. 2.06 PROCESSES A. All grounding system connections to building steel and ground rods shall be exothermically welded including all cable connections, and cable steel terminations. The use of mechanical type connections is not acceptable. B. Any concealed connection (buried, encased in concrete or otherwise sealed) shall be done only with exothermic welds. Grounding and Bonding for Electrical Systems 26 05 26 - 2 FTW23970 —Marina Drive C. All materials involved must be from the same sources to ensure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc. 2.07 GROUNDING SYSTEM A. Provide a complete grounding system that includes all connections and the testing of ground rods, ground cables, ground buses, conduits, fittings, anchor supports, thermite process materials and equipment and other materials required for a complete installation. Contractor is required to provide all grounding electrodes, grounding electrode conductors and bonding jumpers are required by the National Electrical Code. The grounding system shall be installed and sized in accordance with the National Electrical Code, unless a larger size is shown on the drawings. 3.00 EXECUTION 3.01 APPLICATIONS A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger unless otherwise indicated. B. Underground Grounding Conductors: Install bare tin-plated copper conductor, conductor size as shown on drawings. 1. Bury at least 30 inches below grade. 2. Duct -Bank Grounding Conductor: Place conductor on top of duct bank prior to back filling above duct bank when indicated as part of duct -bank installation. C. Isolated Grounding Conductors: Green -colored insulation with continuous yellow stripe. On feeders with isolated ground, identify grounding conductor where visible to normal inspection, with alternating bands of green and yellow tape, with at least three bands of green and two bands of yellow. D. Grounding Bus: Install in electrical equipment rooms, in rooms housing service equipment, and elsewhere as indicated. 1. Install bus horizontally, on insulated spacers 2 inches minimum from wall, 6 inches above finished floor unless otherwise indicated. 2. Where indicated on both sides of doorways, route bus up to top of door frame, across top of doorway, and down; connect to horizontal bus. E. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type connectors. 2. Underground Connections: Exothermically welded connectors. 3. Connections to Ground Rods at Test Wells: Exothermically welded connectors. 4. Connections to Structural Steel: Exothermically welded connectors. S. Connections to Equipment: NEMA ground pads and insulated jumpers. 6. Connections to Ground Pad: Exothermic. Grounding and Bonding for Electrical Systems 26 05 26 - 3 FTW23970 —Marina Drive 7. The use of "pig tails" for connections to ground loops or equipment shall not be allowed. 3.02 GROUNDING AT THE SERVICE A. Equipment grounding conductors and grounding electrode conductors shall be connected to the ground bus. Install a main bonding jumper between the neutral and ground buses. 3.03 GROUNDING SEPARATELY DERIVED SYSTEMS A. Generator: Install grounding electrode(s) at the generator location. The electrode shall be connected to the equipment grounding conductor and to the frame of the generator. 3.04 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS A. Comply with IEEE C2 and NFPA 70 grounding requirements. B. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall, and set rod depth so 4 inches will extend above finished floor. If necessary, install ground rod before manhole is placed and provide No. 1/0 AWG bare, tinned -copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure -sensitive insulating tape or heat -shrunk insulating sleeve from 2 inches above to 6 inches below concrete. Seal floor opening with waterproof, non -shrink grout. C. Grounding Connections to Manhole Components: Bond exposed -metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard -drawn copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Connect to cable armor and cable shields according to written instructions by manufacturer of splicing and termination kits. 3.05 EQUIPMENT GROUNDING A. Install insulated equipment grounding conductors with all feeders and branch circuits. B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 5. Three-phase motor and appliance branch circuits. 6. Flexible raceway runs. 7. Armored and metal -clad cable runs. 8. Busway Supply Circuits: Install insulated equipment grounding conductor from grounding bus in the switchgear, switchboard, or distribution panel to equipment grounding bar terminal on busway. Grounding and Bonding for Electrical Systems 26 05 26 - 4 FTW23970 —Marina Drive 9. Computer and Rack -Mounted Electronic Equipment Circuits: Install insulated equipment grounding conductor in branch -circuit runs from equipment -area power panels and power -distribution units. C. Air -Duct Equipment Circuits: Install insulated equipment grounding conductor to duct - mounted electrical devices operating at 120 V and more, including air cleaners, heaters, dampers, humidifiers, and other duct electrical equipment. Bond conductor to each unit and to air duct and connected metallic piping. D. Water Heater, Heat -Tracing, and Antifrost Heating Cables: Install a separate insulated equipment grounding conductor to each electric water heater and heat -tracing cable. Bond conductor to heater units, piping, connected equipment, and components. E. Signal and Communication Equipment: For telephone, alarm, voice and data, and other communication equipment, provide No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location. F. Poles Supporting Outdoor Lighting Fixtures: Install grounding electrode and a separate insulated equipment grounding conductor in addition to grounding conductor installed with branch -circuit conductors. 3.06 INSTALLATION A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. B. Ground Bonding Common with Lightning Protection System: Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. Bond electrical power system ground directly to lightning protection system grounding conductor at closest point to electrical service grounding electrode. Use bonding conductor sized same as system grounding electrode conductor, and install in conduit. C. Ground Rods: Drive rods until tops are 6 inches below finished floor or final grade unless otherwise indicated. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating if any. For grounding electrode system, install at least three rods spaced at least one -rod length from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor. D. Test Wells: Ground rod driven through bottom of Ground Rod Box. Ground Rod Box shall be at least 12 inches deep, with cover. 1. Test Wells: Install at least one test well for each service unless otherwise indicated. Install at the ground rod electrically closest to service entrance. Set top of test well flush with finished grade or floor. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit. Grounding and Bonding for Electrical Systems 26 05 26 - 5 FTW23970 —Marina Drive 1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment. Use exothermic -welded connectors for outdoor locations; if a disconnect -type connection is required, use a bolted clamp. F. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: Install insulated tin-plated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes; use a bolted clamp connector or bolt a lug -type connector to a pipe flange by using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided -type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. G. Grounding for Steel Building Structure: Install a driven ground rod at base of each corner column and at intermediate exterior columns at distances not more than 60 feet apart. H. Concrete -Encased Grounding Electrode (Ufer Ground): Fabricate according to NFPA 70; using electrically conductive coated steel reinforcing bars or rods, at least 20 feet long. If reinforcing is in multiple pieces, connect together by the usual steel tie wires or exothermic welding to create the required length. 1. Bond grounding conductor to reinforcing steel in at least four locations and to anchor bolts. Extend grounding conductor below grade and connect to building's grounding grid or to grounding electrode external to concrete. I. Ground electrical work in accordance with the National Electrical Code Article 250 and local codes. J. Install ground cables continuously between connections. Splices shall not be permitted, except where indicated on the plans. Where ground cables pass through floor slabs, buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non- metallic materials. K. Install a green -colored, equipment grounding conductor in raceways. Size conductors in accordance with NEC Article 250. L. Where ground wire is directly buried in earth or concrete, use standard bare tinned copper cable, in all other cases install a green -colored insulation, equipment grounding conductor in accordance with Section 26 05 19, "Low -Voltage Electrical Power Conductors and Cables". Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. M. Metal conduits stubbed up into switchgear, motor control center or other electrical equipment shall be terminated with insulated grounding bushings and connected to the Grounding and Bonding for Electrical Systems 26 05 26 - 6 FTW23970 —Marina Drive equipment ground bus. Size the grounding wire in accordance with applicable sections of the National Electrical Code. N. Provide exothermic weld connection for extension to existing stub -up ground conductors. O. Liquid tight flexible metal conduit in sizes 1-1/2" or larger shall have bonding jumpers. Bonding jumpers shall be external, run in parallel (not spiraled) and fastened with plastic tie wraps. Contractor shall provide bonding jumpers sized in accordance with the National Electrical Code. P. All equipment enclosures, motor and transformer frames, conduit systems, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. Provide grounding and bonding jumpers as required per the NEC. Q. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250. R. Run a grounding cable the full length of each cable tray section and bond to each cable tray section. Provide #4/0 bare copper in cable tray. S. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and rod used. All bonds shall remain exposed for inspection of the Owner's Representative. T. At each convenience outlet, install a grounding clip attached to the outlet box and leave a sufficient length of #12 wire with green -colored insulation to connect to the grounding terminal at the receptacle. U. Ground pad shall be installed in concrete foundations or pad for connections to equipment and grounding system. Flat plate all copper alloy Erico CADWELD B164-2Q or equal. Ground pad shall be exothermically welded to ground cable. 1. Transformer Pads: Provide a ground pad in the concrete pad. Provide a #4/0 bare copper to the grounding system. Provide two -hole spade terminals connected to a #4/0 bare copper conductor at each end and connect to the transformer enclosure and to the ground pad. 2. Generator Pads: Provide a ground pad in the concrete pad. Provide a #4/0 bare copper to the grounding system. Provide two -hole spade terminals connected to a #4/0 bare copper conductor at each end and connect to the generator enclosure and to the ground pad. 3. The use of "pig tails" for connections to ground loops or equipment shall not be allowed. V. Provide a minimum of two ground connections to all medium voltage equipment including VFD's and transformer frames. 3.07 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. Testing shall be in accordance with Section 26 0126 "Testing of Electrical Systems" and the latest version of NETA Acceptance Testing Specification. B. Tests and Inspections: Grounding and Bonding for Electrical Systems 26 05 26 - 7 FTW23970 —Marina Drive 1. After installing grounding system, but before permanent electrical circuits have been energized, test for compliance with requirements. 2. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. 3. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions. 4. Use Biddle Direct Reading Earth Resistance Tester or equivalent to measure resistance to ground of the system. Perform testing in accordance with the test instrument manufacturer's recommendation using the fall of potential method. 5. All test equipment provided under this section shall be approved by the ENGINEER. 6. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. The contractor shall test the grounding system at each ground rod shown on plans. 7. Testing shall be performed before energizing the distribution system. 8. A separate test shall be conducted for each building or system. 9. Notify the ENGINEER immediately if the resistance to ground for any building or system is greater than five ohms. Provide additional ground rods and conductors as required to bring the resistance to five ohms. 10. Test completed grounding system at each location where a maximum ground -resistance level is specified, at service disconnect enclosure grounding terminal, at ground test wells. Make tests at ground rods before any conductors are connected. a. Measure ground resistance no fewer than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. b. Perform tests by fall -of -potential method according to IEEE 81. 11. Prepare dimensioned drawings locating each test well, ground rod and ground -rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. C. Grounding system will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. E. Report measured ground resistances that exceed 5 ohms. F. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Owner/Engineer promptly and include recommendations to reduce ground resistance. END OF SECTION Grounding and Bonding for Electrical Systems 26 05 26 - 8 FTW23970 —Marina Drive 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittals" and shall include: 1. Product Data: For each type of product. a. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the following: 1). Hangers. 2). Steel slotted support systems. 3). Nonmetallic support systems. 1.04 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1/D1.1M. 2. AWS D1.2/D1.2M. 2.00 PRODUCTS 2.01 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4 factory -fabricated components for field assembly. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit; a part of Atkore International. b. B-line, an Eaton business. c. ERICO International Corporation. d. Flex -Strut Inc. Hangers and Supports for Electrical Systems 26 05 29 - 1 FTW23970 —Marina Drive e. GS Metals Corp. f. G-Strut. g. Thomas & Betts Corporation, A Member of the ABB Group. h. Unistrut; Part of Atkore International. 2. Material: Stainless Steel, Type 316. 3. Channel Width: 1-5/8 inches. 4. Metallic Coatings: Hot -dip galvanized after fabrication and applied according to MFMA- 4. 5. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA-4. 6. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA- 4. 7. Protect finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. 8. Channel Dimensions: Selected for applicable load criteria. B. Nonmetallic Slotted Support Systems: Structural -grade, factory -formed, glass -fiber -resin channels and angles with minimum 13/32-inch-diameter holes at a maximum of 8 inches o.c., in at least one surface. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit; a part of Atkore International. b. B-line, an Eaton business. c. Fabco Plastics Wholesale Limited. d. G-Strut. e. Haydon Corporation. f. Seasafe, Inc.; AMICO, a Gibraltar Industries Company. 2. Channel Width: 1-5/8 inches. 3. Fittings and Accessories: Products provided by channel and angle manufacturer and designed for use with those items. 4. Fitting and Accessory Materials: Same as those for channels and angles, except metal items may be stainless steel. 5. Rated Strength: Selected to suit applicable load criteria. 6. Protect finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Conduit and Cable Support Devices: 316 Stainless -steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. Hangers and Supports for Electrical Systems 26 05 29 - 2 FTW23970 —Marina Drive D. Structural Steel for Fabricated Supports and Restraints: ASTM A36/A36M steel plates, shapes, and bars; 304L stainless steel. E. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Mechanical -Expansion Anchors: Insert -wedge -type, stainless steel, for use in hardened portland cement concrete, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1). B-line, an Eaton business. 2). Empire Tool and Manufacturing Co., Inc. 3). Hilti, Inc. 4). ITW Ramset/Red Head; Illinois Tool Works, Inc. 5). MKT Fastening, LLC. 2. Concrete Inserts: Stainless Steel, slotted support system units similar to MSS Type 18 units and comply with MFMA-4 or MSS SP-58. 3. Clamps for Attachment to Steel Structural Elements: MSS SP-58 units are suitable for attached structural element. 4. Through Bolts: 304L Stainless Steel, Structural type, hex head, and high strength. Comply with ASTM A325. 5. Hanger Rods: 316 Threaded stainless steel. 6. Washers: 304L Stainless steel. 2.02 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted structural -steel shapes, shop or field fabricated to fit dimensions of supported equipment. B. Materials: Comply with requirements in Section 05 50 00 "Metal Fabrications" for steel shapes and plates. 3.00 EXECUTION 3.01 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems unless requirements in this Section are stricter. B. Comply with requirements for raceways and boxes specified in Section 26 05 33 "Raceways and Boxes for Electrical Systems." C. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMTs, IMCs, and RMCs as scheduled in NECA 1, where its Table 1 lists maximum spacings that are less than those stated in NFPA 70. Minimum rod size shall be 3/8 inch in diameter. Hangers and Supports for Electrical Systems 26 05 29 - 3 FTW23970 —Marina Drive D. Multiple Raceways or Cables: Install trapeze -type supports fabricated with stainless steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. Secure raceways and cables to these supports with two -bolt conduit clamps single -bolt conduit clamps using spring friction action for retention in support channel. Spring -steel clamps designed for supporting single conduits without bolts may be used for 1- 1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.02 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this article. B. Raceway Support Methods: In addition to methods described in NECA 1, EMTs and RMCs may be supported by openings through structure members, according to NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 pounds. D. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To New or Existing Concrete: See design drawing details. 2. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP-69. 3. To Light Steel: Sheet metal screws. 4. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted -channel racks attached to substrate. E. Drill holes for expansion anchors in concrete at locations and depths that avoid the need for reinforcing bars. 3.03 INSTALLATION OF FABRICATED METAL SUPPORTS A. Comply with installation requirements in Section 05 50 00 "Metal Fabrications" for site - fabricated metal supports. B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment. C. Field Welding: Comply with AWS D1.1/D1.1M. 3.04 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than the supported unit, and so anchors will be a minimum of 10 bolt diameters from the edge of the base. Hangers and Supports for Electrical Systems 26 05 29 - 4 FTW23970 —Marina Drive B. Use 3000-psi, 28-day compressive -strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Section 03 30 00 "Cast -In -Place Concrete." C. Anchor equipment to concrete base as follows: Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor -bolt manufacturer's written instructions. D. All floor mounted equipment shall have a 4" thick housekeeping pad on top of concrete foundations or floor for interior equipment. 3.05 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use the same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field -painted surfaces. 1. Apply paint by brush or spray to provide a minimum dry film thickness of 2.0 mils. B. Touchup: Comply with requirements in Section 09 9123 "Interior Painting" and Section 09 96 00 "High -Performance Coatings" for cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal. C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing -repair paint to comply with ASTM A780. END OF SECTION Hangers and Supports for Electrical Systems 26 05 29 - 5 FTW23970 —Marina Drive 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install raceways and boxes, as specified and indicated on the plans. B. The Contractor shall be responsible for sizing all pull boxes and junction boxes per the NEC Article 314 and all other relevant sections of the NEC. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical". 1.02 SUMMARY A. Section Includes: 1. Metal conduits, tubing, and fittings. 2. Nonmetal conduits, tubing, and fittings. 3. Metal wireways and auxiliary gutters. 4. Boxes, enclosures, and cabinets. 5. Handholes and boxes for exterior underground cabling. 1.03 DEFINITIONS A. ARC: Aluminum rigid conduit. B. LFMC: Liquidtight flexible metallic conduit. C. LFNC: Liquidtight flexible nonmetallic conduit. D. RNC: Rigid nonmetallic conduit. 1.04 SUBMITTALS A. Product Data: For raceways, wireways and fittings, floor boxes, hinged -cover enclosures, and cabinets. B. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details. 2.00 PRODUCTS 2.01 METAL CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems; a part of Atkore International. 2. Allied Tube & Conduit; a part of Atkore International. 3. Anamet Electrical, Inc. Raceways and Boxes for Electrical Systems 26 05 33 - 1 FTW23970 —Marina Drive 4. Electri-Flex Company. 5. FSR Inc. 6. O-Z/Gedney; a brand of Emerson Industrial Automation. 7. Picoma Industries, Inc. 8. Republic Conduit. 9. Robroy Industries. 10. Calbond. 11. Southwire Company. 12. Thomas & Betts Corporation, A Member of the ABB Group. 13. Western Tube and Conduit Corporation. 14. Wheatland Tube Company. B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. ARC: Heavy wall, aluminum alloy 6063; low temper number, tube, free from defects and manufactured in accordance with ANSI C80.5 and UL 6A. D. PVC -Coated Aluminum Conduit: PVC -coated. 1. Comply with UL 6A. 2. Exterior Coating Thickness: 0.040 inch, minimum PVC. 3. Interior Coating Thickness: 0.020 inch, minimum urethane. E. LFMC: Flexible aluminum conduit with PVC jacket. Single strip, helically wound, interlocking, aluminum, in accordance with UL 360. F. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70. 2. Fittings for Rigid Aluminum: a. Material: Aluminum. 1). Type: Form 7. b. Class I and II Hazardous locations: 1). Material: Copper -free aluminum. 2). Type: Series OE, LBH and LBY 3). Covers: Copper -free aluminum 3. Fittings for PVC Coated Rigid Aluminum: a. Material: PVC Coated Cast Aluminum Raceways and Boxes for Electrical Systems 26 05 33 - 2 FTW23970 —Marina Drive b. Type: Form 7. c. Coating for Fittings for PVC -Coated Conduit: Minimum thickness of 0.040 inch, with overlapping sleeves protecting threaded joints. G. Expansion Fittings: PVC, or aluminum to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper, Crouse Hinds XJG 4" or equal with bonding jumper for aluminum. Where expansion/deflection fitting is specified on the drawings, provide Crouse Hinds XJGD or equal. H. Insulated Grounding Bushings: Threaded bushings, O-Z Type ABLG with lay -in means of grounding conduit. I. Fittings for LFMC 1. Fittings for aluminum LFMC shall be aluminum with reinforced sealing gaskets with Thomas and Betts stainless steel retaining ring, external grounding lugs, and insulated throat. Fittings shall be Emerson STB-L or equal. J. Joint Compound for ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 1. Aluminum conduit: Penetrox A-13 or approved equal. a. UL Listed b. Compatible with insulating materials such as rubber, or polyethylene. c. Rated for all voltages K. Conduit Seals: Explosion -proof, rigid metal conduit fitting as defined by NEC Article 500, and as manufactured by Crouse Hinds fitting with Chico "X" Fiber and Chico "A" compound or Appleton fitting with Apelco fiber and compound. Seal shall be same material as conduit. L. Lubricants: 1. Hazardous locations Class I, Div. II locations a. Metal -to -metal joint: STL thread lubricant. 1). Applicable to dissimilar metals 2). Maintain grounding continuity b. Lighting Fixture Threaded joint: HTL high temperature lubricant 1). Applicable to dissimilar metals 2). Maintain grounding continuity 2.02 NONMETALLIC CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems; a part of Atkore International. 2. Anamet Electrical, Inc. Raceways and Boxes for Electrical Systems 26 05 33 - 3 FTW23970 —Marina Drive 3. Arnco Corporation. 4. CANTEX INC. 5. CertainTeed Corporation. 6. Condux International, Inc. 7. Electri-Flex Company. 8. Kraloy. 9. Lamson & Sessions. 10. Niedax Inc. 11. RACO; Hubbell. 12. Thomas & Betts Corporation, A Member of the ABB Group. B. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. D. LFNC: Comply with UL 1660. E. Fittings for RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. F. Fittings for LFNC: Comply with UL 514B. 2.03 METAL WIREWAYS AND AUXILIARY GUTTERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. B-line, an Eaton business. 2. Hoffman; a brand of Pentair Equipment Protection. 3. MonoSystems, Inc. 4. Square D. B. Description: Sheet metal, complying with UL 870 and NEMA 250, Type 4X 316 stainless steel unless otherwise indicated, and sized according to NFPA 70. 1. Metal wireways installed outdoors shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Wireway Covers: Flanged-and-gasketed type unless otherwise indicated. E. Finish: Manufacturer's standard enamel finish. F. Wireways shall come with a threaded grounding post welded to the enclosure used for grounding. Raceways and Boxes for Electrical Systems 26 05 33 - 4 FTW23970 —Marina Drive 2.04 BOXES, ENCLOSURES, AND CABINETS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Adalet. 2. Crouse -Hinds, an Eaton business. 3. EGS/Appleton Electric. 4. Erickson Electrical Equipment Company. 5. FSR Inc. 6. Hoffman; a brand of Pentair Equipment Protection. 7. Hubbell Incorporated. 8. Kraloy. 9. Milbank Manufacturing Co. 10. MonoSystems, Inc. 11. Oldcastle Enclosure Solutions. 12. O-Z/Gedney; a brand of Emerson Industrial Automation. 13. RACO; Hubbell. 14. Robroy Industries. 15. Spring City Electrical Manufacturing Company. 16. Stahlin Non -Metallic Enclosures. 17. Thomas & Betts Corporation, A Member of the ABB Group. 18. Wiremold / Legrand. B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. C. Cast -Metal Outlet and Device Boxes: Comply with NEMA FB 1, aluminum, Type FD, with gasketed cover. 1. Outlet boxes for Rigid Aluminum: a. Material: Aluminum. 1). Type: Form 7. b. Class I and II Hazardous locations: 1). Material: Copper -free aluminum. 2). Type: Series GUA 3). Covers: Copper -free aluminum Raceways and Boxes for Electrical Systems 26 05 33 - 5 FTW23970 —Marina Drive D. Hinged -Cover Enclosures: Comply with UL 50 and NEMA 250, Type 3R with continuous -hinge cover with flush latch unless otherwise indicated. 1. Metal Enclosures: 316 stainless steel. 2. Interior Backplane Panels: Steel; all sides finished with manufacturer's standard enamel. 3. Enclosures shall include a grounding kit. E. Cabinets: 1. NEMA 250, Type 4X 316 stainless steel galvanized -steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge. 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. 6. Nonmetallic cabinets shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 7. Cabinet shall include a grounding kit. 2.05 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING A. General Requirements for Handholes and Boxes: 1. Boxes and handholes for use in underground systems shall be designed and identified as defined in NFPA 70, for intended location and application. 2. Boxes installed in wet areas shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Concrete Pullboxes 1. ACCEPTABLE MANUFACTURERS; PRECAST: Precast concrete products shall comply with the specifications and shall be produced by the following Manufacturers: a. Brooks Products b. American Industrial Precast Products c. Dalworth Quickset Co. d. Old Castle e. No Equal 2. ACCEPTABLE MANUFACTURERS; CASTINGS: Metal castings shall comply with the specifications and shall be produced by the following Manufacturers: a. McKinley Iron Works, Fort Worth, TX b. Neenah Foundry, Neenah, WI c. No equal. Raceways and Boxes for Electrical Systems 26 05 33 - 6 FTW23970 —Marina Drive 3. DESIGN CRITERIA: Concrete for precast concrete shall obtain a compressive strength of 4000 psi minimum at 28 days, and shall be an air -entrained mix of the Manufacturer's standard mix design. 4. STANDARDS a. The applicable provisions of the following standards shall apply as if written here in their entirety: AASHO H-20 "Standard Specifications for Highway Bridges" ANSI/ASTM A-15 "Zinc Coating (Hot Dipped) on Iron and Steel Hardware" ANSI/ASTM A-569 "Steel, Sheet and Strip, Carbon (0.15% Maximum), Hot Rolled, Commercial Quality. ASTM A-48 "Gray Iron Castings" ASTM A-123 "Zinc (Hot Galvanized) Coatings on Products fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strips." 5. Materials a. PULLING IRONS: 316 Stainless Steel bar with 7/8" diameter forming a triangle of 9" per side when set; galvanized according to ANSI/ASTM A-153 for irregularly shaped articles. b. CABLE RACK INSERTS: 316 Stainless Steel channel inserts with a minimum load rating of 800 pounds; length to match cable rack channel. c. CABLE RACK CHANNEL: 4" x 1-1/2" x 3/16" 316 stainless steel channel wall bracket, 48" long, with cable rack arm mounting slots on 8" centers. d. CABLE RACKS: 2-1/2" x 14" 316 stainless steel channel with high glazed, wet -process porcelain insulators conforming to ANSI/ASTM A-569. e. GROUND ROD: 3/4" x 10' copper clad steel, installed in the floor of the manhole, and all metallic cable racks, irons, etc. grounded (to the ground rod). Ground rod may be field installed, but floor penetration shall be sealed against the entrance of water under positive head. f. JOINT SEALANT: Flexible plastic gasket of flexible butyl resin sealant. g. DAMPPROOFING: Sonneborn, Div. of ChemRex, Inc. or approved equal. 1). BITUMINOUS DAMPPROOFING a). Cold -Applied, Emulsified -Asphalt Dampproofing: b). Brush and Spray Coats: ASTM D 1227, Type III, Class 1. 2). MISCELLANEOUS MATERIALS a). Emulsified -Asphalt Primer: ASTM D 1227, Type III, Class 1, except diluted with water as recommended by manufacturer. Raceways and Boxes for Electrical Systems 26 05 33 - 7 FTW23970 —Marina Drive 6. Mixes a. Concrete and reinforcing shall be in accordance with Section 03 30 00, "Cast -In - Place Concrete". 2.06 SOURCE QUALITY CONTROL FOR UNDERGROUND ENCLOSURES A. Handhole and Pull -Box Prototype Test: Test prototypes of handholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. 1. Strength tests of complete boxes and covers shall be by either an independent testing agency or manufacturer. A qualified registered professional engineer shall certify tests by manufacturer. 2. Testing machine pressure gauges shall have current calibration certification complying with ISO 9000 and ISO 10012 and traceable to NIST standards. 3.00 EXECUTION 3.01 CONDUIT INSTALLATION SCHEDULE A. Conduit types shall be installed in accordance with the following schedule: 1. BURIED OR CONCRETE ENCASED CONDUIT: Schedule 40 PVC, Type EPC-40-PVC, concrete encased unless noted otherwise. Conduit below grade shall not be smaller than 2". a. Elbows 1.5" and larger: PVC COATED ARC. b. Elbows below 1.5" where allowed: PVC COATED ARC 2. ABOVE GRADE NON -CONCEALED CONDUIT: ARC unless noted otherwise. 3. PVC COATED RIGID ALUMINUM CONDUIT: Shall be used for conduit stub -ups through concrete and concrete wall penetrations. 4. RIGID ALUMINUM CONDUIT: Maybe used in all locations. PVC coated rigid aluminum conduit shall be used in corrosive environments or where in contact with concrete. 5. LIQUID TIGHT FLEXIBLE METALLIC CONDUIT: Shall only be used to equipment in non- hazardous locations not subject to physical damage or excessive temperatures, requiring vibration isolation unless otherwise indicated, 6'-0" maximum length. The bending radius shall be in accordance with Chapter 9, Table 2 of the NEC and shall not deform or alter the flex jacket. 6. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFMC. 7. Boxes and Enclosures, Aboveground: NEMA 250, NEMA 4X 316 stainless steel. 8. Boxes and Enclosures, Aboveground for Class I, Div. 2 hazardous locations: NEMA 250 cast aluminum Type 7. B. Minimum Raceway Size: 1. Underground: 2" in duct banks. 1" independent conduits for power to light poles. C. Raceway Fittings: Compatible with raceways and suitable for use and location. Raceways and Boxes for Electrical Systems 26 05 33 - 8 FTW23970 —Marina Drive Rigid Aluminum Conduit: Use threaded rigid aluminum conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. PVC Externally Coated, Rigid Aluminum Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. D. Where raceways are installed for such circuits and pass through concrete, install PVC Coated Rigid Aluminum extending 6" past the top of the concrete slab where conduit does not terminate in a floor mounted enclosure. E. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. F. Install surface raceways only where indicated on Drawings. G. Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F. 3.02 CONDUIT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations. B. Use the conduit route where shown on the plans. Route conduits that do not have a specified route in the most direct path between the two points, i.e. home runs shown with an arrow symbol. Route conduits parallel to wet well lines. Concealed conduits on the plans shall be below grade. C. Install conduit at elevations which maintain headroom, and at locations which avoid interference with other work requiring grading of pipe, the structure, etc. Avoid crossing other work. Conduits shall not be placed in close proximity to equipment, systems, and service lines. Maintain a minimum of 3" separation, except in crossing which shall be a minimum of 1". D. Group conduit in parallel runs where practical. Use a conduit rack constructed of channels with conduit straps or clamps. Provide space for an additional 25% conduit. E. Parallel runs of conduit shall have bends and offsets made at the same point such that the angle of bend is the same in each conduit and the conduits remain parallel throughout the run. Conduits not installed in this manner shall be removed and reinstalled at the Contractor's expense. Conductors that are installed shall be removed and replaced at the Contractor's expense. F. Conduits installed in parallel shall be arranged such that crossings are eliminated. G. Nuts, bolts, concrete anchor bolts and other metallic fasteners shall be 316 stainless steel. H. Install conduit with threaded couplings and other threaded fittings. Threadless, or clamp type fittings shall not be used on metallic conduit. Rigid aluminum conduit shall have each set of threads coated with an oxidation inhibitor, Ilsco, De-Ox, ITT Noalox, Blackburn Contax or approved equal. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. The use of duct tape or any other tape shall be prohibited. Raceways and Boxes for Electrical Systems 26 05 33 - 9 FTW23970 —Marina Drive J. Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per the National Electrical Code. K. Size conduits as required by the National Electrical Code for the number and sizes of wires to be drawn into the conduit. L. Where applicable, aluminum conduit, straps, and struts shall not be in direct contact with concrete. Provide a neoprene washer between the two materials. M. PVC conduit shall not be installed above grade level, above concrete slab level, or for any exposed installations unless specified. N. Conduit system shall be swabbed clean prior to installation of conductors. O. Ground conduits in accordance with the National Electrical Code and Specification 26 05 26, GROUNDING & BONDING FOR ELECTRICAL SYSTEMS. Install manufactured PVC coated aluminum conduit elbows for stub -ups at poles and equipment. Encase elbows for stub -up ducts throughout length of elbow. Q. Complete raceway installation before starting conductor installation. R. Cut conduit perpendicular to the length. For conduits 2" trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. S. Comply with requirements in Section 26 05 29 "Hangers and Supports for Electrical Systems" for hangers and supports. T. Arrange stub -ups so curved portions of bends are not visible above finished slab. U. Install no more than the equivalent of four 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches of changes in direction or where conduit penetrates through a floor, wall, or transitions from underground. V. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. W. Coat field -cut threads on PVC -coated raceway with a corrosion -preventing conductive compound prior to assembly. X. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. Y. Install conduit drain assemblies in outside or underground conduits to provide for draining. 3.03 CONDUITS THROUGH CONCRETE: A. Conduit stubbed -up through concrete and under free standing enclosures located such as a motor control center, shall include an insulated throat grounding bushing threaded to the conduit termination. No fiberglass shall be exposed to daylight or be installed such that any portion is out of concrete housekeeping pad or duct bank. Contractor shall properly tape PVC coated aluminum conduit where it transitions to PVC conduit in underground concrete encased duct banks so that no aluminum conduit is in contact with concrete encasement. Raceways and Boxes for Electrical Systems 26 05 33 - 10 FTW23970 —Marina Drive Tape shall be manufactured by Scotch or approved equal. Coordinate with tape manufacturer for type of tape to use for the installation. B. Conduit passing through concrete shall be PVC coated aluminum. Conduit shall extend 12" above concrete transition. Where conduit transitions from below concrete into a duct bank, the conduit shall be PVC coated aluminum to the elbow. C. Conduit extending into concrete shall not be closer than 3" from adjacent conduit and shall not be closer than 1" from any reinforcement bars. 3.04 HAZARDOUS LOCATION CONDUIT INSTALLATION A. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. 1. Sealing fittings shall be filled with compound rated for hazardous locations Class I, Div.1 or Class 1, Div. 2 for conduits as indicated on the drawings. B. Comply with manufacturer's written instructions for solvent welding RNC and fittings. 3.05 EXPANSION FITTING INSTALLATION A. Expansion Fittings: 1. Expansion fittings used with aluminum conduit shall be installed in the following locations: a. At construction joints. b. In conduit runs longer than 100' c. Transitions from underground to above elevation (exposed). Install in each run of aboveground RMC conduit that is located where environmental temperature change may exceed 100 deg F and that has straight -run length that exceeds 100 feet. 3. Install expansion fittings at all locations where conduits, concealed or surface mount, cross building, structure, construction and seismic expansion joints. 4. Install each expansion -joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. 5. Acceptable expansion/deflation fittings made of neoprene in outdoor applications shall have aluminum lagging over the neoprene held in place with stainless steel tie -wraps. 3.06 LIQUID TIGHT FLEXIBLE CONDUIT INSTALLATION A. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 36 inches of flexible conduit for recessed and semi recessed luminaires, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFNC in damp or wet locations not subject to severe physical damage. Raceways and Boxes for Electrical Systems 26 05 33 - 11 FTW23970 —Marina Drive 3.07 JUNCTION BOX AND PULL BOX INSTALLATION A. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, give priority to ADA requirements. Install boxes with height measured to bottom of box unless otherwise indicated. B. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. C. Drilling holes in boxes to support the box shall not be allowed. 3.08 INSTALLATION OF UNDERGROUND CONDUIT A. Concrete Encased Conduit: 1. Duct banks routed below building slabs or any equipment pad shall be steel reinforced concrete encased. 2. Excavate trench bottom to provide firm and uniform support for conduit. 3. After installing conduit and concrete, backfill and compact. Start at tie-in point, and work toward end of conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches of finished grade, make final conduit connection at end of run and complete backfilling with normal compaction as specified in Section 31 23 33 "Trenching and Backfilling". 4. At the transition from underground and or from concrete, protect conduit from mechanical damage by extending PVC coated rigid aluminum conduit a maximum of 12" and a minimum of 4" into the earth or concrete at the transition. S. Contractor shall properly tape PVC coated aluminum conduit where it transitions to PVC conduit in underground concrete encased duct banks so that no aluminum conduit is in contact with concrete encasement. Tape shall be manufactured by Scotch or approved equal. Coordinate with tape manufacturer for type of tape to use for the installation. a. Couple PVC coated aluminum conduits to ducts with adapters designed for this purpose and encase coupling with 3 inches of concrete for a minimum of 12 inches on each side of the coupling. 6. Underground Warning Tape: Comply with requirements in Section 26 05 53 "Identification for Electrical Systems." 7. For installation of conduits to be used by electric utility, coordinate with the utility for exact requirements 8. Conduit which is below the finished grade shall be PVC schedule 40, except where indicated on the plans or noted otherwise. 9. Bury underground conduit a minimum of 18" deep to the top of the concrete encasement for 600V duct banks. Backfill buried conduit banks with material which is free from large rock, paving material, or large angular substance. Raceways and Boxes for Electrical Systems 26 05 33 - 12 FTW23970 —Marina Drive 10. Install underground conduit with the conduit duct bank dimensions shown on the plans. Adhere to conduit spacing by using spacers at intervals to ensure that proper spacings are maintained. 11. The concrete shall be red in color. Apply dye in concrete truck, sprinkling dye on top of the duct bank after concrete placement is prohibited. Place 3" CMU blocks under rebar cage to suspend rebar off of the bottom of the trench so that it does not contact the soil and is completely encased in the concrete envelope when concrete is placed. 12. Contractor shall install duct bank spacers a minimum of every 5 feet. 13. Underground horizontal conduit bends shall have a minimum 2' bend radius. Underground conduit bends which are 45' or more and which are on conduits of 2" or greater shall utilize factory -coated rigid aluminum bends. a. PVC conduits requiring less than 30' bend may be bent using a hot box, but deformation of the conduit such that the internal cross -sectional area (at the bend) is compromised will not be allowed. 3.09 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2" sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch above finished grade. 3.10 SIZING AND INSTALLATION OF WIREWAYS, PULL BOXES AND JUNCTION BOXES A. The Contractor shall be responsible for providing and sizing all wireways, pull boxes and junction boxes per the National Electrical Code (NEC) Article 314 and all other relevant sections of the NEC. B. Install Products in accordance with manufacturer's instructions. C. Use screws, clips, and straps to fasten raceway channel to surfaces. Mount plumb and level. D. Use suitable insulating bushings and inserts at connections to outlets and corner fittings. E. Wireway Supports: Per manufacturer's recommendations. F. Close ends of wireway and unused conduit openings. G. Use separate pull boxes and junction boxes for electric power, control and communication systems. H. Install pull boxes in interior conduit at not more than 100' apart when conduit runs are not broken by junction or outlet boxes. I. Pull and junction boxes shall be accessible and not buried. J. Support boxes independently of conduit except for cast boxes that is connected to two rigid metal conduits, both supported within 12" of box. Raceways and Boxes for Electrical Systems 26 05 33 - 13 FTW23970 —Marina Drive K. Box shall be mounted using mounting lugs. Drilling through the box to mount is prohibited. Any box drilled to mount will be rejected and shall be removed and replaced at the Contractor's expense. 3.11 SLEEVE AND SLEEVE -SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping." B. Concrete Slabs and Walls: Install sleeves for penetrations unless core -drilled holes or formed openings are used. Install sleeves during erection of slabs and walls. C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. D. Cut sleeves to length for mounting flush with both surfaces of walls. E. Extend sleeves installed in floors 2 inches above finished floor level. F. Size pipe sleeves to provide 1/4" annular clear space between sleeve and raceway unless sleeve seal is to be installed. G. Seal space outside of sleeves with grout for penetrations of concrete and masonry H. Interior Penetrations of Non -Fire -Rated Walls and Floors: Seal annular space between sleeve and raceway, using joint sealant appropriate for size, depth, and location of joint. Refer to Division 07 Section "Joint Sealants" for materials and installation. Aboveground, Exterior -Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1" annular clear space between pipe and sleeve for installing mechanical sleeve seals. 3.12 PROTECTION A. Protect coatings, finishes, and cabinets from damage and deterioration. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. 3.13 CONDUIT TERMINATIONS A. Conduit terminations at enclosures shall maintain the NEMA rating of the enclosure. Conduit terminations damaging enclosures shall not be permitted. Damaged enclosures will not be accepted and shall be replaced at the Contractor's expense. B. Use grounding myers hubs for termination of conduits into enclosures. C. Locknut termination of conduits shall not be used on this project except where liquid tight fittings require locknuts to maintain UL listings. Locations utilizing liquid tight fittings shall include a stainless steel banded sealing gasket. Damaged bands or gaskets due to overtightening shall be replaced by the Contractor. D. For exterior, wet locations, and where conduit enters from exterior or wet locations, conduit terminations shall not penetrate the top of NEMA 4X enclosures. Enclosures with top Raceways and Boxes for Electrical Systems 26 05 33 - 14 FTW23970 —Marina Drive penetrations shall be removed and replaced with conduits re-routed for side or bottom penetration at Contractor's expense. If conductors have been installed and are too short to accommodate the re-routed conduit, then they shall be removed and replaced at the Contractor's expense. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. The use of duct tape or any other tape shall be prohibited. G. Conduits terminating inside an air-conditioned space from outside shall be sealed to prevent moisture/condensation from entering the enclosure. H. Install raceways square to the enclosure and terminate at enclosures with Myers hubs. Install Myers hub hand tight plus 1/4 turn more. 3.14 JUNCTION BOX INSTALLATION A. Junction boxes shall be installed so they are accessible from the front. B. Junction boxes shall have terminal strips/distribution blocks for splicing conductors where approved by the Engineer or as shown/specified on the plans. Terminal strips shall be manufactured by Allen-Bradley, Phoenix Contact or approved equal. Distribution blocks shall be per Section 26 05 19, Low Voltage Electrical Power Conductors & Cables. No top entry in junction boxes with a terminal strip. C. Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per the National Electrical Code. D. Metallic Junction boxes shall be grounded with NEC approved grounding fasteners and by means allowed by the enclosure manufacturer. Enclosures drilled for grounding fasteners that do not meet code shall be replaced at the cost of the Contractor. END OF SECTION Raceways and Boxes for Electrical Systems 26 05 33 - 15 FTW23970 —Marina Drive 26 05 50 ELECTRICAL EQUIPMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to complete the work in this section. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical." 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, "Submittals" and shall include: 1. Shop Drawings: a. Heat Trace 1). Installation information 2). Bill of Material 3). Weight of Enclosure 4). Product data sheets 5). Overall outline dimensions, both plan and elevations. 6). Project specific heat trace calculations. 7). Project specific interconnection/wiring diagram for heat trace system. 2. OPERATION AND MAINTENANCE MANUALS: a. Operation and maintenance manuals shall contain the shop drawings, submittals, spare parts lists, schematics, and maintenance procedures. b. Manuals shall be prepared by the Equipment Manufacturer and shall also incorporate appropriate final certified shop drawings and test data. Any changes made during startup and testing in the field shall be included in the final O&M manuals. Manuals may be manufacturer's standard instructions but shall be supplemented as necessary to cover any special feature not included in standard material. c. Heat Tracing O&M shall include all field modifications and routing information for all heat trace systems. 3. Statement of compatibility with piping insulation (specification 22 07 21). Electrical Equipment 26 05 50 - 1 FTW23970—Marina Drive 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. HEATTRACE SYSTEM 1. All heat trace control panels shall be enclosed in NEMA 4X enclosures. The panels shall feature a general fault alarm, and LED lights to provide indication of power to the unit, heater power on, and alarm status. All panels shall interface with a thermistor measuring ambient air temperature. 2. Heat Trace System: Automatic self-regulating, UL listed, with tinned copper braid, able to crossover itself without overheating, parallel circuit design, able to be cut to length at job site, flat and flexible for easy installation, corrosion and chemical resistant, complete with power connection kits, splice kits, end seal kits and necessary accessories for a complete operating installation. Chromalox and Nelson are approved heat trace manufacturers. a. Heating cable: Self -Regulating Freeze Protection, Industrial Grade, 16 AWG Buss Wire. Chromalox Type SRL. b. Provide Chroma-FP1-OD for ambient air sensing and power connection. 3W/ft SRL self-regulating heat trace shall operate on 120 VAC. c. Provide junction box for multiple heat trace connections where applicable. 3. Heat trace shall be installed using Fiberglass Tape with pressure sensitive thermosetting silicone adhesive W wide. Strap heat trace at no more than 1' intervals. Pipe shall be clean of all dirt and debris prior to installing Fiberglass Tape. Fiberglass Tape shall be wrapped completely around the pipe (one piece) and overlap at least 1". 4. Weather resistant "Caution Electrical Heat Trace" labels shall be placed on the outside of the insulation protection. 5. Insulation shall completely cover the pipe and heat trace. 6. Heat trace shall be installed per manufacturer's recommendations. 7. Provide heat trace as indicated on drawings. 8. Enclosures for heat trace devices shall be NEMA 4X. Electrical Equipment 26 05 50 - 2 FTW23970—Marina Drive 3.00 EXECUTION 3.01 INSTALLATION A. Make all electrical connections to all equipment specified. Install equipment in accordance with the Manufacturer's recommendations and the plans. If neither is available, install the equipment using recognized practices of the electrical industry and trade. 3.02 FIELD QUALITY CONTROL A. Upon completion of the installation, perform continuity tests and functional checkout to assure the proper operation of all equipment. END OF SECTION Electrical Equipment 26 05 50 - 3 FTW23970—Marina Drive 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground -line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels, including arc -flash warning labels. i 8. M scellaneous identification products. 1.03 SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for electrical identification products. B. Identification Schedule: For each piece of electrical equipment and electrical system components to be an index of nomenclature for electrical equipment and system components used in identification signs and labels. Use same designations indicated on Drawings. C. Delegated -Design Submittal: Labels for arc -flash hazard study. 2.00 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Comply with NFPA 70. B. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. C. Comply with ANSI Z535.4 for safety signs and labels. D. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. E. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes. Identification for Electrical Systems 26 05 53 - 1 FTW23970 — Marina Drive 1. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces 2.02 COLOR AND LEGEND REQUIREMENTS A. Raceways and Cables Carrying Circuits at 600 V or Less: 1. Black letters on an orange field. 2. Legend: Indicate voltage and system or service type. B. Raceways and Cables Carrying Circuits at More Than 600 V: 1. Black letters on an orange field. 2. Legend: "DANGER -CONCEALED HIGH VOLTAGE WIRING." C. Warning labels and signs shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER -ELECTRICAL SHOCK HAZARD -EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING -OSHA REGULATION -AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." 2.03 LABELS A. Vinyl Labels for Raceways Carrying Circuits at 600 V or Less: Preprinted, flexible labels laminated with a clear, weather- and chemical -resistant coating and matching wraparound clear adhesive tape for securing label ends. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Champion America. c. emedco. d. Grafoplast Wire Markers. e. LEM Products Inc. f. Marking Services, Inc. g. Panduit Corp. h. Seton Identification Products. B. Snap -Around Labels for Raceways and Cables Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible, preprinted, color -coded acrylic sleeves, with diameters sized to suit diameters of raceways they identify, and that stay in place by gripping action. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Marking Services, Inc. c. Panduit Corp. Identification for Electrical Systems 26 05 53 - 2 FTW23970 — Marina Drive d. Seton Identification Products. C. Self -Adhesive Labels: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. AnD Cable Products. b. Brady Corporation. c. Brother International Corporation. d. Emedco. e. Grafoplast Wire Markers. f. Ideal Industries, Inc. g. LEM Products Inc. h. Marking Services, Inc. i. Panduit Corp. j. Seton Identification Products. 2. Preprinted, 3-mil-thick, vinyl flexible label with acrylic pressure -sensitive adhesive. a. Self -Lamination: Clear; UV-, weather- and chemical -resistant; self -laminating, protective shield over the legend. Label sized to fit the cable raceway diameter, such that the clear shield overlaps the entire printed legend. 3. Vinyl, thermal, transfer -printed, 3-mil-thick, multicolor, weather- and UV -resistant, pressure -sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. a. Nominal Size: 3.5-by-5-inch. 4. Marker for Tags: Machine -printed, permanent, waterproof, black ink recommended by printer manufacturer. 2.04 BANDS AND TUBES: A. Snap -Around, Color -Coding Bands for Raceways and Cables: Slit, pretensioned, flexible, solid -colored acrylic sleeves, 2 inches long, with diameters sized to suit diameters of raceways or cables they identify, and that stay in place by gripping action. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Marking Services, Inc. c. Panduit Corp. B. Heat -Shrink Preprinted Tubes: Flame-retardant polyolefin tubes with machine -printed identification labels, sized to suit diameters of and shrunk to fit firmly around cables they identify. Full shrink recovery occurs at a maximum of 200 deg F. Comply with UL 224. Identification for Electrical Systems 26 05 53 - 3 FTW23970 — Marina Drive a 1. M nufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Panduit Corp. 2.05 TAPES AND STENCILS: A. M rker Tapes: Vinyl or vinyl -cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. a 1. M nufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlton Industries, LP. b. Champion America. c. Ideal Industries, Inc. d. Marking Services, Inc. e. Panduit Corp. B. Self -Adhesive Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; not less than 3 mils thick by 1 to 2 inches wide; compounded for outdoor use. a 1. M nufacturers: Subject to compliance with requirements, provide products by one of the following: a. 3 M b. Brady Corporation. c. Carlton Industries, LP. d. emedco. e. M rking Services, Inc. C. Tape and Stencil for Raceways Carrying Circuits 600 V or Less: 4-inch-wide black stripes on 10-inch centers placed diagonally over orange background that extends full length of raceway or duct and is 12 inches wide. Stop stripes at legends. a 1. M nufacturers: Subject to compliance with requirements, provide products by one of the following: a. LEM Products Inc. b. Marking Services, Inc. c. Seton Identification Products. D. Floor Marking Tape: 2-inch-wide, 5-mil pressure -sensitive vinyl tape, with yellow and black stripes and clear vinyl overlay. a 1. M nufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlton Industries, LP. Identification for Electrical Systems 26 05 53 - 4 FTW23970 — Marina Drive b. Seton Identification Products. E. Underground -Line Warning Tape 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Ideal Industries, Inc. c. LEM Products Inc. d. Marking Services, Inc. e. Reef Industries, Inc. f. Seton Identification Products. 2. Tape: a. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications utility lines. b. Printing on tape shall be permanent and shall not be damaged by burial operations. c. Tape material and ink shall be chemically inert and not subject to degradation when exposed to acids, alkalis, and other destructive substances commonly found in soils. 3. Color and Printing: a. Comply with ANSI Z535.1, ANSI Z535.2, ANSI Z535.3, ANSI Z535.4, and ANSI Z535.5. b. Inscriptions for Red -Colored Tapes: "ELECTRIC LINE, HIGH VOLTAGE". c. Inscriptions for Orange -Colored Tapes: "TELEPHONE CABLE, CATV CABLE, COMMUNICATIONS CABLE, OPTICAL FIBER CABLE". 4. Tag: Type I: a. Pigmented polyolefin, bright colored, continuous -printed on one side with the inscription of the utility, compounded for direct -burial service. b. Width: 3 inches. c. Thickness: 4 mils. d. Weight: 18.5 Ib/1000 sq. ft. e. Tensile according to ASTM D 882: 30 Ibf and 2500 psi. F. Stenciled Legend: In nonfading, waterproof, black ink or paint. Minimum letter height shall be 1 inch. 2.06 TAGS A. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch, with stamped legend, punched for use with self-locking cable tie fastener. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: Identification for Electrical Systems 26 05 53 - 5 FTW23970 — Marina Drive a. Brady Corporation. b. Carlton Industries, LP. c. Marking Services, Inc. d. Seton Identification Products. B. Nonmetallic Preprinted Tags: Polyethylene tags, 0.015 inch thick, color -coded for phase and voltage level, with factory printed permanent designations; punched for use with self- locking cable tie fastener. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Brady Corporation. b. Carlton Industries, LP. c. Grafoplast Wire Markers. d. LEM Products Inc. e. Marking Services, Inc. f. Panduit Corp. g. Seton Identification Products. C. Write -On Tags: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlton Industries, LP. b. LEM Products Inc. c. Seton Identification Products. 2. Polyester Tags: 0.010 inch thick, with corrosion -resistant grommet and cable tie for attachment to raceway, conductor, or cable. 3. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 4. Marker for Tags: Machine -printed, permanent, waterproof, black ink marker recommended by printer manufacturer. 2.07 SIGNS A. Baked -Enamel Signs: 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal Size: 7 by 10 inches. Identification for Electrical Systems 26 05 53 - 6 FTW23970 — Marina Drive 4. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Carlton Industries, LP. b. Champion America. c. emedco. d. Marking Services, Inc. B. Metal -Backed Butyrate Signs: 1. Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate signs, with 0.0396- inch galvanized -steel backing and with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal Size: 10 by 14 inches. 4. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Champion America. c. Marking Services, Inc. C. Laminated Acrylic or Melamine Plastic Signs: 1. Engraved legend. 2. Thickness: a. For signs up to 20 sq. inches, minimum 1/16-inch-. b. For signs larger than 20 sq. inches, 1/8 inch thick. c. Engraved legend with black letters on white face. d. Self-adhesive. e. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. 3. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. Carlton Industries, LP. c. Marking Services, Inc. Identification for Electrical Systems 26 05 53 - 7 FTW23970 — Marina Drive 2.08 M SCELLANEOUS IDENTIFICATION PRODUCTS A. Paint: Comply with requirements in painting Sections for paint materials and application requirements. Retain paint system applicable for surface material and location (exterior or interior). B. Fasteners for Labels and Signs: Self -tapping, stainless -steel screws or stainless -steel machine screws with nuts and flat and lock washers. 3.00 EXECUTION 3.01 PREPARATION A. Self -Adhesive Identification Products: Before applying electrical identification products, clean substrates of substances that could impair bond, using materials and methods recommended by manufacturer of identification product. 3.02 INSTALLATION A. Verify and coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. Use consistent designations throughout Project. B. Install identifying devices before installing acoustical ceilings and similar concealment. C. Verify identity of each item before installing identification products. D. Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. Install access doors or panels to provide view of identifying devices. E. Apply identification devices to surfaces that require finish after completing finish work. F. Attach plastic raceway and cable labels that are not self-adhesive type with clear vinyl tape, with adhesive appropriate to the location and substrate. G. Cable Ties: For attaching tags. Use general-purpose type, except as listed below: 1. Outdoors: UV -stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated. H. Painted Identification: Comply with requirements in painting Sections for surface preparation and paint application. I. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. J. System Identification Color -Coding Bands for Raceways and Cables: Each color -coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at SO -foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas. Identification for Electrical Systems 26 05 53 - 8 FTW23970 — Marina Drive K. During backfilling of trenches, install continuous underground -line warning tape directly above cable or raceway at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. 3.03 IDENTIFICATION SCHEDULE A. Power and Control Cable Identification: All markings to labels, schedules, tags or name plates shall be machines printed only. Hand printing is prohibited. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: 1. Tags relying on adhesives or tape -on markers are not acceptable. 2. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black markings. 3. Tags shall be imprinted with panelboard and panelboard position number (e.g. LA3-23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). 4. Switchlegs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T" suffix. 5. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). B. Power -Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color -coding conductor tape to identify the phase. Color -Coding for Phase- and Voltage -Level Identification, 600 V or Less: Use colors listed compliant with local Authority Having Jurisdiction. a. Color shall be factory applied or field applied for sizes larger than No. 8 AWG if authorities having jurisdiction permit. b. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. C. Install instructional sign, including the color code for grounded and ungrounded conductors using adhesive -film -type labels. D. Control -Circuit Conductor Identification: For conductors and cables in pull and junction boxes, manholes, and handholes, use self-adhesive, self -laminating polyester labels with the conductor or cable designation, origin, and destination. E. Control -Circuit Conductor Termination Identification: For identification at terminations, provide heat -shrink preprinted tubes with the conductor designation. F. Conductors To Be Extended in the Future: Attach marker tape to conductors and list source. G. Auxiliary Electrical Systems Conductor Identification: Identify field -installed alarm, control, and signal connections. Identification for Electrical Systems 26 05 53 - 9 FTW23970 — Marina Drive 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker -tape designations that is uniform and consistent with system used by manufacturer for factory -installed connections. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. H. Conduit Identification Plate: A conduit identification plate shall be installed on all power, control and instrumentation conduits at the end of each run and at the conduit ends inside intermediate junction and pull boxes, manholes, handholes, etc. 1. Conduit plates shall be installed before conductors are pulled into the conduits. 2. Exact identification plate location shall be coordinated with the Owner/Engineer at the time of installation. The conduit identification tags shall identify the cable numbers as shown on the FNI plans and the "to" and "from" information. Coordinate with Owner for exact requirements for plate material and type. Provide an example to Owner/Engineer as a formal submittal for approval prior to the installation. Attach conduit identification plate with stainless steel tie wraps or stainless -steel wire. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels. 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equipment, including, but not limited to, the following: a. Controls with external control power connections. J. Arc Flash Warning Labeling: Self-adhesive thermal transfer vinyl labels. 1. Comply with NFPA 70E and ANSI Z535.4. 2. Comply with Section 26 05 74 "Overcurrent Protective Device Arc -Flash Study" requirements for arc -flash warning labels. K. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. L. Emergency Operating Instruction Signs: Install instruction signs with white legend on a red background with minimum 3/8-inch-high letters for emergency instructions at equipment used for power transfer. M. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and operation and maintenance manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm unless equipment is provided with its own identification. Identification for Electrical Systems 26 05 53 - 10 FTW23970 — Marina Drive 1. Labeling Instructions: a. Indoor Equipment: Self-adhesive, engraved, laminated acrylic or melamine plastic label. Unless otherwise indicated, provide a single line of text with 1/2-inch-high letters on 1-1/2-inch-high label; where two lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label. c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless labels are provided with self-adhesive means of attachment, fasten them with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment To Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be in the form of a self- adhesive, engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. c. Access doors and panels for concealed electrical items. d. Switchboards. e. Transformers: Label that includes tag designation shown on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary. f. Emergency system boxes and enclosures. g. M for control centers. h. Enclosed switches. i. Enclosed circuit breakers. j. Enclosed controllers. k. Variable -speed controllers. I. Push-button stations. m. Power -transfer equipment. n. Contactors. o. Remote -controlled switches, dimmer modules, and control devices. p. Power -generating units. q. Monitoring and control equipment. r. UPS equipment. s. Conduits. END OF SECTION Identification for Electrical Systems 26 05 53 - 11 FTW23970 — Marina Drive 26 24 16 PANELBOARDS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install lighting and branch panelboards. Electrical work shall be in accordance with Section 26 05 00, "Common Work Results for Electrical". 1.02 QUALITY ASSURANCE -ACCEPTABLE MANUFACTURERS A. Panelboards shall comply with the specifications and shall be by the following Manufacturers: 1. Eaton 2. General Electric 3. Square D 4. No Approved Equal 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, "Submittals" and shall include: 1. Shop Drawings: a. Bill of Material b. Front Elevation with dimensions c. Assembly ratings including short circuit ratings, continuous current and voltage d. Cable terminal sizes e. Cut sheet on circuit breakers and surge protective devices 1.04 STANDARDS A. Circuit breakers, molded case, and branch circuit shall be in accordance with the applicable provisions of the following standards as if written here in their entirety: 1. Fed. Spec. W-C-375 2. NEMA AB1 Molded Case Circuit Breakers and their application. 3. NEMA PB1 Panelboards 1.05 DELIVERY AND STORAGE A. Equipment shall be handled and stored in accordance with the manufacturer's instructions. Equipment shall be protected from damage. 1.06 WARRANTY A. The manufacturer shall warrant the equipment to be free from defects. Panelboards 26 24 16 - 1 FTW23970 —Marina Drive 1.07 QUALITY ASSURANCE A. Manufacturer shall be ISO 9001 2000 or later certified. B. Manufacturer shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 2.00 PRODUCTS 2.01 PANELBOARDS A. Panelboards shall consist of a box, front, interior and circuit protective devices and shall be manufactured in accordance with NEMA P131 and bearing the applicable U.L. labels. B. Panelboards shall be three wire, single-phase as scheduled or required. Panelboards shall be NEMA 1 for air-conditioned spaces and NEMA 4X 304 Stainless Steel for all other locations and suitable for surface mounting. Panelboards shall contain sequence style busing and full capacity neutral, composed of an assembly of bolt -on, molded case, automatic breakers with thermal and an instantaneous, magnetic trip in each pole and a trip -free position separate from either the "On" and the "Off' positions. Two (2) pole circuit breakers shall simultaneously open all poles. The use of metal clips tying single pole circuit breakers together to make a multi -pole breaker shall not be allowed. Circuit breakers, molded -case and branch circuits, shall be in accordance with Fed. Spec. W-C-37S. C. The voltage rating, phase, number of wires and ampere rating shall be as indicated and scheduled on the plans. D. The panelboard box shall be fabricated of code gauge, steel in accordance with U.L. standards and have turned edges around the front for rigidity and frontal clamping. Provide standard knockouts on the panel enclosures. E. The panelboard front shall be fabricated of sheet steel and finished with a baked on gray enamel over a rust inhibitor. Each front shall have a door mounted on semi -concealed hinges with a cylinder lock, an index card, and a card holder. Panelboard locks shall be master keyed, with two (2) keys furnished for each panelboard. Index cards shall be properly typewritten. F. The interior of the panelboard shall consist of a factory -assembled, rigid frame supporting the rectangular bus, the mains and the neutral bar. G. Bussings shall be tin-plated copper and arranged for sequential phasing throughout. The bus bar shall be sized so that the temperature rise is limited in accordance with NEMA standards. The insulated neutral bar shall be located at the opposite end of the structure from the mains. H. Panelboards shall have either solderless lugs or a main circuit protective device as scheduled. Each enclosure shall have grounding lugs and uninsulated equipment grounding terminals. All circuit breakers shall be installed so that the center of the grip of the operating handle of the circuit breakers, when in its highest position, will not be more than 6"-0". above the finished floor or working platform. Panelboards 26 24 16 - 2 FTW23970 —Marina Drive 2.02 CIRCUIT BREAKERS A. Panelboards shall be equipped with circuit breakers. B. Circuit breakers shall be molded case, bolt -in type. C. Single pole circuit breakers serving fluorescent lighting loads shall have the SWD marking. Circuit breakers serving air conditioning branch loads shall be U.L. listed as type HACR. D. Each circuit breaker used in the panelboards shall have an interrupting capacity of not less than the RMS symmetrical rating indicated on the plans for that panelboard. E. Circuit breakers shall be manufactured by the panelboard manufacturer. F. The panelboard and circuit breaker interrupting capacities and rating shall be equal to or greater than the fault currents available to each panelboard and as shown on the panelboard schedules on plans. Series rating of breakers shall not be permitted. 2.03 SURGE PROTECTION DEVICES A. Surge Protection Device Description: IEEE C62.41-compliant, internally mounted, wired -in, solid-state, parallel -connected, modular (with field -replaceable modules) type, with sine - wave tracking suppression and filtering modules, UL 1449, third edition Type2, short-circuit current rating matching or exceeding the switchboard short-circuit rating, and with the following features and accessories: 1. Fuses rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. Integral disconnect switch/circuit breaker. 4. Redundant suppression circuits. 5. Redundant replaceable modules. 6. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 7. LED indicator lights for power and protection status. 8. Audible alarm, with silencing switch, to indicate when protection has failed. 9. Form-C contacts rated at 5 A and 250-V ac, one normally open and one normally closed, for remote monitoring of system operation. Contacts shall reverse position on failure of any surge diversion module or on opening of any current -limiting device. Coordinate with building power monitoring and control system. 10. Four -digit, transient -event counter set to totalize transient surges. B. Peak Single -Impulse Surge Current Rating: 120kA per phase, 60kA per mode. C. Protection modes and UL 1449 3rd edition VPR for grounded circuits with 120/240V, single- phase, three -wire circuits shall be as follows: 1. Line to Neutral: 800V 2. Line to Ground: 800V 3. Neutral to Ground: 800V Panelboards 26 24 16 - 3 FTW23970 —Marina Drive 4. Line to Line: 1200V 3.00 EXECUTION 3.01 INSTALLATION A. Install the panelboard in accordance with applicable codes at each location indicated on the plans. Provide filler plates for unused spaces in the panelboard. All labeling shall be in accordance to Section 26 05 00, "Common Work Results for Electrical" and Section 26 05 53 "Identification for Electrical Systems". B. Mount panelboard with 1/4" spacers off of walls. C. Panelboard mounting height shall be coordinated with the equipment height such that the top of the panelboard shall not exceed 84" above finished floor. D. NAMEPLATES: 1. For indoor applications with Air Conditioning: Plastic, white 1" letters on black background, on the front of each door on the switchgear; identifying the compartment contents for each compartment. 2. All other applications: Plastic, white 1" letters on black background, on the front of each door on the switchgear; identifying the compartment contents for each compartment. 3. Attach nameplates with a stainless -steel screw and nut at each end of the nameplate. Adhesive backed nameplates shall not be installed. END OF SECTION Panelboards 26 24 16 - 4 FTW23970 —Marina Drive 26 27 26 WIRING DEVICES 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. GFCI receptacles. 2. Toggle switches. 1.03 DEFINITIONS A. Abbreviations of Manufacturers' Names: 1. Cooper: Cooper Wiring Devices; Division of Cooper Industries, Inc. 2. Hubbell: Hubbell Incorporated: Wiring Devices-Kellems. 3. Leviton: Leviton Mfg. Company, Inc. 4. Pass & Seymour: Pass& Seymour/Legrand. B. EMI: Electromagnetic interference. C. GFCI: Ground -fault circuit interrupter. D. Pigtail: Short lead used to connect a device to a branch -circuit conductor. E. RFI: Radio -frequency interference. F. SPD: Surge protective device. G. UTP: Unshielded twisted pair. 1.04 SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: List of legends and description of materials and process used for pre - marking wall plates. C. Field quality -control reports. D. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing -label warnings and instruction manuals that include labeling conditions. E. Spare parts Wiring Devices 26 27 26-1 FTW23970 —Marina Drive 2.00 PRODUCTS 2.01 GENERAL WIRING -DEVICE REQUIREMENTS A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. 2.02 GFCI RECEPTACLES A. General Description: 1. 125 V, 20 A, straight blade, non -feed -through type. 2. Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, UL 943 Class A, and FS W-C-596. 3. Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection. B. Duplex GFCI Convenience Receptacles: Comply with UL 498 Supplement sd. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. c. Leviton Manufacturing Co., Inc. d. Pass & Seymour/Legrand (Pass & Seymour). 2.03 TOGGLE SWITCHES A. Comply with NEMA WD 1, UL 20, and FS W-S-896. B. Switches, 120/277 V, 20 A: 1. Weatherproof switches: Fitted with single switch as specified, and weatherproof cover with spring door cover; grey in color for all areas. Switch ratings shall be as identified below for the number of poles required. 2. Motor rated switches: HP rated switches approved for motor control or disconnect service when controlling or disconnecting motor loads in excess of 1/4HP; 20 amp switches for loads exceeding 10A. 3. Single Pole: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1). Eaton (Arrow Hart). 2). Hubbell Incorporated; Wiring Device-Kellems. 3). Leviton Manufacturing Co., Inc. 4). Pass & Seymour/Legrand (Pass & Seymour). Wiring Devices 26 27 26-2 FTW23970 —Marina Drive 3.00 EXECUTION 3.01 INSTALLATION A. Conductors: 1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted, provided the outlet box is large enough. B. Device Installation: 1. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 2. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 3. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. 4. When there is a choice, use side wiring with binding -head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to three -fourths of the way around terminal screw. 5. Use a torque screwdriver when a torque is recommended or required by manufacturer. 6. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12 AWG pigtails for device connections. 7. Tighten unused terminal screws on the device. 8. When mounting into metal boxes, remove the fiber or plastic washers used to hold device -mounting screws in yokes, allowing metal -to -metal contact. C. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles up, and on horizontally mounted receptacles to the right. D. Device Plates: Do not use oversized or extra -deep plates. 3.02 GFCI RECEPTACLES A. Install non -feed -through -type GFCI receptacles where protection of downstream receptacles is not required. Wiring Devices 26 27 26-3 FTW23970 —Marina Drive 3.03 IDENTIFICATION A. Comply with Section 26 05 53 "Identification for Electrical Systems." 3.04 FIELD QUALITY CONTROL A. Test Instruments: Use instruments that comply with UL 1436. B. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital -display indicators of measurement. C. Perform the following tests and inspections 1. Test Instruments: Use instruments that comply with UL 1436. 2. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital -display indicators of measurement. D. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is unacceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. Tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. E. Wiring device will be considered defective if it does not pass tests and inspections. F. Prepare test and inspection reports. END OF SECTION Wiring Devices 26 27 26-4 FTW23970 —Marina Drive 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install disconnects. Electrical work shall be in accordance with Div. 26 specifications. B. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Fusible switches. 2. Non -fusible switches. 3. Molded -case circuit breakers (MCCBs). 4. Molded -case switches. 5. Enclosures. 1.03 DEFINITIONS A. NC: Normally closed. B. NO: Normally open. C. SPDT: Single pole, double throw. 1.04 SUBMITTALS A. Product Data: For each type of enclosed switch, circuit breaker, accessory, and component indicated. Include nameplate ratings, dimensioned elevations, sections, weights, and manufacturers' technical data on features, performance, electrical characteristics, ratings, accessories, and finishes. 1. Enclosure types and details for types other than NEMA 250, Type 1. 2. Current and voltage ratings. 3. Short-circuit current ratings (interrupting and withstand, as appropriate). 4. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices, accessories, and auxiliary components. 5. Include time -current coordination curves (average melt) for each type and rating of overcurrent protective device; include selectable ranges for each type of overcurrent protective device. Provide in PDF and SKM PTW32 or ETAP electronic format. B. Drawings: For enclosed switches and circuit breakers. 1. Include plans, elevations, sections, details, and attachments to other work. 2. Include wiring diagrams for power, signal, and control wiring. Enclosed Switches and Circuit Breakers 26 28 16 - 1 FTW23970 —Marina Drive C. Qualification Data: For qualified testing agency. D. Field quality -control reports. E. Operation and Maintenance Data: For enclosed switches and circuit breakers to include in emergency, operation, and maintenance manuals. 1. In addition to items specified in Section 0178 23 "Operation and Maintenance Data," include the following: a. Manufacturer's written instructions for testing and adjusting enclosed switches and circuit breakers. b. Time -current coordination curves (average melt) for each type and rating of overcurrent protective device; include selectable ranges for each type of overcurrent protective device. Provide in PDF and SKM PTW32 or ETAP electronic format. F. Spares: Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 2. Fuse Pullers: Two for each size and type. 1.05 QUALITY ASSURANCE A. Testing Agency Qualifications: Accredited by NETA. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on -site testing. 1.06 FIELD CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Not less than minus 22deg F and not exceeding 104deg F. 2. Altitude: Not exceeding 6600feet. 1.07 WARRANTY A. Manufacturer's Warranty: Manufacturer and Installer agree to repair or replace components that fail in materials or workmanship within specified warranty period. 1. Warranty Period: One year(s) from date of Substantial Completion. 2.00 PRODUCTS 2.01 GENERAL REQUIREMENTS A. Source Limitations: Obtain enclosed switches and circuit breakers, overcurrent protective devices, components, and accessories, within same product category, from single manufacturer. Enclosed Switches and Circuit Breakers 26 28 16 - 2 FTW23970 —Marina Drive B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for enclosed switches and circuit breakers, including clearances between enclosures, and adjacent surfaces and other items. Comply with indicated maximum dimensions. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by an NRTL, and marked for intended location and application. D. Comply with NFPA 70. 2.02 FUSIBLE SWITCHES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton. 2. Square D; by Schneider Electric. 3. GE. B. Type HD, Heavy Duty: 1. Single throw. 2. Three pole. 3. 600-V ac. 4. 1200 A and smaller. 5. UL 98 and NEMA KS 1, horsepower rated, with clips or bolt pads to accommodate indicated fuses. 6. Lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. C. Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2. Neutral Kit: Internally mounted; insulated, capable of being grounded and bonded; labeled for copper and aluminum neutral conductors. 3. Class R Fuse Kit: Provides rejection of other fuse types when Class R fuses are specified. 4. Auxiliary Contact Kit: Two NO/NC (Form "C") auxiliary contact(s), arranged to activate before switch blades open. Contact rating - 120-V ac. 5. Hookstick Handle: Allows use of a hookstick to operate the handle. 6. Lugs: Mechanical type, suitable for number, size, and conductor material. 7. Service -Rated Switches: Labeled for use as service equipment. 2.03 NON -FUSIBLE SWITCHES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: Enclosed Switches and Circuit Breakers 26 28 16 - 3 FTW23970 —Marina Drive 1. Eaton. 2. Square D; by Schneider Electric. 3. GE. B. Type HD, Heavy Duty: 1. Single throw. 2. Three pole. 3. 600-V ac. 4. 1200 A and smaller. 5. UL 98 and NEMA KS 1, horsepower rated, with clips or bolt pads to accommodate indicated fuses. 6. Lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. C. Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2. Neutral Kit: Internally mounted; insulated, capable of being grounded and bonded; labeled for copper and aluminum neutral conductors. 3. Class R Fuse Kit: Provides rejection of other fuse types when Class R fuses are specified. 4. Auxiliary Contact Kit: Two NO/NC (Form "C") auxiliary contact(s), arranged to activate before switch blades open. Contact rating - 120-V ac. 5. Hookstick Handle: Allows use of a hookstick to operate the handle. 6. Lugs: Mechanical type, suitable for number, size, and conductor material. 7. Service -Rated Switches: Labeled for use as service equipment. 2.04 MOLDED -CASE CIRCUIT BREAKERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton. 2. Square D; by Schneider Electric. 3. GE. B. Circuit breakers shall be constructed using glass -reinforced insulating material. Current carrying components shall be completely isolated from the handle and the accessory mounting area. C. Circuit breakers shall have a toggle operating mechanism with common tripping of all poles, which provides quick -make, quick -break contact action. The circuit -breaker handle shall be over center, be trip free, and reside in a tripped position between on and off to provide local trip indication. Circuit -breaker escutcheon shall be clearly marked on and off in addition to Enclosed Switches and Circuit Breakers 26 28 16 - 4 FTW23970 —Marina Drive providing international 1/0 markings. Equip circuit breaker with a push -to -trip button, located on the face of the circuit breaker to mechanically operate the circuit -breaker tripping mechanism for maintenance and testing purposes. D. The maximum ampere rating and UL, IEC, or other certification standards with applicable voltage systems and corresponding interrupting ratings shall be clearly marked on face of circuit breaker. Circuit breakers shall be 100 percent rated. E. MCCBs shall be equipped with a device for locking in the isolated position. F. Lugs shall be suitable for 140 deg F rated wire on 125-A circuit breakers and below. G. Standard: Comply with UL 489 with interrupting capacity to comply with available fault currents. H. Thermal -Magnetic Circuit Breakers: Inverse time -current thermal element for low-level overloads and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit -breaker frame sizes 250 A and larger. I. Adjustable, Instantaneous -Trip Circuit Breakers: Magnetic trip element with front -mounted, field -adjustable trip setting. J. Electronic Trip Circuit Breakers: Field -replaceable rating plug, rms sensing, with the following field -adjustable settings: 1. Instantaneous trip. 2. Long- and short -time pickup levels. 3. Long- and short -time time adjustments. 4. Ground -fault pickup level, time delay, and I -squared t response. K. Current -Limiting Circuit Breakers: Frame sizes 400 A and smaller, and let -through ratings less than NEMA FU 1, RK-5. L. Integrally Fused Circuit Breakers: Thermal -magnetic trip element with integral limiter -style fuse listed for use with circuit breaker and trip activation on fuse opening or on opening of fuse compartment door. M. Ground -Fault Circuit -Interrupter (GFCI) Circuit Breakers: Single- and two -pole configurations with Class A ground -fault protection (6-mA trip). N. Ground -Fault Equipment -Protection (GFEP) Circuit Breakers: With Class B ground -fault protection (30-mA trip). O. Features and Accessories: 1. Standard frame sizes, trip ratings, and number of poles. 2. Lugs: Mechanical type, suitable for number, size, trip ratings, and conductor material. 3. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high -intensity discharge lighting circuits. 4. Ground -Fault Protection: Comply with UL 1053; remote -mounted and powered type with mechanical ground -fault indicator; relay with adjustable pickup and time -delay Enclosed Switches and Circuit Breakers 26 28 16 - 5 FTW23970 —Marina Drive settings, push -to -test feature, internal memory, and shunt trip unit; and three-phase, zero -sequence current transformer/sensor. 5. Shunt Trip: Trip coil energized from separate circuit, with coil -clearing contact. 6. Under -voltage Trip: Set to operate at 35 to 75 percent of rated voltage without intentional time delay. 7. Auxiliary Contacts: Two SPDT switches with "a" and "b" contacts; "a" contacts mimic circuit -breaker contacts, "b" contacts operate in reverse of circuit -breaker contacts. 8. Alarm Switch: One NO contact that operates only when circuit breaker has tripped. 9. Key Interlock Kit: Externally mounted to prohibit circuit -breaker operation; key shall be removable only when circuit breaker is in off position. 10. Zone -Selective Interlocking: Integral with ground -fault trip unit; for interlocking ground - fault protection function. 11. Electrical Operator: Provide remote control for on, off, and reset operations. 12. Accessory Control Power Voltage: Integrally mounted, self -powered; 120-V ac. 2.05 MOLDED -CASE SWITCHES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton. 2. Square D; by Schneider Electric. 3. GE. B. Description: MCCB with fixed, high -set instantaneous trip only, and short-circuit withstand rating equal to equivalent breaker frame size interrupting rating. C. Standard: Comply with UL 489 with interrupting capacity to comply with available fault currents. D. Features and Accessories: 1. Standard frame sizes and number of poles. 2. Lugs: a. Mechanical type, suitable for number, size, trip ratings, and conductor material. b. Lugs shall be suitable for 140 deg F rated wire on 125-A circuit breakers and below. 3. Ground -Fault Protection: Comply with UL 1053; remote -mounted and powered type with mechanical ground -fault indicator; relay with adjustable pickup and time -delay settings, push -to -test feature, internal memory, and shunt trip unit; and three-phase, zero -sequence current transformer/sensor. 4. Shunt Trip: Trip coil energized from separate circuit, with coil -clearing contact. 5. Under -voltage Trip: Set to operate at 35 to 75 percent of rated voltage without intentional time delay. Enclosed Switches and Circuit Breakers 26 28 16 - 6 FTW23970 —Marina Drive 6. Auxiliary Contacts: Two SPDT switches with "a" and "b" contacts; "a" contacts mimic switch contacts, "b" contacts operate in reverse of switch contacts. 7. Alarm Switch: One NO contact that operates only when switch has tripped. 8. Key Interlock Kit: Externally mounted to prohibit switch operation; key shall be removable only when switch is in off position. 9. Zone -Selective Interlocking: Integral with ground -fault shunt trip unit; for interlocking ground -fault protection function. 10. Electrical Operator: Provide remote control for on, off, and reset operations. 11. Accessory Control Power Voltage: Remote mounted and powered; 120-V ac. 2.06 ENCLOSURES A. Enclosed Switches and Circuit Breakers: UL 489, NEMA KS 1, NEMA 250, and UL 50, to comply with environmental conditions at installed location B. Enclosure Finish: The enclosure shall be finished with a brush finish on Type 316 stainless steel (NEMA 250 Type 4-4X stainless steel). C. Conduit Entry: NEMA 250 Types 4, 4X, and 12 enclosures shall contain no knockouts. NEMA 250 Types 7 and 9 enclosures shall be provided with threaded conduit openings in both endwalls. D. Operating Mechanism: The circuit -breaker operating handle shall be directly operable through the dead front trim of the enclosure (NEMA 250 Type 3R). The cover interlock mechanism shall have an externally operated override. The override shall not permanently disable the interlock mechanism, which shall return to the locked position once the override is released. The tool used to override the cover interlock mechanism shall not be required to enter the enclosure in order to override the interlock. E. Enclosures designated as NEMA 250 Type 4, 4X stainless steel, 12, or 12K shall have a dual cover interlock mechanism to prevent unintentional opening of the enclosure cover when the circuit breaker is ON and to prevent turning the circuit breaker ON when the enclosure cover is open. F. NEMA 250 Type 7/9 enclosures shall be furnished with a breather and drain kit to allow their use in outdoor and wet location applications. 3.00 EXECUTION 3.01 EXAMINATION A. Examine elements and surfaces to receive enclosed switches and circuit breakers for compliance with installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 1. Commencement of work shall indicate Installer's acceptance of the areas and conditions as satisfactory. Enclosed Switches and Circuit Breakers 26 28 16 - 7 FTW23970 —Marina Drive 3.02 PREPARATION A. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Construction Manager and Owner no fewer than seven days in advance of proposed interruption of electric service. 2. Indicate method of providing temporary electric service. 3. Do not proceed with interruption of electric service without Owner's written permission. 4. Comply with NFPA 70E. 3.03 ENCLOSURE ENVIRONMENTAL RATING APPLICATIONS A. Enclosed Switches and Circuit Breakers: Provide enclosures at installed locations with the following environmental ratings. 1. Outdoor Locations: NEMA 250, Type 4X, 316 stainless steel. 2. Other Wet or Damp, Indoor: NEMA 250, Type 4X, 316 stainless steel. 3. Hazardous Areas Indicated on Drawings: NEMA 250, Type 9 with cover attached by Type 316 stainless steel bolts. 3.04 INSTALLATION A. Coordinate layout and installation of switches, circuit breakers, and components with equipment served and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Install individual wall -mounted switches and circuit breakers with tops at uniform height unless otherwise indicated. C. Temporary Lifting Provisions: Remove temporary lifting of eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. D. Install fuses in fusible devices. E. Comply with NFPA 70 and NECA 1. 3.05 IDENTIFICATION A. Comply with requirements in Section 26 05 53 "Identification for Electrical Systems." 1. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each enclosure with engraved metal or laminated -plastic nameplate. 3.06 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Perform tests and inspections. Enclosed Switches and Circuit Breakers 26 28 16 - 8 FTW23970 —Marina Drive C. Tests and Inspections for Switches: 1. Visual and Mechanical Inspection: a. Inspect physical and mechanical condition. b. Inspect anchorage, alignment, grounding, and clearances. c. Verify that the unit is clean. d. Verify blade alignment, blade penetration, travel stops, and mechanical operation. e. Verify that fuse sizes and types match the Specifications and Drawings. f. Verify that each fuse has adequate mechanical support and contact integrity. g. Inspect bolted electrical connections for high resistance using one of the two following methods: 1). Use a low -resistance ohmmeter. a). Compare bolted connection resistance values to values of similar connections. Investigate values that deviate from those of similar bolted connections by more than 50 percent of the lowest value. 2). Verify tightness of accessible bolted electrical connections by calibrated torque - wrench method in accordance with manufacturer's published data or NETA ATS Table 100.12. a). Bolt -torque levels shall be in accordance with manufacturer's published data. In the absence of manufacturer's published data, use NETA ATS Table 100.12. h. Verify that operation and sequencing of interlocking systems is as described in the Specifications and shown on the Drawings. i. Verify correct phase barrier installation. j. Verify lubrication of moving current -carrying parts and moving and sliding surfaces. 2. Electrical Tests: a. Perform resistance measurements through bolted connections with a low -resistance ohmmeter. Compare bolted connection resistance values to values of similar connections. Investigate values that deviate from adjacent poles or similar switches by more than 50 percent of the lowest value. b. Measure contact resistance across each switchblade fuseholder. Drop values shall not exceed the high level of the manufacturer's published data. If manufacturer's published data are not available, investigate values that deviate from adjacent poles or similar switches by more than 50 percent of the lowest value. c. Perform insulation -resistance tests for one minute on each pole, phase -to -phase and phase -to -ground with switch closed, and across each open pole. Apply voltage in accordance with manufacturer's published data. In the absence of manufacturer's published data, use Table 100.1 from the NETA ATS. Investigate values of insulation resistance less than those published in Table 100.1 or as recommended in manufacturer's published data. Enclosed Switches and Circuit Breakers 26 28 16 - 9 FTW23970 —Marina Drive d. Measure fuse resistance. Investigate fuse -resistance values that deviate from each other by more than 15 percent. e. Perform ground fault test according to NETA ATS 7.14 "Ground Fault Protection Systems, Low -Voltage." D. Tests and Inspections for Molded Case Circuit Breakers: 1. Visual and Mechanical Inspection: a. Verify that equipment nameplate data are as described in the Specifications and shown on the Drawings. b. Inspect physical and mechanical condition. c. Inspect anchorage, alignment, grounding, and clearances. d. Verify that the unit is clean. e. Operate the circuit breaker to ensure smooth operation. f. Inspect bolted electrical connections for high resistance using one of the two following methods: 1). Use a low -resistance ohmmeter. a). Compare bolted connection resistance values to values of similar connections. Investigate values that deviate from those of similar bolted connections by more than 50 percent of the lowest value. 2). Verify tightness of accessible bolted electrical connections by calibrated torque - wrench method in accordance with manufacturer's published data or NETA ATS Table 100.12. a). Bolt -torque levels shall be in accordance with manufacturer's published data. In the absence of manufacturer's published data, use NETA ATS Table 100.12. g. Inspect operating mechanism, contacts, and chutes in unsealed units. h. Perform adjustments for final protective device settings in accordance with the coordination study. 2. Electrical Tests: a. Perform resistance measurements through bolted connections with a low -resistance ohmmeter. Compare bolted connection resistance values to values of similar connections. Investigate values that deviate from adjacent poles or similar switches by more than 50 percent of the lowest value. b. Perform insulation -resistance tests for one minute on each pole, phase -to -phase and phase -to -ground with circuit breaker closed, and across each open pole. Apply voltage in accordance with manufacturer's published data. In the absence of manufacturer's published data, use Table 100.1 from the NETA ATS. Investigate values of insulation resistance less than those published in Table 100.1 or as recommended in manufacturer's published data. Enclosed Switches and Circuit Breakers 26 28 16 - 10 FTW23970 —Marina Drive c. Perform a contact/pole resistance test. Drop values shall not exceed the high level of the manufacturer's published data. If manufacturer's published data are not available, investigate values that deviate from adjacent poles or similar switches by more than 50 percent of the lowest value. d. Perform insulation resistance tests on all control wiring with respect to ground. Applied potential shall be 500-V do for 300-V rated cable and 1000-V do for 600-V rated cable. Test duration shall be one minute. For units with solid state components, follow manufacturer's recommendation. Insulation resistance values shall be no less than two megohms. e. Determine the following by primary current injection: 1). Long-time pickup and delay. Pickup values shall be as specified. Trip characteristics shall not exceed manufacturer's published time -current characteristic tolerance band, including adjustment factors. 2). Short -time pickup and delay. Short -time pickup values shall be as specified. Trip characteristics shall not exceed manufacturer's published time -current characteristic tolerance band, including adjustment factors. 3). Ground -fault pickup and time delay. Ground -fault pickup values shall be as specified. Trip characteristics shall not exceed manufacturer's published time - current characteristic tolerance band, including adjustment factors. 4). Instantaneous pickup. Instantaneous pickup values shall be as specified and within manufacturer's published tolerances. Test functionality of the trip unit by means of primary current injection. Pickup values and trip characteristics shall be as specified and within manufacturer's published tolerances. g. Perform minimum pickup voltage tests on shunt trip and close coils in accordance with manufacturer's published data. Minimum pickup voltage of the shunt trip and close coils shall be as indicated by manufacturer. h. Verify correct operation of auxiliary features such as trip and pickup indicators; zone interlocking; electrical close and trip operation; trip -free, anti -pump function; and trip unit battery condition. Reset all trip logs and indicators. Investigate units that do not function as designed. Verify operation of charging mechanism. Investigate units that do not function as designed. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 4. Perform the following infrared scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each enclosed switch and circuit breaker. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each enclosed switch and circuit breaker 11 months after date of Substantial Completion. Enclosed Switches and Circuit Breakers 26 28 16 - 11 FTW23970 —Marina Drive c. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 5. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. E. Enclosed switches and circuit breakers will be considered defective if they do not pass tests and inspections. F. Prepare test and inspection reports. 1. Test procedures used. 2. Include identification of each enclosed switch and circuit breaker tested and describe test results. 3. List deficiencies detected, remedial action taken, and observations after remedial action. 3.07 ADJUSTING A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. B. Set field -adjustable circuit -breaker trip ranges as specified in Section 26 05 73.01 "Electrical Power System Studies." END OF SECTION Enclosed Switches and Circuit Breakers 26 28 16 - 12 FTW23970 —Marina Drive 26 29 16 MOTOR OPERATORS FOR GATES AND VALVES 1.00 GENERAL 1.01 SUMMARY A. This section covers the furnishing of the electric motor operators for gates and valves. Motorized actuators furnished as part of this Section shall comply with AWWA C540. B. The operators shall include the motor, reversing starter, power disconnect, 4-20 ma positioner, control transformer, relays, power gearing, limit switch gearing, limit switches, phase failure relay, adjustable torque switches, feedback potentiometer for modulating gate or valves, stem nut, auxiliary hand -wheel, local digital display, local control station, switch housings and special brackets to mate with the gate or valve, all as a self-contained unit. C. The manufacturer of each gate or valve shall work with the actuator manufacturer for the proper sizing of the corresponding motor operator. Complete operator sizing calculations showing required unseating and running torque requirements under actual operating conditions shall be submitted with the Shop Drawings for review. The operator shall develop 150 percent of the required unseating torque and 100 percent of the required running torque under actual operating conditions. Operating conditions shall take into consideration the pressure differential across the valve and shutoff heads. Operators shall be capable of operating over an ambient temperature range of -20 to 150 deg. F. D. Motor operator for 90-degree rotation valves shall move valve through 90 degrees rotation in not less than 1 minute nor more than 3 minutes, unless specified otherwise. Should motor operator be multi -turn, it shall be sized to operate per the gate or valve manufacturer specs. The motor operator shall be a programmable function, each unit shall be field adjustable and without opening the actuator enclosure or by changing gears within the housing. All motor actuators shall be of a single manufacturer for project. Contractor responsible during the time of bid to coordinate a single manufacturer with each gate and valve supplier. Each motor actuator and gate and valve shall be completely assembled at the valve or gate factory, adjusted for correct seating, and tested as an assembly and in accordance with the AWWA Standards. 1.02 STANDARDS A. ISA-96.02.01-2016 — Guidelines for the Specification of Electric Valve Actuators B. AWWA C542 —Electric Motor Actuator for Valves and Slide Gates 1.03 SUBMITTALS A. Submittals shall be submitted with their associated valve or gate shop drawing and in accordance with Section 0133 00 "Submittals" and shall include: 1. Contractor shall submit a letter, prior to valve and gate submittals, identifying which motor actuator manufacturer will be used throughout the project. Motor Operators for Gates and Valves 26 29 16 - 1 FTW23970 —Marina Drive 2. Each motor actuator shall be submitted within the associated valve and gate submittal and shall include: a. Product data, including size, dimensions, capacity, settings, and operating characteristics of selected models. b. Operator sizing calculations. c. Actuator specific wiring diagram with all options clearly identified. d. Cable datasheet and cable lengths for each actuator where provided. e. Maintenance data for specialties, for inclusion in operation and maintenance manual specified in Division 01. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide motorized gate or valve operators from a single manufacturer, manufactured by Beck, AUMA, or Rotork IQ3. B. All technologies and devices used in the actuator must have a minimum of 5 years commercial operating experience for that specific manufacturer. This is to include torque and position sensing, lubrication, and electrical compartment design. 2.02 CONSTRUCTION A. All actuators shall be rated for wet locations. B. Hand -wheel: Operators shall be equipped with an auxiliary hand -wheel to provide for actuation of the gate or valve in the event of power failure. The hand -wheel shall not turn during normal operation of the gate or valve. The hand/auto selection lever should be pad - lockable in both "Hand" and "Auto" positions. It shall be possible to select hand operation while the actuator is running or start the actuator motor while the hand/auto selection lever is locked in "Hand" without damage to the drive train. The hand -wheel drive must be mechanically independent of the motor drive, and any gearing should be such as to permit emergency manual operation in a reasonable time. C. Drive Bushing: The actuator shall be furnished with a drive bushing easily detachable for machining to suit the gate or valve stem or gearbox input shaft. Normally the drive bush shall be positioned in a detachable base of the actuator. Thrust bearings, when housed in a separate thrust base, should be of the sealed -for -life type. D. Power Gearing: The actuator gearing shall be totally enclosed in an oil -filled gear -case suitable for operation at any angle. All main drive gearing must be of metal construction. Where the actuator operates gate or valve or large diameter ball or plug valves, the drive shall incorporate a lost -motion hammer -blow feature. For rising spindle valves, the output shaft shall be hollow to accept a rising stem and incorporate thrust bearings of the ball or roller type at the base of the actuator, and the design should be such as to permit the gear -case to be opened for inspection or disassembled without releasing the stem thrust or taking the valve out of service. Motor Operators for Gates and Valves 26 29 16 - 2 FTW23970 —Marina Drive For full Modulating applications, "hammer -blow' feature should be removed to increase accuracy and reduce wear. E. Motor: 1. The electric motor shall be Class F insulated with a time rating of at least 15 minutes at 104 deg. F (40 deg. C) or twice the gate or valve stroking time, whichever is the longer, at an average load of at least 33 percent of maximum gate or valve torque. 2. Electrical and mechanical disconnection of the motor should be possible without draining the lubricant from the actuator gear case. Plugs and sockets are not acceptable as a means of electrical connection for the motor. 3. Motor enclosures shall be NEMA 4 (minimum) submersible per IP 68, and capable of 10 operations while under 26 feet of water submergence 4. Motor Protection shall be single phasing protection. The motor shall be de -energized in the event of stall when attempting to unseat a jammed gate or valve. Motor temperature shall be sensed by a thermostat to protect against overheating. F. Electrical: 1. The actuators shall be suitable for use on a nominal 120V, single-phase, 60 Hz power supply and are to incorporate motor, gearbox, integral reversing starter, local control facilities, and terminals for remote control and indication connections. 2. The actuator shall include a phase discriminator: a device to ensure that the motor runs with the correct rotation for the required direction of valve travel with either phase sequence of the three-phase power supply connected to the actuator. G. Torque and Turns Limitations: Torque and turns limitation to be adjustable as follows: 1. Torque Rating: 3115 ft-lb, minimum or as required by the gate or valve supplier. 2. Position Setting Range: 2.5 to 100,000 turns, with resolution to 15 degrees of actuator output. 3. Torque Setting: 40 to 100 percent rated torque. 4. Torque sensing must be affected purely electrically or electronically. Extrapolating torque from mechanically measured motor speed is not acceptable due to response time; nor shall springs be utilized. 5. "Latching" to be provided for the torque sensing system to inhibit torque off during unseating or during starting in mid -travel against high inertia loads. The electric circuit diagram of the actuator should not vary with valve or gate type remaining identical regardless of whether the gate or valve is to open or close on torque or position limit. An inexpensive setting tool is required for non -intrusive calibration and interrogation of the actuator. This setting tool will provide speedy interrogation capabilities as well as security in a non -intrusive intrinsically safe watertight casing. H. Controls: 1. Remote Gate or Valve position/Actuators Status Indication: a. The actuator must provide a local display of the position of the gate or valve even when the power supply is not present. In the event of a (main) power (supply) loss Motor Operators for Gates and Valves 26 29 16 - 3 FTW23970 —Marina Drive or failure, the position contacts must continue to be able to supply remote position feedback and maintain interlock capabilities. b. Open/Close Operating Actuators: 1). Four latching volt -free (dry) contacts shall be provided which can be selected to indicate any position of the gate or valve with each contact selectable as normally open or normally closed. Each contact shall be rated at 5 mA to 5 amps, 120 VAC, 30 VDC. 2). Any of the four above contacts shall be independently configurable to signal one of the following: a). Gate or Valve Position -fully open, fully closed or intermediate positions (0- 99 percent open). b). Status — Gate or Valve opening, closing, moving (continuous or pulsing signal), local stop selected, local selected, remote selected, open or close interlock active, ESD active. c). Gate or Valve Alarms - Motor tripped on torque in mid travel, motor tripped on torque going open, going closed, gate or valve jammed, actuator being operated by hand -wheel. c. Modulating Actuators: 1). Positioner: a). Positioner shall balance a 4-20 mA DC input signal and a feedback signal from a precession potentiometer. Relay output from the positioner shall energize the reversing contactors to drive the actuator in either the open of close direction. Positioner shall have separate zero and span settings for calibration of feedback potentiometer. Time delay setting shall be provided to suppress hunting. The time delay setting shall be adjustable from 1.5 to 15 seconds. Dead band adjustment shall be provided to control the amount of error signal that occurs before the motor is energized. b). All positioners, potentiometer, starters, switches, relays, transformers and related controls shall be mounted within the actuator housing. 2. Local Position Indication: The actuator shall include a position indicator with a display from fully open to fully closed. Red, green, and yellow lights corresponding to Open, Closed, and Intermediate positions shall be included on the actuator. The display shall be maintained even when the power to the actuator is isolated. The local display should be large enough to be viewed from a distance of 6 feet when the actuator is powered up. Provision shall be made in the design for the addition of a transmitter without contacts to give a 4-20 mA analog signal corresponding to gate or valve travel for remote indication when required. 3. Integral Starter and Transformer: The reversing starter, control transformer, and local controls shall be integral with the gate or valve actuator, suitably housed to prevent breathing and condensation buildup. For ON/OFF service, this starter shall be an electromechanical type suitable for 60 starts per hour and of rating appropriate to motor size. For modulating duty, the starter shall be solid state and suitable for up to a Motor Operators for Gates and Valves 26 29 16 - 4 FTW23970 —Marina Drive maximum of 1200 starts per hour. The controls supply transformer shall be fed 120V power. The transformer shall be furnished with sufficient capacity to operate the contactor. It shall have the necessary tapping and be adequately rated to provide power for the following functions: a. 120 VAC energizing of the contactor coils. b. 24 VDC output where required for remote controls. c. Supply for all the internal electrical circuits. d. The primary and secondary windings shall be protected by easily replaceable fuses. 4. Integral Push Buttons and Selector Switches: a. Close, Open, and Remote Selector Switch lockable in the Open position. 5. Controls shall be arranged so that direction of gate or valve travel can be reversed without the necessity of stopping the actuator. 6. Internal Wiring and Terminal: a. Internal wiring shall be of tropical grade PVC insulated stranded cable of appropriate size for the control and power. Each wire shall be clearly identified at each end. The terminals shall be embedded in a terminal block of high tracking resistance compound. The terminal compartment shall be separated from the inner electrical components of the actuator by means of a watertight seal. The terminal compartment of the actuator shall be provided with a minimum of three threaded cable entries. b. All wiring supplied as part of the actuator to be contained within the main enclosure for physical and environmental protection. Control logic circuit boards and relay boards must be mounted on plastic mounts to comply with double insulated standards. No more than a single primary size fuse shall be provided to minimize the need to remove single covers for replacement. c. A durable terminal identification card showing plan of terminals shall be provided attached to the inside of the terminal box cover indicating serial number, external voltage values, wiring diagram and terminal layout. I. Communications: 1. Monitoring and Diagnostic: a. Shall provide the following feedback status: 1). Remote (remote position status). 2). Open status. 3). Closed status. 4). Position feedback, 4-20mA. 5). Internal failure. Motor Operators for Gates and Valves 26 29 16 - 5 FTW23970 —Marina Drive J. Enclosure: Actuators shall be 'double 0' ring sealed, watertight to NEMA 6, IP68 during operation and shall at the same time have an inner watertight and dustproof'O' ring seal between the terminal compartment and the internal electrical elements of the actuator fully protecting the motor and all other internal electrical elements of the actuator from ingress of moisture and dust when the terminal cover is removed on -site for cabling. Enclosure must allow for temporary site storage without the need for electrical supply connection or require special storage instructions, desiccants shall not be used. A space shall not be required due to the enclosure design. 3. All external fasteners should be of stainless steel. 2.03 CABLING A. Where flooding is possible or where shown in the contract documents, factory installed power and control cabling shall be provided. Cable shall be provided by actuator manufactured and the cable must be installed to the actuator with submersible rated cable glands in the factory before shipment. B. Cable shall include 12 #14, 14 ground, and two single #18 twisted individually shielded pairs. C. Cables lengths will vary and must be continuous, without splice, from motor actuator to motor disconnect or nearby termination cabinet as shown on the contract drawings. D. See Table-1 for actuators requiring factory installed power and control cables. Table-1 Tag Location FCV-MOV-01 Flow Valve Vault 2.04 PAINTING A. The operator mechanism shall be supplied with a factory finish consisting of thoroughly cleaning all surfaces, a prime coat, and the manufacturer's standard paint finish. 2.05 ACTUATOR ACCESSORIES A. Analog surge suppression Provide a two -level surge suppressor with 1/2" NPT threaded end to be wired in parallel with two 4-20mA circuits. Install directly to actuator housing unless actuator is fitted with factory installed cabling. Where cabling is factory installed, locate surge suppressor at nearest termination cabinet shown on drawings. Analog surge suppressor shall be Phoenix Contact Surgetrab S-PT-4-EX-24DC or equal. 3.00 EXECUTION 3.01 INSTALLATION A. The electric motor operators shall be carefully handled and installed in accordance with manufacturer's recommendations. Motor Operators for Gates and Valves 26 29 16 - 6 FTW23970 —Marina Drive B. All actuators shall be started in the field by the actuator factory representative. C. Limit switch position Valve fully open and valve fully close limit switches shall make/break at 95% and 5% closed respectively. D. Conduit shall include a drip loop prior to terminating into actuator. 3.02 MANUFACTURER'S REPRESENTATIVE A. The services of a factory representative shall be provided for whatever time period is required to ensure proper installation and startup of the motor operators, and for instruction of the Owner's operating personnel in the proper operation and maintenance of the equipment. B. All startup and commissioning functions shall be provided by the authorized manufacturer's representative. C. All actuators shall be warranted for a minimum of 3 years. 3.03 PERFORMANCE TEST CERTIFICATE A. Each actuator must be performance tested and individual test certificates shall be supplied free -of -charge. The test certificate should record details of specification, such as gear ratios for both manual and automatic drive, closing direction, and wiring diagram code number. B. The test should simulate a typical gate or valve load and the following parameters should be recorded: current at maximum torque setting, torque at maximum torque setting, flash test voltage, actuator output speed or operating time. C. In addition, the test certificate should record details of specification, such as gear ratios for both manual and automatic drive, closing direction, and wiring diagram code number. 3.04 ACCEPTANCE TEST A. Upon completion of the installation of the operators, an acceptance test will be conducted to verify the satisfactory operation of the equipment. The test shall be conducted in a manner approved by, and in the presence of the Engineer. The equipment will be checked for general operation, etc. The equipment must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. La►LX91S14419[0L] Motor Operators for Gates and Valves 26 29 16 - 7 FTW23970 —Marina Drive DIVISION 33 UTILITIES 3305 16- 1 CONCRETE WATER VAULTS Page 1 of 5 SECTION 33 05 16 10161214.11 vim 1MV1411l I&IFINA810 PART1- GENERAL ""ELl d lU /\:T1 A. Section Includes: 1. Concrete vaults to be used in water utility applications B. Deviations from this City of Fort Worth Standard Specification 1. See bolded text below for additions to the standard specification. 2. See struck -through text below for deletions from the standard specification. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Water Meter and Vault. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Water Meter and Vault" complete in place and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Concrete Institute (ACI): a. 350, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 4. ASTM International (ASTM): a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. b. C857, Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures c. C858, Standard Specification for Underground Precast Concrete Utility Structures CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 330516-2 CONCRETE WATER VAULTS Page 2 of 5 d. C891, Standard Practice for Installation of Underground Precast Concrete Utility Structures. e. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. 5. Occupational Safety and Health Administration (OSHA) a. 1910.23, Guarding Floor and Wall Openings and Holes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. Stubs and stub plugs 5. Grade ring 6. Ladder 7. External coating material 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Meet the requirements of ACI 318. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver vault or panels (units) to project site in such quantity to assure continuity of installation. B. Store units at the project site in a manner which prevents cracking, distortion, staining or other physical damage. C. Lift units by designed lifting points or supports. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 330516-3 CONCRETE WATER VAULTS Page 3 of 5 PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 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. Precast reinforced concrete valve vault shall conform: 1) To the requirements of ASTM C857 and C858 for underground precast concrete utility structures. 2) Be designed for the specific site conditions and construction document requirements. 3) Be designed to resist buoyant forces due saturated soil b. Wall and slab minimum thicknesses shall be as calculated to resist design forces but shall not be less than that required for: manufacture and handling, proper embedment of access hatch, and proper installation of pipe penetration seal. c. Vault dimensions per the Drawings d. Opening per the Drawings e. 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. £ 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. Materials 1. Concrete for utility construction — Conform to Section 03 30 00. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 330516-4 CONCRETE WATER VAULTS Page 4 of 5 2. Frame and Cover — Conform to Section 33 05 13. 3. Grade Ring — Conform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel — Conform to Section 03 30 00. 5. Sewer Pipe Connections — Conform to ASTM C923 or ASTM C 1628. 6. Adjustable -linked rubber seal devices a. Manufactured by Link -Seal or approved equal 7. Interior Coating or Liner — Conform to Section 33 39 60. 8. Exterior Coating a. Coal Tar Bitumastic for below grade damp proofing b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils c. Solids content is 68 percent by volume � 2 percent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock (per Section 33 05 10) over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable -linked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 330516-5 CONCRETE WATER VAULTS Page 5 of 5 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 2.2.13.3 — Modified vault hatch door and ladder requirements 2.2.C.6 — Modified rubber seal requirements CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 SECTION 33 05 22 N09191r[W.1fy1►In91991 PART1- GENERAL 1111=1 lu lU I\ :T1 A. Section Includes: 330522-1 STEEL CASING PIPE Page 1 of 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. See bolded text below for additions to the standard specification. 2. See struck -through text below for deletions from the standard specification. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 00 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 0 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 20 — Auger Boring 5. Section 33 05 23 — Hand Tunneling 6. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement, and compaction of embedment 8) Furnishing, placement, and compaction of backfill 9) Clean-up 2. By Other than Open Cut a. Measurement: CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 330522-2 STEEL CASING PIPE Page 2 of 6 1) Measured horizontally along the surface for length of Steel Casing Pipe installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open Cut' installed for: a) Various Sizes 2) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per linear foot of " 18" Casing By Other Than Open Cut' installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of backfill 10) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS 4 and Over). 3. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipes - Enamel a -ad Tape Not Area. b. C200, Steel Water Pipe, 6in. (150 mm) and Larger c. C206, Field Welding of Steel Water Pipe d. M1I, Steel Water Pipe - A Guide for Design and Installation 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 330522-3 STEEL CASING PIPE Page 3 of 6 b. Field touch-up procedures 2. Interior Coating a. Material data b. Field touch-up procedures 3. Mill Test Certificates B. Shop Drawings 2. For Auger Boring Tunneling, provide the following: a. Furnish shop drawings and details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports or fittings 2) Joint and welding details 3) Other miscellaneous items for furnishing and fabricating pipe including dimensions, tolerances, wall thicknesses, material properties, strength, and other pertinent information. b. Submit shop drawings and calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2. Deliver, handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 330522-4 STEEL CASING PIPE Page 4 of 6 designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for auger boring tunneling projects, consider the following a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter (inches) 14 — 18 20-24 26 — 32 34-42 44 — 48 Greater than 48 Minimum Wall Thickness (inches) .3125 (5/16) .375 (3/8) .5 (1/2) .625 (5/8) .6875 (11/16) Project specific design 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in lengths that are compatible with Contractor's pit or shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the ports and fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 330522-5 STEEL CASING PIPE Page 5 of 6 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. 2) Outside circumference within plus 1.0 percent or minus 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of f 2%2 degrees and with a width of root face 1/16 inch � 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those specified above. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. 1. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press -fit connection (Permalok or equal) prior to installation of the pipe, depending on the type of carrier pipe. 2. Allowable joint types for each crossing are shown on the Drawings. 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4. Integral machined press -fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 330522-6 STEEL CASING PIPE Page 6 of 6 5. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 33 05 24. B. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 33 05 20 or Section 33 05 23. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•A— Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 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. The Contractor is responsible for determining and providing all thrust restraint. Thrust restraint calculations for all fittings and valves including the restraint length must be provided and sealed by a Licensed Professional Engineer in Texas. 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 01 31— Closed Circuit Television (CCTV) Inspection 14 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 15 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 16 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 18 8. Section 33 1105 — Bolts, Nuts, and Gaskets 19 9. Section 33 11 11— Ductile Iron Fittings 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Ductile Iron Pipe 23 a. Measurement 24 1) Measured horizontally along the surface from center line to center line of 25 the fitting, manhole, or appurtenance 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price bid per linear foot for "DIP" installed for: 30 a) Various sizes 31 b) Various types of backfill 32 c) Various linings 33 d) Various Depths, for miscellaneous sewer projects only 34 e) Various restraints 35 f) Various uses 36 c. The price bid shall include: 37 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 38 Drawings 39 2) Mobilization CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 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 17 1.3 REFERENCES 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. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25,125 and 250). 4. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 14 1 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 2 Enamel and Tape - Hot Applied. 3 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 4 c. M41, Ductile -Iron Pipe and Fittings. 5 6. American Water Works Association/American National Standards Institute 6 (AWWA/ANSI): 7 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 8 b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 9 c. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 10 d. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 11 Threaded Flanges. 12 e. C 150/A21.50, Thickness Design of Ductile -Iron Pipe. 13 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 14 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 15 7. NSF International (NSF): 16 a. 61, Drinking Water System Components -Health Effects. 17 8. Society for Protective Coatings (SSPC): 18 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Interior lining 27 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 28 C104/A21.4, including: 29 1) Material 30 2) Application recommendations 31 3) Field touch-up procedures 32 2. Thrust Restraint 33 a. Retainer glands, thrust harnesses or any other means 34 3. Gaskets 35 a. If hydrocarbon or other special gaskets are required 36 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 37 for a wastewater force main for 24-inch and greater diameters, including: 38 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 39 Texas including: 40 a. Working pressure 41 b. Surge pressure 42 c. Deflection CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 4- 2. , sealed by a Lieensed moo is T---3m`rc�atJ„ The Contractor is responsible for determining and providing all thrust restraint. Thrust restraint calculations for all fittings and valves including the restraint length must be provided and sealed by a Licensed Professional Engineer in Texas. 3 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 4 Professional Engineer in Texas including: 5 a. Pipe class 6 b. Joints type 7 c. Fittings 8 d. Stationing 9 e. Transitions 10 f. Joint deflection 11 C. Certificates 12 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 13 Section, each run of pipe furnished has met Specifications, all inspections have 14 been made, and that all tests have been performed in accordance with 15 AWWA/ANSI C151/A21.51. 16 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 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. Finished pipe shall be the product of 1 manufacturer. 23 1) Change orders, specials, and field changes may be provided by a different 24 manufacturer upon City approval. 25 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 26 under the control of the manufacturer. 27 c. Ductile Iron Pipe 28 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 29 a) Perform quality control tests and maintain results as outlined within 30 standard to assure compliance. 31 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 32 of at least 10 seconds. 33 B. Preconstruction Testing 34 1. The City may, at its own cost, subject random lengths of pipe for testing by an 35 independent laboratory for compliance with this Specification. 36 a. The compliance test shall be performed in the United States. 37 b. Any visible defects or failure to meet the quality standards herein will be 38 grounds for rejecting the entire order. 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage and Handling Requirements 41 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 42 stated in AWWA M41. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 1 2. Secure and maintain a location to store the material in accordance with Section 0166 2 00. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 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 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 C 150/A21.15, and AWWA/ANSI C 151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe were cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 2 CI50/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 3 construction, using the following parameters: 4 1) Unit Weight of Fill (w) = 130 pcf 5 2) Live Load = AASHTO HS 20 6 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 7 4) Bedding Conditions = Type 4 8 5) Working Pressure (PW) = 150 psi 9 6) Surge Allowance (Ps) = 100 psi 10 7) Design Internal Pressure (Pi) = PW + PS or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure, whichever is greater. 12 a) Test Pressure = 13 (1) No less than 1.25 minimum times the stated working pressure (187 14 psi minimum) of the pipeline measured at the highest elevation 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure (225 psi 17 minimum) at the lowest elevation of the test section. 18 8) Maximum Calculated Deflection (DX) = 3 percent 19 9) Restrained Joint Safety Factor (Sf) = 15 percent 20 c. Trench depths shall be verified after existing utilities are located. 21 1) Vertical alignment changes required because of existing utility or other 22 conflicts shall be accommodated by an appropriate change in pipe design 23 depth. 24 2) In no case shall pipe be installed deeper than its design allows. 25 7. Provisions for Thrust 26 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings, corrosion resistant joints. 28 b. In addition to the mechanical joint restraint required for all bends and fittings, 29 horizontal and vertical bends shall be restrained by concrete thrust blocking 30 and by mechanical joint restraint along the length of the pipe, as recommended 31 by the pipe manufacturer, unless shown otherwise in the design drawings. 32 Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or 33 dimensions for concrete thrust blocking, shall be interpreted to mean the 34 exclusion of the other method of restraint, unless both methods are specifically 35 required in the plans. 36 c. No thrust restraint contribution shall be allowed for the restrained length of 37 pipe within the casing. 38 d. Restrained joints, when required, shall be used for a sufficient distance from 39 each side of the bend, tee, plug, valve or other fitting to resist thrust which will 40 be developed at the design pressure of the pipe. For the purpose of thrust, the 41 following shall apply: 42 1) Valves shall be calculated as dead ends. 43 2) Design pressure shall be greater than the working pressure of the pipe or 44 the internal pressure (Pi) whichever is greater. 45 3) Restrained joints shall consist of approved mechanical restrained or push- 46 on restrained joints as listed in the City's Standard Products List as shown 47 in Section 0160 00. 48 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 49 resist thrust in accordance with the Drawings, AWWA M41, and the following: CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10-7 DUCTILE IRON PIPE Page 7 of 14 1 1) The weight of earth (We) shall be calculated as the weight of the projected 2 soil prism above the pipe, for unsaturated soil conditions. 3 2) Soil density =130 pcf (maximum value to be used), for unsaturated soil 4 conditions 5 3) If indicated on the Drawings and the Geotechnical Borings that ground 6 water is expected, account for reduced soil density. 7 8. Joints 8 a. General — Comply with AWWA/ANSI C 111/A21.11. 9 b. Push -On Joints 10 c. Mechanical Joints 11 d. Push -On Restrained Joints 12 1) Restraining Push -on joints by means of a special gasket 13 a) Only those products that are listed in Section 0160 00 14 b) The working pressure rating of the restrained gasket must exceed the 15 test pressure of the pipe line to be installed. 16 c) Approved for use of restraining Ductile Iron Pipe in casing with a 17 carrier pipe of 4-inches to 12-inches 18 d) Otherwise only approved if specially listed on the Drawings 19 2) Push -on Restrained Joint bell and spigot 20 a) Only those products list in the standard products list will be allowed for 21 the size listed in the standard products list per Section 01 60 00. 22 b) Pressure rating shall exceed the working and test pressure of the pipe 23 line. 24 e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B 16.1, Class 125 25 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 26 g. Field fabricated flanges are prohibited. 27 9. Gaskets 28 a. Provide Gaskets in accordance with Section 33 1105. 29 10. Isolation Flanges 30 a. Flanges required by the drawings to be Isolation Flanges shall conform to 31 Section 33 04 10. 32 11. Bolts and Nuts 33 a. Mechanical Joints 34 1) Provide bolts and nuts in accordance with Section 33 1105. 35 b. Flanged Ends 36 1) Meet requirements of AWWA C115. 37 a) Provide bolts and nuts in accordance with Section 33 1105. 38 12. Flange Coatings 39 a. Connections to Steel Flanges 40 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 41 Tape System in accordance with Section 33 1105. 42 13. Ductile Iron Pipe Exterior Coatings 43 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 44 pipe exterior, unless otherwise specified in the Contract Documents. 45 14. Polyethylene Encasement 46 a. All buried Ductile Iron Pipe shall be polyethylene encased. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10-8 DUCTILE IRON PIPE Page 8 of 14 1 b. Only manufacturers listed in the City's Standard Products List as shown in 2 Section 01 60 00 will be considered acceptable. 3 c. Use only virgin polyethylene material. 4 d. Encasement for buried pipe shall be 8 mil linear low density (LLD) 5 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 6 cross -laminated (HDCL) polyethylene encasement conforming to 7 AWWA/ANSI CI05/A21.5 and ASTM A674. 8 e. Marking: At a minimum of every 2 feet along its length, the mark the 9 polyethylene film with the following information: 10 1) Manufacturer's name or trademark 11 2) Year of manufacturer 12 3) AWWA/ANSI C105/A21.5 13 4) Minimum film thickness and material type 14 5) Applicable range of nominal diameter sizes 15 6) Warning — Corrosion Protection — Repair Any Damage 16 f. Special Markings/Colors 17 1) Reclaimed Water, perform one of the following: 18 a) Label polyethylene encasement with "RECLAIMED WATER", 19 b) Provide purple polyethylene in accordance with the American Public 20 Works Association Uniform Color Code; or 21 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 22 2) Wastewater, perform one of the following: 23 a) Label polyethylene encasement with "WASTEWATER"; 24 b) Provide green polyethylene in accordance with the American Public 25 Works Association Uniform Color Code; or 26 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 27 g. Minimum widths 28 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 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 54 108 216 60 108 216 64 121 242 1 15. Ductile Iron Pipe Interior Lining 2 a. Cement Mortar Lining 3 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 4 accordance with AWWA/ANSI C 104/A21.04 and be acceptable according 5 to NSF 61. 6 b. Ceramic Epoxy or Epoxy Linings 7 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 8 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 9 Products List as shown in Section 01 60 00. 10 2) Apply lining at a minimum of 40 mils DFT. 11 3) Due to the tolerances involved, the gasket area and spigot end up to 6 12 inches back from the end of the spigot end must be coated with 6 mils 13 nominal, 10 mils maximum using a Joint Compound as supplied by the 14 manufacturer. 15 a) Apply the joint compound by brush to ensure coverage. 16 b) Care should betaken that the joint compound is smooth without excess 17 buildup in the gasket seat or on the spigot ends. 18 c) Coat the gasket seat and spigot ends after the application of the lining. 19 4) Surface preparation shall be in accordance with the manufacturer's 20 recommendations. 21 5) Check thickness using a magnetic film thickness gauge in accordance with 22 the method outlined in SSPC PA 2. 23 6) Test the interior lining of all pipe barrels for pinholes with a non- 24 destructive 2,500 volt test. 25 a) Repair any defects prior to shipment. 26 7) Mark each fitting with the date of application of the lining system along 27 with its numerical sequence of application on that date and records 28 maintained by the applicator of his work. 29 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 30 cut, coat the exposed surface with the touch-up material as recommended 31 by the manufacturer. 32 a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 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 M41 and in accordance with the pipe manufacturer's 11 recommendations. 12 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 05 10. 15 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 16 6. For installation of carrier pipe within casing, see Section 33 05 24. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push -on Joints 36 a. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 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 and scarf to 4 conform to AWWA C600. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in one direction. 11 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. 14 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C600. 17 d. The manufacturer's recommendation may be used with the approval of the 18 Engineer. 19 D. Polyethylene Encasement Installation 20 1. Preparation 21 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material from becoming trapped between pipe 24 and polyethylene. 25 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 26 with minimum space between polyethylene and pipe. 27 1) Provide sufficient slack in contouring to prevent stretching polyethylene 28 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 29 joints or fittings and to prevent damage to polyethylene due to backfilling 30 operations. 31 2) Secure overlaps and ends with adhesive tape and hold. 32 c. For installations below water table and/or in areas subject to tidal actions, seal 33 both ends of polyethylene tube with adhesive tape at joint overlap. 34 2. Tubular Type (Method A) 35 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 36 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 37 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 38 ends. 39 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 40 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 41 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 42 polyethylene from preceding length of pipe, slip it over end of the new length 43 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 44 f. Secure overlap in place. 45 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 46 of pipe, securing fold at quarter points. 47 h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 1 i. Proceed with installation of next pipe in same manner. 2 3. Tubular Type (Method B) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 4 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 5 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 6 of pipe, securing fold at quarter points; secure ends. 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 8 proceeding pipe section, bunching it accordion -fashion lengthwise. 9 e. After completing joint, pull 3-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section of pipe 11 by at least 1 foot; make each end snug and secure. 12 4. Sheet Type 13 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 14 section. 15 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 16 it until it clears the pipe ends. 17 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 18 quadrant of pipe. 19 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 20 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 21 of pipe. 22 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 23 g. After completing joint, make overlap and secure ends. 24 h. Repair cuts, tears, punctures or other damage to polyethylene. 25 i. Proceed with installation of next section of pipe in same manner. 26 5. Pipe -Shaped Appurtenances 27 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 28 polyethylene in same manner as pipe and fittings. 29 6. Odd -Shaped Appurtenances 30 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 31 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 32 sheet under appurtenances and bringing it up around body. 33 b. Make seams by bringing edges together, folding over twice and taping down. 34 c. Tape polyethylene securely in place at the valve stem and at any other 35 penetrations. 36 7. Repairs 37 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube, wrapped around 39 fitting to cover damaged area and secured in place. 40 8. Openings in Encasement 41 a. Provide openings for branches, service taps, blow -offs, air valves and similar 42 appurtenances by making an X-shaped cut in polyethylene and temporarily 43 folding back film. 44 b. After appurtenance is installed, tape slack securely to appurtenance and repair 45 cut, as well as other damaged area in polyethylene with tape. 46 c. Service taps may also be made directly through polyethylene, with any 47 resulting damaged areas being repaired as described above. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 1 9. Junctions between Wrapped and Unwrapped Pipe: 2 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 7 3.5 REPAIR/RESTORATION 8 A. Patching 9 1. Excessive field -patching is not permitted of lining or coating. 10 2. Patching of lining or coating will be allowed where area to be repaired does not 11 exceed 100 square inches and has no dimensions greater than 12 inches. 12 3. In general, there shall not be more than 1 patch on either the lining or the coating of 13 any 1 joint of pipe. 14 4. Wherever necessary to patch the pipe: 15 a. Make patch with cement mortar as previously specified for interior joints. 16 b. Do not install patched pipe until the patch has been properly and adequately 17 cured and approved for laying by the City. 18 5. Promptly remove rejected pipe from the site. 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1. Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 14 DUCTILE IRON PIPE Page 14 of 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.1.b. — Updated Payment types 12/20/2012 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.13.9, 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 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. The Contractor is responsible for determining and providing all thrust restraint. Thrust restraint calculations for all fittings and valves including the restraint length must be provided and sealed by a Licensed Professional Engineer in Texas. 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 01 31— Closed Circuit Television (CCTV) Inspection 14 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 15 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 16 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 18 8. Section 33 1105 — Bolts, Nuts, and Gaskets 19 9. Section 33 11 11— Ductile Iron Fittings 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Ductile Iron Pipe 23 a. Measurement 24 1) Measured horizontally along the surface from center line to center line of 25 the fitting, manhole, or appurtenance 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price bid per linear foot for "DIP" installed for: 30 a) Various sizes 31 b) Various types of backfill 32 c) Various linings 33 d) Various Depths, for miscellaneous sewer projects only 34 e) Various restraints 35 f) Various uses 36 c. The price bid shall include: 37 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 38 Drawings 39 2) Mobilization CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 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 17 1.3 REFERENCES 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. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25,125 and 250). 4. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 14 1 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 2 Enamel and Tape - Hot Applied. 3 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 4 c. M41, Ductile -Iron Pipe and Fittings. 5 6. American Water Works Association/American National Standards Institute 6 (AWWA/ANSI): 7 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 8 b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 9 c. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 10 d. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 11 Threaded Flanges. 12 e. C 150/A21.50, Thickness Design of Ductile -Iron Pipe. 13 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 14 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 15 7. NSF International (NSF): 16 a. 61, Drinking Water System Components -Health Effects. 17 8. Society for Protective Coatings (SSPC): 18 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Interior lining 27 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 28 C104/A21.4, including: 29 1) Material 30 2) Application recommendations 31 3) Field touch-up procedures 32 2. Thrust Restraint 33 a. Retainer glands, thrust harnesses or any other means 34 3. Gaskets 35 a. If hydrocarbon or other special gaskets are required 36 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 37 for a wastewater force main for 24-inch and greater diameters, including: 38 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 39 Texas including: 40 a. Working pressure 41 b. Surge pressure 42 c. Deflection CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 4- 2. , sealed by a Lieensed moo is T---3m`rc�atJ„ The Contractor is responsible for determining and providing all thrust restraint. Thrust restraint calculations for all fittings and valves including the restraint length must be provided and sealed by a Licensed Professional Engineer in Texas. 3 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 4 Professional Engineer in Texas including: 5 a. Pipe class 6 b. Joints type 7 c. Fittings 8 d. Stationing 9 e. Transitions 10 f. Joint deflection 11 C. Certificates 12 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 13 Section, each run of pipe furnished has met Specifications, all inspections have 14 been made, and that all tests have been performed in accordance with 15 AWWA/ANSI C151/A21.51. 16 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 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. Finished pipe shall be the product of 1 manufacturer. 23 1) Change orders, specials, and field changes may be provided by a different 24 manufacturer upon City approval. 25 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 26 under the control of the manufacturer. 27 c. Ductile Iron Pipe 28 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 29 a) Perform quality control tests and maintain results as outlined within 30 standard to assure compliance. 31 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 32 of at least 10 seconds. 33 B. Preconstruction Testing 34 1. The City may, at its own cost, subject random lengths of pipe for testing by an 35 independent laboratory for compliance with this Specification. 36 a. The compliance test shall be performed in the United States. 37 b. Any visible defects or failure to meet the quality standards herein will be 38 grounds for rejecting the entire order. 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage and Handling Requirements 41 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 42 stated in AWWA M41. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 1 2. Secure and maintain a location to store the material in accordance with Section 0166 2 00. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 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 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 C 150/A21.15, and AWWA/ANSI C 151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe were cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 2 CI50/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 3 construction, using the following parameters: 4 1) Unit Weight of Fill (w) = 130 pcf 5 2) Live Load = AASHTO HS 20 6 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 7 4) Bedding Conditions = Type 4 8 5) Working Pressure (PW) = 150 psi 9 6) Surge Allowance (Ps) = 100 psi 10 7) Design Internal Pressure (Pi) = PW + PS or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure, whichever is greater. 12 a) Test Pressure = 13 (1) No less than 1.25 minimum times the stated working pressure (187 14 psi minimum) of the pipeline measured at the highest elevation 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure (225 psi 17 minimum) at the lowest elevation of the test section. 18 8) Maximum Calculated Deflection (DX) = 3 percent 19 9) Restrained Joint Safety Factor (Sf) = 15 percent 20 c. Trench depths shall be verified after existing utilities are located. 21 1) Vertical alignment changes required because of existing utility or other 22 conflicts shall be accommodated by an appropriate change in pipe design 23 depth. 24 2) In no case shall pipe be installed deeper than its design allows. 25 7. Provisions for Thrust 26 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings, corrosion resistant joints. 28 b. In addition to the mechanical joint restraint required for all bends and fittings, 29 horizontal and vertical bends shall be restrained by concrete thrust blocking 30 and by mechanical joint restraint along the length of the pipe, as recommended 31 by the pipe manufacturer, unless shown otherwise in the design drawings. 32 Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or 33 dimensions for concrete thrust blocking, shall be interpreted to mean the 34 exclusion of the other method of restraint, unless both methods are specifically 35 required in the plans. 36 c. No thrust restraint contribution shall be allowed for the restrained length of 37 pipe within the casing. 38 d. Restrained joints, when required, shall be used for a sufficient distance from 39 each side of the bend, tee, plug, valve or other fitting to resist thrust which will 40 be developed at the design pressure of the pipe. For the purpose of thrust, the 41 following shall apply: 42 1) Valves shall be calculated as dead ends. 43 2) Design pressure shall be greater than the working pressure of the pipe or 44 the internal pressure (Pi) whichever is greater. 45 3) Restrained joints shall consist of approved mechanical restrained or push- 46 on restrained joints as listed in the City's Standard Products List as shown 47 in Section 0160 00. 48 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 49 resist thrust in accordance with the Drawings, AWWA M41, and the following: CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10-7 DUCTILE IRON PIPE Page 7 of 14 1 1) The weight of earth (We) shall be calculated as the weight of the projected 2 soil prism above the pipe, for unsaturated soil conditions. 3 2) Soil density =130 pcf (maximum value to be used), for unsaturated soil 4 conditions 5 3) If indicated on the Drawings and the Geotechnical Borings that ground 6 water is expected, account for reduced soil density. 7 8. Joints 8 a. General — Comply with AWWA/ANSI C 111/A21.11. 9 b. Push -On Joints 10 c. Mechanical Joints 11 d. Push -On Restrained Joints 12 1) Restraining Push -on joints by means of a special gasket 13 a) Only those products that are listed in Section 0160 00 14 b) The working pressure rating of the restrained gasket must exceed the 15 test pressure of the pipe line to be installed. 16 c) Approved for use of restraining Ductile Iron Pipe in casing with a 17 carrier pipe of 4-inches to 12-inches 18 d) Otherwise only approved if specially listed on the Drawings 19 2) Push -on Restrained Joint bell and spigot 20 a) Only those products list in the standard products list will be allowed for 21 the size listed in the standard products list per Section 01 60 00. 22 b) Pressure rating shall exceed the working and test pressure of the pipe 23 line. 24 e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B 16.1, Class 125 25 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 26 g. Field fabricated flanges are prohibited. 27 9. Gaskets 28 a. Provide Gaskets in accordance with Section 33 1105. 29 10. Isolation Flanges 30 a. Flanges required by the drawings to be Isolation Flanges shall conform to 31 Section 33 04 10. 32 11. Bolts and Nuts 33 a. Mechanical Joints 34 1) Provide bolts and nuts in accordance with Section 33 1105. 35 b. Flanged Ends 36 1) Meet requirements of AWWA C115. 37 a) Provide bolts and nuts in accordance with Section 33 1105. 38 12. Flange Coatings 39 a. Connections to Steel Flanges 40 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 41 Tape System in accordance with Section 33 1105. 42 13. Ductile Iron Pipe Exterior Coatings 43 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 44 pipe exterior, unless otherwise specified in the Contract Documents. 45 14. Polyethylene Encasement 46 a. All buried Ductile Iron Pipe shall be polyethylene encased. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10-8 DUCTILE IRON PIPE Page 8 of 14 1 b. Only manufacturers listed in the City's Standard Products List as shown in 2 Section 01 60 00 will be considered acceptable. 3 c. Use only virgin polyethylene material. 4 d. Encasement for buried pipe shall be 8 mil linear low density (LLD) 5 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 6 cross -laminated (HDCL) polyethylene encasement conforming to 7 AWWA/ANSI CI05/A21.5 and ASTM A674. 8 e. Marking: At a minimum of every 2 feet along its length, the mark the 9 polyethylene film with the following information: 10 1) Manufacturer's name or trademark 11 2) Year of manufacturer 12 3) AWWA/ANSI C105/A21.5 13 4) Minimum film thickness and material type 14 5) Applicable range of nominal diameter sizes 15 6) Warning — Corrosion Protection — Repair Any Damage 16 f. Special Markings/Colors 17 1) Reclaimed Water, perform one of the following: 18 a) Label polyethylene encasement with "RECLAIMED WATER", 19 b) Provide purple polyethylene in accordance with the American Public 20 Works Association Uniform Color Code; or 21 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 22 2) Wastewater, perform one of the following: 23 a) Label polyethylene encasement with "WASTEWATER"; 24 b) Provide green polyethylene in accordance with the American Public 25 Works Association Uniform Color Code; or 26 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 27 g. Minimum widths 28 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 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 54 108 216 60 108 216 64 121 242 1 15. Ductile Iron Pipe Interior Lining 2 a. Cement Mortar Lining 3 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 4 accordance with AWWA/ANSI C 104/A21.04 and be acceptable according 5 to NSF 61. 6 b. Ceramic Epoxy or Epoxy Linings 7 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 8 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 9 Products List as shown in Section 01 60 00. 10 2) Apply lining at a minimum of 40 mils DFT. 11 3) Due to the tolerances involved, the gasket area and spigot end up to 6 12 inches back from the end of the spigot end must be coated with 6 mils 13 nominal, 10 mils maximum using a Joint Compound as supplied by the 14 manufacturer. 15 a) Apply the joint compound by brush to ensure coverage. 16 b) Care should betaken that the joint compound is smooth without excess 17 buildup in the gasket seat or on the spigot ends. 18 c) Coat the gasket seat and spigot ends after the application of the lining. 19 4) Surface preparation shall be in accordance with the manufacturer's 20 recommendations. 21 5) Check thickness using a magnetic film thickness gauge in accordance with 22 the method outlined in SSPC PA 2. 23 6) Test the interior lining of all pipe barrels for pinholes with a non- 24 destructive 2,500 volt test. 25 a) Repair any defects prior to shipment. 26 7) Mark each fitting with the date of application of the lining system along 27 with its numerical sequence of application on that date and records 28 maintained by the applicator of his work. 29 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 30 cut, coat the exposed surface with the touch-up material as recommended 31 by the manufacturer. 32 a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 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 M41 and in accordance with the pipe manufacturer's 11 recommendations. 12 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 05 10. 15 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 16 6. For installation of carrier pipe within casing, see Section 33 05 24. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push -on Joints 36 a. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 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 and scarf to 4 conform to AWWA C600. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in one direction. 11 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. 14 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C600. 17 d. The manufacturer's recommendation may be used with the approval of the 18 Engineer. 19 D. Polyethylene Encasement Installation 20 1. Preparation 21 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material from becoming trapped between pipe 24 and polyethylene. 25 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 26 with minimum space between polyethylene and pipe. 27 1) Provide sufficient slack in contouring to prevent stretching polyethylene 28 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 29 joints or fittings and to prevent damage to polyethylene due to backfilling 30 operations. 31 2) Secure overlaps and ends with adhesive tape and hold. 32 c. For installations below water table and/or in areas subject to tidal actions, seal 33 both ends of polyethylene tube with adhesive tape at joint overlap. 34 2. Tubular Type (Method A) 35 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 36 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 37 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 38 ends. 39 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 40 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 41 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 42 polyethylene from preceding length of pipe, slip it over end of the new length 43 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 44 f. Secure overlap in place. 45 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 46 of pipe, securing fold at quarter points. 47 h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 1 i. Proceed with installation of next pipe in same manner. 2 3. Tubular Type (Method B) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 4 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 5 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 6 of pipe, securing fold at quarter points; secure ends. 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 8 proceeding pipe section, bunching it accordion -fashion lengthwise. 9 e. After completing joint, pull 3-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section of pipe 11 by at least 1 foot; make each end snug and secure. 12 4. Sheet Type 13 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 14 section. 15 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 16 it until it clears the pipe ends. 17 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 18 quadrant of pipe. 19 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 20 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 21 of pipe. 22 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 23 g. After completing joint, make overlap and secure ends. 24 h. Repair cuts, tears, punctures or other damage to polyethylene. 25 i. Proceed with installation of next section of pipe in same manner. 26 5. Pipe -Shaped Appurtenances 27 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 28 polyethylene in same manner as pipe and fittings. 29 6. Odd -Shaped Appurtenances 30 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 31 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 32 sheet under appurtenances and bringing it up around body. 33 b. Make seams by bringing edges together, folding over twice and taping down. 34 c. Tape polyethylene securely in place at the valve stem and at any other 35 penetrations. 36 7. Repairs 37 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube, wrapped around 39 fitting to cover damaged area and secured in place. 40 8. Openings in Encasement 41 a. Provide openings for branches, service taps, blow -offs, air valves and similar 42 appurtenances by making an X-shaped cut in polyethylene and temporarily 43 folding back film. 44 b. After appurtenance is installed, tape slack securely to appurtenance and repair 45 cut, as well as other damaged area in polyethylene with tape. 46 c. Service taps may also be made directly through polyethylene, with any 47 resulting damaged areas being repaired as described above. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 1 9. Junctions between Wrapped and Unwrapped Pipe: 2 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 7 3.5 REPAIR/RESTORATION 8 A. Patching 9 1. Excessive field -patching is not permitted of lining or coating. 10 2. Patching of lining or coating will be allowed where area to be repaired does not 11 exceed 100 square inches and has no dimensions greater than 12 inches. 12 3. In general, there shall not be more than 1 patch on either the lining or the coating of 13 any 1 joint of pipe. 14 4. Wherever necessary to patch the pipe: 15 a. Make patch with cement mortar as previously specified for interior joints. 16 b. Do not install patched pipe until the patch has been properly and adequately 17 cured and approved for laying by the City. 18 5. Promptly remove rejected pipe from the site. 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1. Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 10 - 14 DUCTILE IRON PIPE Page 14 of 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.1.b. — Updated Payment types 12/20/2012 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.13.9, 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 9, 2022 33 11 13-1 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 1 of 16 SECTION 33 1113 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE PART1- GENERAL ""EL1110 10 I\ :T1 A. Section Includes: 1. Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type (Concrete Pressure Pipe) 24-inch through 72-inch for potable water applications in conformance with AWWA C303 B. Deviations from this City of Fort Worth Standard Specification 1. The Contractor is responsible for determining and providing all thrust restraint. Thrust restraint calculations for all fittings and valves including the restraint length must be provided and sealed by a Licensed Professional Engineer in Texas. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 01 31— Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 1105 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Pressure Pipe a. Measurement 1) Measured horizontally along the surface from center line to centerline of the fitting or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Concrete AWWA C303 Pipe" installed for: a) Various sizes b) Various types of backfill c. The price bid shall include: 1) Furnishing and installing Concrete Pressure Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13-2 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 2 of 16 8) Disposal of excess material 9) Furnishing, placement, and compaction of embedment 10) Trench water stops 11) Joint restraint 12) Bolts and nuts 13) Welding 14) Gaskets, if allowed 15) Furnishing, placement, and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Concrete Pressure Pipe Fittings a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "C303 Fittings" installed for: a) Various sizes b) Various types of backfill c. The price bid shall include: 1) Furnishing and installing Concrete Pressure Pipe Fittings as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of embedment 10) Trench water stops 11) Joint restraint 12) Bolts and nuts 13) Welding 14) Gaskets, if allowed 15) Furnishing, placement, and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 3 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 3 of 16 American Society of Testing and Materials (ASTM): a. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. c. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. d. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. e. C33, Standard Specification for Concrete Aggregates. £ C144, Standard Specification for Aggregate for Masonry Mortar. g. C150, Specification for Portland Cement. h. C293, Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center -Point Loading). i. C497, Methods of Testing Concrete Pipe. j. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used With Concrete By Slant Shear. k. C1090, Standard Test Method for Measuring Changes in Height of Cylindrical Specimens of Hydraulic -Cement Grout. 1. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 4. American Welding Society (AWS): a. D1.1, Structural Welding Code - Steel. 5. American Water Works Association (AWWA): a. C206, Field Welding of Steel Water Pipe. b. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. c. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. d. M9, Concrete Pressure Pipe. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 7. International Organization for Standardization (ISO). 8. National Sanitation Foundation (NSF): a. NSF 61, Drinking Water System Components -Health Effects 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Application recommendations c. Field touch-up procedures 2. Joint Wrappers a. Material data CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 4 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 4 of 16 b. Installation recommendations 3. Flexible Joint Couplings a. Manufacturer b. Model 4. Mixes a. Mortar for interior joints and patches b. Bonding agents for patches 5. Gaskets (if applicable) B. Shop Drawings — Furnish for Concrete Pressure Pipe used in the potable water systems including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Internal pressure 1) Working Pressure 2) Test Pressure 3) Surge pressure b. External pressure 1) Deflection 2) Buckling c. Special physical loading such as supports or joint design d. Thermal expansion and/or contraction, if applicable for the proposed installation 2. Thrust restraint calculations for all fittings and valves including the restraint length sealed by a Licensed Professional Engineer in Texas. 3. Fabrication and lay drawings showing a schematic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: a. Pipe class b. Joint types c. Fittings d. Thrust Restraint e. Stationing (in accordance with the Drawings) f. Transitions g. Joint deflection h. Outlet locations for welding, ventilation, and access i. Welding requirements 4. Pipe within Casing a. Provide drawings detailing how pipe is restrained to prevent floating within the casing. C. Certificates and Test Reports a. Submittals for certificates and testing reports shall be as outlined in Article 1.9 of this Section. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 5 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 5 of 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Shall be American Concrete Pressure Pipe Association (ACPPA) Quality Program certified, I.S.O. Quality Certification Program certified, or equal, for Concrete Pressure Pipe and accessory manufacturing. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Pipe shall be the product of 1 manufacturer which has had not less than 5 years successful experience manufacturing AWWA C303 pipe of the particular type and size indicated. 1) This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. 2) Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be performed at 1 location, unless otherwise approved by the Engineer. d. Pipe shall be manufactured in accordance with the latest revisions of AWWA C303. B. Certifications Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C303 and these Specifications b. Copies of results of factory hydrostatic tests shall be provided to the Engineer c. Mill certificates, including chemical and physical test results for each heat of steel 1) The manufacturer shall perform the tests described in AWWA C303, for all pipe, fittings, and specials, except that the absorption test detailed in this Specification shall supersede the requirements of the applicable portion of AWWA C303. d. Certified test reports for welder certification for factory and field welds in accordance with AWWA C303, Section 5 e. Certified test reports for cement mortar tests £ Certified test reports for steel cylinder tests C. Hydrostatic Pressure Testing 1. Hydrostatic pressure testing shall meet or exceed the requirements of AWWA C303 Section 4.6 — Fabrication. a. Each pipe cylinder, with rings welded to its ends, shall be hydrostatically tested prior to application of lining or coating. b. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. c. Each pipe cylinder tested shall be completely watertight under maximum test pressure. d. Test pressure shall be held for sufficient time to observe the weld seams. e. Pipe manufacturer shall maintain a recording of the pressure gauge report and provide to the Engineer. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 6 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 6 of 16 2. Fittings shall be fabricated from hydrostatically tested pipe or fabricated of welded steel sheets or plates. a. Fittings shall be tested in accordance with AWWA C3O3. 3. Factory Testing a. Cement Mortar Coating - Absorption Test 1) A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. a) The mortar coating samples shall have been cured in the same manner as the pipe. b) A test value shall consist of the average of a minimum of 3 samples taken from the same working shift. c) The test method shall be in accordance with ASTM C497, Method A. d) The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. e) Tests for each working shift shall be performed on a daily basis until conformance to the absorption requirements has been established by 10 consecutive passing test results, at which time testing may be performed on a weekly basis for each working shift. (1) Daily testing shall be resumed for each working shift with failing absorption test results and shall be maintained until conformance to the absorption requirements is re-established by 10 consecutive passing test results. D. Cement Mortar Lining 1. Shop -applied cement mortar linings shall be tested in accordance with AWWA C3O3. E. City Testing and Inspection 1. The City reserves the option to have an independent testing laboratory, at the City's expense, inspect pipe and fittings at the pipe manufacturer's plant. a. The City's testing laboratory and Engineer shall have free access to the manufacturer's plant. b. The pipe manufacturer shall notify the City, in writing, at least 2 weeks prior to pipe fabrication as to start of fabrication and fabricating schedule. The City will then advise the manufacturer as to City's decision regarding tests to be performed by an independent testing laboratory. c. In the event the City elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to 1 spot testing of each category unless the tests do not show compliance with the standard. 1) If these tests do not show compliance, the City reserves the right to have the laboratory make additional tests and observations. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 7 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 7 of 16 a. In the event that an abnormal production time is required, and the City is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the City for such costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. F. Manufacturer's Technician for Pipe Installation Pipe Manufacturer's Representative a. During the construction period, the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct, as necessary, in pipe laying and pipe jointing. 1) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. 2) The technician is not required to be on -site full time; however, the technician shall be regularly on -site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 1.10 DELIVERY, STORAGE, AND HANDLING A. Packing 1. Prepare pipe for shipment to: a. Afford maximum protection from normal hazards of transportation b. Allow pipe to reach project site in an undamaged condition 2. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends. b. Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 4. Pipes shall be carefully supported during shipment and storage. a. Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b. Ship pipe on padded bunks with tie -down straps approximately over stulling. c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to protect the pipe from damage. d. Each end and each length of pipe, fitting or special (42-inches and larger) and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. i. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation. ii. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. iii. At a minimum, stulls shall be placed at each end, each quarter point and center. B. Delivery, Handling, and Storage CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 8 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 8 of 16 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's interior coating for excessive cracking. a. If excessive cracking is found, exceeding the allowance in AWWA C303, modify shipping procedures to reduce or eliminate cracking. 2. Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systems. C. Marking for Identification 1. For each joint of pipe and each fitting, plainly mark on 1 end: a. Class for which it is designated b. Date of manufacturer c. Identification number d. Top centerlines shall be marked on all specials. D. Point of Delivery 1. The Contractor is responsible for securing and maintaining a location to store the material in accordance with Section 0166 00. 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 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. Materials 1. General a. Pipe shall be manufactured in accordance with the latest revisions of AWWA C303, AWWA M9, as well as the special requirements of this Specification. b. All pipe shall meet the requirements of NSF 61. 2. Cement a. Cement for use in concrete and mortar shall be Type I or II Portland Cement. 3. Aggregates a. Aggregates for concrete lining and coating shall conform to ASTM C33. 4. Sand a. Sand used for inside and outside joints shall be of silica base, conforming to ASTM C 144. 5. Special Coating (Mortar Rings) a. Pipe to be installed in casing shall have 2 built-up mortar rings, each approximately 2 feet long and slightly higher than the pipe bell, to prevent the pipe from being supported by the pipe bell. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 9 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 9 of 16 b. Built-up mortar rings are to be applied at the quarter points of the pipe section. 6. Bushings, Couplings and Plugs a. Where outlets or taps are threaded, furnish and install brass reducing bushings in larger steel half couplings for the outlet size indicated. b. Threaded plugs shall be brass. 7. Mixes a. Cement Mortar 1) Cement mortar used for pouring joints shall consist of - a) 1 part Portland Cement b) 2 parts clean, fine, sharp silica sand c) Mixed with water d) No manufactured sand shall be permitted. e) Exterior joint mortar shall be mixed to the consistency of thick cream. f) Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. g) Cement shall be ASTM C 150, Type I or Type H. h) Sand shall conform to ASTM C144. 2) Cement mortar used for patching shall be mixed as per cement mortar for inside joints. 8. Joint Wrappers a. Joint wrappers shall be manufactured by Mar -Mac Manufacturing Company, or approved equal. b. For pipe within casing, Flex Protex joint filler, or approved equal, maybe used for pipes that can be welded from the interior. 9. Flexible Joint Couplings a. Flexible Joint Couplings shall be Dresser Style 38, Smith -Blair Style 411 or approved equal. 10. Pipe Ends a. The standard pipe end shall include steel joint ring and a continuous solid rubber ring gasket as per AWWA M9. 11. Gaskets 1) Flange in accordance with AWWA C207. 2) Provide Gaskets in accordance with Section 33 11 05. 12. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with AWWA C207. 2) Provide bolts and nuts in accordance with Section 33 1105. 13. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 14. Flange Coatings a. Flange Coatings in accordance with Section 33 1105. 15. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. 16. Weld Lead Outlets (if applicable) a. Use of threaded outlets for access for weld leads is permitted. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 10 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 10 of 16 b. Additional outlet configurations shall be approved by the Engineer. c. Outlets shall be welded after use. 17. Snap Rings a. Snap rings shall be manufactured by Hanson or approved equal. C. Performance / Design Criteria Pipe Design a. Pipe shall be designed, manufactured and tested in accordance with the latest revisions of AWWA C303, AWWA M9, as well as the special requirements of this Specification. b. Sizes and pressure classes (working pressure) shall be as specified in the Drawings. c. For the purposes of pipe design, working pressure plus transient pressure shall be as indicated below. d. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. e. Pipe shall be designed according to the methods indicated in AWWA C303 and AWWA M9 for trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pounds per cubic foot 2) Live Load = AASHTO H-20 truck for unpaved conditions 3) Live Load = Cooper E-80 loading for railroad crossings 4) Trench Depth = As indicated on Drawings 5) Coefficient K,z = 0.150 6) Trench Width (Bd) as indicated on Drawings 7) Bedding Conditions = as indicated on Drawings 8) Pressure Class = 150 psi min. working pressure 9) Surge Allowance = 100 psi minimum a) where: Total Pressure (including surge) = 150 psi + 100 psi = 250 psi. 10) Deflection Lag Factor = 1.0 11) Soil Reaction Modulus (E') < 1,000 f. Trench depths indicated on Drawings shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 2. Provisions for Thrust a. The Contractor is responsible for determining and providing all thrust restraint. Thrust restraint calculations for all fittings and valves including the restraint length must be provided and sealed by a Licensed Professional Engineer in Texas. b. Thrust at bends, tees or other fittings shall be resisted by restrained joints or snap rings. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. 2) No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. 3) The diSt HHEe44-IcM9iSt.SAR-vM A-;; thePi-ElWifigs is 1r; q#Ri• CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 11 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 11 of 16 c. 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. r�ld d needs . speeified herein. a; Tip" oaze shall the-estFaine disc *ee be loss than indiea4ed o the Drawings-. 2) Restrained joints shall consist of welded joints or snap rings. 3) In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. d. Thrust restraint design 1) The length of pipe with restrained joints to resist thrust forces shall be verified by the pipe manufacturer in accordance with AWWA M9 and the following: a) The Weight of Earth (We) shall be calculated as the weight of the projected soil prism above the pipe. (1) Soil Density = 130 pounds per cubic foot (maximum value to be used for unsaturated soil). e. Thrust collars will only be permitted for temporary plugs. 1) Thrust collars may not be used for any other application, unless approved in writing by the Engineer. 3. Inside Diameter a. The inside diameter, of the cement mortar lining shall be the nominal diameter specified, unless otherwise indicated on the Drawings. 4. Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection and Flange Gaskets shall be in accordance with Section 33 04 10. 5. Bend Fittings a. All bend fittings shall be long radius to permit passage of pipeline pigs. 6. Fittings with Flanges 1) Flanged joints shall be provided at connections to valves and where indicated on the Drawings. 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. 3) Pipe flanges and welding of flanges to Concrete Pressure Pipe shall conform to the requirements of AWWA C207 and AWWA C206. 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. 5) Flanges shall match the fittings or appurtenances which are to be attached. 6) Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C207 and in accordance with ASME B16.1 Class 125 for areas designated with a 225 psi test pressure. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 12 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 12 of 16 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Concrete Pressure Pipe, fittings, specials and appurtenances as required for the proper functioning of the completed pipe line. 2. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA M9, and in accordance with the pipe manufacturer's recommendations. 3. Lay pipe to the lines and grades show on the Drawings. 4. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 5. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. 6. If pipe is placed in casing, restrain pipe from floating as required in Article 1.6.13.4. B. Pipe Handling 1. Haul and distribute pipe fittings at the project site and handle piping with care to avoid damage. 2. Before lowering into the trench and inspect each joint of pipe and reject or repair any damaged pipe. 3. Pipe shall be handled at all times with a minimum of 1 wide non-abrasive sling, belts or other equipment designed to prevent damage to the coating or lining. 4. The equipment shall be kept in such repair that its continued use is not injurious to the coating. 5. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. C. Pipe Jointing General a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. b. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. c. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. d. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 13 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 13 of 16 e. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and force into position. 1) The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the pipe manufacturer. £ No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. g. After joining, check the position of the gasket with a feeler gauge. 1) If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. h. For interior welded joints, complete backfilling before welding. i. For exterior field -welded joints, provide adequate working room under and beside the pipe. 2. Exterior Joints a. Make the exterior joint by placing a joint wrapper around the pipe and secure in place with 2 metal straps. 1) The wrapper shall be 9 inches wide for pipe 36-inches and larger, and 7 inches wide for smaller pipe, hemmed on each side. 2) The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. 3) Fill the joint with mortar from 1 side in 1 continuous operation until it has flowed entirely around the pipe. 4) During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. 5) Leave wrappers in place undisturbed until the mortar has set-up. 3. Interior Joints a. Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar/high-strength grout. b. Prior to placing of mortar/grout, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to insure that no voids remain in the joint space. d. After the joint has been filled, level the surfaces of the joint mortar/grout with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell buttered with grout, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus grout from the joint. 1) The surplus grout shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 4. Welded Joints a. Weld joints in accordance with the AWWA M9. 1) Contractor shall provide adequate ventilation for welders and for the City to observe welds. 2) Unless otherwise specified on the Drawings, welds shall be full circle fillet welds. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 331113 -14 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 14 of 16 b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. Before welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. d. Welding shall be performed so as not to damage lining or coating. 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. In all 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. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. i. Furnish each welder employed with a steel stencil for marking the welds so that the work of each welder may be identified. 1) Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. a) In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. j. Welders 1) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. 2) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. a) The inspection will be done by a Certified Welding Inspector retained by the City. 3) Any welder making defective welds shall not be allowed to continue to weld. k. Weld Testing 1) Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in accordance with AWWA C2O6 and set forth in AWS D.1.1. shall be performed by the Contractor under the supervision and inspection of the City's Representative or an independent testing laboratory, on all full welded joints. a) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 15 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 15 of 16 b) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. (1) The procedure for repairing the joint shall be approved by the Engineer before proceeding. 5. Protection of Exposed Metal a. Protect exposed ferrous metal by a minimum of 1 inch coating of cement mortar as previously specified for inside joints, unless otherwise specified in the Drawings. b. Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded outlets, closures, etc., shall have coating reinforced with galvanized wire mesh. c. Thoroughly clean and wet the surface receiving a cement mortar coating with water just prior to placing the cement mortar coating. d. After placing, take care to prevent cement mortar from drying out too rapidly by covering with damp earth or burlap. e. Cement mortar coating shall not be applied during freezing weather. 6. Patching a. Excessive field -patching of lining or coating shall not be permitted. b. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. c. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. d. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. e. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. f. Promptly remove rejected pipe from the site. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field [OR] Site Tests and Inspections 1. Cleaning and Testing a. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 1) Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 13 - 16 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 16 of 16 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.10.A.4.d. — Size revision for Stull requirement 12/20/2012 D. Johnson 2.2.13.10, 11, 12 and 13 — Added reference to Sections 33 1105 and 33 04 10; removed material specifications for bolts, nuts and gaskets CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14-1 BURIED STEEL PIPE AND FITTINGS Pagel of 27 SECTION 33 1114 1:381NIII MI11191Ila9lQ=121IlaIN11► 1 PART1- GENERAL ""ELl lu lU I\ :T1 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 The Contractor is responsible for determining and providing all thrust restraint. Thrust restraint calculations for all fittings and valves including the restraint length must be provided and sealed by a Licensed Professional Engineer in Texas. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 01 31— Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 — Utility Trench Excavation, Embedment, and Backfill 7. Section 33 1105 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Buried Steel Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Steel AWWA C200 Pipe" installed for: a) Various sizes b) Various type of backfill c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14-2 BURIED STEEL PIPE AND FITTINGS Page 2 of 27 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. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum price bid for "Steel Fittings". c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) 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 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 Architectural Manufacturers Association (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 4. ANSI International (ASTM): a. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PDI Tensile Strength. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 3 BURIED STEEL PIPE AND FITTINGS Page 3 of 27 b. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. d. C33, Standard Specifications for Concrete Aggregates. e. C144, Standard Specification for Aggregate for Masonry Mortar. £ C150, Standard Specification for Portland Cement. g. C216, Standard Specification for Facing Brick (Solid Masonry Units Made from Clay or Shale). h. D 16, Standard Terminology for Paint, Related Coatings, Materials, and Applications. i. D242, Standard Specification for Mineral Filler for Bituminous Paving Mixtures. j. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings. k. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 1. D4541, Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers. In. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 5. American Welding Society (AWS) 6. D1.1, Structure Welding Code - Steel. 7. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 Inches and Larger. b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins and Larger Shop -Applied. c. C206, Field Welding of Steel Water Pipe. d. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. f. C210, Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. g. C216, Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings i. M11, Steel Pipe - A Guide for Design and Installation. 8. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 9. International Organization for Standardization (ISO). 10. NACE International (MACE): a. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. 11. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 12. Spray Polyurethane Foam Alliance (SPFA). 13. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers (NACE) a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 4 BURIED STEEL PIPE AND FITTINGS Page 4 of 27 b. SP 1, Solvent Cleaning. c. SP 2, Hand Tool Cleaning. d. SP 3, Power Tool Cleaning. 14. Society for Protective Coatings/National Associate of Corrosion Engineers (SSPC/NACE) a. SP 10/NACE No. 2, Near -White Blast Cleaning. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Application recommendations c. Field touch-up procedures 2. Heat Shrink Sleeves, if applicable a. Material data b. Installation recommendations 3. Joint Wrappers, if applicable a. Material data b. Installation recommendations 4. Mixes a. Mortar for interior joints and patches b. Bonding agents for patches 5. Gaskets B. Shop Drawings 1. Wall 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. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 5 BURIED STEEL PIPE AND FITTINGS Page 5 of 27 Fabrication and lay drawings showing a schematic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: a. Pipe class b. Joint types c. Fittings d. Outlets e. Thrust Restraint f. Stationing (in accordance with the Drawings) g. Transitions h. Joint deflection i. Interior lining j. Outlet locations for welding, ventilation, and access k. Welding requirements and provisions for thermal stress control C. Certificates and Test Reports Prior to shipment of the pipe, the pipe manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA 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. Mill 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. £ Certified test reports for cement mortar tests. g. Certified test reports for steel cylinder tests. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturers a. Shall be certified under S.P.F.A. or I.S.O. quality certification program for steel pipe and accessory manufacturing b. Finished pipe shall be the product of 1 manufacturer. c. Pipe 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 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. 2) Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at 1 location, unless otherwise approved by the Engineer. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 6 BURIED STEEL PIPE AND FITTINGS Page 6 of 27 e. Manufacture pipe in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. 1.10 DELIVERY, STORAGE, AND HANDLING A. Packing 1. Prepare pipe for shipment to: a. Afford maximum protection from normal hazard of transportation b. Allow pipe to reach project site in an undamaged condition 2. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends. b. Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall be maintained inside the pipe by periodic addition of water, as necessary. 4. Pipes shall be carefully supported during shipment and storage. a. Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b. Ship pipe on padded bunks with tie -down straps approximately over stulling. c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to protect the pipe from damage. d. Each end of each length of pipe, fitting or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. 1) Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation. 2) Pipe shall be rotated so that 1 Stull remains vertical during storage, shipment and installation. 3) At a minimum, stulls shall be placed at each end and center. a) Additional stulls may be required depending upon the length of the joints and pipe design. 4) Stulls shall not be removed until backfill operations are complete (excluding final clean up), unless it can be demonstrated to the City's satisfaction that removal of stulls will not adversely affect pipe installation. B. Delivery, Handling, and Storage 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's interior coating for excessive cracking. 2. If excessive cracking is found, the Contractor shall modify shipping procedures to reduce or eliminate cracking. 3. Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systems. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 7 BURIED STEEL PIPE AND FITTINGS Page 7 of 27 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed 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. Materials 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. 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 10/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 h) Hardness: Minimum Durometer hardness of 65 on the Shore D scale in accordance with ASTM D2240 i) Flexibility Resistance (1) ASTM D522 using 1-inch mandrel (2) Allow coating to cure for 7 days. (3) Perform testing on test coupons held for 15 minutes at temperature extremes specified above. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14-8 BURIED STEEL PIPE AND FITTINGS Page 8 of 27 j) Dry Film Thickness: 35 mils k) Coating shall be a self priming, plural component, 100 percent solids, non -extended polyurethane, suitable for burial or immersion and shall be: (1) Corropipe II Omni as manufactured by Madison Chemical Industries Inc. (2) Durashield 210 as manufactured by LifeLast, Inc., or (3) Protec 11, as manufactured by ITW — Futura Coatings, Inc. 2) The coating manufacturer shall have a minimum of 5 years experience in the production of this type coating. b. For Specials, Fittings, Repair and Connections 1) Provide shop -applied and field -applied coating as follows: a) Corropipe 11 Omni, and GP 11(E) Touch -Up, respectively, as manufactured by Madison Chemical Industries, or b) Durashield 210, Durashield 310, or Durashield 310 JARS as manufactured by LifeLast, Inc., or c) Protec II, or as recommended by the coating manufacturer. d) Properties specified above. e) Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations. Cement Mortar Linings a. Cement mortar linings shall be shop -applied. b. Shop -applied cement mortar linings shall conform to the requirements of AWWA C205 with the following modifications: 1) Sand used for cement mortar shall be silica sand ASTM C33. 2) Curing of the linings shall conform to the requirements of AWWA C205. 4. Gaskets 1) Flange in accordance with AWWA C207. 2) Provide Gaskets in accordance with Section 33 1105. 5. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with AWWA C207. 2) Provide bolts and nuts in accordance with Section 33 1105. 6. Flange Coatings a. Flange Coatings in accordance with Section 33 11 05. 7. Steel shall: a. Meet the requirements of AWWA C200 b. Be of continuous casting c. Be homogeneous d. Be suitable for field welding e. Be fully kilned £ Be fine austenitic grain size 8. Bend Fittings a. Fabricate all fittings from hydrostatically tested pipe. b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 9. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 9 BURIED STEEL PIPE AND FITTINGS Page 9 of 27 10. Weld Lead Outlets a. Use of threaded outlets for access for weld leads is permitted. b. Additional outlet configurations shall be approved by the Engineer. c. Outlets shall be welded after use. 11. Mixes a. Mortar for Joints 1) Mortar shall be 1 part cement to 2 parts sand. 2) Cement shall be ASTM C 150, Type I or II. 3) Sand shall be of sharp silica base. a) Sand shall conform to ASTM C144. 4) Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. 5) Water for cement mortar shall be from a potable water source. 6) Mortar for patching shall be as per interior joints. b. Bonding Agent 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement lining is in contact with potable water. 2) Bonding agent for cement mortar lining patching shall be: a) Probond Epoxy Bonding Agent ET-150, parts A and B b) Sikadur 32 Hi -Mod, or c) Approved equal 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe a. Primer: Provide as recommended by the sleeve manufacturer. b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve manufacturer. 1) Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. c. Joint Coating: Cross -linked polyolefin wrap or sleeve with a mastic sealant, 85 mils total thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. 1) High recovery sleeves shall be provided for bell and spigot and coupling style joints with a minimum of 50 percent recovery. 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe coating on each side of the joint. 3) Width to take into consideration shrinkage of the sleeve due to installation and joint profile d. Heat shrink sleeves shall meet AWWA C216, as manufactured by: 1) Canusa 2) Raychem, or 3) Approved equal e. Provide heat shrink sleeve suitable to interior joint welding without damage to heat shrink sleeve. C. Performance / Design Criteria Pipe Design a. Steel pipe shall be designed, manufactured and tested in conformance with AWWA C200, AWWA M11 and these Specifications. b. Sizes and pressure classes (working pressure) shall be as shown below. c. For the purpose of pipe design, the transient pressure plus working pressure shall be as indicated below. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 331114-10 BURIED STEEL PIPE AND FITTINGS Page 10 of 27 d. Fittings, specials and connections shall be designed for the same pressures as the adjacent pipe. e. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M11; using the following parameters: 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 2) Live Load a) = AASHTO HS 20, at all locations except at railroads b) = Cooper E80, at Railroads 3) Trench Depth = As indicated in the Drawings 4) Deflection Lag Factor (DI) = 1.0 5) Coefficient (K) = 0.10 6) Maximum Calculated Deflection: a) Dx = 3 percent (for polyurethane coated pipe) b) Dx = 2 percent (for cement mortar coated pipe) 7) Soil Reaction Modulus (E') < 1,000 8) Working Pressure = 150 psi a) Test Pressure = (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 9) Surge Allowance = 100 psi, minimum a) Where Total Pressure (including surge) = 150 psi + 100 psi = 250 psi f. Fittings and specials shall be: 1) Designed in accordance with AWWA C208 and AWWA MI I except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000. g. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. 1) No additional compensation will be made to the Contractor by the Owner where this method is required. h. Trench depths indicated shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. i. Field fabrication or cutting is not allowed, unless otherwise approved by the City. 2. Provisions for Thrust a. The Contractor is responsible for determining and providing all thrust restraint. Thrust restraint calculations for all fittings and valves including the restraint length must be provided and sealed by a Licensed Professional Engineer in Texas. b. 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. 4t 2) The dista ee for- ..-„st estf i 4 sL......,�. en the D- ...4n-,G, . ,ez, 1111.14111[LL.' rootrz�nt,zxia does iiii41 o roN1r6rt needs . speeified herein. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 331114-11 BURIED STEEL PIPE AND FITTINGS Page 11 of 27 a) Tix m oaze shall ther-estfained disc nee be toss than indiea4ed r the Drawings. c. 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. d. Restrained joints shall consist of welded joints. e. The length of pipe designed with restrained joints to resist thrust shall be verified by the pipe manufacturer in accordance with AWWA Ml 1 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 = 110 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: Where: L= PA(1—cos A) f (2We+ Wp + W,,,) A = Deflection angle L = Length of pipe to be restrained on each side P = internal pressure 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: CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 331114-12 BURIED STEEL PIPE AND FITTINGS Page 12 of 27 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 18,000 psi. 5. Seams a. Except for mill -type pipe, the piping shall be made from steel plates 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. Maximum joint length shall not exceed 50 feet. b. Maximum joint length of steel pipe installed in casing shall meet the project requirements. c. Manufactured 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 belong radius to permit passage of pipeline pigs. 9. Pipe Ends a. Pipe ends shall be: 1) Lap welded slip joints 2) Butt strap joint 3) Flangedjoint 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. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 331114-13 BURIED STEEL PIPE AND FITTINGS Page 13 of 27 b) Spigot (1) Rolled spigot or carnegie shaped steel joint ring in accordance with AWWA C200 and as shown as Item F or H in Figure 8-1 of the AWWA MI L 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 upon the supplied pipe coating. 9) Joints shall be electrically continuous. d. Lap Welded Slip Joint 1) Lap welded slip joint shall be provided in all locations for pipe larger than 24-inches and where joints are welded for thrust restraint. 2) Lap welded slip joints may be welded from the inside or outside. 3) Ends of pipe, fittings and specials for field welded joints shall be prepared with 1 end expanded in order to receive a plain end making a bell and plain end type of joint. a) Clearance between the surfaces of lap joints shall not exceedl/8 inch at any point around the periphery. 4) In addition to the provisions for a minimum lap of 1'/z inches as specified in AWWA C200, the depth of bell shall be such as to provide for a minimum distance of 1 inch between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. e. Fittings with Flanges 1) Flanged joints shall be provided at connections to valves and where indicated on the Drawings. 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. 3) Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. 5) Flanges shall match the fittings or appurtenances which are to be attached. 6) Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C207 and drilled in accordance with ASME 1316.1 Class 125 for areas designated with a 225 test pressure. 7) When Isolation Flanges are required by the Drawings, Drillings shall accommodate the required spacing for mylar sleeves according to Section 33 04 10. f. Flexible Couplings 1) Flexible couplings shall be provided where specified on the Drawings. 2) Ends to be joined by flexible couplings shall be: CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 331114-14 BURIED STEEL PIPE AND FITTINGS Page 14 of 27 a) Plain end type, prepared as stipulated in AWWA C2OO. b) Welds on ends to be joined by couplings shall be ground flush to permit slipping the coupling in at least 1 direction to clear the pipe joint. c) Harness bolts and lugs shall comply with AWWA MI 1. g. Butt Strap Closure Joints 1) Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this Specification. 10. Polyurethane Coating a. Applicator Qualifications 1) Equipment shall be certified by the coating manufacturer to meet the requirements for: a) Material mixing b) Temperature control c) Application rate d) Ratio control for multi -part coatings 2) Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the City. 3) Personnel responsible for the application of the coating system shall: a) Provide certification of attendance at the coating manufacturer's training class within the last 3 years b) Be present during all coating application work and shall have responsibility for controlling all aspects of the coating application b. Surface Preparation 1) Remove visible oil, grease, dirt and contamination in accordance with SSPC SP 1. 2) Remove surface imperfections such as metal slivers, burrs, weld splatter, gouges or delaminations in the metal by filing or grinding prior to abrasive surface preparation. 3) In cold weather or when moisture collects on the pipe and the temperature of the pipe is less than 45 degrees F, preheat pipe to a temperature between 45 and 90 degrees F and 5 degrees F above dew point. 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to produce the surface preparation cleanliness as required by coating manufacturer and as specified. a) Recycled abrasive shall be cleaned of debris and spent abrasive in an air wash separator. 5) Blast media mixture and gradation shall be adequate to achieve a sharp angular surface profile as required by coating manufacturer and to the minimum depth specified. 6) Protect prepared pipe from humidity, moisture and rain. 7) Keep pipe clean, dry and free of flash rust. a) Remove all flash rust, imperfections or contamination on cleaned pipe surface by reblasting prior to primer application. 8) Complete priming and coating of pipe in a continuous operation the same day as surface preparation. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 331114-15 BURIED STEEL PIPE AND FITTINGS Page 15 of 27 9) Abrasive blast exterior surfaces in accordance with SSPC SP 10/NACE No. 2; to a near -white blast cleaning with a minimum 3.0 mil angular profile in bare steel. c. Equipment 1) 2-component, heated airless spray unit in accordance with coating manufacturer's recommendation d. Temperature 1) Minimum 5 degrees F above dew point temperature a) The temperature of the surface shall not be less than 60 degrees F during application. e. Humidity 1) Heating of pipe surfaces may be required to meet requirements of this Section if relative humidity exceeds 80 percent. f. Resin 1) Do not thin or mix resins; use as received. 2) Store resins at a temperature recommended by the coating manufacturer. g. Application 1) Applicator shall be certified by the coating manufacturer and conform to coating manufacturer's recommendations. a) Thinning is not permitted. 2) Apply directly to pipe to achieve a total dry film thickness (DFT) of 35 mils. 3) Multiple -pass, 1 coat application process is permitted provided maximum allowable recoat time specified by coating manufacturer is not exceeded. 4) Provide cutbacks in accordance with coating manufacturer's recommendations as appropriate for the type of joint and heat shrink sleeve to be used. h. Recoating 1) Recoat only when coating has cured less than maximum time specified by coating manufacturer. 2) When coating has cured for more than recoat time, brush -blast or thoroughly sand the surface. 3) Blow -off cleaning using clean, dry, high pressure compressed air. i. Curing 1) Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Marking for Identification 1. For each joint of pipe and each fitting, plainly mark on 1 end: a. Class for which it is designated b. Date of manufacturer c. Identification number d. Top centerlines shall be marked on all specials B. Factory Testing 1. Cement Mortar Lining - Shop -applied cement mortar linings shall be tested in accordance with AWWA C205. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 331114-16 BURIED STEEL PIPE AND FITTINGS Page 16 of 27 2. Polyurethane Coating - The polyurethane coating shall be tested in accordance with AWWA C222. a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 1) Test coating system applied to the pipe for holidays according to the procedures outlined in NACE SP0188 using a high voltage spark tester (operating at 100 volts per mil), for the dry film thickness (DFT) specified of 35 mil. b. Adhesion Testing 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch, minimum. 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and AWWA C222, except as modified in this Section. 3) Adhesion testing records shall include: a) Pipe identification b) Surface tested (interior or exterior) c) Surface temperature d) Coating thickness e) Tensile force applied f) Mode of failure g) Percentage of substrate failure relative of dolly surface 4) Glue dollies for adhesion testing to the coating surface and allowed to cure for a minimum of 12 hours. a) Because of high cohesive strength, score polyurethane coatings around the dolly prior to conducting the adhesion test. 5) Failure shall be by adhesive and cohesive failure only. a) Adhesive failure is defined as separation of the coating from the steel substrate. b) Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. 6) Retest partial adhesion and glue failure if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. 7) Glue failures in excess of the minimum required tensile adhesion are accepted as meeting the specified adhesion requirements. 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and lining independently (where applicable). 9) Frequency of adhesion testing in accordance with AWWA C222. 10) Randomly select repair patches on the polyurethane coating for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. a) Adhesion of repairs shall be as specified by the coating manufacturer for the type of repair. C. Manufacturer's Technician for Pipe Installation 1. Pipe Manufacturer's Representative CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 331114-17 BURIED STEEL PIPE AND FITTINGS Page 17 of 27 a. If required by the Engineer or requested by the Contractor during construction, the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. 1) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. 2) The technician is not required to be on -site full time; however, the technician shall be regularly on -site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 2. Polyurethane Coating Manufacturer's Representative a. The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 3 days at beginning of actual pipe laying operations to advise Contractor and City regarding installation, including but not limited to: 1) Handling and storage 2) Cleaning and inspecting 3) Coating repairs 4) Field applied coating 5) Heat shrink installation procedures 6) General construction methods and how they may affect pipe coating b. Representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not comply with Contract Specifications. 1) Cost for the manufacturer's representatives to return to the site shall be at no additional cost to the City. D. Hydrostatic Pressure Testing 1. Perform hydrostatic pressure testing in accordance with AWWA C20O. 2. Hydrostatically test each joint of pipe prior to application of lining or coating. a. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. b. Each joint of pipe tested shall be completely watertight under maximum test pressure. c. Test pressure shall be held for sufficient time to observe the weld seams. d. Maintain a recording pressure gauge, reference number of pipe tested, etc. 1) The pipe shall be numbered in order that this information can be recorded. Test fittings by: a. Hydrostatic test b. Magnetic particle test c. Ultrasonic d. Radiography e. Dye penetrant test E. City Testing and Inspection 1. Pipe may be subject to inspection at the manufacturer's facility by an independent testing laboratory, which laboratory shall be selected and retained by the City. a. Representatives of the City, City's laboratory, or the Engineer shall have access to the work whenever it is in preparation or progress. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 331114-18 BURIED STEEL PIPE AND FITTINGS Page 18 of 27 b. Pipe manufacturer shall provide proper facilities for access and for inspection. c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior to the pipe fabrication so that the City may advise the manufacturer as to the City's decision regarding tests to be performed by an independent testing laboratory. d. Material, fabricated parts and pipe, which are discovered to be defective, or which do not conform to the requirements of this Specification shall be subject to rejection at any time prior to City's final acceptance of the product. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. a. The pipe manufacturer shall coordinate their manufacturing schedule with the Contractor and advise the Contractor of any changes in the schedule. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install steel pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA M11, in accordance with the pipe manufacturer's recommendations 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. Maximum 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 sufficient 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. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 331114-19 BURIED STEEL PIPE AND FITTINGS Page 19 of 27 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: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Line Up at Bends 1. Line up pipe for joining so as to prevent damage thereto. a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. 2. Where abrupt changes in grade and direction occur, employ special shop fabricated fittings for the purpose. a. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. D. Pipe Laying 1. Rubber Gasket Joints a. Join rubber gasket joints in accordance with the manufacturer's recommendations. b. Clean bell and spigot of foreign material. c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. d. Engage spigot as far as possible in bell. e. Joint deflection or pull shall not exceed the manufacturer's recommendation. f. Check gasket with feeler gauge all around the pipe. g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene gaskets or approved equal. 2. Welded Joints a. Weld joints in accordance with AWWA C206. 1) Contractor shall provide adequate ventilation for welders and for City's representative to observe welds. 2) Welds shall be full circle fillet welds, unless otherwise specified. 3) Welding shall be completed after application of field applied joint coating. b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. After the pipe has been joined and properly aligned and prior to the start of the welding procedure: 1) The spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the joint. 2) In no case shall the clearance tolerance be permitted to accumulate. d. Before welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. 3) Welding shall be performed so as not to damage lining or coating. 4) Cover the polyurethane coating as necessary to protect from weld splatter. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 20 BURIED STEEL PIPE AND FITTINGS Page 20 of 27 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. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. i. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. 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. Welders 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 C206 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. Where 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-inch and smaller 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 21 BURIED STEEL PIPE AND FITTINGS Page 21 of 27 a. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or inflated ball through the pipe with a rope. F. Exterior Joint Protection Heat Shrink Sleeves a. General 1) Buried pipe joints shall be field coated after pipe assembly in accordance with AWWA C216, using Heat Shrink Sleeves. 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane coating by a minimum of 3 inches. 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary width will not be permitted. 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 22 BURIED STEEL PIPE AND FITTINGS Page 22 of 27 a) Hold flame a minimum of 6 inches from the sleeve surface. b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. d) Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. e) Take care not to excessively heat the parent coating. 12) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. b) Minor repairs may be repaired using heat shrink sleeve repair kits. 13) Allow the sleeve to cool before moving, handling or backfllling. In hot climates, provide shading from direct sunlight. a) Water quenching will be allowed only when permitted by the sleeve manufacturer. G. Protective Welded Joints Coating System — Weld After Backfill 1. General a. Application of protective coating at the pipe joints will be as follows: 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil polyurethane coating 2) A field applied 60 mil by 6 inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape at the location of the welding 3) A field applied 110 mil (full recovered thickness) by 18 inch wide CANUSA AquaWrap high shrink heat shrinkable joint sleeve 4) After the heat shrinkable joint sleeve is installed, backfill the trench and then weld the joint. b. The Contractor is responsible for his operations so that they do not damage the factory applied coating system. c. When applying the 3 layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. d. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. Any damage must be repaired. 1) If the Contractor's welding procedure damages the 3 layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2. Joint Coating (3 Layer) a. Apply 3 Layer Joint Coating System before Welding the Joint b. Pipe Manufacturing and Heat Tape 1) A 35 mil thickness polyurethane coating shall be applied over entire length of pipe. 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of the pipe, centered on the location of the welding, over a 35 mil factory applied polyurethane coating. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 23 BURIED STEEL PIPE AND FITTINGS Page 23 of 27 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 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 pipe joints before application of joint coating. a) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 4) 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. 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 6) 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. 7) 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. 8) 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. a) 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. 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. a) Hold flame a minimum of 6 inches from the sleeve surface. b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. d) Take care not to excessively heat the parent coating. e) Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. 10) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 24 BURIED STEEL PIPE AND FITTINGS Page 24 of 27 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 11) Allow the sleeve to cool before moving, handling or backfilling. a) In hot climates, provide shading from direct sunlight. b) Water quenching will be allowed only when permitted by the sleeve manufacturer. 12) Holiday testing shall be performed using a high voltage holiday tester (operating at 100 volts per mil) at each joint after field application of heat shrinkable joint sleeve per SP0188. a) If any holidays or cuts are detected, the sleeve shall be repaired using the heat shrink sleeve manufacturer's recommendation. b) The damaged area shall be covered with a minimum of 50-mm overlap around the damaged area. H. Protection of Buried Metal 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with factory or field -applied polyurethane coatings or heat shrink sleeves, with 2 wraps of wax tape and encase in flowable fill. 3.5 REPAIR A. Repair and Field Touchup of Polyurethane Coating 1. For repair and field touch-up of polyurethane coating, apply: a. Madison GP II (E) Touchup Polyurethane Coating b. Lifelast Durasheild 210,310 or 310 JARS c. ITW — Futura Coatings Protec II, or d. Coating manufacturer's recommendation 2. Holidays a. Remove all traces of oil, grease, dust, dirt and other debris. b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). c. Apply a 35 mil coat of repair material described above. d. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. e. Retest for Holiday. 3. Field Cuts or Large Damage a. If in the opinion of the City the polyurethane coating is excessively damaged, the pipe segment will be rejected until the coating system is removed and replaced so that the system is in a like -new condition. b. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating. c. Remove all traces of oil, grease, dust, dirt and other debris. d. Roughen area to be patched with rough grade sandpaper (40 grit). e. Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. f. Apply a 35 mil coat of repair material described above, in accordance with manufacturer's recommendations. g. Work repair material into scratched surface by brushing. h. Feather edges of repair material into prepared surface. i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field cut. j. Test repairs for holidays. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 25 BURIED STEEL PIPE AND FITTINGS Page 25 of 27 B. Patch of Cement Mortar Lining 1. Repair cracks larger than 1/16 inch. 2. Pipes with disbonded linings will be rejected. 3. Excessive patching of lining shall not be permitted. 4. Repair in accordance with AWWA C205 and as follows: a. Apply bonding agent to patch area. b. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12 inches. c. In general, there shall be not more than 1 patch in the lining of any joint of pipe. 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. 6. Do not install patched pipe until the patch has been properly and adequately cured, unless approved by the City. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections Quality Control of Field Applied Polyurethane Coating a. Surface Preparation 1) Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met. 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is being achieved. b. Visual 1) Visually inspect cured coating to ensure that the coating is completely cured with no blisters, cracks, pinholes, missed areas, excessive roughness, "sticky" or "gooey" areas. 2) Check to ensure that the coating completely covers the steel and existing coating. c. Thickness 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA 2. a) If the thickness of the coating is below the minimum specified millage anywhere along the length of the pipe, then adjustments must be made to the spray system to correct the problem. 2) At a minimum, the thickness shall be measured for every 50 square feet of sprayed area. d. Adhesion 1) Perform the following procedure on a minimum of 1 joint per day: a) Select area to test that has cured for at least 1 hour for fast setting coatings. b) Test and repair in accordance with AWWA C222 Dolly Pull -off Test. e. Holiday Testing 1) Holiday testing shall be performed using a high voltage holiday tester at each joint no sooner than 1 hour after field application of polyurethane coating. £ Inspection at Welding Joints CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 26 BURIED STEEL PIPE AND FITTINGS Page 26 of 27 1) When applying the 3 layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. 2) The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. 3) Any damage must be repaired. 4) If the Contractor's welding procedure damages the 3 layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2. Weld Testing a. Dye penetrant tests in accordance with ASTM E 165, or magnetic particle test in accordance with AWWA C206 and set forth in AWS D.1.1. shall be performed by the Contractor under the supervision and inspection of the City's Representative or an independent testing laboratory, on all full welded joints. 1) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. 2) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. 3) The procedure for repairing the joint shall be approved by the Engineer before proceeding. 3. Deflection Testing a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing at a minimum rate of 1 measurement for every 2,500 linear feet of water line. 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 24-inch and larger in accordance with Section 33 01 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 11 14 - 27 BURIED STEEL PIPE AND FITTINGS Page 27 of 27 Revision Log DATE NAME SUMMARY OF CHANGE 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised December 20, 2012 33 12 10- 1 WATER SERVICES I -INCH TO 2-INCH Page 1 of 17 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A.3.a.16 C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new "Water Service" complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per each "Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 331210-2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 17 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Surface Restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. 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 each "Bored Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Meter Box and Lid 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement 1) Measurement for this Item shall be per each Water Meter Service Reconnect complete in place from public service line connection to private service line connection. b. Payment CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 33 12 10-3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 17 1) The work performed in conjunction with relocation of the meter, associated private service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Service, Reconnection" installed for: a) Various size of services c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro -mulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 16) Fence removal and reulacement 4. Private Water Service Relocation a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Water Service" performed for: a) Various service sizes c. The price bid shall include: 1) Obtaining appropriate permit 2) Obtaining Right of Entry 3) Submitting product data 4) Private service line 5) Fittings 6) Backflow preventer, check valve, and isolation valve relocation, if applicable 7) Connection to existing private service line 8) Pavement removal and replacement 9) Excavation 10) Hauling CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 33 12 10 - 4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 17 11) Disposal of excess material 12) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 13) Clean-up 14) Cleaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper -Silicon Alloy Rod, Bar and Shapes. e. C131, Standard Specification for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 33 12 10-5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 17 h. C857 (RL), Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures i. D883, Standard Terminology Relating to Plastics. j. D1693, Standard Test Method for Environmental Stress -Cracking of Ethylene Plastics 3. American Water Works Association (AWWA): a. C700, Cold -Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 6. General Services Administration (GSA): a. RR-F-621E, Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 331210-6 WATER SERVICES 1-INCH TO 2-INCH Page 6of17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Water meters for various sizes 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 331210-7 WATER SERVICES 1-INCH TO 2-INCH Page 7of17 a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. c. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 3/4 inch per foot or 0.1458 inch per inch ± 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there -through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 '/z -inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 33 12 10-8 WATER SERVICES 1-INCH TO 2-INCH Page 8of17 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter -clockwise. e. Overall Length 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1/32 inch + 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide O-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shaped seal rings backed with O-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double O-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 331210-9 WATER SERVICES 1-INCH TO 2-INCH Page 9of17 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. e. Machine inside and outside of tailpiece. f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed 3) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 4) Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Shall be double straps 4) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 5) Straps shall be threaded 5/8 inch (I I-NC-2A) for a distance such that''/z inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 %-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 33 12 10 - 10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 17 1) Key with 0-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an 0-ring seat or a uniform flat drop -in flange gasket surface. 4) Drop -in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to 1 '/z -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) 0-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop -in gasket or an 0-ring seal depending on the manufacturer's flange seal surface design choice. e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of- 1) Polymer, black polyethylene material as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 33 12 10- 11 WATER SERVICES 1-INCH TO 2-INCH Page 11 of 17 h) Not to be installed in roadway — designed to withstand loading in non - deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2" x 3-1/4". e. 1-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x 3/4-inch, 3/4-inch or 1-inch meter Single or Dual service meter. 2) Polymer a) Size: working of not less than 10 inches x 16 inches, 12 inches high 3) Concrete a) Size: working area not less than 10-inches x 16-inches, 12 inches high f. 2-inch Standard Meter Box (Class C) 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches high g. Bullhead Standard Meter Box (Class B) 1) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or 1-inch Single service meter. 2) Polymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 18-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth `Molly' logo molded into the lid. 3) Bear the Manufacturer's IS (name or logo) and Country of Origin. 4) Be designed both with and without AMI receptacles 5) Have a molded tread -plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end -point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area, to alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8" deep. 11) Have built-in anti -flotation devices. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 17 b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of±1/16 inch per foot. 5) Shall have a plug inserted in to the AMI receptacle to avoid water entering through opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary �5 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall : a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. (2) Be designed to fit a concrete box/cast iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4) Have a `knock -out" plug to accept the AMI end- point. Knock -out diameter shall be 1-7/8 inch diameter. A removable plug may be substituted for the knock -out plug. (5) Be constructed out of a composite material blend for maximum durability and corrosion resistance. (6) Be black throughout with no blowing agents or foaming plastics (7) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. (8) Exterior free from seams or parting lines. (9) Have a molded tread -pattern- tread dimensions shall be .188-inch x .938-inch x .150-inch deep. (10) Have "City of Fort Worth" molded into the lid. (11) Have "Water Meter" molded into the lid- Font shall be standard Fadal CNC font with 1-inch characters x .150-inch deep. (12) Have a molded pick hole pocket- dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod. (13) Have 2 pieces of/2-inch rebar located in lid pockets for locatability as shown in Drawings. (14) Have location capability using metal detector. b) Domestic Manufacture Only -Made in USA molded on Lid. c) Not to be installed in roadway or parking area d) Be designed to withstand H-10 loading for non -deliberate and incidental traffic only as . e) Have ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid (Class A) CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 17 a) For use with services utilizing 5/8-inch x 3/4-inch, 3/4-inch or 1-inch meter Single or Dual service meter. b) Size: 11-7/8-inch x 17-7/8-inch, 1-1/2 inches high c) For use with Class A Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid (Class C) a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high c) For use with Class C Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead Standard Plastic Meter Box Lid (Class B) a) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or f - inch Single service meter: b) Size: 16-5/8-inch x 14-5/8-inch, 1-3/4 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip 1 '/2-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 17 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer's name b. Type c. Size of Pipe PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing 3/4-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash— during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation 1. Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 33 12 10 - 15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 17 d. Taps consist of- 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter %2 inch to 1/4 inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 33 12 10 - 16 WATER SERVICES 1-INCH TO 2-INCH Page 16 of 17 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 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 Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 33 12 10 - 17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 17 Revision Log DATE NAME SUMMARY OF CHANGE Added Blue Text for clarification 1.2 A. — Revision to items included in price bid Specification modified to be in accordance with the Reduction of Lead in Drinking 12/20/2012 D. Johnson Water Act — All materials shall be lead free in accordance with this Act. 1.2.A.3 — Water Meter Service Relocate was renamed Water Meter Service Reconnect 1.6.13. — added certification submittals for compliance with regulatory requirements Added the phrase `, including grass' to lines; Part 1, 1.2.A.1.c.14, Partl, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c.11, 2/13/2013 F. Griffin Partl, 1.2.A.4.c.11 Added the phrase `and replacement' to line Part 1,1.2.A.4.c.7 Revised lines with `including grass' replacing with `excluding grass (seeding, 4/26/2013 F. Griffin sodding or hydromulching paid separately)' Included in Part 1, 1.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11; Part 1, 1.2, A, 4, 2, 11 6/19/2013 D. Johnson 1.2.A.4.c — Addition of private water service appurtenances relocation to being included in the linear foot price of private water services 11/21/2016 W. Norwood Require meter box suitable for AMI meter. 2.2,C, 11 & 2.2,C,12 11/21/2016 W. Norwood Require service saddle with double straps. 2.2,C,9,b 2/14/17 W. Norwood 2.2, C, 9.a.3 Remove table "Fit Contour of pipe..." 2/14/17 W. Norwood 3.4, C, Ld.(2) Remove nylon sleeve inserts, require cc threads. CITY OF FORT WORTH Marina Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 104881 Revised February 14, 2017 DIVISION 40 PROCESS INTEGRATION 40 61 13 PROCESS CONTROL SYSTEM GENERAL PROVISIONS 1.00 GENERAL 1.01 SUMMARY A. Section Includes: 1. General Requirements for a complete instrumentation system for process control. B. Related Sections: 1. Section 0133 04, "Operation and Maintenance Data" 2. Section 0179 00, "Training of Operation and Maintenance Personnel" 3. Section 40 6121, "Process Control System Testing" 4. Section 40 6193, "Process Control System 10 List" 5. Section 40 6196, "Process Control Description" 6. Section 40 63 43, "Programmable Logic Controllers" 7. Section 40 66 00, "Network and Communications Equipment" 8. Section 40 67 00, "Control Panels and Hardware" 9. Section 40 70 00, "Instrumentation List" 10. Section 40 7100, "Flow Measurement" 11. Section 40 72 00, "Level Measurement" 12. Section 40 73 00, "Pressure Measurement" 13. Section 40 77 26, "Position and Intrusion Switch" 14. Section 40 80 00, "Commissioning of Process Systems" 1.02 SCOPE A. The contractor will procure the services of a Process Control Systems Integrator (PCSI) as a first -tier subcontractor. The PCSI is responsible for furnishing all materials, equipment, labor and services required to achieve a fully integrated and operational Process Control System (PCS). The PCSI will coordinate all materials, equipment, labor and services required by the Contractor to install equipment supplied by the PCSI and PCSI's subs. B. The PCSI is responsible for providing a complete control system, including PLCs, remote 10, instrumentation, and required appurtenances to provide a complete process control system. C. The PCSI is responsible for providing any required instrumentation not supplied by equipment manufacturers to provide a complete working system. D. The PCSI is responsible for adding new and/or editing existing HMI screens to the Owner's existing SCADA system. The PCSI is responsible for integrating all process area PLCs and required remote 10 modules to provide a complete control system. Process Control Systems General Provisions 40 61 13 - 1 FTW23970 —Marina Drive E. The PCSI will conduct HMI workshops with the Owner to develop the HMI screens for each process. The screens will comply with ISA 101 standards unless directed by the Owner otherwise. F. The PCSI will develop a master alarm database and implement a four -priority alarm strategy compliant with ISA 18.2 guidelines. The PCSI will conduct workshops with the Owner to determine alarm priorities and setpoints. The PCSI will consult with the Engineer as needed to determine the proper setpoints. G. The PCSI will provide startup, commissioning, and training as described in the Contract Documents. 1.03 REFERENCE STANDARDS A. Referenced Standards: 1. Instrumentation Systems and Automation Society (ISA) a. 5.5.1, Instrumentation Symbols and Identification b. 5.5.4, Standard Instrument Loop Diagrams c. 520, Standard Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves d. 5101, Human Machine Interfaces e. 518.2, Management of Alarm Systems for the Process Industries f. 588, Batch Control Systems g. RP60.6, Nameplates, Labels and Tags for Control Centers 2. National Electrical Manufacturers Association (NEMA) a. NEMA ICS 1 - Industrial Control and Systems: General Requirements. b. NEMA ICS 4 - Industrial Control and Systems: Terminal Blocks. c. NEMA ICS 5 - Industrial Control and Systems: Control Circuit and Pilot Devices d. NEMA ICS 6 - Industrial Control and Systems: Enclosures. e. NEMA 250 - Enclosures for Electrical Equipment (1000 V maximum). 3. National Fire Protection Agency (NFPA) a. 70, National Electric Gode (NEC) b. 820, Standard for Fire Protection in Wastewater Treatment and Collection Systems 4. National Institute of Standards and Technology (NIST) 5. Underwriters Laboratory (UL) a. 508A, Standard for Industrial Control Panels b. 698A, Standard for Industrial Control Panels Relating to Hazardous (Classified) Locations c. 913, Standard For Intrinsically Safe Apparatus And Associated Apparatus For Use In Class I, II, III, Division 1, Hazardous (Classified) Locations Process Control Systems General Provisions 40 61 13 - 2 FTW23970 —Marina Drive d. 1077, Supplementary Protectors 6. American National Standards Institute (ANSI) a. ANSI/IEEE 37.13 -Low Voltage AC Power Circuit Breaker (600 V Insulation Class) 7. FM Global (FM) 1.04 DEFINITIONS A. Common terms 1. SCADA: Supervisory Control and Data Acquisition 2. PLC: Programmable Logic Controller 3. OIT: Operator Interface Terminal 4. HMI: Human Machine Interface 5. OT: Operational Technology 6. PCS: Process Control System 1.05 SUBMITTALS A. General: Submit the following Section 0133 00, "Submittals" requirements. Submit in sufficient detail to show full compliance with Contract Documents. B. Product Data: 1. For each component, include manufacturer descriptive literature, product specifications, published details, technical bulletins, performance and capacity rating curves, charts and schedules, catalog datasheets, and other submittal materials as required to verify that the proposed products conform to the quality and function ability of the specified products. C. Shop Drawings: 1. Submittals shall be original printed material or clear, unblemished photocopies of original printed material: a. Facsimile information is not acceptable. b. In addition to printed copies, provide an electronic copy of submittals in PDF format. 2. Limit the scope of each submittal to one (1) Specification Section: a. Each submittal must be submitted under the Specification Section containing requirements of submittal contents. b. Do not provide any submittals for Specification Section 40 6113, "Process Control System General Provisions." 3. Documentation of instrumentation subcontractor qualifications and experience as defined in Paragraph 1.06. 4. Product technical data including: a. Equipment catalog cut sheets. Process Control Systems General Provisions 40 61 13 - 3 FTW23970 —Marina Drive b. Instrument data sheets: 1). ISA S20 or approved equal. 2). Separate data sheets for each instrument. c. M terials of construction. d. Minimum and maximum ranges, calibration information (in engineering units or as otherwise noted). e. Physical limits of components, including temperature and pressure limits. f. Size and weight. g. Electrical power requirements and wiring diagrams. h. NEMA rating of housings. i. Submittals shall be marked with arrows to show the exact features to be provided. Features and options not being provided shall be crossed out. 5. Loop diagrams per ISA 55.4 6. Comprehensive set of wiring diagrams 7. Panel fabrication drawings 8. PLC equipment drawings. 9. Programming software for PLC and OIT as specified in Section 40 6193, "Process Control System 10 List." 10. Nameplate layout drawings. 11. Drawings, systems, and other elements are represented schematically in accordance with ISA 55.1 and ISA 55.3: a. The nomenclature, tag numbers, equipment numbers, panel numbers, and related series identification contained in the Contract Documents shall be employed throughout submittals. 12. All Shop Drawings shall be modified with as -built information. 13. All panel and wiring drawings shall be provided in both hardcopy and softcopy: a. Furnish and transfer electronic files over a secure medium. b. Drawings in AUTO CAD and PDF format. Coordinate the AUTO CAD version with the Owner. 14. Provide a parameter setting summary sheet for each field configurable device. 15. Communication protocol addresses: Submit a complete list of outstation addresses for all field equipment. The list shall include the cable number that has been assigned for serial communications and the port the cable is assigned to in the PLC, OIT, or other device. 16. Certifications: a. Documentation verifying that calibration equipment is certified with NIST traceability. Process Control Systems General Provisions 40 61 13 - 4 FTW23970 —Marina Drive b. Approvals from independent testing laboratories or approval agencies, such as UL or FM: 1). Certification documentation is required for all equipment for which the specifications require independent agency approval. 1.06 QUALITY ASSURANCE A. Qualifications: 1. Process Control System Integrator or (Integrator): a. Experience: Completed three (3) similar projects in the last five (5) years. b. Location: Must have an office within 150 miles from the Owner administration offices. c. Certifications: CSIA Certification preferred. 2. Approved Integrators: a. Prime Controls. b. RLC Controls. c. No approved equal. B. Single Integrator: 1. Furnish and coordinate the instrumentation system through a single Integrator: a. The Integrator shall be responsible for functional operations of all field control systems, supervision of installation, final connections, calibrations, preparation of Drawings, testing procedures and Operation and Maintenance Manuals, training, demonstration of substantial completion and all other aspects of the instrumentation system, except for those aspects specifically provided by others. 2. Coordinate instrumentation with other work to ensure that necessary wiring, conduits, contacts, relays, converters, and incidentals are provided in order to transmit, receive, and control necessary signals to other control elements and the SCADA system. 3. The Integrator shall provide one year of warranty support after substantial completion for equipment and services provided under this contract. 4. The Integrator will develop software for factory testing the PLC, OIT, HMI and other control system components. S. The Integrator will perform other readiness and SAT tests as specified in the Contractor. 2.00 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Instrumentation: 1. All instruments and control devices must perform in accordance with the manufacturers' specifications and design requirements. Process Control Systems General Provisions 40 61 13 - 5 FTW23970 —Marina Drive B. Software: 1. All software must meet the design requirements and Owner's requirements. 2.02 MATERIALS AND QUALITY A. Provide new and defect -free hardware of specified quality. Maintain manufacturer congruence for provided instruments, instrument accessories and devices. B. LIFECYCLE: Provide current -generation products that the manufacturer plans to support for 10 years from the date submittals are approved. 3.00 EXECUTION 3.01 PROJECT REQUIREMENTS: A. Commissioning: Perform system commissioning in accordance with Specification Section 40 80 00, "Commissioning of Process Systems". B. Follow -Up Services: After the acceptance of the system, the Integrator will make four trips to the project site for calibration and adjustment of all the instruments and devices. The first trip will be three months after acceptance of the complete system and thereafter every three months for a total of four trips. These trips are in addition to all warranty items and are provided at no extra cost to the Owner. Provide services of a trained technician with each trip with appropriate calibration and testing instruments. Coordinate the trips with the Owner. C. Training: Provide the Owner's staff with all required training and operating procedures at no extra cost to the Owner. The training schedule shall be coordinated with the Owner's Representative. Training shall include operating, testing, calibration, programming, and troubleshooting of the system. The training shall include manuals that are specifically written for the system provided as described in Division 01- General Provisions of these Specifications. 3.02 LEAD TIMES A. Due to extended lead times for many parts, Contractor is encouraged to purchase components up front, including spare parts. Contractor must store all equipment at their facility and provide insurance for all equipment. END OF SECTION Process Control Systems General Provisions 40 61 13 - 6 FTW23970 —Marina Drive 40 61 21 PROCESS CONTROL SYSTEM TESTING 1.00 GENERAL 1.01 SUMMARY A. Section Includes: 1. General Requirements for commissioning a complete instrumentation system for process control. B. Related Sections 1. Section 0133 04, "Operation and Maintenance Data" 2. Section 0179 00, "Training of Operation and Maintenance Personnel" 3. Section 40 6193, "Process Control System 10 List" 4. Section 40 6196, "Process Control Description" 5. Section 40 63 43, "Programmable Logic Controllers" 6. Section 40 66 13, "Switches and Routers" 7. Section 40 67 00, "Control Panels and Hardware" 8. Section 40 70 00, "Instrumentation List" 9. Section 40 7100, "Flow Measurement" 10. Section 40 72 00, "Level Measurement" 11. Section 40 73 00, "Pressure Measurement" 12. Section 40 77 26, "Position and Intrusion Switch" 1.02 SCOPE A. Inspection, operational testing, adjustment, and calibration of each device, subsystem, and system, and placement of each device and system into service. The system supplier shall submit certified calibration reports for all instruments and loops for this project. The calibration shall comply with the manufacturers and ISA recommended practices. All calibrations shall be performed in the presence of Owner's authorized representative. Calibrations of all instruments shall be performed by the instrument manufacturer's factory technicians only . 1.03 REFERENCES A. References: 1. Applicable Documents and Electrical Testing Requirements of: a. America National Standards Institute (ANSI): as applicable, including: 1). ANSI C2, National Electrical Safety Code. 2). ANSI Z244.1, Lockout, Tagout and Alternative Methods. b. National Electrical Manufacturer's Association (NEMA): as applicable, including: Process Control System Testing 40 63 43 - 1 FTW23970 —Marina Drive 1). NEMA ICS 2.3 - Instructions for the Handling, Installation, Operation and Maintenance of Motor Control Centers. 2). NEMA ICS 7.1 - Safety Standards for Construction and Guide for selection, Installation, and Operation of Adjustable Speed Drive Systems. 3). NEMA PB 1.1 - General Instructions for Proper Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. 4). NEMA PB 2.1 - Proper Handling, Installation, Operation and Maintenance of Deadfront Switchboards Rated 600 Volts or Less. c. American Society for Testing and Materials (ASTM), as applicable. d. Institute of Electrical and Electronics Engineers (IEEE), as applicable, including: 1). IEEE C.57.13, IEEE Standard Requirements for Instrument Transformers. 2). IEEE 81, Section 9.03; Guide for Measuring Earth Resistivity, Ground Impedance and Earth Surface Potentials of a Grounding System e. National Fire Protection Association (NFPA), as applicable, including: 1). NFPA 70 - National Electrical Code (NEC). 2). NFPA 70E -Electrical Safety Requirements for Employee Workplaces. 3). NFPA 72 - National Fire Alarm Code (NFAC). f. International Electrical Testing Association (ZETA) as applicable, including: 1). NETA ATS Acceptance Testing Specifications for Electric Power Distribution Equipment and Systems. g. Insulated Cable Engineer's Association (ICEA), as applicable. h. Local Utility Codes and Ordinances. i. Occupational Safety and Health Administration (OSHA), as applicable, including: 1). Title 29-2022, Parts 1910 and 1936. j. National Electrical Testing Association: 1). ATS-2021 Acceptance Testing. 1.04 SUBMITTALS A. Test Plan: 1. At least 21 days before Factory Acceptance Testing (FAT) of control panels, submit a description of the tests to be conducted. 2. At least 60 days before commissioning starts, submit a description of the tests to be conducted. The test procedures shall be detailed step-by-step on a loop -by -loop basis. 3. Include a list of test equipment, test procedures, checklists, and test report formats. 4. At the completion of each commissioning phase, deliver all test reports for the phase to Engineer with a statement that phase test requirements have been satisfied. B. Shop drawings: Process Control System Testing 40 63 43 - 2 FTW23970 —Marina Drive 1. All other applicable requirements of Division 01- General Provisions. C. Test Reports: 1. The Contractor shall be required to develop, maintain, and update Test Reports of all test results and conditions that were recorded during the course of the testing. The test results shall include: a. Identification of the test being conducted. b. Date and time of test. c. Prerequisite tests and demonstrations. d. Brief statement of test objective(s) and scope. e. Brief test description. f. List of calibration (within the past calendar year) test and monitoring equipment required to perform test (as applicable). g. Test results. h. List of test deficiencies and their resolutions. i. Retesting requirements (if required). j. Failure events. k. Contractor's certification (as applicable). D. Responsibility: Review for acceptance by the Owner representative of any plan, report, or other commissioning activity will not relieve the Contractor of his responsibility to meet the Contractor requirements. 2.00 PRODUCTS 2.01 MATERIALS A. Devices and systems are specified in other sections of this Specification. Reference to "devices" means all devices included in the Contract. B. Any device that fails to meet contract requirements or published performance specifications of the manufacturer must be repaired or replaced as directed by the Owner at no cost to the Owner. C. Demonstrate that test equipment is fully operational and properly calibrated. D. The Owner reserves the right to disapprove test equipment that is improper or functioning improperly. 3.00 EXECUTION 3.01 OBSERVATION A. The Owner and/or Engineer reserves the right to witness any test, inspection, calibration, or start-up activity. Process Control System Testing 40 63 43 - 3 FTW23970 —Marina Drive B. Notify the Engineer in writing at least two working days in advance of any test. All tests executed without notifying the Engineer are invalid and must be repeated. C. Perform commissioning of each device, subsystem and system under direct supervision of the individual manufacturer's factory -trained representative. 3.02 TEST PLANS A. Testing requirements shall be part of every installation. The PCSI shall demonstrate the system was fully tested during development and installation. The control system must be demonstrated to be a functioning, integrated, and reliable control system before final payments are released. The basic testing requirements shall require a comprehensive series of PCSI conducted tests, which will be witnessed by Engineer and Owner. B. Test all software and all equipment related to the PCSI. If specific tests were not defined in the Contract for a piece of equipment or software, the PCSI will develop the testing procedures. C. The PCSI will prepare and submit the following to the Engineer for approval. Any test performed before Engineer approval are invalid. 1. Factory Acceptance Test (FAT) plan and procedures 2. Operational Readiness Test (ORT) plan and procedures 3. Functional Demonstration Test (FDT) plans and procedures 4. Site Acceptance Test (SAT) plan and procedures 3.03 FACTORY ACCEPTANCE TEST (FAT) A. Scope: Applies to all control panels. B. Perform the FAT and verify all deliverable equipment and programs prior to shipping. The purpose of the test is to verify the equipment is manufactured and assembled correctly, operates as intended, and is in compliance with the Contract. The test verifies the hardware and software meet the functional requirements of the Contract. Perform the FAT at the panel manufacturing facility. The Engineer and Owner may or may not attend the testing. C. At a minimum, the FAT includes the following: 1. Visual Inspection: Inspect the termination of wires, wire stripping, labeling, wire installation, equipment mounting, paint, finish, and cable routing. 2. Control cabinet hardware and wiring verification: Test all 10 from the field terminals to the PLC. 3. Functional Test: a. Fully energize the panel for 48 hours prior to conducting the functional tests. b. Test all PLC 10 from the field terminal blocks to the PLC input. c. Verify functionality, performance, and stability of hardware and software. Correct and retest deficiencies identified during the test. d. Test for the correct sequence of operations while testing 10. Process Control System Testing 40 63 43 - 4 FTW23970 —Marina Drive e. Validate analog input and output accuracy. f. Perform power fail tests for all AC and DC voltage supplies. Validate failover where applicable. Ensure the PLC only indicates a power fail alarm and loss of permissives during a power fail. g. Test all communication ports. h. Test all indicators, hand switches, and interlocks. i. Validate the correct mechanical operation of all mechanical components including doors and breakers. D. Documentation 1. Fully document all tests performed and the results. 2. Contractor manufacturing supervisor must sign off on the tests. 3. If Owner or Engineer is present, they must sign off on the tests. E. Location 1. Conduct the FAT within 100 miles of the project location. 3.04 INSTALLATION A. Install panels in non -hazardous areas as depicted in the Contract drawings. B. Install free standing panels on a 4 inch tall concrete housekeeping pad. C. Follow manufacturers guidelines for installation. D. Install conduits according to design documents and obtain Engineer approval to deviate from the design. 3.05 OPERATIONAL READINESS TEST (ORT) A. Perform the ORT after installation and prior to the SAT. B. The purpose of the ORT is to verify that all equipment and cables are properly installed, re- test the functionality of the hardware and software, and perform tests with other hardware and software that were not feasible during the FAT. The ORT allows for defect detection and corrections prior to SAT. C. Perform tests using field instruments. If it is not feasible to use the field instrument, simulate the signal at the field terminals. D. Sequencing: 1. Perform all commissioning in accordance with the instructions on the Contract Drawings, these Specifications, manufacturer's instruction manuals, and the direction of the Owner's representative. 2. Commission field devices after installation of field instruments and prior to commissioning the instrument or the control panel. 3. After installation of the instrument or control panel, and prior to loop commissioning, commission panel -mounted devices and systems. Process Control System Testing 40 63 43 - 5 FTW23970 —Marina Drive 4. After commissioning field devices and panel -mounted devices, commission loops. E. Transmitters and Receivers: 1. Remove shipping stops before starting with these procedures. 2. Have manufacturer's instruction manuals available. 3. Install miscellaneous components such as charts, illumination, etc., which have been supplied separately but are integral parts of equipment. 4. Test and exercise each instrument to demonstrate correct operation, first individually, then collectively, as a functional network. 5. Check calibration of and recalibrate, where necessary, instruments at a minimum of three points over full operational range and prove instruments to be within specified accuracy. 6. Calibrate instruments individually and, where applicable, as loop (i.e., transmitter, controller, and valve). 7. Specified accuracy for loop is defined as root -mean -square summation (RMS) of individual device -specified accuracies. 8. Individual device -specified accuracy requirements shall be as specified by contract requirements or by published manufacturer accuracy specifications whenever contract accuracy requirements are not specified. 9. Test each loop by applying simulated analog and/or discrete inputs to the first elements of the loop (i.e., applying simulated analog and/or discrete sensor signals) and measuring outputs from final elements of the loop (i.e., controllers, alarms, indicators, etc.). 10. Apply continuously variable analog inputs to verify proper operation and setting of discrete devices (i.e., alarms, etc.). 11. Make provisional settings on controllers, alarms, etc., during loop installation tests. 12. Prepare calibration report on each instrument and loop. F. Loop Tests The intent of loop testing is to verify panel and field wiring is correct. Verify field wiring continuity from Field device to PLC Panel termination. Check each loop from the end element to the respective control display. Include instruments, field wiring, control devices, panels, termination cabinets, input/output cards and other devices in the loop to ensure proper operation and linkage to control station displays. Test 1/0 for field devices in the following manner. a. 1/0 Testing 1). At the respective external terminal block, verify each controller analog input with the use of an analog signal generator. Make sure the proper setting is selected for the respective input type (2-wire current, 4-wire current, RTD, T/C). Using the specific programming software tools, verify that the proper value is read by the PLC. At a minimum, check proper value for 0 percent, 50 percent, Process Control System Testing 40 63 43 - 6 FTW23970 —Marina Drive and 100 percent of input range. Using the control panel wiring diagrams as a checklist, mark each analog input as it is checked. 2). At the respective external terminal block, verify each PLC analog output with the use of an ammeter or other current measuring device. Using the PLC programming software tools, force the respective analog output at 0 percent, 50 percent and 100 percent of the output range and verify that the proper value is read by the ammeter. Using the control panel wiring diagrams as a checklist, mark each analog output as it is checked. 3). At the respective external terminal block, verify each PLC digital input utilizing a copper jumper wire or test switch. Using the PLC programming software tools, verify that the selected input either is turned on or off by the PLC in response to the jumper or test switch position. Using the control panel wiring diagrams as a checklist, mark each digital input as it is checked. 4). At the respective external terminal block, verify each PLC digital output with the use of an ohmmeter (for isolated outputs) or voltmeter (for non -isolated outputs). Using the PLC programming software tools, force the respective digital outputs on or off and verify that the ohmmeter/voltmeter indicates the proper output state. Using the control panel wiring diagrams as a checklist, mark each digital output as it is checked. 5). If any 1/0 point does not function as expected, examine the wiring and hardware, and correct the wiring or hardware, and retest the 1/0 point. 3. Test operation of the final control element through panels and through control stations. If a final control element is out of service or not released by the Owner for testing, simulate operation at the final control element location. a. Hardwired Circuits Test 1). Functionally test all hardwired control circuits as shown on the approved control panel drawings. Verify that all devices (i.e., selector switches, push buttons, pilot lights, relays, etc.) are wired and function correctly. 2). Functionally test all discrete analog devices and circuits as shown on the approved control panel drawings. Verify that all devices (i.e., signal isolators, process indictors, single loop controllers, direct current alarms, etc.) are wired, calibrated and function correctly. 4. For loops found to contain defective or inoperable equipment perform the following: a. Correct and recheck these loops when equipment is operable. b. The Engineer will assist in coordinating the correction of defective work by others. c. Do not perform additional checkout work unless directed by the Engineer. G. Loop Tuning 1. Complete loop checkout and problem correction prior to loop testing. 2. Tune regulatory control loops to produce stable control. Use a loop -tuning software program to document loop performance. Process Control System Testing 40 63 43 - 7 FTW23970 —Marina Drive 3. For conventional control loops for PI and PID control, use minimum ITAE (Integral of Time and Absolute Error) criteria with overshoot constrained to 10 % unless otherwise directed by the Engineer. 4. Utilize averaging control for liquid level and gas pressure in storage vessels unless otherwise directed by the Engineer. 5. Provide reduced gains or filtering to minimize unnecessary output activity to electric actuators as directed by the Engineer. 6. Adjust input scan time or time intervals between controller calculations as necessary to produce stable control. 7. Tune cascaded controllers like the above with the inner loop tuned first while the outer loop is off or inactive. 8. Derive initial tuning parameters from open loop tests. Make final tuning parameter adjustments based on closed loop tests. 9. Operate tuned loops for a minimum of 24 hours prior to control strategy testing. H. Process Control Testing 1. The purpose of the process control test is to ensure the process performs in accordance with the Process Control Narrative (PCN) 2. Fully test control strategies to verify specified operations. Include the following: a. Sequences. b. Alternate control modes. c. Dynamic gain adjustments. d. Contingency responses to device failures, where possible. e. Display and keyboard interaction. f. Messages. 3. Prior to use on the process equipment, compare strategies with approved submittals to verify that as -built linkages and logic agree with the documentation. Note and correct discrepancies. 4. Test as much of the logic as possible for process equipment. It may not be possible to test all logic due to operational constraints. 5. Annotate changes made during testing on the documentation to reflect final as -built conditions. I. Documentation 1. Fully document all tests performed and the results. 2. Contractor manufacturing supervisor must sign off on the tests. 3. If Owner or Engineer is present, they must sign off on the tests. 3.06 FUNCTIONAL DEMONSTRATION TESTING (FDT) Process Control System Testing 40 63 43 - 8 FTW23970 —Marina Drive A. Purpose of the FDT is to certify that the entire PCS is ready for operation by demonstrating each specified function on a paragraph -by -paragraph, loop -by -loop, and site -by -site basis. FDT is to be witnessed by the Engineer and/or Owner. B. FDT shall be performed after successful completion of the ORT and individual process startup, and prior startup and the SAT. The FDT shall be completed in a single testing period. The testing period may span over several days. C. Failure of five (5) percent of 1/0 tested or more than one (1) hour of troubleshooting during the FDT will deem test as unsuccessful and the FDT shall be rescheduled once the system is ready for retesting. D. All test shall be the same as specified under ORT, except that the entire installed system shall be tested and all functions demonstrated using live field -based data to the greatest extent possible. E. Required Documents for Test: 1. Set of panel drawings and wiring diagrams from WFAT and ORT with corrections noted. 2. A set of Contract drawings and specification including addenda and change orders. 3. Signed -off master copy of the PCSI developed field testing signoff forms. 4. Testing procedures. 5. Copy of completed calibration forms. 6. One copy of all O&M Manuals for PCSI supplied equipment. F. Daily schedule during FDT shall be as follows: 1. Morning meeting to review the day's test schedule. 2. Scheduled tests and signoffs. 3. End of day meeting to review day's test results and to review or revise next day's test schedule. 4. Unstructured testing period by Engineer and/or Owner. G. The system shall operate for 96 continuous hours without failure before this test shall be considered successful. The start of the continuous hours will commence after all testing has been completed. H. Punch list items and resolutions noted during the test shall be documented on the Punch list/Resolution form. In the event of rejection of any part or function test procedure, the PCSI shall perform repairs, replacement, and/or retest within 10 days. Upon successful completion of the FDT, PCSI shall submit a record copy of test results to the Engineer and/or Owner as specified and request the scheduling of the SAT. 3.07 SITE ACCEPTANCE TESTING (SAT) A. All database errors must be corrected prior to the start of the 30-Day Site Acceptance Test. The SAT will not be considered successful until all databases are correct. B. Any malfunction during the test shall be analyzed and corrections made by the Contractor. The Owner's Representative and Owner will determine whether any such malfunctions are Process Control System Testing 40 63 43 - 9 FTW23970 —Marina Drive sufficiently serious to warrant a repeat of the test. The cost of a retest shall be borne by the Contractor as specified. C. After completion of the Functional Demonstration Test and Plant Start-up, the Contractor shall be responsible for operation of the entire System for a period of 30 consecutive days, under conditions of full plant process operation, without single non -field repairable malfunction. D. During this test, Contractor's personnel shall be present as required. The Contractor shall provide personnel for this test who have an intimate knowledge of the hardware and software of the system and also are familiar with the overall plant process. The Supplier shall be on call for the 30-Day Acceptance Test. During the test period the supplier shall be available and on the job site within 48 hours of any failure. E. While this test is proceeding, the owner shall have full use of the system. Only plant operating personnel shall be allowed to operate equipment associated with live plant processes. F. Any malfunction, during this 30 consecutive day test period, which cannot be corrected within 24 hours of occurrence by the Contractor's personnel, or more than two similar failures of any duration, will be considered as a non -field -repairable malfunction. G. Upon completion of repairs, by the Supplier, the test shall be repeated as specified herein. H. In the event of rejection of any part or function, the Supplier shall perform repairs within 5 days or replacement within 30 days. I. Upon successful completion of the SAT, approval of all as -built drawing and O&M Manuals, completion of all related Owner training, and delivery of all spare, expendable, and test equipment, the systems shall be considered substantially complete, and the warranty period shall commence. END OF SECTION Process Control System Testing 40 63 43 - 10 FTW23970 —Marina Drive 40 61 93 Process Control System 10 List Line Item Point 1/0 Isolated/ No. Process Area Loop Type Equipment tag Suffix Signal Description Function Char. Loop Cabinet 1 VAULT 100 DI MD-UPS-100 XA AC POWER FAILURE ALARM Alarm SCADA CABINET 2 VAULT 101 DI MD-LSH-100 LAH VAULT HIGH WATER ALARM Alarm SCADA CABINET 3 VAULT 201 DI MD-ZSO-101 ZAO VAULT INTRUSION ALARM Alarm SCADA CABINET 4 VAULT 202 DI MD-ZSO-102 ZAO SCADA CABINET INTRUSION ALARM Alarm SCADA CABINET 5 VAULT 301 Al MD-PIT-112 PI INLET PRESSURE Indication 4-2omA Isolated SCADA CABINET 6 VAULT 302 Al MD-PIT-112 PI OUTLET PRESSURE Indication 4-20mA Isolated SCADA CABINET 7 VAULT 303 Al MD-FE/FIT-100 FI FLOW RATE Indication 4-2omA Isolated SCADA CABINET 8 VAULT 304 AO MD-MOV-110 ZI ACTUATED VALVE POSITION SETPOINT Indication 4-2omA Isolated SCADA CABINET 9 VAULT 304 Al MD-MOV-110 ZC ACTUATED VALVE POSITION FEEDBACK Indication 4-2omA Isolated SCADA CABINET 10 VAULT 304 DI MD-MOV-110 XA ACTUATED VALVE FAIL ALARM Alarm SCADA CABINET 11 VAULT 304 DI MD-MOV-110 YI ACTUATED VALVE REMOTE MODE Status SCADA CABINET 12 VAULT 304 DI MD-MOV-110 ZIO ACTUATED VALVE OPEN STATUS Status SCADA CABINET 13 VAULT 304 DI MD-MOV-110 ZIC ACTUATED VALVE CLOSE STATUS Status SCADA CABINET 14 VAULT 305 Al MD-AE/AIT-100 XA CL2 ANALYZER FAIL ALARM Alarm SCADA CABINET 15 VAULT 305 Al MD-AE/AIT-100 Al RESIDUAL CL2 Indication 4-2omA Isolated SCADA CABINET 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Process Control System 10 List FTW23970—Marina Drive 406193- 1 40 61 96 PROCESS CONTROL DESCRIPTIONS 1.00 GENERAL 1.01 SCOPE OF WORK A. This Specification section provides general control loop requirements for the programming of the Process Control System by the Process Control Systems Integrator (PCSI) or the Applications System Programmer (ASP). B. These descriptions are intended to provide an overview of the operating concept of the plant process equipment rather than describing in detail every operating feature or interlock. C. All Process Control System PLC controller programming and Operator Interface Terminal (OIT) or Operator Workstation Station (OWS) graphics and programming shall be performed as defined herein. 1.02 ASSOCIATED SECTIONS A. This section encompasses the equipment and services specified in the following sections: 1. 40 6113, "Process Control System General Provisions." 2. 40 6193, "Process Control System IO List" 1.03 SUBMITTALS A. Refer to Section 0133 00, "Submittals" for general submittal requirements. B. Refer to Section 40 6118, "Process Control System General Provisions" for the specific submittal requirements. 1.04 DEFINITIONS Term/Acronym HMI OWS PLC OIT E.STOP H/A H/O/A L/O/R Process Control Descriptions FTW23970 —Marina Drive Definition/Meaning Human Machine Interface Operator Workstation Programable Logic Controller Operator Interface Terminal Emergency Stop Hand/Auto Hand/Off/Auto Local/Off/Remote 406196-1 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 GENERAL A. Control descriptions are provided for each process area and are attached at the end of this section. The following is a list of attached Sections that have detailed control descriptions for each process area. The list shows the specification attachment number and process area with the accompanying process number. B. The control descriptions are organized in the following format: 1. General a. Process Area b. Process Overview c. Associated Equipment d. Associated Instruments e. Associated PLC f. Associated Control Panels g. Associated P&ID(s) 2. Controller Programming a. Control Modes b. Software Permissives c. Hardwired Interlocks d. Calculated Alarms and Variables e. Power Failure 3. System Configuration a. Status b. Setpoints c. Trending d. Alarms e. HMI Requirements 4. Alarm Management 3.02 GENERAL CONTROL CRITERIA Process Control Descriptions 40 61 96 - 2 FTW23970 —Marina Drive A. General configuration and programming tasks are required for system PLCs. Each PLC may have several occurrences of each of these tasks or may not have any occurrences of some or all of these tasks. B. The input/output lists in Section 40 6193 Input/Output List and detailed equipment control descriptions included in the attachments of this section shall be referenced to determine the requirements for each PLC. C. All alarm and control setpoints shall be adjustable by the Operator at the HMI unless specifically stated otherwise, even if not shown on the Drawings. These setpoints shall be password -protected to allow access only to the Operators who are given clearance by the Owner. D. HMI computers shall function as a monitoring system, not as a controller, for the process equipment. The computer shall download set points and other information to the PLCs, and the PLCs shall perform all control algorithms so a temporary failure of any HMI computer will not disrupt plant control. E. Rack and module definitions for each PLC, as well as the PLC communications configuration, shall be completely configured to allow proper addressing of all field -connected 1/0 points. This shall include the configuration of any remote input/output (RIO) racks. F. The PLC database will include both field 1/0 points and internally generated points required for programming. All field 1/0 points and internal programming points shall be fully defined according to database naming conventions approved by the Owner. As a minimum, each database point shall be provided with a tag name, engineering unit, alarm parameters, and description. G. All PLC -generated process alarms, equipment statuses, and process variable values shall be available at any operator workstation. H. Failure of a PLC shall result in the safe shutdown of associated process equipment. Interposing relays shall be provided where required to assure that equipment will revert to its fail-safe condition. Failure of any PLC or its communication shall be alarmed on the HMI computer. 3.03 EQUIPMENT CONTROL AND CONTROL MODE OVERVIEW A. The control descriptions correspond to the P&ID control hierarchical layers shown as process area, field panels, PLC, and SCADA. B. The control descriptions consist of four control modes. There may be one or more modes per loop depending on the process and associated equipment. Control modes consist of the following: 1. Local Manual Control —This is the lowest layer of control and is typically located either in the process area located near the equipment or in the field panels at an equipment's control panel or MCC. 2. Local Auto Control — This layer of control is typically located in the field panels at the equipment's control panel or MCC, either by hardwired relay logic or process -specific PLCs. This control is most commonly used in batch processes or vendor -supplied systems. Process Control Descriptions 40 61 96 - 3 FTW23970 —Marina Drive 3. Remote Manual Control —This layer of control is typically provided at the OIT/HMI. This control allows operators to manipulate process equipment remotely. Commands issued at the OIT/HMI are sent to the PLC, where signals are generated to process equipment for control and monitoring. 4. Remote Auto Control —The highest layer of control is done by the process control system PLC. In remote auto, operators typically enter a control setpoint at an OIT/HMI. Process instrumentation provides feedback signals to the PLC. The PLC is programmed to take the setpoints and feedback signals and to manipulate process equipment according to a specific algorithm. Any functions done in the operator workstations also take place at all the SCADA OITs. C. Descriptions for local control are included in the detailed equipment control descriptions. They are provided primarily for documentation purposes and for information. These controls are provided by the equipment vendors and require no programming effort except for process interfacing, such as setpoint adjustments. D. Descriptions for remote control are included in the detailed equipment control descriptions and are to be used by the PCSI to program algorithms for process equipment control. E. Emergency Stop Buttons — When an emergency stop button is pressed, the associated equipment will turn off regardless of the mode it is currently in. 3.04 PLC PROGRAMMING FUNCTIONAL REQUIREMENTS A. The following covers functional requirements of the software, which are generic and may or may not be related to any specific control loop. B. Analog Scaling 1. Each analog input and output will be appropriately scaled for use in internal PLC programming, monitoring by the HMI computers, or transmission to other PLCs. 2. Requirements for raw count values shall be coordinated with the operator interface software to ensure compatibility. C. Flow Values 1. Flow values shall be integrated, totalized, and stored in the PLC registers so the values displayed on the HMI computers and on the field processor will be identical. D. Flow Totalization: 1. Every reading that monitors the flow of the main water flow needs to be totalized daily. a. Only values with a good value status are totalized. b. All flow totals will be maintained in millions of gallons (MG) for MGD rates. c. Flow rates and flow totals shall be indicated and recorded at the HMI. 2. Running Total a. The running total starts at the beginning of the day and totalizes the volume throughout the day. b. At the end of the day, it resets that total and starts over. Process Control Descriptions 40 61 96 - 4 FTW23970 —Marina Drive c. Before the total is reset, it is stored for examination throughout the next day. Therefore, the flow total consists of two values: the previous day's total and the total for this day since midnight. 1). For example, the total reading is calculated by integrating the minute average of the MGD readings every minute. The minute average needs to be scaled to millions of gallons per minute before it is totalized. While MGD units are used in this example, flow totalization may be for other volumetric flow units such as gallons per minute (gpm), standard cubic feet per minute (scfm), etc. d. ASP shall provide flow totalization in the base units of the flow signal being totalized, unless stated as otherwise in the specifications. e. Flow shall not be totalized: 1). When a valve is closed or a pump is not running, the flow totalizer shall not accumulate values caused by noise or errors in calibration. 2). If the analog signal is outside the 4-20 mA range. 3). If the value of the flow input is less than 2% of the full range of the input. AfGDu,, ,j � 60 fin x 24Hou?s 3. Each flow totalization shall come with a reset button on the HMI screen. E. Equipment Runtimes and Starts 1. To support routine maintenance functions, all motorized equipment (pumps, motors, motorized gates, etc.) whose "run" status is monitored by a PLC will have their runtime and number of starts accumulated by the respective PLC. a. The runtime procedure will monitor the status of the equipment "run" contact and, when the equipment is running, increment a software timer that maintains equipment runtime to within a one -minute resolution. b. The timer shall stop incrementing but not reset when the "run" contact indicates that the equipment is not running. c. The timer value shall increment an hour counter that maintains an integer value representing the equipment run time in hours. d. The counter value shall be available for display on the HMI computer. 2. Both the runtime and number of starts will continue to be collected until reset by an operator with permissions at the supervisor level and above. When reset, both values will be set to zero, and the date/time when it was reset will be noted. A manual reset of the runtime value shall be available at the HMI. 3. Two runtime parameters shall be provided for equipment: a. Accumulated Runtime — Accumulates for the life of the equipment. b. Resettable Runtime — Runtime with reset capabilities. F. Equipment Availability Process Control Descriptions 40 61 96 - 5 FTW23970 —Marina Drive 1. Remote Switch Monitoring a. In general, equipment with PLC control has a local selector switch that transfers control to the PLC. The PLC shall monitor the position of this switch to determine if the equipment is available for PLC control. c. If the equipment is not available, the PLC program shall not attempt to implement remote manual or automatic status changes for the equipment. d. The PLC program may, however, need to implement special routines if equipment unavailability affects a sequence (as described in the detailed equipment descriptions). 2. Equipment Out Of Service tag (OOS) Command All controllable equipment is provided with the ability to have an operational tag applied to it. b. Upon receiving an Out Of Service tag command from the Operator, the control logic will inhibit all remote controls of the equipment. G. Power Faults and Maintained Outputs 1. The use of maintained control outputs to equipment should be evaluated to determine whether contacts need to be de -energized upon power loss so equipment does not automatically energize upon restoration of power and if any startup sequencing is needed. Utilize plant power monitoring systems to determine when utility power is lost and restored. H. Maintained/Momentary Outputs 1. The need for maintained or momentary control outputs shall be determined from the input/output listing and the electrical schematics. 2. In general, equipment with only one control output indicated in the 1/0 list shall be programmed for a maintained control output. 3. Equipment with two (or more) control outputs shall be programmed for momentary outputs. 4. Provisions shall be made, in either case, to remove the active state (start, open, forward, initiate, etc.) control output when an equipment failure is sensed or when the equipment transitions from available to unavailable (local switch change). Control Mode Transition: 1. Equipment Failures a. Unless otherwise indicated in the equipment control descriptions, equipment in automatic mode shall be transitioned to manual mode (and stopped) if the equipment fails or becomes unavailable or if the PLC processor resets. 2. Manual/Auto Bumpless Transfer Process Control Descriptions 40 61 96 - 6 FTW23970 —Marina Drive a. Programming at the PLC shall be such that switching between manual and automatic control modes results in a smooth (bumpless) transition without upsetting the process or inadvertently changing equipment states Equipment running in local manual mode shall be tracked by the PLC code such that the PLC maintains the running status and speed setpoint when switching the equipment's Hand -Off -Auto (or Local -Remote) switch from Hand to Auto (or Local to Remote). c. When switching equipment directly into an Automatic PID or sequence type control function, the PLC shall use the tracking values (running status and speed) as initial values. 3. Equipment running or stopped in automatic mode shall remain running or stopped when manual mode is selected. 4. Peer -to -Peer Communications 5. If equipment tracking is via peer -to -peer communications (rather than a hardwired interface) and the communications link goes down, the PLC shall be programmed to re - verify equipment running and speed status before allowing the switch to remote control mode. This is intended to prevent PLC code from inadvertently shutting down equipment when communications are restored. J. PID Tuning Parameters: 1. All tuning parameters for each PLC software PID controller are entered at the HMI. 2. Tuning trends are provided to tune and monitor each PID operation. 3. Tuning parameters settings are password protected. 3.05 ALARM CRITERIA A. Preclusion logic shall be added to all applicable alarms. This logic will prevent secondary alarms that are a direct result of a primary alarm from being annunciated. For example, station power failure should not cause a circuit breaker -tripped alarm to be annunciated. B. All software adjustable alarm setpoints accessible from the HMI shall have adjustable deadbands unless specifically noted otherwise. C. Plant personnel must acknowledge all alarms before they can be cleared. No alarm shall clear automatically until it has been acknowledged. D. Command Fault (Discrepancy) and Failure Alarms: 1. For all controlled devices such as pumps, valves, etc., if the device is commanded to Start or Stop (or Open or Close) by the PLC and the device feedback state does not match the commanded state within a pre-set time, a Command Fault Alarm is generated by the PLC for display and alarming at the HMI (valves shall remain in the last state). 2. If a duty pump, or system, is commanded to start and does not start within the pre-set time, an alarm shall be generated by the PLC for display and alarming at the HMI and the standby pump shall start without operator intervention. Process Control Descriptions 40 61 96 - 7 FTW23970 —Marina Drive 3. If a device feedback state does not match the commanded state at anytime, excluding the change of state described above, an uncommented Change of State Alarm is generated by the PLC for display and alarming at the HMI (valves shall remain in the last state). 4. After a Command Fault Alarm occurs, the device cannot be started again until the Operator at the HMI has issued a Reset. All controlled devices with feedback shall generate Failure alarms at the PLC for display and alarming at the associated process graphic displays, even if not shown on the Drawings. 5. All motors shall be programmed so that if a motor stops for any reason, it shall not be re -started automatically once the problem with the motor has been resolved. The start command on the HMI shall not be a maintained contact but a momentary command to the PLC. The run confirms for motors shall seal in the control output to the motor once the momentary start command drops out. b. The run confirms shall be on a five second timer delay in that if the run confirm is not present after five seconds, the contact output to the motor from the PLC shall drop out. Thus, the only way a motor can be restarted after five seconds by the SCADA system is if the operator reinitiates the start command for that motor on the HMI or when that motor control at the HMI is placed in automatic mode and the SCADA OWS, through logic/interlocks, requests the motor to run. E. Analog Alarms: 1. All analog alarms shall be generated at the HMI level as follows, with the exceptions of bad value processing and deviation alarms. If the analog point's value exceeds or drops below the alarm limit value and set time delay has been passed, then an alarm shall be generated at the HMI for display and alarming. To eliminate excessive alarm reporting, the analog point shall remain in alarm until the analog point's value returns beyond the limit set by the analog limit deadband. 2. All process analog inputs are displayed, historically collected, and trended. Low -low, low, high, and high -high alarms shall be calculated at the HMI for display and alarming. a. Nuisance alarms, such as low turbidity, shall be inhibited. When a valve is closed, or a pump is not running, the analog flow signal associated with that valve or pump shall not generate a low flow alarm, and it shall be forced to a zero value. 3. When an analog signal goes outside the 4-20 mA range due to a failure at the instrument or PLC card, the following SCADA programming shall take place: a. Alarm the signal at any local OITs and in the HMI system. b. If the analog signal is associated with a control loop or ratio control loop, that loop shall go into manual. c. If the analog signal is used in a calculation, that calculation shall use the last known good analog signal. The computer shall place the control loop in manual mode if the calculation is being used. Process Control Descriptions 40 61 96 - 8 FTW23970 —Marina Drive 4. Manual Override: This capability is implemented within the PLC controller. Since scaling is processed at the controller, the manual override value (operator entered at the HMI) will be in engineering units, not raw counts. When a point is placed in manual override mode, the point's associated data quality is forced to be "Good" as well. Providing this capability in the controller allows the rest of the logic to operate in the manual override mode. 5. Data Quality A key attribute of every analog input is its associated data quality. This is a simple Boolean value that indicates whether the analog reading can be trusted. The value is reset when the value is good, and it is set when it is bad. There are several checks done on the value before it is declared as "Good." 6. Bad Value Processing: If the value is not in Manual Override, then the raw value needs to be processed further before it is converted into its engineering units. Check to ensure the raw reading is within the limits of the instrument. These limits are specified on an individual point basis. 1). Normally, the limits need to check over or under -range (open -loop) values, such as the raw count readings for 3-21mA on a 4-20mA instrument. 2). Depending upon the process being monitored, it may require the range to be narrowed further. For example, a temperature instrument may range from 0 degrees F to 200 degrees F. If the process being measured is water temperature, then the readings should never get outside 40 degrees F to 100 degrees F. 3). By specifying this set of limits, any reading outside this range would indicate an instrument problem. 4). If the raw reading is outside these limits, the point's data quality would be set to "Bad.". 5). The controller will not maintain the last good reading; values will be presented as processed by the controller. 7. Deviation Alarms: a. For all variable speed pumps, if the pump is commanded to run at a specific speed and the speed feedback signal deviates from the commanded speed by a pre-set dead band (initially set for 5%) for a pre-set time period (initially set for 30-seconds), a Speed Deviation alarm is generated by the PLC for display and alarming at the HMI. b. For all modulating valves, if the valve is commanded to a specific position, and the position feedback signal deviates from the requested position by a pre-set dead band (initially set for 5%) for a pre-set time period (initially set for 30-seconds), a Position Deviation alarm is generated by the PLC for display and alarming at the HMI. Process Control Descriptions 40 61 96 - 9 FTW23970 —Marina Drive c. For all controlled setpoints (i.e., level, flow, etc.), if a process is requested to a specific setpoint, and the control variable feedback signal deviates from the requested setpoint by a pre-set dead band (initially set for 5%) for a pre-set time period (initially set for 30-seconds), a Setpoint Deviation alarm is generated by the PLC for display and alarming at the HMI. F. Communication Alarms: Provide specific communication status(es) for all Peer -to -Peer data communications. Upon a peer -to -peer communication failure, a communication failure alarm shall be generated at each PLC for display and alarm at the HMI. This communication failure alarm shall also be utilized for the associated control strategy. END OF SECTION Process Control Descriptions 40 61 96 - 10 FTW23970 —Marina Drive 40 63 43 PROGRAMMABLE LOGIC CONTROLLERS 1.00 GENERAL 1.01 SUMMARY A. Section includes programmable controllers and accessories. B. Related Sections: 1. Section 40 6113, "Process Control System General Provisions" 2. Section 40 6121, "Process Control System Testing" 3. Section 40 66 00, "Network and Communications Equipment" 4. Section 40 67 00, "Control Panels and Hardware" 1.02 REFERENCES A. Section 40 6113, "Process Control System General Provisions": Reference Standards 1.03 SYSTEM DESCRIPTION A. Drawings: Supplementing this section, the drawings indicate the number and sizes of PLCs and their locations. Provide hardware, including power supplies, special cables, and other appurtenant equipment that meets the functional requirements described herein and indicated on the drawings. Provide electrical schematics and loop drawings showing all interconnections of PLC equipment. 1.04 SUBMITTALS A. Section 40 6113, "Process Control System General Provisions": Submittals 1.05 CLOSEOUT SUBMITTALS A. Section 0133 04, "Operation and Maintenance Data." B. Project Record Documents: Record actual locations of controller cabinets and input and output devices connected to the system. Include interconnection wiring and cabling information and terminal block layouts in controller cabinets. Transfer all shop drawings in both PDF and AutoCAD format (.dwg). C. Submit bound copies of operating and programming instructions and include card replacement, adjustments, and preventive maintenance procedures and materials. 1.06 QUALIFICATIONS A. Manufacturer: Schneider Electric Modicon families of Programmable Logic Controllers, as indicated on the drawings. 1.07 DELIVERY STORAGE AND HANDLING A. Store PLC components in their original packaging and anti -static bags until the CONTRACTOR installs them. Conform to specified service conditions during and after installation of Programmable Logic Controllers 40 63 43 - 1 FTW23970 —Marina Drive programmable controllers. Maintain areas free of dirt and dust during and after the installation of products. 2.00 PRODUCTS 2.01 MATERIALS AND QUALITY A. Provide new and defect -free hardware of specified quality. Maintain manufacturer congruence for provided instruments, instrument accessories and devices. B. INTERCHANGEABILITY: Provide programmable logic controller systems of the same manufacturer and series or product line. Provide processors, local and remote input/output hardware, communications modules, and specialty modules such as coprocessors and ASCII modules capable of interchangeability among all 1/0 panels and systems. PLC modules and hardware by other manufacturers will be acceptable only if approved by OWNER. C. ACCEPTABLE MANUFACTURERS: Provide Schneider Electric Modicon PLCs, as detailed below and as indicated on the drawings, with no exceptions to match OWNER'S existing equipment. Offer a newer version of the component to OWNER if available at the time of construction. CONTRACTOR must ensure full compatibility of newer components with the overall system design. OWNER will make the final decision on which version is preferred. D. APPURTENANCES: Provide PLC processor and 1/0 hardware as complete systems, as shown on panel arrangement drawings. Ensure the provided PLC includes all necessary hardware for a complete working system. As required for proper equipment operation, provide all special rack or panel -mounted power supplies, special interconnecting and programming cables, special grounding hardware, or isolation devices. Furnish and install signal converters, signal boosters, amplifiers, power supplies, cables, grounding, intrinsically safe relays, current repeaters, surge suppression devices, and isolation devices as required for the proper operation of equipment. E. PLC ARRANGEMENT: Distribute and arrange PLC as indicated on the panel arrangement drawings and per OWNERS PLC Standards. SYSTEM ENCLOSURES: House programmable logic controller and input/output in shop - assembled panels as indicated on the drawings and as described in Section 40 67 00, "Control Panels and Hardware". 2.02 PROGRAMMABLE CONTROLLER A. Manufacturers: 1. Schneider Electric Modicon Family. 2. Substitutions: Not Permitted. B. Processors — Modicon M340: 1. Controller Tasks: a. Event tasks: Thirty-two (32) b. Periodic fast tasks: One (1) c. Cyclic/periodic master task: One (1) Programmable Logic Controllers 40 63 43 - 2 FTW23970 —Marina Drive 2. Communication Ports: 3. USB: a. Quantity: One (1) b. Type: USB Type B c. Speed: 12 Mbps 4. Ethernet: a. Quantity: Two (2) b. Speed: 10MBps, 100MBps -auto negotiating 5. Single Rack 10 Capacity: 704 Discreet, 60 Analog 6. User Memory: 4 MB Minimum (100% spare) 7. Programming Languages: a. Ladder Diagram b. Function Block c. Structured Text d. Instruction List 8. Power Dissipation: 23W 9. Environmental Ratings a. Operating Temperature: 0 C — 60F b. Relative humidity: 10% - 95% non -condensing 10. Free memory: 25% 11. Spare 10: 20% 12. Model: a. BMXP342020, or higher model to meet requirements, or owner -approved model 13. Conformal Coating: No 14. Substitutions: None C. Relay Output Module: 1. Modicon X80: BMX DRA 1605 2. Conformal Coating: No 3. Discrete Outputs: a. Type: Relay b. DC Voltage: 24 VDC c. AC Voltage: 24 — 240 VAC d. Response Time: <8ms activation, <10ms deactivation Programmable Logic Controllers 40 63 43 - 3 FTW23970 —Marina Drive 4. Output Overload Protection: a. DC Voltage: Discharge diode b. AC Voltage: RC Circuit, ZNO surge limiter 5. Output Short -Circuit Protection: Fast blow fuse per channel — Terminal block type 6. IP rating: IP 20 7. Vibration Resistance: 3 gn 8. Shock Resistance: 30 gn 9. Substitutions: Requires written permission from OWNER D. Digital Input Cards: 1. Modicon X80: BMX DDI 1602 2. Inputs: 16 isolated 3. Overvoltage Protection: 30 VDC 4. On -state voltage: 24 VDC nominal 5. Input impedance: 6.8k ohms 6. Input delay time: 4 ms typical, 7ms maximum 7. Power dissipation: 2.5W 8. Wire terminal block: a. Model: BMX FTB 2010 b. Wire size: 22 — 16 AWG c. Tightening Torque: 0.5 Nm 9. IP Rating: IP 20 10. Substitutions: Requires written permission from OWNER E. Digital Output Cards: 1. Modicon X80: BMX DRA 1605 2. Outputs: 16 isolated relay 3. Insulation Resistance: >10M Ohm 500 VDC 4. Output delay time: <8 ms Activation, <10 ms Deactivation 5. Power dissipation: 3.0 W 6. Wire terminal block: a. Model: BMX FTB 2010 b. Wire size: 22 —16 AWG c. Maximum tightening torque: 0.5 Nm 7. Substitutions: Requires written permission from OWNER Programmable Logic Controllers 40 63 43 - 4 FTW23970 —Marina Drive F. Analog Input Cards: 1. Modicon X80: BMX AMI 0810 2. Inputs: 8 3. Isolation Voltage: a. Between channels: 300 VDC b. Channels to ground: 1400 VDC c. Channels to bus: 1400 VDC 4. Input impedance: 250 ohms in current mode 5. Input delay time: 9 ms 6. Power dissipation: 1.3 W nominal 7. Wire terminal block: a. Model: BMX FTB 2800 (Caged Terminals) b. Wire size: 24 —16 AWG, screw clamp terminal blocks c. Maximum tightening torque: 0.5 Nm 8. Substitutions: Requires written permission from OWNER G. Analog Output Cards: 1. Modicon X80: BMX AMO 0802 2. Outputs: 8 3. Overvoltage Protection: 30VDC 4. On state voltage: 24 VDC 5. Output delay time: <= 4 ms 6. Power dissipation: 3.7 W 7. Wire terminal block: a. Model: BMX FTB 2800 (Caged Terminals) b. Wire size: 24 — 16 AWG, screw clamp terminal blocks c. Maximum tightening torque: 0.5 Nm 8. Substitutions: Requires written permission from OWNER H. Enclosure: House PLC equipment in Type NEMA-rated enclosure as shown on the drawings. 2.03 LOGIC PROCESSOR A. Manufacturer 1. HSQ 25x86 Logic Processor 2. No others approved Programmable Logic Controllers 40 63 43 - 5 FTW23970 —Marina Drive 3.00 EXECUTION 3.01 PROGRAMMING A. Program the PLC according to OWNER PLC Programming Standards B. Develop PLC, HMI and OIT tags according to OWNER SCADA tagging Standards. C. All programming must be made with the Schneider Electric EcoStruxure Control Expert (Unity Pro) software. 1. Firmware version must be approved by OWNER for every project and compatible with the existing software. 2. Version of PLC Software must be verified by OWNER for every project. 3.02 INSTALLATION A. Connect input and output devices. B. Install engraved plastic nameplates following the drawings. C. Locate equipment so that it is readily accessible for operation and maintenance. D. Ground and bond PLC and the enclosure. E. All PLC and HMI configuration and/or programming to be done by the PCSI to be hired by CONTRACTOR. CONTRACTOR is responsible for panel design, fabrication, testing, installation, and 1/0 functionality. F. PLC must not be installed in any area near high Hydrogen Sulfide (H2S) Gas. 1. If unavoidable placement near high Hydrogen Sulfide (H2S) Gas, PLC placement must be pre -approved by the OWNER and the PLC must be coated with protected coating from the factory. G. Any work in an existing PLC cabinet must include the removal of all wiring, conduit, and program that are unused. 1. Exclude and spare 1/0 and fuses. 2. All removed conduit holes must be properly sealed using a weatherproof three-piece stainless -steel knockout steal. 3. Any equipment removed must be turned over to the OWNER. H. No third -party PLC cards shall be approved unless approved by the OWNER. I. All PLCs must have dual independent ethernet ports that will allow each port to be on a different subnet or a second separated ethernet module. J. All Digital Input and Output card voltage must be 24VDC, any deviations must be approved by the OWNER. K. All currently installed PLCs will be evaluated for SCADA project and verified that communication between old and new PLC do not need a protocol converter. 3.03 FIELD QUALITY CONTROL Programmable Logic Controllers 40 63 43 - 6 FTW23970 —Marina Drive A. Perform operational testing on control systems to verify proper operation and field wiring connections. B. Existing PLC must be evaluated and discussed for any SCADA project to decide if communications are possible without a protocol converter, between the old and new PLC. 3.04 EQUIPMENT SCHEDULE A. A PLC equipment schedule is determined from the 1/0 of existing systems and hardware. 3.05 LONG LEAD TIMES A. Due to extended lead times for many PLC parts, CONTRACTOR is encouraged to purchase PLC components up front, including spare parts. CONTRACTOR must store all equipment at their facility and provide insurance for all equipment. END OF SECTION Programmable Logic Controllers 40 63 43 - 7 FTW23970 —Marina Drive 40 66 00 NETWORK AND COMMUNICATIONS EQUIPMENT 1.01 SUMMARY A. Section Includes: General requirements for network switches and router hardware. B. Related Sections: 1. Section 40 60 13 — Process Control System General Provisions 2. Section 40 61 21— Process Control System Testing 3. Section 40 63 43 — Programmable Logic Controllers 4. Section 40 80 00 — Commissioning of Process Systems 1.02 SUBMITTALS A. Shop drawings must be submitted to the Engineer for approval before fabrication or shipment to the job. Equipment must not be fabricated or shipped to the job before receipt of approved shop drawings from the Engineer. Submittals for approval must include component manufacturing data sheet indicating pertinent data and identifying each component by item number and nomenclature: B. The submittal must be organized with a cover sheet listing each instrument being provided. Each instrument shall be listed with the associated tag name, model number, and specified options. C. Separated by tabbed sections, each section requires to include the product cut sheets from the manufacturer. D. Shop drawings submitted for all equipment furnished under this section of the specifications must be submitted at the same time in the same package. Partial submittals will not be reviewed. Sales bulletins and other general publications are not acceptable as submittals for approval. 1.03 OPERATIONS AND MAINTENANCE MANUALS A. Provide operating instructions that incorporate a functional description of the entire system including the system schematics which reflect "as -built" modifications. B. Provide wiring diagrams with terminal and wire numbers as they are in the instrumentation system. C. Clearly define special maintenance requirements and test procedures. 2.00 PRODUCTS 2.01 INDUSTRIAL PANEL COMPUTER A. Manufacturer/Model: 1. OnLogic Karbon 410 2. No others approved B. Functional requirements: Network and Communications Equipment 40 66 00 - 1 FTW23970 —Marina Drive 1. Motherboard: Intel Atom x6211E Dual -Core 1.3-3.OGHz — No Audio Jack 2. Memory (RAM): 1 x 4GB SO-DIMM DDR4 2666 — Wide Temp 3. Primary Storage: 1 x Transcend TS256GMTS970T M.2 2280-D2-B-M SATA SSD — Extended Temp — 256GB 4. Add -on Modules: a. 1 x 2x COM Expansion (RS-232/422/485) b. 1 x Nuvoton NPCT750 TPM 2.0 Module —Wide Temp S. Accessories: Power Adapter 120W 24V 5A — US Power Cord 6. Operating System: Windows 10 IoT Enterprise 2021 LTSC Entry (Atom) — 64 Bit C. Physical requirements: 1. Mounting Brackets: DIN rail mounting kit (edge) 2. Hardware Line: Rugged 3. Cooling Type: Fanless 4. Dimensions: a. Width: 180 mm maximum. b. Height: 125 mm maximum. c. Depth: 50 mm maximum. D. Environmental Requirements: 1. Operating temperature: 0 to 60 C. 2. Operating humidity: 5% to 95% relative, non -condensing. 2.02 UNMANAGED ETHERNET SWITCHES A. Manufacturer/Model: 1. Hirschmann Spider III Standard Line SSL40-8TX 2. Phoenix Contact FL SWITCH 1108T 3. Approved equal B. Functional requirements: 1. Type: Unmanaged 2. Number of channels: a. GE RJ45: 8 ports C. Physical requirements: 1. Mounting: DIN rail 2. Dimensions: a. Width: 45 mm maximum. Network and Communications Equipment 40 66 00 - 2 FTW23970 —Marina Drive b. Height: 125 mm maximum. c. Depth: 88 mm maximum. D. Environmental Requirements: 1. Operating temperature: 0 to 60 C. 2. Operating humidity: 5% to 95% relative, non -condensing. 2.03 LICENSED NARROW BAND RADIO A. Manufacturer/Model: 1. GE MDS SD9 2. Approved equal B. General: 1. Licensed Frequency: a. To: 932.49375 MHz b. From: 941.49375 MHz 2. Range: 50 miles C. Transmitter: 1. Frequency stability: +/- 0.5 ppm 2. Carrier power: 0.1-5 W programmable 3. Carrier power accuracy: Normal +/- 1.5 dB 4. Duty Cycle: Continuous 5. Output Impedance: 50 Ohms D. Receiver: 1. Type: Double Conversion Superheterodyne 2. Selectivity: -112 dBm typical @ 1x10-6 BER, -104 dBm (SD2 Band D) -100 dBm (SD9 Band D)>70dB 3. Adjacent Channel Rejection: 40 dB nominal E. Interfaces: 1. Serial COM1: RS-232, DB-9 2. Serial COM2: RS-232, RS-485 DB-9 3. Ethernet: 10/100 BaseT, RJ 45 4. Antenna: TNC Female F. Environmental Requirements: 1. Operating Temperature: -40 deg F to 158 deg F 2. Operating Humidity: 95% at 104 deg F Non -condensing Network and Communications Equipment 40 66 00 - 3 FTW23970 —Marina Drive G. Physical Requirements: 1. Material: rugged die-cast aluminum 2. Dimensions: a. Width: 1651 mm maximum b. Height: 381 mm maximum c. Depth: 1175 mm maximum 3. Weight:0.55kg 2.04 YAGI DIRECTIONAL ANTENNA A. Manufacturer/Model: 1. Laird PC906N 2. No others approved B. Physical Requirements: 1. 6-elements 2. 6061T6 aluminum rod elements 3. 6061T6 aluminum channel C. Functional Requirements: 1. Frequency band: 900MHz 2. Power handling: 200W 3. Connectivity type: N-female 4. Mounting style: U-bolt 2.05 CELLULAR ROUTER A. Manufacturer/Model: 1. Ericsson Cradlepoint 5750 2. No others approved B. Environmental Requirements: 1. Operating temperature: -4 Deg F to 140 Deg F 2. Operating humidity: 10-90% Non -condensing 3. Storage Temperature: -40 to 185 Deg F C. Physical Requirements: 1. Power Supply: 12VDC 2. Microprocessor based managed type 3. DIN rail mounting Network and Communications Equipment 40 66 00 - 4 FTW23970 —Marina Drive 4. Dual SIM slots D. Functional Requirements: 1. Per Port status LED indication 2. DC voltage supply alarm contact 3. Management via NetCloud Manager 4. 10/10013aseT ports with RJ-45 connectors for Category 6 cabling 5. VPN Tunnel Support up to 10 IPsec tunnels 6. Firewall rules with configurable stateful inspection 7. MAC filtering 8. IP address filtering 2.06 CELLULAR ANTENNA A. Manufacturer/Model: 1. Taoglas Pantheon MA710 2. Parsec Technologies Chihuahua ST PRO Series 3. Approved equal B. Environmental Requirements: 1. Operation Temperature: -22 Deg F to 180 Deg F 2. Storage Temperature: -40 Deg F to 194 Deg F 3. Operating Humidity: 5-95% Non -condensing C. Physical Requirements: 1. 2 x Cellular 2G/3G/4G Antennas (MIMO) 2. 1 x GPS/GLONASS 1575.42/1602MHz Active Antenna 3. IP67 Waterproof 4. 2 x 3 meters CFD200 cable 5. 1 x 3 meters RG-174 cable D. Functional Requirements: 1. Omni -Directional 2. High Efficiency/ Peak Gain Outdoor Antenna 3. RoHS Compliant 2.07 ETHERNET SURGE PROTECTOR A. Manufacturer/Model 1. Phoenix Contact Network and Communications Equipment 40 66 00 - 5 FTW23970 —Marina Drive 2. PolyPhaser 3. Cooper Bussman 4. Approved Equal B. Environmental Requirements: 1. Operating temperature: -40 degrees F to 176 degrees F 2. Operating humidity: 95% non -condensing for indoor applications 3. Storage Temperature: -40 to 176 degrees F C. Physical Requirements: 1. DIN Rail Mountable indoors and pole mountable outdoors applications 2. 1/0 connectors: RJ-45 3. Power over Ethernet POE+ to IEEE802.3 at up to 57VDC D. Functional Performance 1. Protection: handles 100 or more lightning strikes at surge levels of 8/20u5ec at 6kV/3kA 2. Standard: Compliant to IEC61000-4-5. 2.08 RADIO SYSTEM SURGE PROTECTOR A. Manufacturer/Model: 1. Phoenix Contact 2. PolyPhaser 3. Cooper Bussman 4. Approved Equal B. Environmental Requirements: 1. Operating temperature: -40 degrees F to 176 degrees F 2. Operating humidity: 95% non -condensing for indoor applications 3. Storage Temperature: -40 to 176 degrees F C. Physical Requirements: 1. Barrel configuration for control panel applications 2. TNC type connectors D. Functional Performance 1. Protection: handles 100 or more lightning strikes at surge levels of 8/20uSec at 6kV/3kA 2. Standard: Compliant to IEC61000-4-5. 2.09 RADIO ANTENNA CABLES A. Manufacturer/Model: Network and Communications Equipment 40 66 00 - 6 FTW23970 —Marina Drive 1. Times Microwave LMR-600 runs under 75 feet 2. CommScope AVA7-50 HELIAX runs 75 feet and greater 3. Approved Equal B. General Requirements: 1. Provide sufficient lengths of cables for installation for connection to all Radio Equipment with no splices. C. Cable Construction: 1. Inner Conductor Solid BCCAI 2. Dielectric Foam PE 3. Outer Conductor Aluminum Tape 4. Overall Braid Tinned Copper 5. Jacket Black PE. D. Functional Performance: 1. Max Operating Frequency GHz 2.5 2. Minimum Operating Frequency 800 MHz 3. Velocity of Propagation % 87 4. Dielectric Constant NA 1.32 5. Time Delay nS/ft (nS/m) 1.17 (3.83) 6. Impedance ohms 50 7. Capacitance pF/ft (pF/m) 15.6 (51.1) 8. Inductance uH/ft (uH/m) 0.088 (0.29) 9. Shielding Effectiveness dB >90 10. DC Resistance a. Inner Conductor ohms/1000ft (/km) 1.39 (4.56) b. Outer Conductor ohms/1000ft (/km) 1.2 (3.9) 11. Peak Power kW 40 E. Required Options/Accessories 1. Provide Surge Arrestors at the antenna connection and the entrance to the equipment per the NEC. 2.10 ANTENNA TOWER A. Subject to compliance with the contract documents, the following manufacturers are acceptable: 1. Rohn 25G 2. Approved equal Network and Communications Equipment 40 66 00 - 7 FTW23970 -Marina Drive B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Provide radio towers as shown in the drawings. At a minimum, the towers provided shall be as follows: 1. Each section shall be double bolted constructed of ASTM 123 hot dipped galvanized steel. 2. Free standing and self-supporting. 3. Tower sections shall have a minimum 12-%" face. 4. Tower shall be made up of a base section, midsection and top sections. 5. Heights of towers shall be a minimum of Thirty (40) feet tall from ground level. D. The radio tower shall be a self-supporting structure. The final tower and base design shall be furnished by the contractor. Each individual tower installation shall be certified and sealed by a Professional Engineer licensed in the State of Texas to be compliant in all respects with TIA-222-H, Structural Standard for Antenna Supporting Structures and Antennas. The installation design, along with this certification, shall be submitted by the contractor. No general or manufacturers reference designs are acceptable for this purpose. The material submitted shall take into consideration the specific site location geotechnical information. A separate drawing for each tower installation, including all furnished accessories, including but not limited to grounding system, safety system, etc., shall be submitted. 3.00 EXECUTION (NOT USED) END OF SECTION Network and Communications Equipment 40 66 00 - 8 FTW23970 —Marina Drive 40 67 00 CONTROL PANELS AND HARDWARE 1.00 GENERAL 1.01 SUMMARY A. Section Includes: 1. General requirements for SCADA Control Panels and associated hardware. B. Related Sections: 1. Section 40 6113, "Process Control System General Provisions" 2. Section 40 6121, "Process Control System Testing" 3. Section 40 6193, "Process Control System 10 List" 4. Section 40 63 43, "Programmable Logic Controllers" 5. Section 40 66 00, "Network and Communications Equipment" 1.02 SCOPE A. Provide a control panel containing a PLC, logic controller, network switch, radio, surge protection, and all appurtenances to provide a complete working system. 1.03 REFERENCES A. In addition to the requirements of Section 40 6113, "Process Control System General Provisions," conform all materials and workmanship to the latest published applicable provisions of the following codes and standards: 1. National Fire Protection Association a. NFPA70— National Electrical Code. 2. National Electrical Manufacturers Association a. NEMA ICS 1 - Industrial Control and Systems: General Requirements. b. NEMA ICS 4 - Industrial Control and Systems: Terminal Blocks. c. NEMA ICS 5 - Industrial Control and Systems: Control Circuit and Pilot Devices. d. NEMA ICS 6 - Industrial Control and Systems: Enclosures. e. NEMA 250 - Enclosures for Electrical Equipment (1000 V maximum). 3. American National Standards Institute a. ANSI-C-37.13 - Low Voltage AC Power Circuit Breaker (600 V Insulation Class). 4. International Society of Automation a. ISA—RP60.6 — Nameplates, Labels, and Tags for Control Centers. 5. UL— UnderwritersLaboratories a. UL 508A — Standard for the Construction of Industrial Control Panels. Control Panels and Hardware 40 67 00 - 1 FTW23970 —Marina Drive b. UL 1077 —Supplementary Protectors. 1.04 DEFINITIONS A. Refer to Section 40 6113, "Process Control System General Provisions." 1.05 SUBMITTALS A. General: Submit following Section 0133 00, "Submittals" requirements. Submit in sufficient detail to show full compliance with Contract Documents. B. Product Data: 1. For each component, include manufacturers descriptive literature, product specifications, published details, technical bulletins, performance, and capacity rating curves, charts, and schedules, catalog datasheets, and other submittal materials as required to verify that the proposed products conform to the quality and function ability of the specified products. C. Shop Drawings: 1. Load Calculations: a. Provide electrical load calculations for power supplies, transformers, and UPSs to determine that the appropriate size and capacity have been selected. b. Provide heating and cooling requirement calculations. 2. Arrangement Drawings: a. Provide Arrangement Drawing for external front panel, internal side, and rear mounting sub -panels. b. Provide Bill of Materials, on Arrangement Drawing, identifying equipment shown. Reference equipment by a numerical item number. Include the following information in the Material schedule: 1). Item 2). Identity 3). Quantity 4). Description 5). Manufacturer 6). Catalog Number 7). Remarks c. Provide nameplate schedule, on the Arrangement Drawings, and include the following information: 1). Item 2). Quantity 3). Line 1 Text Control Panels and Hardware 40 67 00 - 2 FTW23970 —Marina Drive 4). Line 2 Text 5). Line 3 Text 6). Text Height 7). Nameplate Size d. Provide Legend schedule, on the Arrangement Drawings, and include the following information: 1). Item 2). Quantity 3). Line Text 3. Ladder Diagrams: a. Draw digital control with circuitry arranged in functional sequence on ladder type diagrams. Assign each horizontal line or "rung" on the ladder diagram a sequential number to the left the ladder. Use the rung number to develop the wire numbers and relay numbers. b. Draw relay coils on the right side of the ladder. Show the line numbers on which the relay contacts appear on the right of each coil. Designate a normally closed contact by drawing a diagonal line through the contact. Designate timed contacts with "TR" under the line number. c. Show field and control panel terminal blocks on the drawing with the terminal numbers. d. Terminal block groups will be labeled in the control panel. e. Conform symbols to NEMA standard and indicate on a symbols sheet. f. Show field wiring as a dashed line with cable and or wire number identified. g. Draw PLC input modules on the right side of the ladder and draw controller output modules on the left side of the ladder. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications 1. Manufacturer engaged in the assembly of control panels for not less than three years and who has experience with the assembly of specified PLC manufacturers. 2. Assemble control panels within a 150 mile radius of the OWNER's facilities. B. Modifications to Panel Layout 1. Follow the arrangements of components shown on the Drawings. Make adjustments to allow each component to be mounted as recommended by the manufacturer, to facilitate easy installation, removal, and in -place maintenance of each component, and to enable normal operation of the component. Allow component arrangements for routing of wiring without kinking or bending around sharp edges, and for free flow of air around and through equipment that requires ventilation or cooling. Control Panels and Hardware 40 67 00 - 3 FTW23970 —Marina Drive 2. Test equipment and materials using a testing laboratory that meets, or exceeds, nationally recognized standards, or have been found suitable for use in the specific manner as intended by the ENGINEER. Include equipment and materials utilized within published listings prepared by testing laboratories, inspection agencies, or other organizations concerned with product evaluations. 1.07 DELIVERY STORAGE AND HANDLING A. Store all control panels and accessories specified in this Section, which are delivered to the project site prior to the time the CONTRACTOR is ready to install them. Verify from the CONTRACTOR the maximum and minimum temperature and maximum relative humidity for storing the equipment and conform to the CONTRACTOR's requirements. The minimum storage requirements will not be less than 50 degrees F. Protect the equipment from humid conditions which might cause corrosion of the electrical and electronic parts of the equipment. Failure to store equipment in the specified or approved manner shall be sufficient reason for not accepting the equipment, regardless of the outside appearance or warranty of the manufacturer. Protect all electronic equipment from a dusty environment by sealing the equipment in plastic. 1.08 PROJECT SITE CONDITIONS A. Environmental Requirements 1. Refer to Section 01 81 16. 1.09 SEQUENCING AND SCHEDULING A. Coordinate scheduling with the Project Manager. 1.10 WARRANTY AND MAINTENANCE A. In accordance with Section 0178 36. 2.00 PRODUCTS 2.01 CONTROL PANEL ENCLOSURES A. General All enclosures shall fit within the allocated space shown on the Drawings. The Contractor shall examine plans and/or field inspect new and existing structures as required to determine installation requirements and shall coordinate the installation of all enclosures with the Owner and all affected contractors. The Contractor shall be responsible for all costs associated with installation of enclosures, including repair of damage to structures (Incidental, accidental, or unavoidable). A minimum estimated size is shown on the Drawings. The Contractor shall furnish enclosures of the size and quantity required to house the manufacturers' equipment supplied and all other electrical components installed in the enclosure. In addition, provide useful space and power supply capacity as spare for future expandability to a Control Panels and Hardware 40 67 00 - 4 FTW23970 —Marina Drive minimum of one (1) item per item type installed or twenty percent (20%) of quantity of each type of item installed, whichever yields the greater spare space. Enclosures (cabinets, panels, boxes, etc.) shall be formed or welded construction, reinforced with Unistrut, Power strut or equal to facilitate mounting of internal components or equipment. Sufficient access plates and doors shall be provided to facilitate maintenance and testing of the supplier's equipment. Doors shall be removable. Enclosures with any dimension thirty-six (36) inches or greater shall be provided with removable lifting lugs designed to facilitate safe moving and lifting of the panel during installation. No screws or bolts shall protrude through from the interior enclosure. 4. All steel enclosures shall be free from dirt, grease, burrs and shall be treated with a phosphatizing metal conditioner (phosphate conversion coating) before painting. All surfaces shall be filled, sanded, and finish coated by spraying a 1-2 mil epoxy prime coat and smooth, level, high grade textured finish between flat and semigloss shine. The colors shall be selected by the Owner from a minimum of six (6) color samples provided. All stainless -steel enclosures shall be polished to a No. 4 finish. 5. Enclosures shall be prefabricated cabinets and panels equal to Hoffman or Rittal. The Contractor may optionally provide enclosures custom fabricated by a reputable panel fabrication shop acceptable to the Owner and the Engineer. 6. Each panel shall incorporate a removable back panel on which control components shall be mounted. Back panels shall be secured to the enclosures with collar studs. All components shall be of the highest industrial quality and securely mounted to the removable back panels with screw and lock washers. Back panels shall be tapped to accept all mounting screws. Self -tapping screws shall not be used to mount any component. 7. All enclosures with any dimensions of (24) inches or larger shall be provided with drawing pockets for as -built panel drawings. One (1) laminated copy of the appropriate panel as -built drawings shall be furnished and left in the pocket of each panel. 8. All enclosures with a door height of (48) inches or larger shall be provided with a 316 SS door stop kit as manufactured by Fabtech or equivalent. 9. All enclosures shall be protected from internal corrosion -inhibiting vapor capsules as manufactured by Northern Instruments Model Zerust VC, Hoffman Engineering, Model A-HCL, or equal. 10. All metallic enclosures with door -mounted equipment shall have the door grounded by means of a flexible ground strap. 11. The enclosure and all interior and exterior equipment shall be identified with nameplates. The equipment shall be mounted such that service can occur without removal of other equipment. Panel mounted equipment shall be flush or semi flush mounted with flat black escutcheons. All equipment shall be accessible such that adjustments can be made while the equipment is in service and operating. All enclosures shall fit within the allocated space as shown on the Contract drawings. 12. Enclosures shall provide mounting for UPS, power supplies, control equipment, input /output subsystems, panel mounted equipment and appurtenances. Ample space shall Control Panels and Hardware 40 67 00 - 5 FTW23970 —Marina Drive be provided between equipment to facilitate servicing and cooling. Enclosures shall be sized to adequately dissipate heat generated by equipment mounted inside the panel. 13. Enclosures shall be provided with a minimum of one (1) unoccupied 120-volt duplex convenience GFCI receptacle, for service equipment and programming. Service lights, LED type, shall be provided for sufficient light coverage inside the panel. Service lights shall be provided with On/Off switch incorporated into light and/or a door switch to activate light when panel door is opened. Service lights shall be manufactured by Hoffman Panelite, Phoenix Contact PLD enclosure lights, or approved equal. Main breaker and branch breaker sizes shall be coordinated such that an overload in a branch circuit will trip only the branch breaker but not the main breaker. Circuit breakers shall be provided for the following internal branch circuits distributed within the panel: a. Receptacles and power strips. b. Panel Lighting c. UPS d. PLC power supply e. Power Supplies (24VDC) 14. Loads not requiring surge protection devices (i.e., receptacles, lighting, HVAC, branch circuits to remote equipment, etc.) shall be connected ahead of the enclosure surge protective device. 15. Locate equipment, devices, hardware, power supplies, instrumentation and controls, electrical equipment and wiring to be installed inside the enclosures and/or as facial features on the enclosures so that connections can be easily made and so that there is ample room for servicing each item. Every component in and on the enclosures shall be able to be removed individually without affecting the other components and without the need to move other components. Support and restrain all internally, as well as panel -mounted components to prevent any movement. 16. All cabinets and/or enclosures shall be NEMA rated for the environment in which it is to be installed and as noted in the Drawings. 17. Materials and equipment used shall be U.L. approved wherever such approved equipment and materials are available. 18. Panel enclosures (RTU panels) shall be provided with a security door switch mounted at the top of the enclosure, as shown on the drawings. The door switch shall be general duty, Reed switch type operation with a straight plunger. Maximum voltage rating shall be 240 VAC and 125/VDC with 1pole, double throw, one position momentary signal switch unit. Door switch shall be Square D, 9007MS01S0300 or approved equal. 19. Control panels shall be built in accordance with UL508A Industrial Control Panels and NEC Article 409 Industrial Control Panels. Control panels for areas classified as Hazardous shall be built in accordance with UL698 Industrial Control Equipment for Use in Hazardous Locations. Control panels shall be UL508A and/or UL698 labeled and marked as defined in NEC 409.110 with the following: Manufacturer's name and contact information (i.e., address, phone, website, email, etc.) Control Panels and Hardware 40 67 00 - 6 FTW23970 —Marina Drive b. Supply voltage, phase, frequency, and full -load current. c. Short-circuit current rating or the industrial panel based on one of the following: 1). Short-circuit current rating of a listed and labeled assembly. 2). Short-circuit current rating established utilizing an approved method. 3). Electrical wiring diagram numbers or the index sheet to the electrical wiring diagrams. 4). The enclosure type number (i.e., NEMA 1A, 3R, 12, 4X, 9, 9, etc.). 5). If the industrial control panel is intended as service equipment, it shall be marked to identify it as being suitable for use as service equipment. 6). Panel labels shall be TMP-US-MAG1 (0803341) or approved equal by Owner. 20. All work shall be performed in a professional manner and in consideration of allowing ease of future troubleshooting and maintenance. All equipment should be mounted so as to minimize crowding within the panel. All devices shall be mounted and wired in a neat and workmanlike manner. Each component shall be prominently identified with the use of permanent engraved legend plates. 21. Grounding: All suppressors shall be grounded per the suppressor manufacturer's recommendations. Furnish control panels with an integral copper grounding bus for connection of suppressors and other required instrumentation. Provide single -point connection of all grounds to grounding bus using the shortest possible path. Each grounded object shall have a separate connection to the ground bus. Do not connect cable shields to suppressor ground terminal or daisy -chain ground connections. Provide 1-inch wide by 1/8-inch thick copper ground bus as a minimum. 22. Provide structural reinforcements within enclosures to ensure a level surface, to limit vibration and to provide rigidity during shipment, installation, and operation without distortion or damage to the panel or to any instrument. 23. Cut, punch, or drill cutouts for face -of -panel mounted instruments and smoothly finish with rounded edges. 24. Install steel stiffeners on the back of the panel face to prevent deflection due to instruments, operation of equipment, or opening/closing of doors. Use 1 inch by 1/4- inch by 1/2-inch minimum stiffeners and tack weld to the panel. Where panel mounted instruments require rear mounting support, provide support brackets per the manufacturer's recommendations. 25. Provide internal condensation and freezing protection with thermostat control on outdoor enclosures. 26. Provide outdoor enclosures or enclosures in unheated areas with thermostatically controlled heaters to maintain internal temperature above 40 degrees F. 27. Provide calculations for sizing the cooling fans, air conditioners, and heaters. B. Outdoor Enclosures 1. All outdoor enclosures shall be rated NEMA 4X, 3-Point latch handle, constructed of 316 stainless steel with a white powder epoxy coating finish unless specified otherwise. Control Panels and Hardware 40 67 00 - 7 FTW23970 —Marina Drive Outdoor enclosures shall have a hinged and gasketed door. Gaskets shall be polyurethane. 2. Outdoor panels shall be fitted with pad -lockable latch kits. Outdoor enclosures with internal digital electronics, exterior indicators, or exterior indicator lights shall have external sun shields or sunshades, constructed of the same materials as the associated enclosure, unless otherwise specified. 4. Outdoor enclosures shall be designed for ambient conditions of -15 to 50°C and twenty to ninety-five percent (20% - 95%) relative humidity, unless otherwise specified. Outdoor enclosures shall be provided with thermostatically controlled space heaters to provide condensation protection. C. Terminals Terminal blocks shall be assembled on non -current carrying galvanized steel DIN mounting rails, securely bolted to the cabinet sub -panel. Terminals shall be of the screw down pressure plate type equal to that manufactured by Allen Bradley, Phoenix Contact, Wieland, Square D, or equal. Power terminal blocks shall be single tier with a minimum rating of 600 volts, 30 amps. Signal terminal blocks shall be single tier with a minimum rating of 600 volts, 20 amps. 2. Fused terminal blocks or miniature thermal circuit breaker terminal blocks shall be supplied for protection and isolation of enclosed equipment, or as specified in the Contract documents. Blown fuse indicators shall be provided and/or tripped breaker status shall be clearly visible. Fused or miniature thermal circuit breaker terminal blocks shall be provided for, but not limited to each of the following: a. Each PLC module requiring external power b. Each piece of equipment provided with a power supply (integral, internal or external) with the exception of devices with internal fusing plugged into a receptacle. 3. Terminals shall be marked with a black waterproof, permanent, continuous marking strip. One side of each terminal shall be reserved exclusively for field incoming conductors. Common connections and jumpers required for internal wiring shall not be made on the field side of the terminal. D. Wiring Wireway, as required. All conductors run open shall be bundled and bound with nylon cable ties, at regular intervals, with intervals not to exceed 12 inches. Adequately support and restrain all wiring runs to prevent sagging or other movement. Use of sticky backed zip -tie mounting squares is not permitted. Weld -on studs or similar non - penetrating mechanical fastener methods should be used for wire loom securing and management. Care shall be taken to separate communication, network, electronic signal, AC discrete signal, DC discrete signal and power wiring. Wiring to equipment mounted on doors or where movement of the equipment will take place, shall be installed in nylon spiral wrapping sheaths. 2. Wires shall be color coded as follows: a. Equipment Ground —GREEN Control Panels and Hardware 40 67 00 - 8 FTW23970 —Marina Drive b. 120 VAC Power Distribution — BLACK c. 120 VAC Power Neutral — WHITE d. 120 VAC Control (Internally Powered) — RED e. 120 VAC Control (Externally Powered) —YELLOW f. 24 VAC Control — ORANGE g. DC Power (+) — BLUE h. DC Power (-) — BLUE/WHITE i. DC Control — BLUE j. Analog Signal (+) — BLACK k. Analog Signal (-)—WHITE 3. All wiring shall comply with accepted standard instrumentation and electrical practices. Field wiring for power, control and signal wires shall comply with Division 16 of the specifications. For each pair of parallel terminal blocks, the field wiring shall be between the blocks. 4. Internal panel wiring shall be as follows: a. AC power wiring: 14 AWG minimum, stranded copper conductors, THHN/THHW wire rated for 600 volts and 90'C. For wiring carrying more than 15 amps, use sizes required by NEC. b. AC control and do power and control wiring: 16 AWG minimum, stranded copper conductors, THHN/THHW wire rated for 600 volts and 90'C. c. Instrument signal wiring: 18 AWG stranded conductors, tinned copper, twisted pair or triad, overall one hundred percent (100%) aluminum foil shield with 20 AWG stranded drain wire, plenum rated 300V 60°C FEP insulated wire with FEP jacket, equal to Belden 3090A. d. All stranded wire shall have a minimum of sixteen (16) strands, except for drain wires. e. Install a tin plated copper ferrule on all stranded wire terminated in a terminal block using a pin type ferrule with a gray insulation. Phoenix Contact type P/N 3200535 or equivalent. E. Identification 1. Provide a laminated black nameplate with beveled edges and % inch white letters to identify each console, panel or cabinet on the front of the enclosure. 2. Provide laminated, beveled edge, plastic legend plates and nameplates, with 1/4 inch letters, for each front panel mounted device as shown on the Drawings. Legend plates and nameplates shall be the size as shown on the Drawings. Color shall be black lettering on white background except caution/warning nameplates which shall be white lettering on a red background. Attach front panel nameplates with both a permanent adhesive and stainless -steel machine screws into tapped holes. Control Panels and Hardware 40 67 00 - 9 FTW23970 —Marina Drive 3. Tag all interior instruments and other components with engraved, laminated plastic nameplates with 1/8 inch, minimum, lettering. Legends shall be consistent with wiring and layout drawings. Nameplates shall be attached with stainless steel screws to the panel, near the device or on the device itself or as otherwise approved by the Engineer. 4. Number and label each wire in the systems. Every unique wiring node shall have its own individual unique number. Numbers shall be shown on all submitted drawings. All wires shall be labeled at each termination and junction of the wire and at 30-inch intervals along the wire. All multiconductor cables shall be labeled at each end and at 30-inch intervals with CBL-XXX and also label each conductor at both ends. Labeling shall use Cable marker US-WMT (0828768) and Conductor marker carrier PATG 1/18 (0820510) manufactured by Phoenix Contact or approved equal by Owner. All labels shall be machine -printed with wire and /or cable numbers. 5. Ventilation: a. Install ventilation kit on enclosure exterior. b. Install two vents per manufacturer's instructions to maintain NEMA 4X rating. c. Manufacturers: 1). Allied Moulded - AMVENT4XLG. 6. Heaters for Condensation Control and Freeze Protection: a. Provide thermostatically controlled, fan driven heaters for all outdoor enclosures for condensation control unless otherwise specified. b. Built-in thermostats that sense air temperature in the panel and is adjustable from 0 to 100 degrees F. c. Aluminum alloy outer casing. d. Mount heaters near the bottom center of the enclosure. Do not mount any components closer than 6 inches to the top heater and within 1 inch of the sides and bottom of the heater. e. Meet the following requirements: 1). Power: 115 Vac, 60 Hz. 2). Rating: As determined by calculations. f. Manufacturers: 1). Hoffman DAH Series. 2). Or approved equal. 2.02 ENCLOSURE ACCESSORIES A. Panel Light: 1. Light to emit a minimum of 400 lumens. 2. Light should turn on when the panel door is opened. 3. Operating voltage 120 Vac, 50/60 Hz or 24VDC Control Panels and Hardware 40 67 00 - 10 FTW23970 —Marina Drive 4. Operating temperature -4 to 122 degrees F. 5. Lamp life 50,000 hours in warm white color temperature. 6. Integral LED drivers. 7. Include integral door switch. 8. Manufacturers: a. Phoenix Contact PLD Series b. Hoffman Panelite Series. c. Or approved equal. B. Door switches (Intrusion) 1. Switch permits the PLC input for an intrusion alarm. 2. Manufacturers: a. Schneider Electric 9007MS01S0300 b. Or approved equal. 2.03 CONTROL PANEL BACKPLATES A. General 1. Provide backplates according to size listed on drawings. 2. Install all panel components on the panel backplate. B. Construction: 1. 12 gauge Carbon steel powder coated white. C. Spares: 1. None. 2.04 NAMEPLATES A. General: 1. Install new nameplates on the front door of all new and existing PLC control panels. 2. Conform nameplates to ISA Recommended Practice publication ISA-RP60.6. B. Construction: 1. Use nameplates to display basic information and function. 2. Letters shall be Helvetica 1 uppercase. Minimum height shall be 1/8-inch with a 3/64- inch space between lines. 3. Provide nameplates made of laminated engraving stock having a white core with a black surface. 4. Engrave characters using an industry -standard engraving machine. 5. Attach nameplates to the enclosure using stainless steel screws. Control Panels and Hardware 40 67 00 - 11 FTW23970 —Marina Drive 6. For enclosure identification nameplates, use larger -sized letters, 3/16-inch minimum. 7. Conform abbreviations to appendix B of ISA Recommended Practice publication ISA- RP60.6. 8. Conform margins to the following: a. With holes 1). Top/bottom: 1/16-inch minimum 2). Sides left/right: 5/16-inch minimum b. Without holes 1). Top/bottom: 1/16-inch minimum 2). Sides left/right: 1/8-inch minimum C. Spares: 1. None. 2.05 ADHESIVE LABELS A. General: 1. Provide labels that conform to ISA Recommended Practice publication ISA-RP60.6. B. Construction: 1. Use adhesive labels inside the panel to identify equipment. 2. Provide mechanically printed smudge proof labels with adhesive backing. C. Spares: 1. None. 2.06 LEGEND PLATES A. General: 1. Provide legend plates that conform to ISA Recommended Practice publication ISA- RP60.6. B. Construction: 1. Display basic functions of push buttons, selector switches, and pilot lights using legend plates. 2. Letters shall be Helvetica 1 uppercase. Minimum height shall be 1/8-inch with a 3/64- inch space between lines. 3. Provide legend plates made of laminated engraving stock having a white core with a black surface. 4. Engrave characters using an industry standard engraving machine. 5. Hold legend plates to enclosure with ring nuts used to hold the operator in place. 6. Make all legend plates for a particular panel the same size and shape. Control Panels and Hardware 40 67 00 - 12 FTW23970 —Marina Drive C. Spares: 1. None. 2.07 WIRE LABELS A. General: 1. Provide wire labels and tags that conform to ISA Recommended Practice publication ISA-RP60.6. B. Construction: 1. Identify each wire using shrink -type wire labels on each side. 2. Use a unique number, incorporate equipment tag number, correlate with schematic drawings to allow for easy cross referencing and match wire labels on each end. C. Spares: 1. None. D. Manufacturers: 1. Brady Perma Sleeve Heat -Shrink Polyolefin. 2. Phoenix Contact. 3. Or approved equal. 2.08 PANEL WIRING AND TERMINATION A. General: 1. Wire and terminate equipment in accordance with the latest revisions of UL Standard 508A and the National Electrical Code, as well as state and local electrical codes. B. Construction: 1. Use flexible stranded (7 strand) tinned copper wiring. Run wires in continuous lengths from terminal to terminal. Do not splice wires. Provide wire service loops to permit device removal. 2. Use type THHN/THHW wire (inside wiring) and XHHW-2 wire (outside wiring), with insulation rated at 600 V. Use 14 AWG or larger for power wiring. Use 16 AWG or larger for ac control signal wiring. 3. For analog signal wiring, use uniformly twisted shielded pairs not smaller than 18 AWG with a minimum of six twists per foot. Separate analog signal wiring at least six inches from power wiring. Provide continuous foil or metalized plastic shields with 100 percent coverage. Include a drain wire in continuous contact with the shield. 4. For 12/24 Vdc control circuits, including wiring for do input and output discrete signals, use uniformly twisted pairs no smaller than 18 AWG with a minimum of six twists per foot. 5. Use Phoenix Contact tin plated wire ferrules at wire ends for all wires 12 AWG or smaller. Use wire ferrules with a sleeve length of 10 mm and strip wires no longer than 13 mm. Use gray ferrules for all wires or match the ferrule and wire colors for all wires. Control Panels and Hardware 40 67 00 - 13 FTW23970 —Marina Drive 6. Segregate analog signal wiring, 24 Vdc control wiring, ac control wiring and power wiring accordingly. Group functionally and arrange neatly to facilitate tracing of circuits. Separate analog signal wiring at least one inch from 24 Vdc control wiring and six inches from ac control wiring and power wiring. 7. Use plastic spiral wiring wraps to bundle wires, outside of wiring ducts. Securely fasten the bundles to the steel structure at intervals not exceeding 12 inches. Use Panduit, Phoenix Contact, or approved equal. Provide a minimum of 20 percent cross -sectional area as spare space. 8. Do not intermix signals within the same bundle or duct. 9. Use twisted unshielded wire for other do signals and segregate from wire conducting ac signals. 10. Identify wires at both ends with white sleeve -type labels. Correspond the wire labels to the wire designation shown on the panel record drawings. Identify 1/0 card connections with the Rack -Slot -Point designations identified in the Drawings and 1/0 Lists. 11. In panels where foreign voltages exist, furnish a highly visible, white with red letters, warning label outside the panel with the following words: "WARNING: FOREIGN VOLTAGES EXIST IN THIS PANEL. THEY ARE IDENTIFIED BY YELLOW WIRE COLOR." C. Spares: 1. None. 2.09 TERMINAL BLOCKS A. General 1. Provide captive screw with pressure plate, DIN rail mounted, 600 V rated terminal blocks, unless otherwise shown or specified. B. Construction: 1. Assemble terminal blocks on a DIN rail mounting channel and bolt the channel to the inside of the panel. Space terminal block strips no closer than 4 inches center to center for subpanels not using wire duct and 6 inches center to center for subpanels using wire duct. 2. Provide screw type 300 and 600 V rated single level terminals with pressure plate to accept wire size 12 AWG and smaller. 3. Reserve one side of each terminal strip for field incoming conductors. Do not make common connections and jumpers required for internal wiring on the field side of the terminal. Terminate no more than two wires at any one terminal. 4. Wire all spare discrete and analog inputs and outputs from 1/0 cards to field wiring terminals. C. Spares: 1. Provide spare terminal blocks for unused spare PLC 1/0. Provide space at the end of terminal blocks to allow for future expansion of the PLC 1/0. D. Manufacturers: Control Panels and Hardware 40 67 00 - 14 FTW23970 —Marina Drive 1. Phoenix Contact a. 600 V rated single level terminals UK 3 N terminals. b. Single level grounded QTCU 1 terminals. c. Identify terminal blocks with the "Panel -Block" designations used on the Drawings. Provide Phoenix Contact type UBE and UBE/D terminal block numbering. d. Provide terminal numbers for each terminal. Provide type ZB6 terminal strip numbering with horizontal numbering for horizontally groups of terminals and vertical numbering for vertical groups of terminals. 2. Allen Bradley. a. 600 V rated single level terminals. b. Single level grounded Bulletin 1492 terminals. c. Identify terminal blocks with the "Panel -Block" designations used on the Drawings. Provide terminal block numbering. d. Provide terminal numbers for each terminal. Provide strip numbering with horizontal numbering for horizontally groups of terminals and vertical numbering for vertical groups of terminals. 3. Or approved equal. 2.10 FUSED TERMINAL BLOCKS A. General 1. Provide captive screw with pressure plate and DIN rail mounted fused terminal blocks. 2. Glass Fuse. B. Construction 1. Allen Bradley a. 1492-WFB4 1). Voltage Rating: 300 V (RU and CSA), 500V (IEC Certification) 2). Maximum Current: 15 A 3). Fuse Size: 5 by 20 mm 4). Operating Temperature: -40 to 221 degrees F b. 1492-W FB424 1). Voltage Rating: 10 to 57 V 2). Maximum Current: 15 A 3). Fuse Size: 5mm by 20 mm 4). Operating Temperature: -40 to 195 degrees F c. 1492-W FB4250 1). Voltage Rating: 85 to 264 V Control Panels and Hardware 40 67 00 - 15 FTW23970 —Marina Drive 2). Maximum Current: 15 A 3). Fuse Size: 5 by 20 mm 4). Operating Temperature: -40 to 195 degrees F d. Phoenix Contact UK TB 4-HESI 1). Voltage Rating: 500 V 2). Maximum Current: 6.3 A 3). Fuse Size: 5mm by 20 mm 4). Operating Temperature: -76 to 221 degrees F C. Spares 1. Provide five spare fuses of each type and size. D. Manufacturers 1. Allen Bradley 1492-WFB4, 1492-WFB424, 1492-WFB4250. 2. Phoenix Contact TB 4-HESI. 3. Or approved equal. 2.11 CIRCUIT BREAKERS (TELEMETRY SYSTEMS) A. General: 1. Provide thermal -magnetic quick-make/quick-break DIN rail mount 2. Provide circuit breakers that conform to UL 1077. 3. Provide with networking, cellular and radio equipment. B. Construction: 1. Single assembly. C. Spares: 1. No spares are required. D. Manufacturers: 1. Phoenix Contact — Models 0916603, 0916605, or 0916610 2. Or approved equal. 2.12 CIRCUIT BREAKERS (NON - TELEMETRY SYSTEMS) A. General: 1. Provide thermal -magnetic quick-make/quick-break 2. Provide circuit breakers that conform to UL 1077. B. Construction: 1. Single assembly. Control Panels and Hardware 40 67 00 - 16 FTW23970 —Marina Drive C. Spares: 1. No spares are required. D. Manufacturers: 1. Siemens 5SJ4 Series 2. Square-D Multi 9 Series or QOU Unit Mount 3. Or approved equal 2.13 RELAYS A. General: 1. Provide general purpose screw terminal type relay sockets for light duty, electronic duty or solid state. Utilize captive screw terminals and washers which accept one or two 14 AWG wires. 2. Install relay sockets adjacent to one another B. Construction: 1. 24 VDC double pole double throw (DPDT) plug-in type relay 2. Finger grips for easy relay removal from socket 3. Removeable lock down door for testing and maintenance 4. LED status indicator 5. Mechanical relay status indicator 6. Spring return test Button 7. Diode protection module C. Spares 1. Provide two spares of each type. D. Manufacturers: 1. General -Purpose a. Square-D Zelio RUM series b. Or approved equal. 2.14 SURGE PROTECTION DEVICE (TVSS) A. Low Voltage (120V) 1. General: a. Provide voltage surge suppressors on equipment panels containing solid state electronic equipment to protect the equipment from damage due to electrical transients induced in the interconnecting lines from lightning discharges or nearby electrical devices. Control Panels and Hardware 40 67 00 - 17 FTW23970 —Marina Drive b. Provide power line surge suppressors which include a surge arrester, RFI filter, voltage clamp, and terminals for incoming and load wires and which will not trip power feed circuit breakers. Use device with separate terminations for ground, common, and hot conductors. Shunt excess surge energy to electrical ground. c. Install plug traps in field devices. d. Antennas and mission board do not require surge suppression. e. Disconnect and lockout capabilities required. 2. Construction: a. Provide an industrial quality unit rated for continuous duty which meets the following requirements: 1). Power: 115 Vac, 15 A, 60 Hz. 2). Response Time: Less than 5 nanoseconds. 3). Recovery: Automatic. 4). Transient Reduction (Normal and common mode): 30 dB attenuation to IEE 587, category B, 6 kV impulse. 5). Regulation: Less than ±1 percent over all load ranges. 6). Operating Temperature: -40 to 176 degrees F. 3. Spares: a. Provide two spares. 4. Manufacturers: a. Phoenix Contact PLT-SEC-T3-120 Series model 2907918 b. Or approved equal. B. DC Voltage (24 V) 1. General a. Provide voltage surge protection for the main feed out of the DC power supplies. 2. Construction: a. Provide an industrial quality unit rated for continuous duty which meets the following requirements. 1). Supply Power: None — passive device 2). Protection Power: 24 VDC nominal with an amperage rated based on the DC power supply. 3). Response Time: Less than 25 nanoseconds 4). Indication: Optical and remote indicator contact 3. Manufacturers: 1). Phoenix Contact PLT-SEC-T3-24 Series model 2905223 Control Panels and Hardware 40 67 00 - 18 FTW23970 —Marina Drive 2). Or approved equal C. Analog Signal (4-20mA) 1. General a. Provide a HART compatible analog signal surge suppression for all analog signals entering the PLC control cabinet. 2. Construction: a. Provide an industrial quality unit rated for continuous duty which meets the following requirements. 1). Supply Power: None — passive device 2). Protection Power: 28VDC continuous at 450 mA 3). Response Time: Less than 100 nanoseconds 3. Manufacturers a. Phoenix Contact model 2838228 with integral base 2839208 2.15 DC POWER SUPPLY A. General: 1. Furnish and install DIN rail mounted; 24 V do power supplies that can be connected in parallel for redundant operation. Power supplies to be equipped with pluggable screw type terminal blocks for ac input and do output and are to include an LED status indicator for do output. 2. Provide two DC power supplies and connect them in parallel for redundant operation. 3. Exceed power supply wattage by 25 percent of the calculated load. 4. Trips standard circuit breakers selectively, loads that are connect in parallel continue working. 5. Preventive function monitoring indicates critical operating states before errors occur. 6. Signaling thresholds and characteristic curves that can be adjusted via NFC maximize system availability. 7. Integrated gas -filled surge arrester allows for high degree of immunity. B. Construction: 1. Power: 24 Vdc, 5 A, 60 Hz. 2. Response Time: 300 ms (From sleep mode). 3. Transient surge protection. 4. Operating Temperature: -13 to 158 degrees F. C. Spares 1. Provide two spares of each type. D. Manufacturers: Control Panels and Hardware 40 67 00 - 19 FTW23970 —Marina Drive 1. Phoenix Contact a. Series: Quint 4 b. Model:2904602 2. Or approved equal 2.16 UNINTERRUPTIBLE POWER SUPPLY A. Furnish and install a DIN rail mounted Uninterruptible Power Supply compatible with and sized for the DC power supply. B. Construction: 1. Input Voltage: 24 VDC 2. Max Input Voltage: 35VDC 3. Output Voltage: 24 VDC 4. Output Current: 40A 5. Charging Current: 5A 6. Reverse polarity protected 7. Efficiency:98% 8. Outputs: One (1) 9. Communications: a. Protocols: Ethernet/IP and MODBUS TCP b. Ports: Two (2) Ethernet Ports c. Speed: 10/100 Mbps auto negotiation C. Manufacturers: 1. Phoenix Contact QUINT4-UPS 2. Or approved equal 2.17 UNINTERRUPTIBLE POWER SUPPLY BATTERIES A. General: 1. Capacity: 12 Amp -Hour per battery. 2. Operating Temperature: 32 to 104 degrees F. 3. Mounting: DIN Rail 4. Output Voltage: 24VDC 5. Output current: 50A max 6. End of charge voltage: 27.6 VDC 7. Output fuse: 25A on each output wire B. Spares Control Panels and Hardware 40 67 00 - 20 FTW23970 —Marina Drive 1. Provide one spare. C. Manufacturer/Model: 1. Phoenix Contact QUINT -PS 2. Approved equal 2.18 WIRING DUCT A. General: 1. Provide Plastic wiring duct of slotted type with dust cover. 2. Size according to application requirements. B. Construction: 1. Use gray color duct. 2.19 DIN RAILS A. General: 1. 33 mm DIN rail a. Material: Steel. b. Coating: Galvanized, passivated with a thick layer. c. Color: silver. 2. Brackets a. Angle: 30 degrees b. Height: 46 mm c. Model: Phoenix Contact 1206421 B. Manufacturers: 1. Phoenix Contact Model 1201099. 2. Or approved equal. 3.00 EXECUTION 3.01 ADDITIONAL PANEL FABRICATION A. Wiring 1. Maximize separation between signal wiring and power wiring or control wiring, to avoid inductive pickup. A practical distance is not less than 6 inches. If power wiring must cross the signal wiring, the crossing should be as close to a right angle as possible. 2. Run wires in open slot vinyl wire duct with covers. Hold wire duct to the back plate with 10-32 by 1/2-inch Philips pan heads. Fill duct no more than 75 percent of the manufacturer's recommended maximum fill capacity. Where it is not practical to use wire duct, use wire ties to neatly bundle wires together. Control Panels and Hardware 40 67 00 - 21 FTW23970 —Marina Drive I Where wire is required to flex often, use high strand wire and spiral wrap. 4. Wires that are not de -energized by the main breaker shall be of the same color and labeled with a warning label stating same. 5. Do not jump control power and neutral from device to device. Use power distribution blocks. 6. Ground analog signal wiring drain wires at the panel only. 7. Terminate all spare PLC input/output points to the terminal blocks. 8. Terminate single wire and cable conductors according to the requirements of the terminal device. 9. On shielded cables, cover the drain wire with insulating tubing along its full bare length between the cable jacket and the terminal lug or terminal pressure plate. 10. Provide transparent, hinged cover for terminal blocks carrying 120 Vac power circuits, for personnel protection and accessibility. 11. Only one wire per terminal block terminal screw will be permitted. B. Equip new enclosures with a utility power terminal block for the utility Line 1, Line 2, and the Neutral. For each utility power distribution circuit breaker, a separate power feed wire will be used from the utility distribution terminal block. For each utility power distribution circuit, connect an individual neutral wire to the utility power distribution terminal block neutral. Only one wire will be permitted per utility power distribution terminal. The line wires will be labeled as "L1" and "12". The neutral will be labeled as "N" and the ground will be labeled "G". C. Equip enclosures with a UPS terminal block for the UPS output line and Neutral. For each UPS circuit breaker, a separate power feed wire will be used from the UPS terminal block. For each UPS circuit, connect an individual neutral wire to the UPS terminal block neutral. Only one wire will be permitted per terminal. The line wires will be labeled as "LU". The neutral will be labeled as "NU". The terminal block will be rated for the UPS circuit. Terminal block jumpers are allowed for the UPS terminal blocks. D. Grounding 1. Provide a minimum of two 1/4 inch by 1 inch copper ground buses with each enclosure. 2. Ground all equipment with one non -isolated ground bus that is electrically bonded to the panel. Run all equipment ground wires directly from the equipment to a non - isolated ground bus. Ground the drain wire of signal wiring using the other non -isolated ground bus. Jump no more than 5 drain wires together before being run to the isolated ground bus. Connect the isolated ground bus to a non -isolated grounded bus with a 10-gauge wire. 4. Connect all TVSS devices to a non -isolated ground bus with a dedicated green colored ground conductor that is a minimum 10 AWG. The TVSS ground conductor shall be as short as possible. Reliance on the TVSS mounting channel alone for the ground connection is not acceptable. E. Layout and Typical Wiring Control Panels and Hardware 40 67 00 - 22 FTW23970 —Marina Drive 1. Obtain the OWNERS Typical Control Panel Layout and Schematics Guide from the ENGINEER for guidance on component layout. END OF SECTION Control Panels and Hardware 40 67 00 - 23 FTW23970 —Marina Drive 40 70 00 Instrumentation List Line Item Loop No. Process Area Name No. Equipment Tag # Type of Instrument Description Range/Scale/Setpoint Remarks 1 VAULT 101 MD-1-5H-100 Level Float Switch Vault High Water Level Switch 2 VAULT 201 MD-ZSO-101 Intrusion Switch Vault Hatch Open Switch 3 VAULT 202 MD-ZSO-102 Intrusion Switch SCADA Cabinet Open Switch 4 VAULT 301 MD-PIT-111 Pressure Transmitter Inlet Pressure Transmitter 5 VAULT 302 MD-PIT-112 Pressure Transmitter Outlet Pressure Transmitter 6 VAULT 303 MD-FE/FIT-100 Electromagnetic Flow Meter Flow Meter 7 VAULT 305 MD-AE/AIT-100 Chlorine Analyzer Chlorine Analyzer 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 51 52 Instrumentation List 40 70 00 - 1 FIW23970—Marina Drive 40 71 00 FLOW MEASUREMENT 1.00 GENERAL 1.01 SUMMARY A. Section includes an electromagnetic measurement sensor that includes a magnetic flow tube and a microprocessor -based "smart" transmitter that converts and transmits a signal from the flow tube. It utilizes the characterized field principle of electromagnetic induction and produces DC signals directly proportional to the liquid flow rate. B. Related Sections: 1. Section 40 60 13 — Process Control System General Provisions. 2. Section 40 70 00 — Instrumentation List. 3. Section 40 80 00 — Commissioning of Process Systems. 1.02 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to install all equipment for complete instrumentation and controls. Contractor's work includes but is not limited to the following: 1. Installation of instrumentation equipment furnished under this contract. 2. Interconnections between equipment furnished under this contract. 3. Interconnection between equipment furnished under this contract and the existing instrumentation and control equipment or that furnished and installed under other contracts. 4. Coordination between suppliers' scope of work and the contract documents to provide all required startups, checkouts, installation, hardware, and certifications as indicated in the contract not provided by subs. B. The contractor is responsible for providing supervision, labor, tools, and materials for installation of the instrumentation equipment, material furnished herein, and their interconnection. Installation work must conform to applicable city, state, and national building and electrical codes. C. Coordinate the work of the system manufacturer's service personnel during construction, testing, calibration, and acceptance of the instruments. 1.03 QUALITY ASSURANCE A. General: Equipment must be the Manufacturer's latest and proven design. Specifications and drawings call attention to certain features but do not purport to cover all details of the design of the instrumentation system. The completed system must be compatible with the functions required and the equipment furnished by the Contractor. B. Operating Voltage: Electrical components of the system operate on 120-volt, 1-phase, 60- Hertz, except as otherwise noted in the specifications. Flow Measurement 40 71 00 - 1 FTW23970 —Marina Drive C. Power Supplies: The drawings and specifications indicate the energy sources that will be provided. Additional devices or power supplies necessary to obtain proper operation of the instrument system from these energy sources must be furnished with the instrumentation. D. Protection: The instrumentation system supplier is responsible for input-output isolation of all incoming and outgoing signals. 2. Each 4-20 mA DC process measurement current loop installed on this contract, which extends outside the remote 1/0 cabinet, RTU cabinet, or PLC cabinet, requires to be protected by insertion of a 1/16-amp fuse, Buss Type MKB or analog signal surge suppressors. 3. The equipment must be supplied with the necessary fuses or switches required by the Instrumentation Manufacturer. The instruments requiring an internal power supply must be equipped with an internal on -off switch or disconnect. E. Input/Output: In general, and unless specifically stated otherwise, inputs and outputs involving instrumentation systems shown are 4-20 mA DC process measurement signals. Current loop isolators, current repeaters, or other signal isolators must be furnished and installed as required to meet instrument specifications and to make the instrumentation system fully operational. 1.04 SUBMITTALS A. Submittals must be in accordance with Section 0133 00, "SUBMITTALS" and include: 1. Shop Drawings: Shop drawings must be submitted to the Engineer for approval before fabrication or shipment to the job. Equipment must not be fabricated or shipped to the job before receipt of approved shop drawings from the Engineer. Submittals for approval include: 1). The component manufacturing data sheet indicating the pertinent data and identifying each component by item number. 2). An organized submittal with a cover sheet listing each instrument being provided. Each instrument is listed with the associated tag name, model number, and specified options. 3). Submittal is separated by tabbed sections; each section includes the product cut sheets from the manufacturer. 4). Component drawing showing dimensions, mounting, and external connection details. 5). Full description of operation. 6). Complete schematic diagram. b. Following approval, the manufacturer is responsible for the preparation of the required sets of these drawings for distribution as indicated in Division 00 and Division 01 specifications. Flow Measurement 40 71 00 - 2 FTW23970 —Marina Drive c. Every shop drawing must be submitted in the same package for all equipment furnished under this section of the specifications at the same time. Partial submittals are not permitted. Sales bulletins and other general publications are not acceptable as submittals for approval. 2. Equipment Installation Report: The Contractor must provide an Equipment Installation Report for each instrument to the Engineer for approval. The equipment installation report includes documentation stating that the instrument was installed and properly calibrated per the manufacturer's recommendations by an Authorized representative of the instrument manufacturer. All parameters required for programming the instrument must be provided in a hard copy format as part of the equipment installation report. Documentation stating that the person performing the calibration and start-up is an authorized representative must be provided as well. 3. Operation and Maintenance Manuals: a. Operating instructions must incorporate a functional description of the entire system, including the system schematics, which reflect "as -built" modifications. b. Wiring diagrams must be furnished as part of the Operation and Maintenance Manuals, which clearly show terminal numbers and wire numbers as they are in the instrumentation system. c. For the instrument panel wiring, each wire installed must have its own number designation at each end so that no number is repeated. d. Instrument panel wire tagging instructions must be followed as specified in Section 26 05 19, "Low -Voltage Electrical Power Conductors and Cables". e. Clearly defined special maintenance requirements particular to the system are established along with special calibration and test procedures. 4. Field test: A manufacturer -certified letter is required to confirm that each meter is operational and working in the field as intended. 5. Warranty: The Contractor is responsible for warranting the equipment for defects in material and workmanship for a period of two years from the date of final acceptance of the project. Include a copy of his special equipment warranty with the shop drawings. The warranty specified by this specification is exclusive and in lieu of all other warranties, whether written, implied, orally presented, or statutory. 1.05 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. ANSI/NSF 61 Standard (Cold water, US). 2. WRAS (WRc, BS6920 cold water, GB). 3. ACS. Flow Measurement 40 71 00 - 3 FTW23970 —Marina Drive 4. DVGW W270. 5. Belgaqua (NBR). 6. FM Class 1, Div 2. 7. CSA Class 1, Div 2. 1.06 JOB CONDITIONS A. Spare Parts: Furnish all standard recommended spare parts as indicated in the Manufacturer's instruction manuals, for each component in the system. B. Special Tools: Furnish a kit that contains special -size wrenches and other types of tools that are not normally available and necessary for assembling, disassembling, aligning, and calibrating each piece of equipment. In addition, any piece of equipment (meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under this Section of the specification must be furnished. 1.07 MEASUREMENT PROCEDURE A. The method for measuring flow is based on Faraday's law of electromagnetic induction: 1. The coil current module generates a pulsating magnetizing current that drives the coils in the sensor. The current is permanently monitored and corrected. 2. The input circuit amplifies the flow -proportional induced voltage signal from the electrodes. The input impedance is extremely high which allows flow measurements on fluids with conductivities. 3. The digital signal processor converts the analog flow signal to a digital signal and suppresses electrode noise through a digital filter. 1.08 MAINTENANCE SERVICE A. The device is maintenance -free. However, a periodic inspection according to pertinent directives and regulations must be carried out. An inspection can include the check of: 1. Ambient conditions. 2. Seal integrity of the process connections, cable entries, and cover screws. 3. Reliability of power supply, lightning protection, and grounds. 2.00 PRODUCTS 2.01 FLOW ELEMENT/TRANSMITTER A. Manufacturer/Model: 1. Siemens SITRANS FM MAG 8000 2. Approved equal B. Type: 1. Pulsed DC type. Flow Measurement 40 71 00 - 4 FTW23970 —Marina Drive 2. Microprocessor -based, intelligent transmitter compatible with flow tube provided. C. Functional requirements: 1. Output: Isolated 4-20 mA with HART protocol. Current output adjustable over the full range of the instrument. Provide a dry contact to indicate reverse flow. 2. Accuracy (including flow tube): +/- 0.5% of span with linear output or better. 3. Stability: Combined temperature effects shall be less than 0.2 percent of maximum span per 50 degrees F temperature change. Effect on accuracy, due to static 10 pressure changes, shall be negligible. 4. Supply voltage element: 24 VDC powered instrument, receiving its power from transmitter. 5. Supply voltage transmitter: 24 VDC powered instrument 6. Radio Frequency Interference (RFI) protection: RFI protection must be provided as recommended by the manufacturer. 7. Pressure rating: 240 PSI if 150 lb flanges are used; 700 PSI if 300 lb flanges are used. AWWA C-207 Class D. 8. Inlet and outlet conditions: Minimum 5 pipe diameters upstream and 3 pipe diameters downstream. 9. A meter is required to be capable of running empty indefinitely without damage to any component. D. Physical requirements: 1. Metering Tube: 1. Carbon steel with 304 Stainless interiors unless otherwise indicated. 2. Flanges and housing: Carbon steel ASTM A 105 with corrosion protection EN ISO 12944 grade C4 or C5. 3. Liner: EPDM. 4. Electrodes: ANSI 316 stainless steel or Hastelloy C. 5. Housing: Meters in below grade, vaults, basements, etc., shall be designed for accidental submergence in 10 feet of water for 24 hours. Meters above grade shall be of splash proof/drip proof design unless otherwise noted. 6. For sludge, polymer, or any slurry application where the electrodes will be coated, a self-cleaning or a removable electrode option must be provided with that meter. 2. Transmitter: 1. Transmitter Enclosure: NEMA U. 2. Electrical Classification: Rating shall be FM approved for the location shown on the Drawings E. Accessories/Documentation Required: Flow Measurement 40 71 00 - 5 FTW23970 —Marina Drive Factory calibration: Provide a factory -calibrated flow meter. A copy of the calibration report must be included in the O&M manual. 2. Grounding: 1. Meter must be grounded in accordance with the manufacturer's recommendation. 2. Provide ground rings, ground wires, gaskets, etc., as required. 3. All materials must be suitable for the liquid being measured and compatible with the process fluid and with the process pipe. For meters with remote -mounted transmitters, signal cable for installation between the flow tube and the transmitter. Length must be as required by installation indicated on the Drawings. 3.00 EXECUTION 3.01 INSTALLATION A. Wire each device requiring power so that when wires are removed from anyone device, power is not disrupted to any other device. Ground the case of each device either by mounting directly on a steel frame or by a third wire. B. To achieve accurate flow measurement, it is essential to have straight lengths of inlet and outlet pipes and a certain distance to pumps and valves. It is also important to center the flowmeter in relation to pipe flanges and gaskets. Avoid the following installations: 1. Installation at the highest point in the pipe system. 2. Installation in vertical pipes with free outlet. 3.02 FIELD QUALITY CONTROL A. The supervisory service of a factory -trained Engineer who is specifically trained on the type of equipment herein specified is required during construction to assist the Contractor in the location of sleeves; methods of installing conduit and special cable; mounting, piping, and wiring one of each type of device, and the methods of protecting all the equipment prior to placing it into service. Upon completion of the installation, the Engineer provides their services to calibrate and startup the equipment and for instructing the operating personnel. The Manufacturer is responsible for providing sufficient service to place the system in satisfactory operation. B. Upon completion of installation of sample pumps, an acceptance test must be conducted to verify the satisfactory operation of each unit. The test is required to be conducted in a manner approved by and in the presence of the Engineer. The unit must be checked for excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Engineer before Owner's final acceptance. C. Check out and calibrate the system upon completion of the installation. D. Prior to the Owner turning on any form of energy to the system, the Contractor must provide the Engineer with a certified statement of approval of the installation including his supplier's authorization for turning on energy to the system. Flow Measurement 40 71 00 - 6 FTW23970 —Marina Drive END OF SECTION Flow Measurement 40 71 00 - 7 FTW23970 —Marina Drive 40 72 00 LEVEL MEASUREMENT 1.00 GENERAL 1.01 SUMMARY A. Section includes a 2-wire, hermetically sealed, non -contact type pulse radar level transmitter, using continuously transmitted radar signals toward a water surface. Level measurement principle will use a fast -sweep frequency modulated continuous wave (FMCW). Level is proportional to the frequency difference between received and transmitted signal. B. Related Sections: 1. Section 40 60 13 — Process Control System General Provisions. 2. Section 40 70 00 — Instrumentation List. 3. Section 40 80 00 — Commissioning of Process Systems. 1.02 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to install all equipment for complete instrumentation and controls. Contractor's work includes but is not limited to the following: 1. Installation of instrumentation equipment furnished under this contract. 2. Interconnections between equipment furnished under this contract. 3. Interconnection between equipment furnished under this contract and the existing instrumentation and control equipment or that furnished and installed under other contracts. 4. Coordination between suppliers' scope of work and the contract documents to provide all required startups, checkouts, installation, hardware, and certifications as indicated in the contract not provided by subs. B. The contractor is responsible for providing supervision, labor, tools, and materials for installation of the instrumentation equipment, material furnished herein, and their interconnection. Installation work must conform to applicable city, state, and national building and electrical codes. C. Coordinate the work of the system manufacturer's service personnel during construction, testing, calibration, and acceptance of the instruments. 1.03 QUALITY ASSURANCE A. General: Equipment must be the Manufacturer's latest and proven design. Specifications and drawings call attention to certain features but do not purport to cover all details of the design of the instrumentation system. The completed system must be compatible with the functions required and the equipment furnished by the Contractor. B. Operating Voltage: Electrical components of the system operate on 24-V DC, except as noted in the specifications. Level Measurement 40 72 00 - 1 FTW23970 —Marina Drive C. Power Supplies: The drawings and specifications indicate the energy sources that will be provided. Additional devices or power supplies necessary to obtain proper operation of the instrument system from these energy sources must be furnished with the instrumentation. D. Protection: The instrumentation system supplier is responsible for input-output isolation of all incoming and outgoing signals. 2. Each 4-20 mA DC process measurement current loop installed on this contract, which extends outside the remote 1/0 cabinet, RTU cabinet, or PLC cabinet, requires to be protected by insertion of a 1/16-amp fuse, Buss Type MKB or analog signal surge suppressors. 3. The equipment must be supplied with the necessary fuses or switches required by the Instrumentation Manufacturer. The instruments requiring an internal power supply must be equipped with an internal on -off switch or disconnect. E. Input/Output: In general, and unless specifically stated otherwise, inputs and outputs involving instrumentation systems shown are 4-20 mA DC process measurement signals. Current loop isolators, current repeaters, or other signal isolators must be furnished and installed as required to meet instrument specifications and to make the instrumentation system fully operational. 1.04 SUBMITTALS A. Submittals must be in accordance with Section 0133 00, "SUBMITTALS" and include: 1. Shop Drawings: Shop drawings must be submitted to the Engineer for approval before fabrication or shipment to the job. Equipment must not be fabricated or shipped to the job before receipt of approved shop drawings from the Engineer. Submittals for approval include: 1). The component manufacturing data sheet indicating the pertinent data and identifying each component by item number. 2). An organized submittal with a cover sheet listing each instrument being provided. Each instrument is listed with the associated tag name, model number, and specified options. 3). Submittal is separated by tabbed sections; each section includes the product cut sheets from the manufacturer. 4). Component drawing showing dimensions, mounting, and external connection details. 5). Full description of operation. 6). Complete schematic diagram. Level Measurement 40 72 00 - 2 FTW23970 —Marina Drive b. Following approval, the manufacturer is responsible for the preparation of the required sets of these drawings for distribution as indicated in Division 00 and Division 01 specifications. c. Every shop drawing must be submitted in the same package for all equipment furnished under this section of the specifications at the same time. Partial submittals are not permitted. Sales bulletins and other general publications are not acceptable as submittals for approval. 2. Equipment Installation Report: The Contractor must provide an Equipment Installation Report for each instrument to the Engineer for approval. The equipment installation report includes documentation stating that the instrument was installed and properly calibrated per the manufacturer's recommendations by an Authorized representative of the instrument manufacturer. All parameters required for programming the instrument must be provided in a hard copy format as part of the equipment installation report. Documentation stating that the person performing the calibration and start-up is an authorized representative must be provided as well. 3. Operation and Maintenance Manuals: a. Operating instructions must incorporate a functional description of the entire system, including the system schematics, which reflect "as -built" modifications. b. Wiring diagrams must be furnished as part of the Operation and Maintenance Manuals, which clearly show terminal numbers and wire numbers as they are in the instrumentation system. c. For the instrument panel wiring, each wire installed must have its own number designation at each end so that no number is repeated. d. Instrument panel wire tagging instructions must be followed as specified in Section 26 05 19, "Low -Voltage Electrical Power Conductors and Cables". e. Clearly defined special maintenance requirements particular to the system are established along with special calibration and test procedures. 4. Field test: A manufacturer -certified letter is required to confirm that each meter is operational and working in the field as intended. 5. Warranty: a. The Contractor is responsible for warranting the equipment for defects in material and workmanship for a period of two years from the date of final acceptance of the project. Include a copy of his special equipment warranty with the shop drawings. The warranty specified by this specification is exclusive and in lieu of all other warranties, whether written, implied, orally presented, or statutory. 1.05 JOB CONDITIONS A. Spare Parts: Furnish all standard recommended spare parts as indicated in the Manufacturer's instruction manuals, for each component in the system. Level Measurement 40 72 00 - 3 FTW23970 —Marina Drive B. Special Tools: Furnish a kit that contains special -size wrenches and other types of tools that are not normally available and necessary for assembling, disassembling, aligning, and calibrating each piece of equipment. In addition, any piece of equipment (meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under this Section of the specification must be furnished. 1.06 MEASUREMENT PROCEDURE A. The transmitter emits a continuous, frequency -modulated radar signal through its antenna. The emitted signal is reflected by the medium and received by the antenna as an echo with modified frequency. The frequency change is proportional to the distance and is converted into the level. 2.00 PRODUCTS 2.01 FLOAT SWITCHES A. General: 1. Provide a mechanical switch with form C contact and mounting hardware as required. 2. Float switch shall be installed in accordance with the manufacturer's recommendations. B. Manufacturer: 1. Contegra. C. Model: 1. FS Series. 2. Pre -approved equal. D. Functional requirements: 1. Power: Rated 1-A, 120 VAC, 25-W non -inductive. 2. The float switch and piping shall be submersible. 3. Life expectancy: 10 million operations. E. Physical requirements: 1. Float diameter: 5-1/2". 2. Housing material: NEMA 4X rated, 316 stainless steel. F. Mounting: 1. Each set of float switches within an enclosed or open wet well shall mount to a 1/4-inch 316 stainless steel cable with a weighted anchor attached to the end. Locate cable in an obstructed location within wet well. Contractor must provide all mounting hardware to suspend cable from wet well lid or cable support rack, if a support rack is available. 2. Provide stainless steel mounting clip for cable mount. G. The manufacturer supplied cable must be sufficient length to reach termination cabinet without splicing. Level Measurement 40 72 00 - 4 FTW23970 —Marina Drive 3.00 EXECUTION 3.01 INSTALLATION A. Wire each device requiring power so that when wires are removed from anyone device, power is not disrupted to any other device. Ground the case of each device either by mounting directly on a steel frame or by a third wire. 3.02 FIELD QUALITY CONTROL A. The supervisory service of a factory -trained Engineer who is specifically trained on the type of equipment herein specified is required during construction to assist the Contractor in the location of sleeves; methods of installing conduit and special cable; mounting, piping, and wiring one of each type of device, and the methods of protecting all the equipment prior to placing it into service. Upon completion of the installation, the Engineer provides their services to calibrate and startup the equipment and for instructing the operating personnel. The Manufacturer is responsible for providing sufficient service to place the system in satisfactory operation. B. Upon completion of installation of sample pumps, an acceptance test must be conducted to verify the satisfactory operation of each unit. The test is required to be conducted in a manner approved by and in the presence of the Engineer. The unit must be checked for excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Engineer before Owner's final acceptance. C. Check out and calibrate the system upon completion of the installation. D. Prior to the Owner turning on any form of energy to the system, the Contractor must provide the Engineer with a certified statement of approval of the installation including his supplier's authorization for turning on energy to the system. END OF SECTION Level Measurement 40 72 00 - 5 FTW23970 —Marina Drive 40 73 00 PRESSURE MEASUREMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a gauge pressure transmitter that contains an oil filled sensor system (isolating diaphragm, oil fill system, and sensor) and the sensor electronics. B. Furnish labor, materials, equipment, and incidentals necessary to install all equipment for complete instrumentation and controls. Contractor's work includes but is not limited to the following: 1. Installation of instrumentation equipment furnished under this contract. 2. Interconnections between equipment furnished under this contract. 3. Interconnection between equipment furnished under this contract and the existing instrumentation and control equipment or that furnished and installed under other contracts. 4. Coordination between suppliers' scope of work and the contract documents to provide all required startups, checkouts, installation, hardware, and certifications as indicated in the contract not provided by subs. C. CONTRACTOR must provide supervision, labor, tools, materials for installation of the instrumentation equipment, material furnished herein, and their interconnection. Installation work must conform to applicable city, state, and national building and electrical codes. D. Coordinate the work of the system manufacturer's service personnel during construction, testing, calibration, and acceptance of the instruments. E. Pressure measurement equipment removed from service is turned over to the OWNER. 1.02 QUALITY ASSURANCE A. General: Equipment is Manufacturer's latest and proven design. Specifications and drawings call attention to certain features, but do not purport to cover all details entering the design of the instrumentation system. The completed system must be compatible with the functions required and the equipment furnished by the CONTRACTOR. B. Power Supplies: The drawings and specifications indicate the energy sources that will be provided. Additional devices or power supplies necessary to obtain proper operation of the instrument system from these energy sources must be furnished with the instrumentation. C. Protection: 1. The instrumentation system supplier is responsible for input-output isolation of all incoming and outgoing signals. 2. The equipment must be supplied with the necessary fuses or switches required by the Instrumentation Manufacturer. The instruments requiring an internal power supply must have an internal on -off switch. Pressure Measurement 40 73 00 - 1 FTW23970 —Marina Drive D. Manufacturer's Representative for Startup and Testing of Sample Pumps: Furnish services of manufacturer's technical representative to inspect equipment installation, supervise initial start-up and operation of the equipment and provide OWNER instruction and follow up. 1.03 SUBMITTALS A. Submittals must be in accordance with Section 0133 00, "Submittals" and include: 1. Shop Drawings: Shop drawings must be submitted to the ENGINEER for approval before fabrication or shipment to the job. Equipment must not be fabricated or shipped to the job before receipt of approved shop drawings from the ENGINEER. Submittals for approval include: 1). Component manufacturing data sheet indicating pertinent data and identifying each component by item number and nomenclature. 2). Component drawing showing dimensions, mounting, and external connection details. 3). A system piping schematic and wiring schematic each on a single drawing with full description of operation. 4). Complete schematic diagram of each piece of electrical and electronic equipment including electrical valves and tolerances for each component. Component identification on the schematic must be as described above. Following approval, the PCSI is responsible for preparation of the required sets of these drawings for distribution as indicated in Division 00 and Division 01 specifications. c. Every shop drawing must be submitted at the same time in the same package for all equipment furnished under this Section of the specifications. Partial submittals are not permitted. 2. Sales bulletins and other general publications are not acceptable as submittals for approval. 3. Operation and Maintenance Manuals: Operating instructions must incorporate a functional description of the entire system including the system schematics which reflect "as -built" modifications. Wiring diagrams must be furnished as part of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they are in the instrumentation system. For the instrument panel wiring, it is required that each wire installed has its own number designation at each end and such that no number is repeated. Instrument panel wire tagging instructions must be followed as specified in Section 26 05 23, "Control -Voltage Electrical Power Cables". Establish clearly defined special maintenance requirements particular to the system along with special calibration and test procedures. 4. Field test Pressure Measurement 40 73 00 - 2 FTW23970 —Marina Drive a. A manufacturer -certified letter is required to confirm that each meter is operational and working in the field as intended. 5. Warranty a. The CONTRACTOR is responsible for warranting the equipment for defects in material and workmanship for a period of two years from the date of final acceptance of the project. Include a copy of his special equipment warranty with the shop drawings. The warranty specified by this specification is exclusive, and in lieu of all other warranties whether written, implied, orally presented, or statutory. 1.04 JOB CONDITIONS A. Spare Parts: Furnish all standard recommended spare parts as indicated in the Manufacturer's instruction manuals, for each component in the system. B. Special Tools: Furnish a kit which contains special size wrenches and other types of tools, not normally available, which are necessary for assembling, disassembling, aligning, and calibrating each piece of equipment. In addition, any piece of equipment (meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under this Section of the specification shall be furnished. 2.00 PRODUCTS 2.01 PRESSURE TRANSMITTER A. Manufacturer/Model. 1. Emerson Rosemount 30515 2. No others approved B. Type: Gage. C. Functional requirements. 1. Power supply: 10.5 to 35 VDC, 4 to 20 mA HART loop powered. 2. Pressure measuring range: -.97 bar to 137.89 bar. 3. Accuracy: +/- 0.04% 4. Span and zero are adjustable externally over the entire range. 5. Span and zero adjustments are capable of being disabled internally. 6. LCD display capable of showing process variables and their engineering units. 7. HART communications will be used. D. Environmental requirements: 1. Operating ambient temperature: -40 to 80 C. 2. Storage temperature: -40 to 80 C. E. Physical requirements. 1. Process -wetted parts: 316L, AlloyC. Pressure Measurement 40 73 00 - 3 FTW23970 —Marina Drive 2. Non -wetted parts: a. Housing: Nema 4X, weather and corrosion resistant. b. Fill fluid: Silicone oil. 3.00 EXECUTION 3.01 MOUNTING A. Do not clean or touch the membrane with hard and/or pointed objects. B. Do not remove the protection on the membrane until just before installation. C. Always firmly tighten the housing cover and the cable entries. 3.02 INSTALLATION A. PCSI will install the instrument in accordance with the manufacturer's instructions and recommendations. B. The manufacturer's representative will include a half -day of start-up service by a factory - trained technician, if requested. C. PSCI will schedule a date and time for start-up. D. PSCI will require the following people to be present during the start-up procedure. 1. CONTRACTOR. 2. Factory trained representative. 3. OWNER. 4. ENGINEER. 3.03 MANUFACTURER'S SERVICE AND START-UP A. PCSI will include the manufacturer's services to perform start-up on instrument to include basic operational training and certification of performance of the instrument. B. PCSI will include a manufacturer's Service Agreement that covers all the manufacturer's recommended preventative maintenance, regularly scheduled calibration and any necessary repairs beginning from the time of equipment startup through to end user acceptance / plant turnover and the first 12 months of end -user operation post turnover. C. Items A and B are to be performed by the manufacturer's factory -trained service personnel. Field service and factory repair by personnel not employed by the manufacturer is not allowed. D. Use of the manufacturer's service parts and reagents is required. Third -party parts and reagents are not approved for use. END OF SECTION Pressure Measurement 40 73 00 - 4 FTW23970 —Marina Drive 40 75 13 CHLORINE ANALYZER 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a chlorine analyzer for continuous measurement of total chlorine in aqueous solutions. B. Related Sections: 1. Section 40 60 13 — Process Control System General Provisions. 2. Section 40 70 00 — Instrumentation List. 3. Section 40 80 00 — Commissioning of Process Systems. 1.02 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to install all equipment for complete instrumentation and controls. Contractor's work includes but is not limited to the following: 1. Installation of instrumentation equipment furnished under this contract. 2. Interconnections between equipment furnished under this contract. 3. Interconnection between equipment furnished under this contract and the existing instrumentation and control equipment or that furnished and installed under other contracts. 4. Coordination between suppliers' scope of work and the contract documents to provide all required startups, checkouts, installation, hardware, and certifications as indicated in the contract not provided by subs. B. The contractor is responsible for providing supervision, labor, tools, and materials for installation of the instrumentation equipment, material furnished herein, and their interconnection. Installation work must conform to applicable city, state, and national building and electrical codes. C. Coordinate the work of the system manufacturer's service personnel during construction, testing, calibration, and acceptance of the instruments. 1.03 QUALITY ASSURANCE A. General: Equipment must be the Manufacturer's latest and proven design. Specifications and drawings call attention to certain features but do not purport to cover all details of the design of the instrumentation system. The completed system must be compatible with the functions required and the equipment furnished by the Contractor. B. Operating Voltage: Electrical components of the system operate on 24-V DC, except as otherwise noted in the specifications. C. Power Supplies: The drawings and specifications indicate the energy sources that will be provided. Additional devices or power supplies necessary to obtain proper operation of the instrument system from these energy sources must be furnished with the instrumentation. Chlorine Analyzer 40 75 13 - 1 FTW23970 —Marina Drive D. Protection: The instrumentation system supplier is responsible for input-output isolation of all incoming and outgoing signals. 2. Each 4-20 mA DC process measurement current loop installed on this contract, which extends outside the remote 1/0 cabinet, RTU cabinet, or PLC cabinet, requires to be protected by insertion of a 1/16-amp fuse, Buss Type MKB or analog signal surge suppressors. 3. The equipment must be supplied with the necessary fuses or switches required by the Instrumentation Manufacturer. The instruments requiring an internal power supply must be equipped with an internal on -off switch or disconnect. E. Input/Output: 1. In general, and unless specifically stated otherwise, inputs and outputs involving instrumentation systems shown are 4-20 mA DC process measurement signals. Current loop isolators, current repeaters, or other signal isolators must be furnished and installed as required to meet instrument specifications and to make the instrumentation system fully operational. 1.04 SUBMITTALS A. Submittals must be in accordance with Section 0133 00, "SUBMITTALS" and include: 1. Shop Drawings: Shop drawings must be submitted to the Engineer for approval before fabrication or shipment to the job. Equipment must not be fabricated or shipped to the job before receipt of approved shop drawings from the Engineer. Submittals for approval include: 1). The component manufacturing data sheet indicating the pertinent data and identifying each component by item number. 2). An organized submittal with a cover sheet listing each instrument being provided. Each instrument is listed with the associated tag name, model number, and specified options. 3). Submittal is separated by tabbed sections; each section includes the product cut sheets from the manufacturer. 4). Component drawing showing dimensions, mounting, and external connection details. 5). Full description of operation. 6). Complete schematic diagram. b. Following approval, the manufacturer is responsible for the preparation of the required sets of these drawings for distribution as indicated in Division 00 and Division 01 specifications. Chlorine Analyzer 40 75 13 - 2 FTW23970 —Marina Drive c. Every shop drawing must be submitted in the same package for all equipment furnished under this section of the specifications at the same time. Partial submittals are not permitted. Sales bulletins and other general publications are not acceptable as submittals for approval. 2. Equipment Installation Report: The Contractor must provide an Equipment Installation Report for each instrument to the Engineer for approval. The equipment installation report includes documentation stating that the instrument was installed and properly calibrated per the manufacturer's recommendations by an Authorized representative of the instrument manufacturer. All parameters required for programming the instrument must be provided in a hard copy format as part of the equipment installation report. Documentation stating that the person performing the calibration and start-up is an authorized representative must be provided as well. 3. Operation and Maintenance Manuals: a. Operating instructions must incorporate a functional description of the entire system, including the system schematics, which reflect "as -built" modifications. b. Wiring diagrams must be furnished as part of the Operation and Maintenance Manuals, which clearly show terminal numbers and wire numbers as they are in the instrumentation system. c. For the instrument panel wiring, each wire installed must have its own number designation at each end so that no number is repeated. d. Instrument panel wire tagging instructions must be followed as specified in Section 26 05 19, "Low -Voltage Electrical Power Conductors and Cables". e. Clearly defined special maintenance requirements particular to the system are established along with special calibration and test procedures. 4. Field test: A manufacturer -certified letter is required to confirm that each meter is operational and working in the field as intended. 5. Warranty: The Contractor is responsible for warranting the equipment for defects in material and workmanship for a period of two years from the date of final acceptance of the project. Include a copy of his special equipment warranty with the shop drawings. The warranty specified by this specification is exclusive and in lieu of all other warranties, whether written, implied, orally presented, or statutory. 1.05 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. Monitoring residual chlorine in drinking water (EPA Method 334.0). 1.06 JOB CONDITIONS Chlorine Analyzer 40 75 13 - 3 FTW23970 —Marina Drive A. Spare Parts: Furnish all standard recommended spare parts as indicated in the Manufacturer's instruction manuals, for each component in the system. B. Special Tools: Furnish a kit that contains special -size wrenches and other types of tools that are not normally available and necessary for assembling, disassembling, aligning, and calibrating each piece of equipment. In addition, any piece of equipment (meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under this Section of the specification must be furnished. 2.00 PRODUCTS 2.01 CHLORINE ANALYZER A. General: 1. The PCSI must furnish and install one chlorine analyzer in the designated area as specified in the drawings. The installation should be carried out in accordance with the manufacturer's guidelines and industry standards. 2. Inputs and outputs shall be provided as required by controls and sensors. 3. Each analyzer shall come complete with all accessories required for operation. 4. Chlorine residual analyzers shall be provided to measure and record chlorine. B. Manufacturer/Model: 1. ProMinent D1C Chlorine Residual Monitoring Package 2. Approved equal C. Functional Requirements: 1. Power Supply: 120-V AC, 50/60 Hz. 2. Measurement method: Amperometric. 3. Measurement range: 0.20 to 20.0 mg/l. 4. Resolution: 0.001 mg/L. 5. Cycle time: 60 seconds to 10 minutes. 6. Accuracy: a. For 0-6 mg/l: +/- 5% b. For 6-10 mg/l: +/- 10% 7. Analog outputs: 4-20 mA. 8. Communication port: Bi-directional RS-485 with Modbus or Modbus TCP. D. Physical Requirements: 1. Panel Dimensions: a. Height: 24 inches maximum. b. Width: 30 inches maximum. c. Depth: 8 inches maximum. Chlorine Analyzer 40 75 13 - 4 FTW23970 —Marina Drive 2. Mounting: Flat, vertical surface. E. Environmental Requirements: 1. Operating temperature: 0 to 40 C (32 to 104 F). 3.00 EXECUTION 3.01 PREPARATION A. Mounting. 1. The panel is mounted directly to a backplate, and it must be in vertical position only. 2. For ease of operation mount it so that the display is at eye level. 3.02 INSTALLATION A. PCSI will install the analyzer in strict accordance with the manufacturer's instructions and recommendations. B. The manufacturer's representative will include a half -day of start-up service by a factory - trained technician, if requested. C. PCSI will schedule a date and time for start-up. D. PCSI will require the following people to be present during the start-up procedure. 1. Contractor. 2. Manufacturer Trained Representative. 3. Owner. 4. Engineer. 3.03 MANUFACTURER'S SERVICE AND START-UP A. PCSI will include the manufacturer's services to perform start-up on instrument to include basic operational training and certification of performance of the instrument. B. PCSI will include a manufacturer's Service Agreement that covers all the manufacturer's recommended preventative maintenance, regularly scheduled calibration and any necessary repairs beginning from the time of equipment startup through to end user acceptance / plant turnover and the first 12 months of end -user operation post turnover. C. Items A and B are to be performed by the manufacturer's factory -trained service personnel. Field service and factory repair by personnel not employed by the manufacturer is not allowed. D. Use of the manufacturer's service parts and reagents is required. Third -party parts and reagents are not approved for use. END OF SECTION Chlorine Analyzer 40 75 13 - 5 FTW23970 —Marina Drive 40 77 26 POSITION AND INSTRUISION SWITCH 1.00 GENERAL 1.01 SUMMARY A. Section includes a limit switch with a rotary head that allows for clockwise and counterclockwise operation that actuates after a rotation of only 10 degrees for up to a total of 90 degrees. B. Section includes a magnetic reed switch with aluminum housing and encapsulated polyurethane potting compound. C. Related Sections: 1. Section 40 60 13 — Process Control System General Provisions. 2. Section 40 70 00 — Instrumentation List. 3. Section 40 80 00 — Commissioning of Process Systems. 1.02 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to install all equipment for complete instrumentation and controls. Contractor's work includes but is not limited to the following: 1. Installation of instrumentation equipment furnished under this contract. 2. Interconnections between equipment furnished under this contract. 3. Interconnection between equipment furnished under this contract and the existing instrumentation and control equipment or that furnished and installed under other contracts. 4. Coordination between suppliers' scope of work and the contract documents to provide all required startups, checkouts, installation, hardware, and certifications as indicated in the contract not provided by subs. B. The contractor is responsible for providing supervision, labor, tools, and materials for installation of the instrumentation equipment, material furnished herein, and their interconnection. Installation work must conform to applicable city, state, and national building and electrical codes. C. Coordinate the work of the system manufacturer's service personnel during construction, testing, calibration, and acceptance of the instruments. 1.03 QUALITY ASSURANCE A. General: Equipment must be the Manufacturer's latest and proven design. Specifications and drawings call attention to certain features but do not purport to cover all details of the design of the instrumentation system. The completed system must be compatible with the functions required and the equipment furnished by the Contractor. B. Operating Voltage: Electrical components of the system operate on 120-volt, 1-phase, 60- Hertz, except as otherwise noted in the specifications. Position and Intrusion Switch 40 77 26 - 1 FTW23970 —Marina Drive C. Power Supplies: The drawings and specifications indicate the energy sources that will be provided. Additional devices or power supplies necessary to obtain proper operation of the instrument system from these energy sources must be furnished with the instrumentation. D. Protection: The instrumentation system supplier is responsible for input-output isolation of all incoming and outgoing signals. 2. Each 4-20 mA DC process measurement current loop installed on this contract, which extends outside the remote 1/0 cabinet, RTU cabinet, or PLC cabinet, requires to be protected by insertion of a 1/16-amp fuse, Buss Type MKB or analog signal surge suppressors. 3. The equipment must be supplied with the necessary fuses or switches required by the Instrumentation Manufacturer. The instruments requiring an internal power supply must be equipped with an internal on -off switch or disconnect. E. Input/Output: In general, and unless specifically stated otherwise, inputs and outputs involving instrumentation systems shown are 4-20 mA DC process measurement signals. Current loop isolators, current repeaters, or other signal isolators must be furnished and installed as required to meet instrument specifications and to make the instrumentation system fully operational. 1.04 SUBMITTALS A. Submittals must be in accordance with Section 0133 00, SUBMITTAL PROCEDURES and include: 1. Shop Drawings: Shop drawings must be submitted to the Engineer for approval before fabrication or shipment to the job. Equipment must not be fabricated or shipped to the job before receipt of approved shop drawings from the Engineer. Submittals for approval include: 1). The component manufacturing data sheet indicating the pertinent data and identifying each component by item number. 2). An organized submittal with a cover sheet listing each instrument being provided. Each instrument is listed with the associated tag name, model number, and specified options. 3). Submittal is separated by tabbed sections; each section includes the product cut sheets from the manufacturer. 4). Component drawing showing dimensions, mounting, and external connection details. 5). Full description of operation. 6). Complete schematic diagram. Position and Intrusion Switch 40 77 26 - 2 FTW23970 —Marina Drive b. Following approval, the manufacturer is responsible for the preparation of the required sets of these drawings for distribution as indicated in Division 00 and Division 01 specifications. c. Every shop drawing must be submitted in the same package for all equipment furnished under this section of the specifications at the same time. Partial submittals are not permitted. Sales bulletins and other general publications are not acceptable as submittals for approval. 2. Equipment Installation Report: The Contractor must provide an Equipment Installation Report for each instrument to the Engineer for approval. The equipment installation report includes documentation stating that the instrument was installed and properly calibrated per the manufacturer's recommendations by an Authorized representative of the instrument manufacturer. All parameters required for programming the instrument must be provided in a hard copy format as part of the equipment installation report. Documentation stating that the person performing the calibration and start-up is an authorized representative must be provided as well. 3. Operation and Maintenance Manuals: a. Operating instructions must incorporate a functional description of the entire system, including the system schematics, which reflect "as -built" modifications. b. Wiring diagrams must be furnished as part of the Operation and Maintenance Manuals, which clearly show terminal numbers and wire numbers as they are in the instrumentation system. c. For the instrument panel wiring, each wire installed must have its own number designation at each end so that no number is repeated. d. Instrument panel wire tagging instructions must be followed as specified in Section 26 05 19, "Low -Voltage Electrical Power Conductors and Cables". e. Clearly defined special maintenance requirements particular to the system are established along with special calibration and test procedures. 4. Field test: A manufacturer -certified letter is required to confirm that each meter is operational and working in the field as intended. 5. Warranty: a. The Contractor is responsible for warranting the equipment for defects in material and workmanship for a period of two years from the date of final acceptance of the project. Include a copy of his special equipment warranty with the shop drawings. The warranty specified by this specification is exclusive and in lieu of all other warranties, whether written, implied, orally presented, or statutory. 1.05 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: Position and Intrusion Switch 40 77 26 - 3 FTW23970 —Marina Drive 1. ANSI/NSF 61 Standard (Cold water, US). 2. WRAS (WRc, BS6920 cold water, GB). 3. ACS. 4. DVGW W270. 5. Belgaqua (NBR). 6. FM Class 1, Div 2. 7. CSA Class 1, Div 2. 1.06 JOB CONDITIONS A. Spare Parts: Furnish all standard recommended spare parts as indicated in the Manufacturer's instruction manuals, for each component in the system. B. Special Tools: Furnish a kit that contains special -size wrenches and other types of tools that are not normally available and necessary for assembling, disassembling, aligning, and calibrating each piece of equipment. In addition, any piece of equipment (meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under this Section of the specification must be furnished. 1.07 MEASUREMENT PROCEDURE A. The method for measuring flow is based on Faraday's law of electromagnetic induction: 1. The coil current module generates a pulsating magnetizing current that drives the coils in the sensor. The current is permanently monitored and corrected. 2. The input circuit amplifies the flow -proportional induced voltage signal from the electrodes. The input impedance is extremely high which allows flow measurements on fluids with conductivities. 3. The digital signal processor converts the analog flow signal to a digital signal and suppresses electrode noise through a digital filter. 1.08 MAINTENANCE SERVICE A. The device is maintenance -free. However, a periodic inspection according to pertinent directives and regulations must be carried out. An inspection can include check of: 1. Ambient conditions. 2. Seal integrity of the process connections, cable entries, and cover screws. 3. Reliability of power supply, lightning protection, and grounds. 2.00 PRODUCTS 2.01 LIMIT SWITCH A. Manufacturer: 1. Shneider Electric. Position and Intrusion Switch 40 77 26 - 4 FTW23970 —Marina Drive B. Model: 1. 9007C54132 Limit Switch, Type: C, Heavy Duty. 2. Or approved equal. C. Functional requirements: 1. Power: 600V maximum voltage rating, 10A. 2. Operating torque: 4 inch -pounds. 3. Actuator: Level arm. 4. Actuation: Clockwise and counterclockwise. 5. Travel: 4 degrees differential, 90 degrees total. D. Physical requirements: 1. Materials: a. Body: Zinc alloy. b. Contact: Silver alloy. 2. Enclosure rating: NEMA 1/2/4/6/6P/12/13. 3. Contact rating: NEMA A600/Q600. E. Environmental Requirements: 1. Operating temperature: -20 to 185 F. 2. Humidity requirements: 0 to 95% relative humidity, non -condensing. 2.02 LIMIT SWITCH LEVER ARM A. Manufacturer: 1. Shneider Electric. B. Model: 1. 9007EA1 Limit Switch Lever Arm. 2. Or approved equal. C. Physical requirements: 1. Lever arm material: Cast zinc. 2. Lever arm length: 3 in. 3. Roller material: Sintered Iron (Oil -Impregnated). 4. Roller dimensions: 0.630.25 in. 2.03 REED SWITCH A. Manufacturer: 1. General Electric. Position and Intrusion Switch 40 77 26 - 5 FTW23970 —Marina Drive B. Model: 1. 2500 Series Industrial Wide Gap Surface Mount Magnetic Contacts. 2. Or approved equal. C. Functional requirements: 1. Power: 100V AC/DC max, 0.5A, 7.5 W. 2. Gap distance: Up to 3 inches. 3. Lead type. D. Physical requirements: 1. Dimensions: 3" L x 1" H x 0.50" D 2. Weight: 380 g. 3. Contact and magnets materials: a. Brushed anodized aluminum tube housing. b. Contacts are sealed in polyurethane potting compound. 3.00 EXECUTION 3.01 INSTALLATION A. Wire each device requiring power so that when wires are removed from anyone device, power is not disrupted to any other device. Ground the case of each device either by mounting directly on a steel frame or by a third wire. 3.02 FIELD QUALITY CONTROL A. The supervisory service of a factory -trained Engineer who is specifically trained on the type of equipment herein specified is required during construction to assist the Contractor in the location of sleeves; methods of installing conduit and special cable; mounting, piping, and wiring one of each type of device, and the methods of protecting all the equipment prior to placing it into service. Upon completion of the installation, the Engineer provides their services to calibrate and startup the equipment and for instructing the operating personnel. The Manufacturer is responsible for providing sufficient service to place the system in satisfactory operation. B. Upon completion of installation of sample pumps, an acceptance test must be conducted to verify the satisfactory operation of each unit. The test is required to be conducted in a manner approved by and in the presence of the Engineer. The unit must be checked for excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Engineer before Owner's final acceptance. C. Check out and calibrate the system upon completion of the installation. D. Prior to the Owner turning on any form of energy to the system, the Contractor must provide the Engineer with a certified statement of approval of the installation including his supplier's authorization for turning on energy to the system. Position and Intrusion Switch 40 77 26 - 6 FTW23970 —Marina Drive END OF SECTION Position and Intrusion Switch 40 77 26 - 7 FTW23970 —Marina Drive SECTION 40 80 00 COMMISSIONING OF PROCESS SYSTEMS PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. General requirements for commissioning a complete instrumentation system for process control. B. Related Sections 1. Section 0133 04 — Operation and Maintenance Data. 2. Section 0179 00—Training of Operation and Maintenance Personnel. 3. Section 40 6113 — Process Control System General Provisions. 4. Section 40 6196 — Process Control Descriptions. 5. Section 40 63 43 — Programmable Logic Controllers. 6. Section 40 66 00 — Network and Communications Equipment. 7. Section 40 67 00 — Control Panels and Hardware. 8. Section 40 7100 — Flow Measurement. 9. Section 40 72 00 — Level Measurement. 10. Section 40 73 00 — Pressure Measurement. 11. Section 40 75 13 — Chlorine Analyzer. 12. Section 40 77 26 — Position and Intrusion Switch. 1.02 SCOPE A. Inspection, operational testing, adjustment, and calibration of each device, subsystem, and system, and placement of each device and system into service. The system supplier shall submit certified calibration reports for all instruments and loops for this project. The calibration shall comply with the manufacturer's and ISA recommended practices. All calibrations shall be performed in the presence of OWNERS authorized representative. Calibrations of all instruments shall be performed by the instrument manufacturer's factory technicians only. 1.03 REFERENCES A. References: 1. Applicable Documents and Electrical Testing Requirements of: a. America National Standards Institute (ANSI), as applicable, including: 1) ANSI C2, National Electrical Safety Code. 2) ANSI Z244.1, Lockout, Tagout and Alternative Methods. b. National Electrical Manufacturer's Association (NEMA), as applicable, including: 1) NEMA ICS 2.3 - Instructions for the Handling, Installation, Operation and Maintenance of Motor Control Centers. 2) NEMA ICS 7.1 - Safety Standards for Construction and Guide for selection, Installation, and Operation of Adjustable Speed Drive Systems. 3) NEMA PB 1.1 - General Instructions for Proper Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. Commissioning of Process Systems 40 80 00 - 1 FTW23970 —Marina Drive 4) NEMA PB 2.1 - Proper Handling, Installation, Operation and Maintenance of Deadfront Switchboards Rated 600 Volts or Less. c. American Society for Testing and Materials (ASTM), as applicable. d. Institute of Electrical and Electronics Engineers (IEEE), as applicable, including: 1) IEEE C.57.13, IEEE Standard Requirements for Instrument Transformers. 2) IEEE 81, Section 9.03; Guide for Measuring Earth Resistivity, Ground Impedance and Earth Surface Potentials of a Grounding System e. National Fire Protection Association (NFPA), as applicable, including: 1) NFPA 70 - National Electrical Code (NEC). 2) NFPA 70E - Electrical Safety Requirements for Employee Workplaces. 3) NFPA 72 - National Fire Alarm Code (NFAC). f. International Electrical Testing Association (ZETA) as applicable, including: 1) NETA ATS Acceptance Testing Specifications for Electric Power Distribution Equipment and Systems. g. Insulated Cable Engineer's Association (ICEA), as applicable. h. Local Utility Codes and Ordinances. i. Occupational Safety and Health Administration (OSHA), as applicable, including: 1) Title 29-2022, Parts 1910 and 1936. j. National Electrical Testing Association: 1) ATS-2021 Acceptance Testing. 1.04 SUBMITTALS A. Test Plan: 1. At least 21 days before Factory Acceptance Testing (FAT) of control panels, submit a description of the tests to be conducted. 2. At least 60 days before commissioning starts, submit a description of the tests to be conducted. The test procedures shall be detailed step-by-step on a loop -by -loop basis. 3. Include a list of test equipment, test procedures, checklists, and test report formats. 4. At the completion of each commissioning phase, deliver all test reports for the phase to Engineer with a statement that phase test requirements have been satisfied. 5. Shop drawings. 6. All other applicable requirements of Division 01 - General Provisions. B. Test Reports: 1. The Contractor shall be required to develop, maintain, and update Test Reports of all test results and conditions that were recorded during the course of the testing. The test results shall include: a. Identification of the test being conducted. b. Date and time of test. c. Prerequisite tests and demonstrations. d. Brief statement of test objective(s) and scope. e. Brief test description. f. List of calibration (within the past calendar year) test and monitoring equipment required to perform test (as applicable). g. Test results. h. List of test deficiencies and their resolutions. i. Retesting requirements (if required). Commissioning of Process Systems 40 80 00 - 2 FTW23970 —Marina Drive j. Failure events. k. CONTRACTORs certification (as applicable). C. Responsibility: Review for acceptance by the Owner representative of any plan, report, or other commissioning activity will not relieve the Contractor of his responsibility to meet the Contract requirements. PART 2 PRODUCTS 2.01 MATERIALS A. Devices and systems are specified in other sections of this Specification. Reference to "devices" means all devices included in the Contract. B. Any device that fails to meet contract requirements or published performance specifications of the manufacturer must be repaired or replaced as directed by the Owner at no cost to the Owner. C. Demonstrate that test equipment is fully operational and properly calibrated. D. The Owner reserves the right to disapprove test equipment that is improper or functioning improperly. PART 3 EXECUTION 3.01 OBSERVATION A. The Owner and/or Engineer reserves the right to witness any test, inspection, calibration, or start-up activity. B. Notify the Engineer in writing at least two working days in advance of any test. All tests executed without notifying the Engineer are invalid and must be repeated. C. Perform commissioning of each device, subsystem and system under direct supervision of the individual manufacturer's factory -trained representative. 3.02 TEST PLANS A. Testing requirements shall be part of every installation. The INTEGRATOR shall demonstrate the system was fully tested during development and installation. The control system must be demonstrated to be a functioning, integrated, and reliable control system before final payments are released. The basic testing requirements shall require a comprehensive series of INTEGRATOR conducted tests, which will be witnessed by Engineer and Owner. B. Test all software and all equipment related to the PCS. If specific tests were not defined in the Contract for a piece of equipment or software, the INTEGRATOR will develop the testing procedures. Commissioning of Process Systems 40 80 00 - 3 FTW23970 —Marina Drive C. The INTEGRATOR will prepare and submit the following to the Engineer for approval. Any test performed before Engineer approval are invalid. 1. Factory Acceptance Test (FAT) plan and procedures. 2. Operational Readiness Test (ORT) plan and procedures. 3. Functional Demonstration Test (FDT) plans and procedures. 4. Site Acceptance Test (SAT) plan and procedures. 3.03 FACTORY ACCEPTANCE TEST (FAT) A. Scope: Applies to all control panels. B. Perform the FAT and verify all deliverable equipment and programs prior to shipping. The purpose of the test is to verify the equipment is manufactured and assembled correctly, operates as intended, and is in compliance with the Contract. The test verifies the hardware and software meet the functional requirements of the Contract. Perform the FAT at the panel manufacturing facility. The Engineer and Owner may or may not attend the testing. C. At a minimum, the FAT includes the following: 1. Visual Inspection: Inspect the termination of wires, wire stripping, labeling, wire installation, equipment mounting, paint, finish, and cable routing. 2. Control cabinet hardware and wiring verification: Test all 10 from the field terminals to the PLC. 3. Functional Test: a. Fully energize the panel for 48 hours prior to conducting the functional tests. b. Test all PLC 10 from the field terminal blocks to the PLC input. c. Verify functionality, performance, and stability of hardware and software. Correct and retest deficiencies identified during the test. d. Test for the correct sequence of operations while testing 10. e. Validate analog input and output accuracy. f. Perform power fail tests for all AC and DC voltage supplies. Validate failover where applicable. Ensure the PLC only indicates a power fail alarm and loss of permissives during a power fail. g. Test all communication ports. h. Test all indicators, hand switches, and interlocks. i. Validate the correct mechanical operation of all mechanical components including doors and breakers. D. Documentation: 1. Fully document all tests performed and the results. 2. Contractor manufacturing supervisor must sign off on the tests. 3. If Owner or Engineer is present, they must sign off on the tests. E. Location 1. Conduct the FAT within 100 miles of the project location. 3.04 INSTALLATION A. Install panels in non -hazardous areas as depicted in the Contract drawings. Commissioning of Process Systems 40 80 00 - 4 FTW23970 —Marina Drive Install free standing panels on a 4-inch tall concrete housekeeping pad. C. Follow manufacturers guidelines for installation. D. Install conduits according to design documents and obtain Engineer approval to deviate from the design. 3.05 OPERATIONAL READINESS TEST (ORT) A. Perform the ORT after installation and prior to the SAT. The purpose of the ORT is to verify that all equipment and cables are properly installed, re- test the functionality of the hardware and software, and perform tests with other hardware and software that were not feasible during the FAT. The ORT allows for defect detection and corrections prior to SAT. C. Perform tests using field instruments. If it is not feasible to use the field instrument, simulate the signal at the field terminals. A. Sequencing: 1. Perform all commissioning in accordance with the instructions on the Contract Drawings, these Specifications, manufacturer's instruction manuals, and the direction of the Owner's representative. 2. Commission field devices after installation of field instruments and prior to commissioning the instrument or the control panel. 3. After installation of the instrument or control panel, and prior to loop commissioning, commission panel -mounted devices and systems. 4. After commissioning field devices and panel -mounted devices, commission loops. D. Transmitters and Receivers: 1. Remove shipping stops before starting with these procedures. 2. Have manufacturer's instruction manuals available. 3. Install miscellaneous components such as charts, illumination, etc., which have been supplied separately but are integral parts of equipment. 4. Test and exercise each instrument to demonstrate correct operation, first individually, then collectively, as a functional network. 5. Check calibration of and recalibrate, where necessary, instruments at a minimum of three points over full operational range and prove instruments to be within specified accuracy. 6. Calibrate instruments individually and, where applicable, as loop (i.e., transmitter, controller, and valve). 7. Specified accuracy for loop is defined as root -mean -square summation (RMS) of individual device -specified accuracies. 8. Individual device -specified accuracy requirements shall be as specified by contract requirements or by published manufacturer accuracy specifications whenever contract accuracy requirements are not specified. 9. Test each loop by applying simulated analog and/or discrete inputs to the first elements of the loop (i.e., applying simulated analog and/or discrete sensor signals) and Commissioning of Process Systems 40 80 00 - 5 FTW23970 —Marina Drive measuring outputs from final elements of the loop (i.e., controllers, alarms, indicators, etc.). 10. Apply continuously variable analog inputs to verify proper operation and setting of discrete devices (i.e., alarms, etc.). 11. Make provisional settings on controllers, alarms, etc., during loop installation tests. 12. Prepare calibration report on each instrument and loop. Loop Tests: The intent of loop testing is to verify panel and field wiring is correct. Verify field wiring continuity from Field device to PLC Panel termination. Check each loop from the end element to the respective control display. Include instruments, field wiring, control devices, panels, termination cabinets, input/output cards and other devices in the loop to ensure proper operation and linkage to control station displays. Test 1/0 for field devices in the following manner. a. 1/0 Testing: 1) At the respective external terminal block, verify each controller analog input with the use of an analog signal generator. Make sure the proper setting is selected for the respective input type (2-wire current, 4-wire current, RTD, T/C). Using the specific programming software tools, verify that the proper value is read by the PLC. At a minimum, check proper value for 0 percent, 50 percent, and 100 percent of input range. Using the control panel wiring diagrams as a checklist, mark each analog input as it is checked. 2) At the respective external terminal block, verify each PLC analog output with the use of an ammeter or other current measuring device. Using the PLC programming software tools, force the respective analog output at 0 percent, 50 percent and 100 percent of the output range and verify that the proper value is read by the ammeter. Using the control panel wiring diagrams as a checklist, mark each analog output as it is checked. 3) At the respective external terminal block, verify each PLC digital input utilizing a copper jumper wire or test switch. Using the PLC programming software tools, verify that the selected input either is turned on or off by the PLC in response to the jumper or test switch position. Using the control panel wiring diagrams as a checklist, mark each digital input as it is checked. 4) At the respective external terminal block, verify each PLC digital output with the use of an ohmmeter (for isolated outputs) or voltmeter (for non -isolated outputs). Using the PLC programming software tools, force the respective digital outputs on or off and verify that the ohmmeter/voltmeter indicates the proper output state. Using the control panel wiring diagrams as a checklist, mark each digital output as it is checked. 5) If any 1/0 point does not function as expected, examine the wiring and hardware, and correct the wiring or hardware, and retest the I/O point. Test operation of the final control element through panels and through control stations. If a final control element is out of service or not released by the Owner for testing, simulate operation at the final control element location. a. Hardwired Circuits Test 1) Functionally test all hardwired control circuits as shown on the approved control panel drawings. Verify that all devices (i.e., selector switches, push buttons, pilot lights, relays, etc.) are wired and function correctly. Commissioning of Process Systems 40 80 00 - 6 FTW23970 —Marina Drive 2) Functionally test all discrete analog devices and circuits as shown on the approved control panel drawings. Verify that all devices (i.e., signal isolators, process indictors, single loop controllers, direct current alarms, etc.) are wired, calibrated and function correctly. 4. For loops found to contain defective or inoperable equipment perform the following: a. Correct and recheck these loops when equipment is operable. b. The Engineer will assist in coordinating the correction of defective work by others. C. Do not perform additional checkout work unless directed by the Engineer. F. Loop Tuning: 1. Complete loop checkout and problem correction prior to loop testing. 2. Tune regulatory control loops to produce stable control. Use a loop -tuning software program to document loop performance. 3. For conventional control loops for PI and PID control, use minimum ITAE (Integral of Time and Absolute Error) criteria with overshoot constrained to 10 % unless otherwise directed by the Engineer. 4. Utilize averaging control for liquid level and gas pressure in storage vessels unless otherwise directed by the Engineer. 5. Provide reduced gains or filtering to minimize unnecessary output activity to electric actuators as directed by the Engineer. 6. Adjust input scan time or time intervals between controller calculations as necessary to produce stable control. 7. Tune cascaded controllers like the above with the inner loop tuned first while the outer loop is off or inactive. 8. Derive initial tuning parameters from open loop tests. Make final tuning parameter adjustments based on closed loop tests. 9. Operate tuned loops for a minimum of 24 hours prior to control strategy testing. G. Process Control Testing: 1. The purpose of the process control test is to ensure the process performs in accordance with the Process Control Narrative (PCN). 2. Fully test control strategies to verify specified operations. Include the following: a. Sequences. b. Alternate control modes. C. Dynamic gain adjustments. d. Contingency responses to device failures, where possible. e. Display and keyboard interaction. f. Messages. 3. Prior to use on the process equipment, compare strategies with approved submittals to verify that as -built linkages and logic agree with the documentation. Note and correct discrepancies. 4. Test as much of the logic as possible for process equipment. It may not be possible to test all logic due to operational constraints. 5. Annotate changes made during testing on the documentation to reflect final as -built conditions. H. Documentation: 1. Fully document all tests performed and the results. Commissioning of Process Systems 40 80 00 - 7 FTW23970 —Marina Drive Contractor manufacturing supervisor must sign off on the tests. If Owner or Engineer is present, they must sign off on the tests. 3.06 FUNCTIONAL DEMONSTRATION TESTING (FDT) A. The purpose of the FDT is to certify that the entire PCS is ready for operation by demonstrating each specified function on a paragraph -by -paragraph, loop -by -loop, and site - by -site basis. FDT is to be witnessed by the Engineer and/or Owner. FDT shall be performed after successful completion of the ORT and individual process startup, and prior startup and the SAT. The FDT shall be completed in a single testing period. The testing period may span over several days. C. Failure of five (5) percent of 1/0 tested or more than one (1) hour of troubleshooting during the FDT will deem test as unsuccessful and the FDT shall be rescheduled once the system is ready for retesting. D. All tests shall be the same as specified under ORT, except that the entire installed system shall be tested and all functions demonstrated using live field -based data to the greatest extent possible. Required Documents for Test: Set of panel drawings and wiring diagrams from WFAT and ORT with corrections noted. A set of Contract drawings and specification including addenda and change orders. Signed -off master copy of the INTEGRATOR developed field testing signoff forms. 4. Testing procedures. 5. Copy of completed calibration forms. 6. One copy of all O&M Manuals for INTEGRATOR supplied equipment. Daily schedule during FDT shall be as follows: 1. Morning meeting to review the day's test schedule. 2. Scheduled tests and signoffs. 3. End of day meeting to review day's test results and to review or revise next day's test schedule. 4. Unstructured testing period by Engineer and/or Owner. G. The system shall operate for 96 continuous hours without failure before this test shall be considered successful. The start of the continuous hours will commence after all testing has been completed. H. Punch list items and resolutions noted during the test shall be documented on the Punch list/Resolution form. In the event of rejection of any part or function test procedure, the INTEGRATOR shall perform repairs, replacement, and/or retest within 10 days. Upon successful completion of the FDT, INTEGRATOR shall submit a record copy of test results to the Engineer and/or Owner as specified and request the scheduling of the SAT. Commissioning of Process Systems 40 80 00 - 8 FTW23970 —Marina Drive 3.07 SITE ACCEPTANCE TESTING (SAT) A. The purpose of the SAT is to test the system as a complete system. A successful SAT is required before Substantial Completion is granted. B. Perform the following test from the ORT using field instruments. If a test cannot be performed with a field instrument, electronically or manually simulate the signal as close to the field device as possible. For example, test a float signal at a junction box nearest the float. 1. 10. 2. Loop. 3. Loop tuning. 4. Process control. C. Function Tests: 1. Test functions of subsystems to verify that the subsystem has been installed and is operational. Test functions that apply to the subsystem being tested. 2. Fully test operator station functions. Include the following: a. Process control displays and linkages. b. User entry functions. c. Alarm and event handling. d. Other specified functions for the stations. 3. Fully Test Operator Interface Terminal (OIT) functions: a. Confirm proper input voltage is available at the OIT. b. Turn on the OIT and verify that the monitor illuminates. c. Verify communications between the PLC and the OIT through a ping test. d. Test data handling and access functions. Use live data and include the following: e. Plant -wide database. f. Historical data storage, retrieval and correction at both the operator workstations and the historical server. g. Report generation and printing. h. Other specified data handling functions. 4. Demonstrate the following support and maintenance functions: a. System status displays and use. b. Diagnostics. C. Power fail/restart. d. Other specified functions. 5. Include the following in Data acquisition tests: a. Data acquisition through the in -plant control system network. b. Polling of remotes through provided hardware and software. C. Alarm/event handling. d. Flow calculations. e. Runtime calculations. D. SCADA System Function Tests: 1. Test the SCADA system as follows (if applicable): a. Verify hardware and manuals against inventory lists. b. Run hardware diagnostics. Commissioning of Process Systems 40 80 00 - 9 FTW23970 —Marina Drive C. Perform system backup, reload, and restart. d. Verify failure operations, specify redundancy, and backup systems operate properly without loss of data. e. Verify operation of peripherals. f. Verify input/output point generation and processing. Demonstrate a change of state for a discrete input from the field 1/0 connection point to a display over each communication type utilized. Test alarm functions for analog and digital points. g. Review historical data and report functions. Define and print a simple daily report and a simple monthly report. h. Build and modify a minimum of two different displays. i. Configure and load a control strategy in a controller and link parameters to the displays. j. Define and test calculations. k. Operation of support software. I. Show communication functionality for all local networked equipment and 1/0. m. Show communication functionality and polling of remote units and receipt of updates. E. Integrated Systems Test: 1. The integrated system tests may only begin after all other testing specified in this section has been completed and test results submitted. 2. Perform integrated system testing to verify the operation and performance of the complete, integrated control system. a. Begin integrated system testing after all other field tests have been completed. b. Conduct the test for two calendar weeks, 24 hours per day. c. Provide full-time, onsite assistance during business days and within four hours after call -in for the test duration. d. The Engineer will monitor and participate in the test. 3. Include the following: a. Data communication, both normal and failure modes. b. Fully loaded system response times. C. Other system operations the Engineer may elect to perform. 4. Correct deficiencies within 24 hours of notice. If deficiencies remain uncorrected at the end of the test period, the test period will be extended on a day-to-day basis until the specified operation is demonstrated. 5. Demonstrate system response times for operator displays and data updates to or from remote sites. F. Close out: 1. The system must operate for 30 days without defects. 2. Provide As -Built documentation and drawings. 3. Provide electronic backups of all configured devices in their native format. 4. Resolve all outstanding deficiencies. 5. Provide O&M Manuals. END OF SECTION Commissioning of Process Systems 40 80 00 - 10 FTW23970 —Marina Drive DIVISION 99 ADDITIONAL ITEMS 99 99 00 ADDITIONAL SPECIFICATIONS Page 1 of 6 SECTION 99 99 00 ADDITIONAL SPECIFICATIONS 9999.0001 1" Pressure Reducing Valve 1. Summary The work covered by this item shall be located as directed on the plans and installed as directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. 2. Measurement and Payment a. Measurement for this Item shall be per each pressure reducing valve installed. b. Payment for 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 pressure reducing valve. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, testing, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0002 Thermal Expansion Tank 1. Summary The work covered by this item shall be located as directed on the plans and installed as directed by the City. Prior to installation, Contractor shall meet with the property owner to coordinate the proper location for installation. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. 2. Measurement and Payment a. Measurement for this Item shall be per each thermal expansion tank installed. b. Payment for 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 thermal expansion tank. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, testing, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0003 (D-DW) SZ 1 (WFLX) SRF (BI) Flexible Delineator Summary The work covered by this item shall be located as directed on the plans. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. 2. Measurement and Payment a. Measurement for this Item shall be per each flexible delineator installed. b. Payment for 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 flexible delineator. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related CITY OF FORT WORTH Marina Drive City Project Number: 104881 99 99 00 ADDITIONAL SPECIFICATIONS Page 2 of 6 costs to accomplish the work item's objective. 9999.0005 Pre -Construction Video Summary The work covered by this item shall be full above -ground video coverage prior to beginning construction. 2. Measurement and Payment a. Measurement for this Item shall be made on a lump sum basis. b. Payment for 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 lump sum bid. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0005 Transfer Valve Vault 1. Summary The work covered by this item shall be located as directed on the plans. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. 2. Measurement and Payment a. Measurement for this Item shall be made on a lump sum basis. b. Payment for the work performed and materials furnished in accordance with this Item will be made per lump sum complete in place and shall be full compensation for supplying all labor, equipment, and materials for construction of the valve vault. Payment shall include the concrete vault, hatches, ladder, interior gate valves and butterfly valve, pressure sustaining valve, flow meter, drain pipes, sump and sump pump, 2" sewer discharge and connection to the proposed sewer line, vent piping, pipe supports, and all other appurtenances for a fully functioning transfer valve vault. Payment for all necessary materials, foundations, shop drawings, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective shall be included in this bid item. 9999.0006 Transfer Valve Vault Electrical and Instrumentation Summary The work covered by this item shall be located as directed on the plans. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. 2. Measurement and Payment a. Measurement for this Item shall be made on a lump sum basis. b. Payment for the work performed and materials furnished in accordance with this Item will be made per lump sum complete in place and shall be full compensation for supplying all labor, equipment, and materials for construction of the electrical and instrumentation of the valve vault. Payment shall include conduit, wiring, grounding, equipment racks and canopies, electric meters, disconnect switches and panelboards, instrumentation and controls, radio towers, electrical racks, and all miscellaneous electrical items for a complete and operational system. CITY OF FORT WORTH Marina Drive City Project Number: 104881 99 99 00 ADDITIONAL SPECIFICATIONS Page 3 of 6 9999.0007 2" Water Service, Point Repair 1. Summary The work covered by this item shall be located as directed by the City and covers necessary repairs to the 2" water service along Marina Drive, if damaged during construction. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth and City of Lake Worth current requirements, specifications and construction details. Measurement and Payment a. Measurement for this Item shall be by the linear foot of 2" Water Service installed. b. Payment for 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 2" Water Service installed. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, pipe, fittings, excavation, embedment, backfill, trench safety, necessary testing, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0008 Box Tunnel and Steel Casing Field Inspection 1. Summary The work covered by this item shall be located as directed on the plans and performed as coordinated and directed by the City. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements and specifications. Contractor shall inspect the existing box tunnel and steel casing prior to the installation of the new carrier pipe. Contractor shall provide findings to Engineer and the City for approval prior to installation. 2. Measurement and Payment a. Measurement for this Item shall be made on a lump sum basis. b. Payment for 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 lump sum bid. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.009 Care of Water Summary The work covered by this item shall include management of groundwater including preparation of a dewatering plan, permits, wells, well points, pumps, piping, maintenance, and disposal. All materials, procedures, and workmanship shall be in accordance with City of Fort Worth current requirements, specifications, and construction details whether included in the plans or not. 2. Measurement and Payment a. Measurement for this Item shall be made on a lump sum basis. b. Payment for 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 lump sum bid. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. 9999.0010 Water Construction Allowance Summary CITY OF FORT WORTH Marina Drive City Project Number: 104881 99 99 00 ADDITIONAL SPECIFICATIONS Page 4 of 6 Water Construction Allowances shall be available to the City to direct the Contractor to perform additional work items relevant to the successful completion of the project, but which are not identified on the plans or covered in the specifications due to unforeseen circumstances. Arbitrary allowance amounts have been placed in the Proposal. This item will not be paid to the Contractor unless a field order is issued. Unanticipated project changes are not limited to the value of this item. Contract changes above the amount described by this allowance may be processed through a change order. 2. Measurement and Payment a. Measurement for additional work covered by the respective Water Construction Allowance shall be negotiated between the City and the Contractor per each respective item, or group of items if multiple related items are encountered. b. Payment for the work performed and material furnished in accordance with this Item shall be paid for as measured per negotiated item or group of items, at unit price(s) negotiated between the City and the Contractor. Payment shall include all necessary materials, labor, equipment, fees, taxes, overhead and profit, clean-up and restoration of disturbed areas, and all other related costs to accomplish the work item's objective. Payment to the Contractor for this item shall be the actual cost of the negotiated item (substantiated by sub -Contractor / vendor invoices) plus 10% to cover the cost of overhead, profit, bonds, insurance, etc, as required of the Contractor for managing subcontractors. END OF SECTION CITY OF FORT WORTH Marina Drive City Project Number: 104881 APPENDIX A GC-4.02 SUBSURFACE AND PHYSICAL CONDITIONS PAVEMENT TEST HOLE REPORT IIW v .-maw If VC ,dr 4? 6 It Ib I Gx • Ip I Ile U, liq% Im Aft t .vk 'Iffik GEOTEX — ENGINEERING PROJECT: PROJECT NO CLIENT: Location 1 2 3 4 5 6 CORING REPORT 104881 Bryant Irvin WS II Corin 25-0082 City of Fort Worth Depth of Asphalt 2.5 Type D 4" Type D 1.75 Type D 3" Type D 8.5" Type D 6.5" Tvoe D REPORT NO.: GTX:3925-01628 REPORT DATE: 3/17/2025 Depth of Base Material 12 12 12 12 12 12 Base Material Sandy Brown Clay Redish Brown Clay Sandy Clay 2' Flexbase Dark Borwn Sandy Clay Brown Sandy Clay Brown Clay Brown Sandy Clay Reviewed By: ��"`' yi wa& a Kolby Hall CET CMET Project Manager Texas Firm Registration #: F-12796 All reports and letters are to be used exclusively for the client to whom they are addressed and shall not be reproduced without approval of Geotex Engineering, LLC. GEGTEX14,805 Trinity Blvd. - Fort Worth, Texas 76155 ENGINEERING T 817.529.8464 • F 817.529.8465 • www.Geotex-Engineering.com Texas Firm Registration # F-12796 ATTERBERG LIMITS TEST (ASTM D 4318) Project Name: Bryant Irving Report #: 3925-01629 Location: Marina Dr. (1-6) Project #: 25-0082 Client Name: City of Fort Worth/ TPW Soils Lab Date Sampled: 3/17/2025 Sampled By: Zayne Hellyer Report Date: 3/20/2025 Depth Liquid Plastic Plasticity Sample Location (Below Soil Description Lab Sample # existing Limit Limit Index grade) Marina Dr. 1 Subgrade Brown Clayey Sand with Rock y y 39-1-7269 27 12 15 below asphalt Marina Dr. 2 Subgrade Reddish Dark Brown Clayey Sand 39-1-7270 24 12 12 below asphalt Marina Dr.3 Subgrade y y Sand Reddish Dark Brown Clayey 39-1-7271 18 12 6 below asphalt Marina Dr. 4 Subgrade Reddish Dark Brown Clayey Sand with 39-1-7272 26 12 14 below asphalt Rock Marina Dr. 5 Subgrade Dark Brown Clayey Sand 39-1-7273 27 14 13 below asphalt Marina Dr. 6 Subgrade Dark Brown Clay 39-1-7274 30 14 16 below asphalt Reviewed By: 0 Kolby Hall DFW Project Manager All reports and letters are to be used exclusively for the client to whom they are addressed and shall not be reproduced without approval of Geotex Engineering, LLC. APPENDIX A GC-6.06 D MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE COMPLIANCE FORTWORTH. City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSiRESS EQUITY G L Bid number: 104881 Business Equity Goal: 15.90 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 104881 is 15.90 %. 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, 15.90 % 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 should submit the completed and signed cover pages (pages 1 & 4 of this document) in the Bonfire Portal before the Close Date and Time. Bidders are strongly encouraged to submit all required Business Equity documents, including a Utilization Plan (or Good Faith Effort), at the time of their bid/proposal submission. However, per City ordinance, Proposers may submit the required documents after the Close Date and Time but no later than 2:00 PM on the 3rd business day (which will usually be the following Tuesday) after the Close Date. Vendors will receive a message following the Close Date and Time at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines. To submit the required documents after the Close Date and Time, Vendors must submit the required documents as an attachment to the message and send it back through the Bonfire Portal by the due date and time. All items received through the message function will be appended to the Proposer's response; however, only Business Equity documents will be reviewed. Any attempt to modify any other portion of the bid will not be accepted or reviewed by the evaluation panel or Project Manager. Failure to submit a Utilization Plan (or Good Faith Effort) as required and by the due date and time may render a Proposer non -responsive. For any questions on how to submit the information, please contact Bonfire Support at https://fortworthtexas.bonfirehub.com/portal/support. Do not wait until the deadline to reach out with questions to allow for time for them to respond and assist you. 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 or Multi -award 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 2 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. For RPP/RFQ's where pricing is not included a preliminary utilization plan, or an acknowledgment of the City's goal must be noted on your proposal. Once pricing has been established an updated utilization plan with letter of intent(s) will be required. d. For CMAR/Design Build, a goal will be placed on the design portion which will need a utilization plan and letter or intent(s), or good faith effort with supporting documentation. For the construction portion where vicina is not included a preliminary utilization plan or an acknowledgment of the City's goal must be noted on your proposal. Once pricing has been established an updated utilization plan with letter of intent(s) will be required. e. 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 $20-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. 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. 3 VIOLATIONS AND SANCTIONS 1. Failure to comply with the City's Business Equity Ordinance will result in the bid being considered "Non -Responsive." 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non -responsive and a "written warning" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance &20-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. Legal Name of the Proposer: Name of the Authorized Representative: Title: Signature of the Authorized Representative: Email: Note: Please see the Important Information on the following pages. List of Business Equitv Documents Attached: • Instructions to Bidders About the Business Equity Goal • Business Equity Utilization Form • Letter of Intent • Good Faith Effort Form • Prime Contractor Waiver Form • M/WBE Joint Venture Eligibility Form If you have any questions, contact the Department of Diversity & Inclusion, Business Equity Division by question cut-off date provided in Bonfire. Email: DVIN_BE@fortworthtexas.gov I Phone: 817-392-2674 4 FORT WORTH PRIME/OFFEROR/OWNER COMPANY NAME: City of Fort Worth Business Equity Utilization Form Disadvantaged Business Enterprise Utilization Form (Applicable if Federally -Funded) PROJECT NAME: Marina Drive PROJECT NUMBER: IBID DATE: o, 1.011.11 City's Business Equity Goal: ❑ (Check if addressing DBE Goal) Check all applicable boxes to describe ❑ Not Certified MBE Prime/Offeror/Owner's Classification: Certifying Agency: ❑NCTRCA []D/FW MSDC 11TX DOT Ethnicity: ❑African American Hispanic Caucasian 11WBE ❑DBE WBCS Other: ATTACHMENT 1A Page 1 of 4 Offeror's Business Equity (or DBE) % Commitment: ❑HUB ❑ VOSB/ ❑Section 3 SDVOSB 11 Asian ❑ Native American Gender: ❑Male Dernale11 Non -Binary Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA, ICA, and CDBG proiects, documents will be submitted to the Citv Proiect Manaqer if up blicly bid or to the Developer if privately bid. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth (Exception: Developer proiects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. The marketplace is the Citv of Fort Worth including portions of Denton, Parker, Wise, and all of Tarrant, Dallas, and Johnson counties. Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona -fide minority or women business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council -Southwest (WBCS). If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner -operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from non -Business Equity firms, including owner -operated, but will only receive credit for the fees and commissions earned by the Business Equity as outlined in the lease agreement. Federally -funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE reqular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a reqular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal. Effective 01/01/2021 Updated 02/07/2025 FORT WORTH ATTACHMENT 1A Business Equity Utilization Form Page 2 of Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non -Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non -Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self -performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self -performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. Check this box Flif certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. Please list certified Business Equity firm names as listed on their certification, includinq DBA names. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: TYPE OF SERVICES/SUPPLIES Specify Tier PROVIDED (NAICS Required) Name 1st Tier Type of Service/Supplies: NAICS Code: Contact Person: $ AMOUNT: Business Name: Type of Service/Supplies: Address: Phone: NAICS Code: Email: Contact Person: $ AMOUNT: Business Name: Type of Service/Supplies: Address: Phone: NAICS Code: Email: Contact Person: $ AMOUNT: Certification Agency Certified By: EID/FW MSDC FINCTRCA EITXDOT E]WBCS Other: Certified By: EIDFW MSDC FINCTRCA EITXDOT F_]WBCS Other: Certified By: EIDFW MSDC FINCTRCA EITXDOT F_]WBCS Other: Gender and Ethnicity: ❑ Male ❑ Female ❑ Non -Binary African American ❑ Hispanic Asian Caucasian Native American ❑ Male ❑ Female ❑ Non -Binary African American Hispanic ❑ Asian ❑ Caucasian ❑ Native American ❑ Male ❑ Female ❑ Non -Binary ❑ African American ❑ Asian ❑ Caucasian ❑ Hispanic ❑ Native American Effective 01 /01 /2021 Updated 02/07/2025 FORT WORTH Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: ATTACHMENT 1A Page 3 of 4 TYPE OF SERVICES/SUPPLIES Specify Tier PROVIDED NAICS Re uired Certification Agency Gender and Ethnicity: � q ) Name 1st Tier Type of Service/Supplies: Certified By: ❑Male ❑Female ❑Non -Binary ❑D/FW MSDC ❑African American ❑ Hispanic ❑NCTRCA NAICS Code: ❑Asian ❑TXDOT ❑WBCS ::]Other:❑Caucasian El Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑ Male ❑Female ❑Non -Binary ❑DFW MSDC ❑African American ❑Hispanic ❑NCTRCA NAICS Code: ❑TXDOT ❑WBCS ❑Asian ❑Other: ❑ Caucasian ❑ Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑ Male ❑Female ❑Non -Binary ❑DFW MSDC ❑ ❑NCTRCA African American ❑Hispanic NAICS Code: ❑TXDOT ❑WBCS ❑Asian ❑ Other: ❑ Caucasian ❑ Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑Male ❑Female El Non -Binary ❑DFW MSDC ❑NCTRCA ❑African American ❑Hispanic NAICS Code: ❑TXDOT ❑WBCS ❑Asian ❑Other: ❑Caucasian ❑Native $ AMOUNT: American Effective 01/01/2021 Updated 02/07/2025 FORT WORTH Business Equity Utilization Form Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $ Total Dollar Amount of Non -Business Equity Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ ATTACHMENT 1A Page 4 of 4 The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non -Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Authorized Signature Title Company Name Address City/State/Zip Code Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph: 817-392-2674 Effective 01 /01 /2021 Updated 02/07/2025 FORT WORTH OFFEROR COMPANY NAME: PROJECT NAME: Marina Drive City's MBE Project Goal: 15.90 % 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 Bonfire to the Project Manager no later than 2:00 p.m., on the third 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. 02/07/2025 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817)392-2674 FORT WORTH. City of Fort Worth ATTACHMENT 1C Business Equity Division Page 1 of 4 Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: PROJECT NAME: Marina Drive Check applicable box to describe Prime/Offeror's Certification I❑Business Equity Non -Business I --irm ❑ Equity Firm BID DATE Business Equity Goal: Offeror's Business Equity Goal Commitment: PROJECT NUMBER 15.90 Rio Rio 104881 I If the Offeror did not meet the Business Equity Goal for this project, the Prime/Offeror must complete !I this form. If the Prime/Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supportinq documentation, and received by the Project Manager on Bonfire 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 02/07/2025 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than six (6) 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 in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must provide supporting documentation 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 02/07/2025 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 02/07/2025 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 02/07/2025 FORT WORTH PROJECT # BID # (If Applicable Please Check One) Amendment ❑ Change Order ❑ Business Equity Division LETTER OF INTENT A. Business Equity Sub-Contractor/Consultant Information: A certified Business Eauitv firm is owned by a Minoritv or Woman Business Enterprise (M/WBE) [Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally -Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE) by the NCTRCA and/or TXDOT only.] All Fields are Required - Do not leave blank. 1. Name of Project: 2. Name of Offeror/Prime Contractor: 3. Name of Business Equity Firm: Address: Firm Contact Name/Phone: 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify "supply" or "install" or both): NAICS Code: (Owner/ Authorized Agent) Type or Print Name (Signature of Owner /Authorized Agent of Certified Business Equity Firm) (Email Address) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that (Owner/Authorized Agent) In the amount of $ (Name of Certified Business Equtiy Firm) (Date) (Phone Number) am the duly authorized representative of and that I have personally reviewed the material and facts (Name of Offeror/Prime) set forth in this Letter of Intent. To the best of my knowledge, information and belief, the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct, and that I am authorized on behalf of the Offeror/Prime to make the affidavit. (Owner/ Authorized Agent) Type or Print Name (Signature of Owner/Authorized Agent) (Email Address) (Name of Offeror/Prime) (Date) (Phone Number) Department of Diversity and Inclusion Effective 01/01/2021 Business Equity Division Revised. 6-8-21 Email: DVIN_BEOffice@fortworthtexas.gov Ph:817-392-2674 APPENDIX A GC-6.07 WAGE RATES 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 APPENDIX A GR-01 60 00 PRODUCT REQUIREMENTS CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) I 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 I 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 I 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 I 1126199 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area I 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System I Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) I I 1126199 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowthe ASTM 3753 Non -traffic area I 08/30/06 I 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area I Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) I33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) " 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. I33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N I33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" this. I3305 13 Manhole Frames and Covers Neenah Casting 24" this. I 10/31/06 3305 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. I 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamnex/nexus) RE32-R8FS 30" Dia. I 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V 1432-2 and V 1483 Designs AASHTO M306-04 30" Dia. I 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia I 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia I 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSITID MI 05 & ASTM A536 30" Dia I 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. I 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 M 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 30" Dia. I 10/07/21 I 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. I Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) I* 3305 13 Manhole Frames and Covers Pont-A-Mousson Fortnight 24" Dia. I I3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. I I3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. I I * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. I I 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. I I 04/20/01 I 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. I Water & Sewer - Manholes & Bases/Precast Concrete Bev 1/8/131 I * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item 449 ASTM C 478 48" I * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" I 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 I 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" I 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, sr• upenprg and Plat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. I 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" I 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" I 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" I 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; -1/07/23 33 3920 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 I 03/07/23 33 3920 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardsep 48" & 60" I.D. Manhole w/32" Cone I 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amiteeh USA Meyer Polycrete Pipe I Sewer -(WAC) Wastewater Access Chamber 33 39 40 I For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Onickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth I Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious I I * EI-14 Manhole Rehab Systems Ouadex I I 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP I E1-14 Manhole Rehab Systems AP/M Permaform I I 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System I I 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 I I08/30/06 I General Concrete Repair FlcxKretc Technologies Vinyl Polyester Repair Product Misc. Use I I * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval Spec No. IClasssification I Manufacturer Model No. national Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious I 05/20/96 E1-14 Manhole Rehab Systems Spraynal Spray Wall Polyurethane Coating ASTM D639/13790 I I 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only I I 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications I I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I 33 01 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 I 33 39 20 Coating for Corrosion protecticn(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only I Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) I * 33 05 13 Manhole Insw Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. I * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. I * 3305 13 Manhole Insert Nofiow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia I Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) I 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) 03/19/18 Casing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 M 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manufacturers Requirements (Sewer 09/03/24 33 M 13 Casing Spacers Race (Completely HDPE) Applications Only) 8^ _ 12" (Sewer Only) I Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) I I * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 I 3" thru 24" OS/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe MCWane Cast Jon Pipe Co. AW WA C150, C151 Water &Sewer -Utility Line Marker (08/24/2018) I Sewer - Coatiini,s/EDoxv 33-39-60 (01/08/131 I 02/25/02 Epoxy Lining System Sauereisen, Inc S—Gard 21 ORS LA County 4210-1.33 I 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series I 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only I01/31/06 Coatings f Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Acid Resistance Test Sewer Applications I8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I I Sewer - Coatines/Polvurethane I I I Sewer - Combination Air Valves I I 05/25/18 I 33-31-70 Air Release Valve A. -I. USA, Inc. D0251P02(Composite Body) 2" I I I Sewer - Pipes/Concrete I * 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 * EI-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL item #95 P laribele,- ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment Svstem (Method)33-31-23 (01/18/13) M System PIM Corporation Polyethylene PIM Corp., Piscam Way, 11.1. Approved Previously I Connell Systems �PRS McLat Construction Polyethylene Houston, Texas Approved Previously I I Systems Trcnchless Replacement Svstem Polyethylene Calgary, Canada Approved Previously I I Sewer - PiDe/Fiberglass Reinforced/ 33-31-13(1/8/13) I 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hates Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM 133262/133754 I I 03/22/10 3331 13 Fiberglass Pipe (FREI Amcron Bondstrand RPMP Pipe ASTM D3262/1)3754 I I 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM 133262/133754 I 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 I 3331 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AW WA C950 I * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvmer Pioe 4/14/05 Polymer Modified Concrete Pro, Amrtech USA Meyer Polycrete Pipe AS— C33, A276, -11 8" to 102", Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/131 * High-dens�ry polyethylene pipe Phillips Dnscooipe, hp:. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High -ma ty polyethylene pipe Plesco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-densnv polyethylene pipe CSR Hydro Conduit/Pipeline 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 Pipch. letstream PVC Pressure Pipe AW WA C900 4" thou 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thou 12" Sewer - PiDes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 11" 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 Won 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 Graytty Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer PiJ7e 1-M Man ufacturin\v�Co, Ina (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Finings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 11" * 33-31-20 PVC Sewer Finings Plastic Trends, Ina.(Weadake) Gasketed PVC Sewer Main Finings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Aoelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer Ppe Aoelife 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" - 11" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 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: 11-6-24 (Approval Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Auour^enances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc 202B 1"1" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"1" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair 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"1" 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, 111101. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 _ FB600-6-NL, FB1600-6-NL, FV23-666-W- 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. 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., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I, B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSE 61, 1/21/2.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" 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, ANSE 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 1553ON ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated 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, Inc. 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 Steep Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless 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) * E1-11 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" * EI-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 1.11.7 E-1-12 DryBarrel Fire Hydrant Mueller Company A423 Centurion AWWA 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 09/16/97 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous 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 AW WA 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: 11-6-24 IApprovall Spec No. IClasssification Manufacturer Model No. national Spec Size Water - Pioes/PVC (Pressure Water) 33-31-70 (01/08/13) AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" AW WA C900, AW WA C605, 0.314 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 0.314 33-11-U PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AW WA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AW WA C900 16"-24" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AW WA C900 4"-12" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AW WA C900 16"-24" AW WA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSIMSF 61 4"-28" FM 1612 AW WA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ANSIMSF 61 16"-24" FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AW WA 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 AW WA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AW WA C900 4"- 12" Water - PinesNalves & Fittings/Ductile Iron Fittines 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AW WA C 110 * E1-07 Ductile Iron Fittings McWane/lyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C 111 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWAC 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 CoXin-Flange Uni-Flange Series 1400 AW WA CI I IIC153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box CoXin-Flange Uni-Flange Series 1500 Circle -Lock AW WA CI I IIC153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWAC111/CI16/C153 4"to12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA CI11/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA CI11/C116/C153 4" to 24" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA CI I IIC153 4" to 10" 03/06/19 33-I1-I1 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MJ 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 .3119118 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 03/19/18 33-11-11 Mechanical Joint Retaner Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-1141 Mechanical Joint Retaner Glands SIP Industnes(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. [Classsification Manufacturer Water Pines & Fittings/Resilient Seated Gate 33-12-20 (05/13/151, Model No. national Spec Size - alves Resilient Wedged Gate Valve w/no Gears alve* American Flow Control Series 2500 Drawing # 94-20247 16" I I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series2530 and Series 2536 AW WA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Senes 2520 & 2524 (SD 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 Seaded GV AW WA C509 4" to 12" I I 01/24/02 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 E1-26 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 We Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Nora 3) 05/08/91 E1-26 Resilient Seat eedd Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Mcuoseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FI—Master Gat. Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - Pioes/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 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmahc 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" I 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" I I 09/03/24 I 33 1221 Rubber Seated Butterfly Valve American AVK Company AW WA C504 Butterfly Valve Class 250B AW WA C-504 24" - 48" I I Water - Polvethvlene Encasement 33-11-10 (01/08/13) I 05/12/05 E1-13 Polyethylene Encasmcnt Fl-sol Packaging Fulton Enterprises AW WA C105 8 it LLD I I 05/12/05 E1-13 Polyethylene Encasmcnt Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasmcnt AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD I I 09/06/19 33-11-11 IPolvethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I Water - SamnlinH Station I 03/07/23 33 12 50 lWater Sampling Station Kupf le Foundry Company Eclipse, Number 88, 12-inch Depth ofBury As shown in spec. 33 12 50 09l02F24 3344-M - Sampling Statio is, hie -D NL, ReezeThis Proof, I !asp for Lacking Access Hatch product removed Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 1.110 Automated Flushing System Mueller Hydrosami d HG2-A-IN--2-PVC-018-LPLG(Perno,... ) 04/09/21 Automated Flushing System KupliMe Foundry Company Eclipse #9800wc 04/09/21 I Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) I 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 or 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 6 APPENDIX F GR-32 17 23 PAVEMENT MARKING DETAILS Solid Edge Line or Lane Line �I Double Solid Lines 10' Black Contrast 20' 20' 20' 10' 10' 1 10' 10' 10' 10' 10' 10' 10' White Skip With 10' Black Contrast and 20' Gaps 7 10' 30' 10, 30' 10, 30' 10, 6" 10'-30' Skip Line 137' 9' 3' 9' 3' 9' 3' 9' 3' 9' 3' 9' 3' 9' 3' 9' 3' 9' 3' 9' IN 3' 12" 3'-9' Dotted Lane Drop Line 2' 4' 2' 4' 2' 4' 2' 4' 2' 4' 2' 4' 2' 4' 2' 4' 2' 4' 1 4' 2' 4' 2' 4' 2' 4' 2' 4' 2' 4' 2' 4' 1 4' 2' 6" 2'-4' Dotted Guide Line FORT WORTH CITY OF FORT WORTH, TEXAS PAVEMENT MARKINGS DETAILS SHEET 1 of 6 REVISED: 12-18-2020 32 17 23-D642 Taper = 150' Taper = 100' i F o 9 0 0 15' Double Left Turn Bay Markings 20' 20' 20' 15' 20' 20' 15' Through Lane Becomes Exclusive Left Turn 9 e A 1E el 20' Through Lane Becomes Optional Left Turn FORT WORTH CITY OF FORT WORTH, TEXAS PAVEMENT MARKINGS DETAILS SHEET 2 of 6 REVISED: 12-18-2020 32 17 23-D642 6" Yellow Edge Line 18" Solid 6" Double Yellow Yellow D\reOttOo of / Median or Island 20 6" Double 6" Yellow Edge Line 4 � O Yellow Direction of TrO,el Pavement Markings For Traffic Separation 18" Yellow Hatch Line on 20' Center 6" Double / Yellow 450 6" White Edge Line e°OVe1 18" Solid White \ of 1Yy1 � 20f \\ 6" Solid White \— 6" Yellow Ed e I Direct/on Of 7-°V 450 9 e/ Pavement Markings For Traffic Flowing In The SameDirection 1 Typical Intersection I 100' min. 2 Thru Lanes Plus Left Turn f Lane, With Crosswalk 6" Double Yellow � I IIIIII I� 8" Solid � _ White e I IIIIII I Median Extension FORT WORTH CITY OF FORT WORTH, TEXAS PAVEMENT MARKINGS DETAILS SHEET 3of6 REVISED: 12-18-2020 32 17 23-D642 CONTRAST CROSSWALK NOTES: 1. CROSSWALKS AND STOP BARS SHALL BE WHITE. 2. PREFORMED THERMOPLASTIC SHALL BE USED FOR ALL CROSSWALK PAVEMENT MARKINGS. 3. PREFORMED THERMOPLASTIC MATERIAL SHALL BE SUPPLIED BY A MANUFACTURER LISTED ON TxDOT'S MATERIAL PRODUCER LIST (MPL). 24" Solid White Preformed Thermoplastic ` Pavement Marking 10' min. L 6" Solid Black ___ ___ Preformed Thermoplastic Pavement Marking 5' FORT WORTH CITY OF FORT WORTH, TEXAS PAVEMENT MARKINGS DETAILS SHEET 5of6 REVISED: 12-18-2020 32 17 23-D642 6" White 2'-4' DOT �6" I ®® Solid White 24" Contrast 8" Crosswalk Solid White s" I Dash White ONLY ----6" Solid I I White ONLY 150' 12" White 3'-9' DOT Right Turn Lane Drop And Island Left Turn Lane Drop Is A Mirror Image s 8" -20' Solid White --__6" Double Yellow - . 501 �12 ----6" Q� Yellow Dash Yellow Two Way Left Turn Lane FORT WORTH CITY OF FORT WORTH, TEXAS PAVEMENT MARKINGS DETAILS SHEET 4 of 6 REVISED: 12-18-2020 32 17 23-D642 30' f i20� f 20' Type II - CR 4' Type II - CR s rpm's rpm's o � 0 0 6" Dash $ Solid White 40' White 10' I Type 6' f II -A -A Double 4„ Yellow rpm's Reflector Placement 6 fType Dash II -A -A Yellow 7 4" rpm's 0 30' FORT WORTH CITY OF FORT WORTH, TEXAS PAVEMENT MARKINGS DETAILS SHEET 6of6 ----� 6" Solid Yellow REVISED: 12-18-2020 32 17 23-D642 CROSSWALKS THROUGH MEDIANS SHALL MAINTAIN A MINIMUM OF 72" PAST THE MEDIAN NOSE OF MARKED CROSSWALK CROSSWALKS WITH LONGITUDINAL LINES SHALL BE USED AT PEDESTRIAN CROSSINGS (MID -BLOCK CROSSINGS, NON -PROTECTED CROSSINGS,CUT-THROUGH MEDIANS, IN SCHOOL AREAS, AND PROTECTED CROSSINGS). / 9. MIN. 0 O VARIES]- �� -24' �o 0 o � - o � 24' MIN. t-12' CROSSWALKS ALONG SKEWED \�JI INTERSECTIONS SHALL PROVIDE MARKINGS PARALLEL TO THE ROADWAY IN BETWEEN WHEEL PATHS. STANDARD CROSSWALKS AND STOP BAR PAVEMENT MARKINGS FORT WORT 12' MIAX. DIRECTION OF TRAVEL YIELD LINES NOTES. 1. ALL PAVEMENT MARKINGS SHALL BE INSTALLED ACCORDING TO THE CURRENT TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES AND MEET CURRENT CITY OF FORT WORTH SPECIFICATIONS. 2. CROSSWALK MARKINGS SHALL ALIGN WITH THE CURB RAMPS, IN ACCORDANCE WITH THE CURRENT TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. 3. THE CROSS AND RUNNING SLOPES WITHIN A MARKED CROSSWALK SHALL COMPLY WITH THE LATEST EDITION OF THE TEXAS ACCESSIBILITY STANDARDS (TAS). 4. LONGITUDINAL CROSSWALK LINES SHALL NOT BE PLACED IN WHEEL PATHS. 5. FOR TxDOT MAINTAINED FACIUTIES, REFER TO TxDOT PAVEMENT MARKING STANDARDS. 6. CROSSWALK SPACING ASSUMES A 12 FOOT LANE WIDTH. REFER TO NOTE #4 IF LANE WIDTH IS NOT 12 FEET. 7. CONTRACTOR SHALL NOTIFY THE CITY 48 HOURS PRIOR TO THE INSTALLATION OF PAVEMENT MARKINGS. CITY SHALL APPROVE PAVEMENT MARKINGS LAYOUTS AND LOCATIONS PRIOR TO INSTALLATION. 8. MARKINGS SHALL BE PLACED ONLY WHEN THE AMBIENT AIR AND PAVEMENT TEMPERATURE ARE A MINIMUM OF 60' FAHRENHEIT. 9. PREFABRICATED MARKINGS SHALL NOT BE USED. 10. TRANSVERSE LINES MAY BE USED AS DIRECTED FOR BRICK PAVER CROSSWALKS TO LEGALLY MARK THE CROSSWALK. TRANSVERSE LINES SHALL BE A MINIMUM OF 6' APART TO MEET CURRENT TRANSPORTATION CODE REQUIREMENTS. 11. MID -BLOCK CROSSWALKS WITH OR WITHOUT DECORATIVE PAVERS SHALL BE MARKED TO MEET CURRENT TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. CITY OF FORT WORTH, TEXAS CROSSWALKS, STOP BARS AND YIELD LINES REVISED: 07-26-2021 32 17 23-13643 1 4"-I�- 1 4"-I�- 11.5' (+.,a ) 4" 4„ fi , 7.5' (+.5') FORT WORTH 4 Ti U t 0 r2 4„ T in 0 r2 9.0, (+.5') Un 0 05 f r 6.5' (t . 5' ) 4" -- 4„ 1 Un Ln ai I IIII TTr __ 7.5' (t . 5') CITY OF FORT WORTH, TEXAS PAVEMENT MARKINGS - ARROW �n 0 r2 4" Ln 0 6 is 3.5' (t .5') 4" Ln 0 C6 6.0' (t . 5') REVISED: 08-31-2012 S 32 17 23-D645 Sidewalk or shored use pathway. See latest FED standard sheets for pedestrian facilities 6° 5°a See RCD(2) if >25' l 4" Broken _ - �Wnite o Yellow a -mob Detectable (x2) Curb and gutter o-1RWI 36•DIA. o - 1 N OM-2 (optional) / Flo` n_ 4" Broken White C> 24" White E _r24' white- r8" White a$w / C'> SEE DETAIL AA r8" White "qU o 4" White r � - 2q" white �(x2) Y b8°ILI b I 30, t °° �: �II 6 FF 1. 6'- m 1 - 5 mx.o w w10-1 436"DIA. m$6 ` 24 20 16 9—DETAIL A 2—WAY, MULTIPLE 4• Broken 4" Solitl Yellow a 10, 60 Double Yellow �F 5 prq W10-I 36"DIA. R R` 2 LANES, 2—WAY B 1> '= �� 36D R R ^ - 36"IA. - D- 1_TT Ll D D S I —WAY STREET WITH CURB NOTES Al: Center of RR most to center of rail: 12' minimum, 15' typical. A2: Tip of gate to center of rail: 12' minimum, 15' typical. B: Center of most (cantilever, gate, Or most flasher) of nearest active traffic control device to stop line: 8' (NOTE: Stop line may be moved as needed, but Should be at least 8' back from gates, if present). C: Center of detectable warning device to nearest rail: 6' minimum D: Center of gate most to center of cantilever most: 6' typical. NOTE: Cantilever may be located in front or behind gates. E: Edge of median or curb to nearest rail: 10' typical. NOTE: Design median edge to be parallel with rail. F: Eage of planking panel from edge of pavement or sidewalk: 3' minimum. NOTE: Field panels need not be in line with gouge panels. G: Length of panels along rail: 8' typical. H: Width Of field panel: 2' typical (check with railroad company). 1: Distance between rails: 4'-8.5". J: Tip of gate to tip of gate: 2' maximum for Quiet Zone SSM or 90% of traveled way covered by gates for all other locations. K% Nearest etlge of RR cabin from edge of pavement: 30' typical. NOTE: Cabinet not required to be parallel to edge of pavement. L: Nearest edge of RR cabin from nearest roil: 25' typical. M: Center of RR most to edge of sidewalk: 6' minimum. N: Center of gate mast to leading edge of non -traversable mledion: 100' minimum to qualify as a Quiet Zone SSM. NOTE: 60'will suffice if there is a street intersection within the 100' and all street intersections within 60' are closed. 0: Width Of median: 8'-6" minimum, 10' typical when using median gates. NOTE: Center of gate most minimum 4'-3" from face of curb. P: Center of RR most to face of curb: 4'-3' minimum. Center of RR most to edge of pavement (with shoulder): 6' minimum Center of RR most t0 edge Of pavement (no shoulder): 8'-3• minimum NOTE: BNSF prefers 5'-3•, 7', and 9'-3" minimums, respectively. 0: Gate length: 28' or less typical, but railroad company may allow up to 32'under special circumstances. R: Stop line to first RR Crossing transverse line (bike lone): 50' typical. S: Stop line to GRADE CROSSING ADVANCE WARNING (WIO-I) sign and adjacent RR Crossing pavement markings. See Table 1. See RCD(2) for other signs. LEGEND GENERAL NOTES 1. Meal ns and curbs must be non -traversable to qualify Sign as a Quiet Zone Supplementary Safety Measure (SSM). 4 Object Marker Non -traversable curbs in Quiet Zones are 6" tall minimum and used on roadways where speed does not exceed 40 mph. aTraffic Flow 2. Raised pavement markers may be used to supplement striping. See PM (2 and PM(3) standard sheets. E Cantilever 3 Medi ons preferred whenever possible to prevent vehicles L_h-"--"--"--"' Gate Assembly from driving around gates. q Most Flasher 4• Longitudinal edge striping nay be continued thru crossing I1 Pair as neetled. IIIuninotion may also be considered for nighttime visibility. 5. See SMD standard sheets for sign mounting details. 6. See the Standard Highway Sign Design for Texas (SHSD) manual for sign and pavement morking detoi is. Varies (check with® T f/ie NOTES _ railroatl company) 0peretions Co:crete grade crossing pavement ,Texas Department of Transportation Standard T: Tip of gate to edge of curb% 6• Rubber Gauge FieId Pavement I' max for Quiet Zone SSM, 6'• RAILROAD CROSSING 907 of traveled way covered l Insert Panel panel by gates for all other D E T A I L S locations %��� Base �7 Tie° DEVICE PLACEMENT °° n SIGNING, STRIPING, AND U: Non -traversable curb 8" Balast length from gate: 100' min. / ° for a Quiet Zone SSM, ° ° lBase Material a of 10' min for all other + ) - locations. R C D (116 ° �6" Perforated drain pipe• rcal-I z. dgn x: ix Doi ck ixmoi ow: ixooi c,: ixooi with ballast (as needed) `C Txmoi LEBR s,o s201, CROSSING SURFACE CROSS SECTION _T .—I a .c^ .o. TABLE I Desirable Approach placement S Deed (mph) (feet) 20 100 25 100 30 100 35 100 40 125 45 175 50 250 55 325 60 400 65 475 70 550 75 650 6° Sv UC- :ed o8 5.9 %5L TM II=III I9 L_ ©QROF e ©QRQNf® — — 100' min See Table I Fl�' See Table 1 (if no © or O sign used) NOTES 1. Stop or yield sign may also be installed to the left of the crossbuck sign, rather than below it. ]PASSIVE CROSSING 2. A 2•• White retroreflective Strip Shall be installed on front and back of crOssbuck sign post. 50, 50, 12' O'F �®QR9INID II NOTES O 1. A shored use pathway is considered a separate pathway crossing when more than 25' from traveled way of adjacent roadway. 2. Detectable warning used at stop bar. 3. Smaller sign sizes preferred than shown to the right on this Sheet. PATHWAY CROSSING NOTE O This design shows a 4-woy stop scenario a only. Other signs may be substituted for p •E— 1L1 traffic signal or other traffic control scenarios. This note also applies to T-Intersection design below. u 'A"? II III-1 1 8► Q)F — Side lights (if "A" 1100'1 i "A" K100' "A" >100' See Table I. Place pavement markings and signs on opposite Side of See Table 1. Place pavement markings and signs "B" intersection from roil if spacing between rail antl intersection if spacing from from Table I would put markings Table I would put markings within intersection. within intersection. GRADE CROSSING AND INTERSECTION ADVANCE WARNING (WIO-2, W10-3, W10-4) signs shoold only be "C" See Table 1. installed if WIO-I sign ms not between intersection and railroad crossing. If needed, see Table 1. GRADE CROSSING NEAR A ]PARALLEL STREET iO 40 4© 40 II ®� II II F NOTE O4 f * Railroad crossing povement markings and I- adjocent signs not included when distance >100' between near edge of intersection and near roil is less than 100'. GRADE CROSSING AND INTERSECTION ADVANCE WARNING (W1O-3) *Use Toble 1 if sufficient signs installed on roadway parallel with Space eKi bt S. rail in this case. — T—INTERSECTION GENERAL NOTES 1. Railroad company to provide active traffic control devices, CROSSBUCK IRIS-1), NUMBER OF TRACKS Plaque (R15-2P) (if more than 1 track), and EMERGENCY NOTIFICATION (I-13) signs. 2. LOW GROUND CLEARANCE (WIO-5) signs may be relocated further upstream of crossing to provide advance warning of alternate route. 3. GRADE CROSSING AND INTERSECTION ADVANCE WARNING (W10-2) signs may be moaified as needed to fit roadway geometry. 4. Table I placement distances may vary per Sect. 2C.05 of the TMUTCD. 5. See Table I to determine placement of STOP AHEAD (W3-I) and YIELD AHEAD (W3-2I signs unless shown otherwise. 6. DO NOT STOP ON TRACKS (R8-8) signs installed when potential for vehicles stopping on tracks is significant as determined by sealing engineer. Install so sign does not black view of RR most. 7. See the Standard Highway Sign Design for Texas (SHSD) manual for sign and pavement marking details. —11— SIGNS IF NEEDED ** ** I I �� I I I .+ �■ R R 1 F W10-5 q F O5 F 36"X36" See Table 1 O36 DI A. O36 X36" O 36oX36" O CLEARANCE W GROUND W10-SP 2—WAY 30"x24" IF NEEDED IF NEEDED Min 7' median Width Min 6' median Width ��i R15-1 to Support Sign to support sign _ DOT�PT RI-1 aQQ 48"X9" 1 ON STOP 36"X36" 3� R15-2P TRACKS O TRACNS 27"XIB" 1 I=O O R8X6O e(36"X36"op RB-8 ST 24"X30" ©W30"X30" 4 F_ See Table 1 OF %;'�Rl5-1 W48"X9" 9f/ ?� R R 36"DIA' 2—WAY WITH MEDIAN 3 R15-2P yy R's ' Sign my TRACKS 27"X18" OPO 48 X9 be placed 3 XO GATES W10-13P Perpend. rletm TRACKS R15-2P DR LIGHTS 30"X24" to travel 27"X18" lanes. OR1_2 10 11 ** 12 1-13 48"X48"X48" 15"X9" IF NEEDED ** Includes o NO TRAIN HORN Plaque (WlO-9P) if crossing is in a Quiet Zone. LOW GROUND CLEARANCE Plaque (W10-5Pl if needed is Qmounted below WI0-2/W10-3/W10-4 signs. 13 W3-2 No W10-9P I LOW GROUND WI%5P 30"X30" iNAIN NONX 30"X24" CLEARANCE 30"X24" -�I T NOTE Separate active traffic control devices, railroad crossing pavement markings, and adjacent signs required when tracks are more than 100' apart. iQ TABLE I Approach Desirable Speed Placement (mph) (feet) 20 100 25 30 00 35 100 40 125 45 175 50 250 55 325 60 400 65 475 70 550 75 650 OF I See Table 1 O F I —WAY See Table 1 40 40 gF OSF 4 F See Table 1 2 ADJACENT CROSSINGS wI rafW Operetlons mil ,Texas Department of TYansportatianneieM '= L_L RAILROAD CROSSING DETAILS SIGNING & STRIPING RCD(2)-16 m rrc1 vu— LEBRUAAY x:m TxD�T. crc Tow: ��01 7x00T crc: ix00i `CL Tx00i 20I6 I S o xrn xo. BIKE LANE SYMBOL AND ARROW DIMENSIONS W �♦001 �I T 16" 8 6' 6' 3' 3' I TYPICAL BIKE LANE DETAIL R3-17 R5-1B (30"x24") (12"x18") WRONG WAY $SIGRNLOCAT 6" SOLID WHITE ION AIES CURB MIDDLE OF EFFECTIVE BIKE LANE J 67 6' TYPICAL BIKE LANE DETAIL WITH ON -STREET PARKING R5-16 (12"x18") LOCATED AT CURB RETURN UNLESS R3-17 CONFLICTING WITH STOP BAR (30"x24") OR CROSS WALKS WRONG 18" SOLID WHITE 6" SOLID WHITE WAY BIKE LANE �cp. gw-. t° 6' 6 1 6' I t (ON -STREET PARKI7NG) �(� + CURB 20' � 20' I 18' SOLID WHITE MIDDLE OF BIKE LANE TYPICAL BIKE LANE TREATMENTS AT UNSIGNALIZED INTERSECTIONS 6" SOLID WHITE - ft 6" WHITE 'R3-17 IKE LANE o �4 (TYP.) 2' (TYP.) io I. (30"x24") � o N — — N a l I i s N(VARIES) - 50' (MIN.)- -�� N Z _ Z $r y Z (ON -STREET PARKING) ��` I/�� I } 2' (TYP.)'/ 4' (TY� NOTE: BIKE LANE 6" DOTTED WHITE ���"' 1. SEE STRIPING LAYOUT R3-17 SHEETS FOR PLACEMENT OF (30"x24") MARKINGS AND LEGENDS. FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 03-08-2022 BIKE LANE PAVEMENT MARKINGS - UNSIGNALIZED INTERSECTIONS 32 17 23-D647 BIKE LANE SYMBOL AND ARROW DIMENSIONS W �♦001 �I T ,6„ 8„ 6' 6' 3' 3' I TYPICAL BIKE LANE DETAIL R3-17 ,�jj�.� R5-1B ega (30"x24") (12"x18") WRONG WAY BIKE LANE 6" SOLID WHITE SIGN LOCATION 1 VARIES CURB MIDDLE OF EFFECTIVE BIKE LANE J 67 6' TYPICAL BIKE LANE DETAIL WITH ON -STREET PARKING R5-1B (12"x18") LOCATED AT CURB RETURN UNLESS R3-17 CONFLICTING WITH STOP BAR (30"x24") OW OR CROSS WALKS (7� WRONG 18" SOLID WHITE 6" SOLID WHITE ""' WAY � cp. BIKE LANE 4�4 *A-. I� 6' 6 1 6' I - t (ON -STREET PARKING) �( �+ CURB 20' 20' I 18' SOLID WHITE MIDDLE OF BIKE LANE TYPICAL BIKE LANE TREATMENT AT RIGHT -TURN ONLY LANE 6" SOLID 4' (TYP.) 2' (TYP.) 6" DOTTED WHITE 6" SOLID WHITE 7 f f WHITE ------------ --� (VARIES) � 20' I BEGIN RIGHT UNE I i 8' i ) 1169 TURN LANE YIELD TO BIKES MUST TURN RIGHT NOTE: 1. SEE STRIPING LAYOUT SHEETS R4-4 (36%30") R3-7R (36"x30") FOR PLACEMENT OF MARKINGS AND LEGENDS. FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 03-08-2022 BIKE LANE PAVEMENT MARKINGS - RIGHT -TURN ONLY LANES 32 17 23-13650 BIKE LANE SYMBOL AND ARROW DIMENSIONS W �♦001 �I T ,6„ 8„ 6' 6' 3' 3' I TYPICAL BIKE LANE DETAIL R3-17 ,�jj�.� R5-1B ega (30"x24") (12"x18") WRONG WAY BIKE LANE 6" SOLID WHITE SIGN LOCATION 1 VARIES CURB MIDDLE OF EFFECTIVE BIKE LANE J 67 6' TYPICAL BIKE LANE DETAIL WITH ON -STREET PARKING R5-1B (12"x18") LOCATED AT CURB RETURN UNLESS R3-17 CONFLICTING WITH STOP BAR (30"x24") OW OR CROSS WALKS (7� WRONG 18" SOLID WHITE 6" SOLID WHITE ""' WAY � cp. BIKE LANE 4�4 *A-. I� 6' 6 1 6' I - t (ON -STREET PARKING) �( �+ CURB 20' 20' I 18' SOLID WHITE MIDDLE OF BIKE LANE TYPICAL BIKE LANE TREATMENT AT RIGHT -TURN ONLY LANE 6" SOLID 4' (TYP.) 2' (TYP.) 6" DOTTED WHITE 6" SOLID WHITE 7 f f WHITE ------------ --� (VARIES) � 20' I BEGIN RIGHT UNE I i 8' i ) 1169 TURN LANE YIELD TO BIKES MUST TURN RIGHT NOTE: 1. SEE STRIPING LAYOUT SHEETS R4-4 (36%30") R3-7R (36"x30") FOR PLACEMENT OF MARKINGS AND LEGENDS. FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 03-08-2022 BIKE LANE PAVEMENT MARKINGS - RIGHT -TURN ONLY LANES 32 17 23-13650 BIKE LANE SYMBOL AND ARROW DIMENSIONS W �♦001 �I T ,6„ 8„ 6' 6' 3' 3' I TYPICAL BIKE LANE DETAIL R3-17 ,�jj�.� R5-1B ega (30"x24") (12"x18") WRONG WAY BIKE LANE 6" SOLID WHITE SIGN LOCATION 1 VARIES CURB MIDDLE OF EFFECTIVE BIKE LANE J 6' TYPICAL BIKE LANE DETAIL WITH ON -STREET PARKING R5-1B (12"x18") LOCATED AT CURB RETURN UNLESS R3-17 CONFLICTING WITH STOP BAR (30"x24") OW OR CROSS WALKS (7� WRONG 18" SOLID WHITE 6" SOLID WHITE ""' WAY BIKE LANE �cp. 6' 6' 6' I - t (ON -STREET PARKING) '( CURB 20' 20' I 18' SOLID WHITE MIDDLE OF BIKE LANE TYPICAL BIKE LANE BUS STOP TREATMENTS BUS STOP 6" DOTTED WHITE 8' TEXT 6" SOLID WHITE 4' (TYP.) 2' (TYP.) 6" SOLID WHITE \ — — — —100r — — — (ON —STREET PARKING) m (ON —STREET PARKING) 8' TEXT BUS STOP 75' 25' NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 03-08-2022 BIKE LANE PAVEMENT MARKINGS - BUS STOP 32 17 23-13651 BIKE LANE SYMBOL AND ARROW DIMENSIONS W �♦001 �I T 8" 6' 6' 3' 3' I TYPICAL BIKE LANE DETAIL R3-17 R5-1B � (30"x24") (12"x18") 'WRONG WAY BIKE LANE 6" SOLID WHITE SIGN LOCATION CURB 1 VARIES 1i /t� 20 I � } MIDDLE OF EFFECTIVE BIKE LANE J 6'- � 1 TYPICAL BIKE LANE DETAIL WITH ON -STREET PARKING R5-1B (12"x18") LOCATED AT CURB RETURN UNLESS R3-17 CONFLICTING WITH STOP BAR (30"x24") OMD OR CROSS WALKS WRONG 18" SOLID WHITE 6" SOLID WHITE WAY BIKE LANE .I �- � =m �j 6' 6' 6' I t (ON —STREET PARKING) �( + TCURB 20' 20' I 18' SOLID WHITE MIDDLE OF BIKE LANE TYPICAL BIKE LANE TO SHARROW TRANSITION REFERENCE SHARED PAVEMENT MARKINGS DETAILS AS INDICATED IN THE DRAWINGS FOR PLACEMENT 6" DOTTED WHITE 1 50' 6" SOLID WHITE I (VARIES) I ( R4-11 MAY USE (30"00") R3-17 (�� FULL LANE (30"x24") BIKE LANE REFERENCE TABLE 1 R3-17b FOR RECOMMENDED SIGN (24"x8") ENDS SPACING BASED ON POSTED SPEED LIMIT TABLE 1 ROAD POSTED SPEED SIGN SPACING CLASSIFICATION (MPH) (FEET) 25 100 30 CONVENTIONAL HIGHWAY 35 120 I 40 240 I 45 320 FORT WORTH CITY OF FORT WORTH, TEXAS BIKE LANE PAVEMENT MARKINGS - BIKE LANE TO SHARROW TRANSITION NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. REVISED: 03-08-2022 32 17 23-13652 BIKE LANE SYMBOL AND ARROW DIMENSIONS W� _1 I y♦ NI T 16° 8 6' 6' 3' 3' I I TYPICAL BUFFER -BIKE LANE DETAIL R3-17 R5-1B (30"x24") (12"x18") WRONG WAY 18" SOLID WHITE ® 45' , BIKE LANE 6" SOLID WHITE 20' (TYP.) SIGN LOCATION CURB VARIES 20' I � MIDDLE OF EFFECTIVE BIKE LANE , 6'_ 6'_ 6'_ VARIES (2' TO 3' RECOMMENDED) TYPICAL BUFFER -BIKE LANE DETAIL WITH ON -STREET PARKING LOCATED AT CURB RETURN UNLESS R5-113 CONFLICTING WITH STOP BAR (12"08") OR CROSS WALKS VARIES R3-17 (2' TO 3' RECOMMENDED) (30"x24") 18" SOLID WHITE 045' ft WRONG r 18" SOLID WHITE 6" SOLID WHITE 1 WAY J � BIKE LANE 6' 6' 6' I } (ON -STREET PARKING) / �( + CURB 20' 20' 18' SOLID WHITE MIDDLE OF BIKE LANE NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 03-08-2022 BIKE LANE PAVEMENT MARKINGS - BUFFER -BIKE LANE 32 17 23-D653 BIKE LANE SYMBOL AND ARROW DIMENSIONS W� _1 I y♦ NI T 16° 8 6' 6' 3' 3' I I TYPICAL BUFFER -BIKE LANE DETAIL R3-17 R5-1B (30"x24") (12"x18") WRONG WAY 18" SOLID WHITE ® 45' , BIKE LANE 6" SOLID WHITE 20' (TYP.) SIGN LOCATION CURB VARIES 20 > i / > > > MIDDLE OF EFFECTIVE BIKE LANE , 6' 6' 6' VARIES (2' TO 3' RECOMMENDED) TYPICAL BUFFER -BIKE LANE DETAIL WITH ON -STREET PARKING LOCATED AT CURB RETURN UNLESS R5-113 CONFLICTING WITH STOP BAR (12"08") OR CROSS WALKS VARIES R3-17 (2' TO 3' RECOMMENDED) (30"x24") 18" SOLID WHITE 045' ft WRONG r 18" SOLID WHITE 6" SOLID WHITE 1 WAY J � BIKE LANE < < < / r 6' 6' 6' I } (ON -STREET PARKING) / �( + CURB 20' 20' 18' SOLID WHITE MIDDLE OF BIKE LANE NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 03-08-2022 BIKE LANE PAVEMENT MARKINGS - BUFFER -BIKE LANE (CHEVRON) 32 17 23-D654 al-\ N PAVEMENT MARKING i 3'4" m 2 3'-4„ TRAVEL LANE > 14' >14' PARKING >14' / TICKS W3, `— TYPICAL SHARED PAVEMENT MARKINGS TREATMENTS l � (CENTER OF LANE) 21 R4-11 IIAY ue! (30"x30") FILL LAIE R4-11 ft (30"00") MAY 118E PARKING FILL LAB TICKS 250' MAX 20' i (CENTER OF LANE) �/ 1 NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. FORT WORTH CITY OF FORT WORTH, TEXAS SHARED PAVEMENT MARKINGS TRAVEL LANE > 14' REVISED: 08-31-2012 32 17 23-D655 SHARED PAVEMENT MARKING 3'4" m I I --- 13'-4" I TRAVEL LANE < 14' 514' MIDDLE OF TRAVEL LANE ws. 2 Xo (CENTER OF LANE) S14' PARKING TICKS } MIDDLE OF -- TRAVEL LANE (CENTER OF LANE) TYPICAL SHARED PAVEMENT MARKINGS TREATMENTS (CENTER OF LANE) 20 R4-11 MAY uSE (30"x30") FULL LANE R4-11 (30"x30") MAr usE PARKING FULL LAN! TICKS 250'TMAX T - - 20* CENTER OF LANE NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. FORT WORTH CITY OF FORT WORTH, TEXAS SHARED PAVEMENT MARKINGS TRAVEL LANE <_ 14' REVISED: 08-31-2012 32 17 23-D656 SHARED PAVEMENT MARKING 3'4" ONE-WAY LEFT -TURN SHARED PAVEMENT MARKINGS TREATMENTS [(CENTER OF LANE) 20' — — i V 4tJ R4-11 w►r uae (30"x30") FULL LAIE PARKING (CENTER OF LANE) l— TICKS -L/250�MAX 20' NOTE: 1. SEE STRIPING LAYOUT SHEETS FOR PLACEMENT OF MARKINGS AND LEGENDS. FORT WORTH CITY OF FORT WORTH, TEXAS SHARED PAVEMENT MARKINGS ONE-WAY STREET REVISED: 08-31-2012 32 17 23-D657 APPENDIX G GR-34 7113 TRAFFIC CONTROL PLAN