Loading...
HomeMy WebLinkAboutContract 50225 CITY SECRETARY ,✓� h 1 � �' �-� 9ro City Secretary CONTRACT NO. E Construction C FORTWORTH t Mager� N projec PROJECT MANUAL s 8 9 5 V FOR THE CONSTRUCTION OF 2014 CIP YEAR 3, CONTRACT 9 Unit 1 —Water Improvements Unit 2—Sanitary Sewer Improvements Unit 3—Paving Improvements KENTUCKY AVE(E BROADWAY TO E TUCKER ST) SMILAX AVE(SW CUL-DE-SAC TO NE CUL-DE-SAC)ROUSE ST(N SYLVANIA AVE TO EMMA ST)BLUEBONNET CIR (CIRCLE) City Project No. 02696 Betsy Price David Cooke Mayor City Manager Kara Shuror Acting Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department & Water Department 2017 �E *iGII-4EI=RING„ INC. CONSULTING CIVIL ENGINEERS/SURVEYORS 17400 DALLAS PKWY/SUITE. 110/DALLAS, TEXAS 75287 972-250-2727/www.dal-tech.coni et� OF �'�,a,I1 � �� i W. WAYNEBAtTONa � ....................... � f 1652 -Q! OFFICIAL RECON® CITY CRET'ARY FT.fvoRya5 Tx Addendum 1 - 80 pages FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 0132 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Docume 3217 13.16 Plastic Parking Bumpers 32 93 43 Trees and Shrubs 33 11 10 Ductile Iron Pipe 99 99 99.0009 Short Term Pavement Markings xx xx xx Damage to Trees During Construction Maintenance or Repair Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: bMs:Hprof ectpoint.buzzsaw.com/cl ient/fortworthgov/Resources/02%20- %20Co nstruction%2ODoc uments/Specifications Division 02-Existing Conditions 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete 0334 13 Controlled Low Strength Material(CLSM) 0334 16 Concrete Base Material for Trench Repair Division 31-Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 24 00 Embankments 31 25 00 Erosion and Sediment Control Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding,and Sodding Division 33-Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television(CCTV)Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised February 2,2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation,Embedment,and Backfill 3305 13 Frame,Cover and Grade Rings 3305 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade 3305 17 Concrete Collars 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts,Nuts,and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 1211 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1240 Fire Hydrants 33 1260 Standard Blow-off Valve Assembly 3331 12 Cured in Place Pipe(CIDP) 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 3339 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 40 Wastewater Access Chamber(WAC) Appendix GC-6.07 Wage Rates GR-01 60 00 Product Requirements Street Coring Report,Globe Engineering,September 22,2016 MBE Special Instructions to Bidders MBE Good Faith Effort Form MBE Joint Venture MBE Prime Contractor Waiver Prohibition on Contracts With Companies Boycotting Israel END OF SECTION CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised February 2,2016 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT TRANSPORTATION AND PUBLIC WORKS DEPARTMENT BID OPENING DATE: NOVEMBER 16TH, 2017 ADDENDUM NO. 1 To the Specifications and Contract Documents For 2014 CIP YEAR 3-CONTRACT 9 UNIT 1-WATER IMPROVEMENTS UNIT 2-SANITARY SEWER IMPROVEMENTS UNIT 3-PAVING IMPROVEMENTS Kentucky Ave. from E. Tucker St. to E. Broadway Ave., Smilax Ave. from SW Cul-de-Sac to NE Cul-de-Sac, Rouse St. from N. Sylvania Ave. to Emma St., Bluebonnet Cr. (Circle), L-2274 (Bluebonnet Dr. Alley/Easement from Rogers Ave. to S. of Biddison St.), L-2966 (Bluebonnet Dr. Alley/Easement from Biddison St. South) City Project No. 02696 This addendum forms a part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents from 2014 CIP Year 3-Contract 9 are hereby revised by Addendum No. 1 as follows: I. Construction plans are revised as follows: 1. Sheet 13 is replaced with sheet 13 Rev 1 2. Sheet 14 is replaced with sheet 14 Rev 1 3. Sheet 15 is replaced with sheet 15 Rev 1 4. Sheet 16 is replaced with sheet 16 Rev 1 5. Sheet 34 is replaced with sheet 34 Rev 1 6. Sheet 35 is replaced with sheet 35 Rev 1 7. Sheet 36 is replaced with sheet 36 Rev 1 8. Sheet 37 is replaced with sheet 37 Rev 1 9. Sheet 37A is replaced with sheet 37A Rev 1 10. Sheet 37B is replaced with sheet 37B Rev 1 11. Sheet 37C is replaced with sheet 37C Rev 1 12. Sheet 37D is replaced with sheet 37D Rev 1 13. Include the attached sheet 38B into the Contract Documents plan set 14. Include the attached sheet 38C into the Contract Documents plan set 15. Sheet 43 is replaced with sheet 43 Rev 1 16. Specification Cover Sheet is replaced by the attached Cover Sheet, Rev 1 17. Specification Section 00 00 00, Table of Contents sheet 2 of 5 is replaced by the attached Section 00 00 00, Table of Contents sheet 2 of 5, Rev 1 18. Specification Section 00 00 00, Table of Contents sheet 3 of 5 is replaced by the attached Section 00 00 00, Table of Contents sheet 3 of 5, Rev 1 19. Include the attached Specification Section 00 41 00, Bid Form into the Specification Documents 20. Specification Section 00 42 43, Proposal Form is replaced by the attached Section 00 42 43, Proposal Form, Rev 1. Bidder is reminded of their responsibility for the accuracy of all dollar amounts shown on the proposal form. 21. Include the attached Specification Section 00 43 13, Bid Bond into the Specification Documents 22. Include the attached Specification Section 00 43 37, Vendor Compliance to State Law Nonresident Bidder into the Specification Documents 23. Specification Section 01 71 23, Construction Staking and Survey is replaced by the attached Section 01 71 23, Construction Staking and Survey, Rev 1 24. Include the attached Specification Section 32 93 43, Trees and Shrubs into the Specification Documents 25. Specification Section 32 17 23.43, Short Term Pavement Markings is replaced by the attached Section 99 99 99.0009 Short Term Pavement Markings, Rev 1 26. Include the attached Specification Section 33 11 10, Ductile Iron Pipe into the Specification Documents 27. Include the attached Street Coring Report for Kentucky Avenue in the Appendix of the Specification Documents 28. Include the attached MBE Special Instruction to Offerors in the Appendix of the Specification Documents 29. Include the attached MBE Good Faith Effort Form in the Appendix of the Specification Documents 30. Include the attached MBE Joint Venture Eligibility Form in the Appendix of the Specification Documents 31. Include the attached MBE Prime Contractor Waiver Form in the Appendix of the Specification Documents II. The proposal section is being deleted in its entirety and replaced via this addendum (Specification Section 00 42 43, Proposal Form, Rev 1). This Addendum No. 1, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 (2) Indicate in upper case letter on the outside of your sealed bid envelope: "RECEIVED &ACKNOWLEDGE ADDENDUM NO. 1" Include a signed copy of Addendum No. 1 in the sealed bid envelope at the time of bid submittal, Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Chris Harder ASSISTANT DIRECTOR WATER DEPARTENT By: B : a /L �j v o /z', — Tony Sholola, E. Engineering Manager Cup Y= V►L�St L.�-C LEL4Z-X 6L9�X p 969Z6213erm 103rOUd A110 619vd1NOO-E dID WE I),4L6Z P � R� � Q4 � tlb�I R � � g� p�+ +f■ gCa C � n F��`�� �{! ��a it I-Q $ E R 1011 J..111 0.1 iK g g �� U z E g 01 ION, � Sgg-b�gg gga � 'fig�ge � e��a ��■ a� ��� �� �d�° � O� € d`�W E E 6 5 EFEFEF bggg 2 F '00 b V1. Nll'H.71 w._. �R�LMk �� k� i �^.°' i .�• 'yJ @ _wvcs ao.- NL o aii<b• is+ib- ' '/' I i 1 __ I i ! i I L i L.� 1 L_ 1 t + ....1 ( I I i 1 ' I r-{i3 EI all I II 1 ` �ZW� ;�� i F _ i _ • ';- Z'."-I- _I_. - I.- Z_ £ if I �tlJ NO� -A-- :� WO - 1 - AAR Gf oA 3 � - <a� , r , I I mm11.1 1 I : 7G:. 3i'� ` - 1 r 1 1 r'" - r I'r•. _ -.1 ,�`e b• �..+... ' ' 11 .. _...1 4.. i .i i. 3 ., I ..1_.. LSG..I-�1N 7gR y7,�1 I I I I _ ,- � WMA rg >/� CS9LiL I 1 i i I t i i ,- F< A l aYSY�1' M \G _ �ql � < o -CR¢ SUL 4-1- iPO 'V1S Nrl HJl W r- a r`t - ei N N N m RarFI-ngg�paCC @gNNe$g� N„NANxN � a � R �e� I raxe9rRi sS a X Si R es ii i e 6 a'4 w a d es w N¢l L<'j • 9 ypLL g� ..., - _i- _ I i' '_._ N d d d d d d d d d d d d d d d _ I I t . . < gR Oin i i. 1. i t 11 i 1 I s e r e C G e < C tl bE R R ' �'� _ i I... 1 +..: i - 1 -..r. t I-- -- rc ¢¢¢ k:¢¢ 888 S 8 F S 8 r R^ 0 b �7.IL.K-br.+.tw,w-Or...FMf1.NR11Mb�, .vrou�Y L£lbZ-X MZ-N 969ZO'd39vgnN 10WfONd ALIO 6 iWdIN00 £dIO UV3A VLOZ 6 15 ti X8 a �c €e @ a , c 9 Q � ` d, $. up aha; §yaliftiihliil' veE Vi=a FrgaE§e. 6 g' Wga 3' �a o k§ a M,a MY-1 aE � § � a§ b § g �e b� x y;e m oxo Q s Ea a® e € OQ Boa o 3 figgff §3e ¢� , ae € s c �� � �€ s jr a g<w Y�ba`� ��aa a•=�� aq� a �§ 'aaa§ � 'a€a x � d§ ri e� �neq s aye esF �� kyt @a6 kee= a a° ya �� y p e o §a §e §a� a § ff� € s s �s3 � : p a d � a�gw.sr amax m y A a o Ru oa O oN N < tD lD b � o p5 r y tl < 0 Iyykyy w- �YdG meg- Yow z<a.N�=' a d•� x N z m E �8�/ \J�6 00 ti ViS 3NII KU W o csa Ni a a Na�O /f I a / 8/i — NE / sQ m �a„ of V NI O 48'16+1 ITS O ayes ge8� �_ I I i o �.. i y�R l tl w s ._ z � oo Z7<1 F3o 0�1 I <ma I V J u�izw=_ aJdc=i m w r Zi [fl'£ I m 3422 �2 I� 7 �Wi i i 6B - ¢ung �ko w z3 Re I �. " w m gy. smm z< a; �� ll3 �s I > o 0 it 00 J \ „ o of _kC �� .M \ 1 �. yebb�,\ \ \�'lQ' �. m e � ec oss L 0 dopa+c9vi He ccoss a/1 n mom" L w +mow oibw ' \ w w � •' ^o'r �i < n n x m w n m n n iia ri�m � n � �� a gw a fio w� ^„ m n r s m p — mss^cmca � �a a n a = 9 bE ca-ose d/1 0 Aga 3zw 00 8 V1S Nn KU W o � R " o d " + + t :, e � .mw aY£ Y Ym `ww z o n iSY �� E� E �� �6 0 0 e LCLbZ-X CL9Z-N 969ZO HJievf1N 103CO2Jd A110 610t�1N00-C d10?JV3A 4 MZ e a ea �g -ae s8 a� Fam^ � la � — C = << swan E e m'}mea- n * Pgs_ @ . e �a"� �s �a a €n }a 1y k a ec Maj �� a� B D R�7•.�R%RSRR 4-e x. $ 3 ¢_� o� oe��m a�< . Owl $G�= 2'4 sad 3 S g 'yds �'?_ pg� • F j V `v � �9 Az: mpig, 1; z IM 9R a � "Rcw � ~ P. f bf is VIP � n�� a@se gg geg�0 a�°a O �m�5F6��"fix � 6 ��Y a �d ''a,a��y Rpp m � 6 z bo��o-ab:d � < g RP q 64 E`ps Yb . 'F^g �bw mzwz ^ = zw= V �6 z o =¢a m:n o az i z 0o a vis Nrl HOi w m $ 3 R Ra mazyyawsoo-y m z �_ os�di. amoo$ 3 Q•'.aS oi�6i� A•.. J\\1d�m �(� hum S> � Ovzd.'• II Z Nw-norytl J Gzwnom bio vii y, %/�\OO II o7 w v ,Y /3 / 6 c9 s9=n3l'3Y1 + 00001+6 Y�Ind IB'6+9 y/1 p� AD 1 ; $o a0 w ,Y 1 1 I I. wg 1 i 7 dtu I / I x w 5 lw %9A C 6 I . •-/--\e ^= w 3 ;nrn 31Yo.LI�-I o of 7 o asr m + S w 0900+0 els 96'099 a,o i �g a3�3o J3 33L.Br 41m wn m N w x o z�z UQz > LL'fL+O Ys w 0 1 n o m o g o mm� a s•� _ _m < Qi i. J w ci �m4 09 09+01 si L9 d/1 �I Y s,+v -- > ,9. IL{ . w b. N 3nrn 3110x.®§ +i_N mw.o z<i m \o0, a zw69 r; \ mn \ W m-mn r ryO� e �m aP w mHfl. 9L'C99 Z o m 00 ZL ViS 3NP HO VW o� g Wn mdmg „m so 1,., + < m„^ Z� amm � � - Z - m o 2 a o ZMa o 0 c/a`<s d a LE LOZ-X USZ-N 969zo NgavinN lODrONd ALIO 61OVdiNOO-E dIO Wlk blOZ " � a F� 6��•�� a b ��a� @"s �§C a ag g$ _ � `s ba s � H�8aA�dRRadUaddepddRoHa§ 0 �� �5i°� '�•�> I _ � C g o B _ i nF 'sa8$ ae n SER ge5 b� :I [ E g Www °� KQ aI om1.�a0 6EC''} ¢ a zb ��@ba b 'g � $� � e 6 g � $; db _ ox a Iwo a s® b � ig 6� �ak� j 8R QBE €` b _ � 5 .� o z _ a' a $ " �o a . s >! ei « ay b tbw gb F $i Q 6R$R 5ff $3b ¢tl k ';Rai WH 6 �F� � �€ a" da J• e - _ o - s _ az u aa b �' k� 8 Q U 3m ZR a �o HAl N & s �a�� �p�m� w�a9� � Rae d=g �' H a b ± $ $ ���aasg�g §'Fa s'7H� aye b e § �aae�= ` a k5 ii p a _ WQ»¢ g s� aR N '656 65� s§ m � �� '?'Sag- .� - m �a �a�9s I.I O �w e o e $ $ $ $ 6 s e� s • s s `RgWrtsF g a al" Ail €M � N ld $s $se HERE .gi"s . ab�'eS�adL' �z _ _ $C g$R '<S�knR 6o^_coo cab:d o. !n a m' „ H gU §�a �kb Raw! = a F `a 00 Z+V1S 3NIl HOJ VW- o Q X� A ! 9L LS9 d/1 ry \ ¢ z �o tw _ r Wz _ + b ry � g3 I � m w ow G w m c z wop. I Rrc m v rc F G.. w3oz �xwx Waw i n ago? �am3: y a Z� . .P • � m a �xw m i� IiZ U\d • / �a LL C' \ e E i C'Q w /7 / 9sssi 1r�rc /.m° i/ .. i•'�\\\ i �j�P 331.arlL! t o ooh- ! _ O Q��p �a 17 mwG7R 03 j < Bs� e - 00+0 l 3N o-Ha —— — wR€ Lm- „nn 3 �W o rn Nn o JGzwz�_§ mz� amn Nn — ti r n n g z m m a m m W ^m :� _ m ^ Sq - . Bao - z amn�r i- �•�"�' Z a „ W�_ J Gzw"_'1$_§ 3 a w O O LE l6Z-X EL9Z-NC 4 6 969ZO 839vynN 1O3f06d ALIO 61OV'diNOO"E dIO aV3,l b40Z ap 9 a a t ag o a . RR2S38s k <U>: s a 6 as F H� ga$. 6Yb �3G '9ry. H am pit, �g �W� gad � cd ` z `4 ¢ wow+ ss .� o x a b � aPh 3 ���atlITS Ey jk s s ooh` U o < ga 9$ 3 H egRpa� ctxw A ay =t i J s =c o f is'�a is jo p` a� a a� Q as m a �t Y s d �< F a a Vim" oils oi 'g@ ° p �Aa9j 6 Kph @e a" � � , s a< a N sa 9 �b�e b ElR a e Rea �= A �bg' � c, �® O x �a m a € WON N v a g O� o faw a o ad R 3Sysy3939gggg,�gg EFpp Q$Q� §,s@$ RaiFpppp@A 926° R 6.°d ge m g5Y a 5�d 66 iEp ieg'3 ebbE 6Id'w' 3.gR <.aLe.e §°* =e.b. (Uf) a - 0 0 v < � 6gi o w o W , a � Buz aC¢tr�z' 0u, azlw^Z�Wao ao�Omwaoffmw��9❑U¢,-ao� bv6rcrzo7Wa�u;U 1��i i¢a�oazF¢w.�OwwiiU wpyN2Urb�UIUra` �FUa3 pWHmUw UUWOZopQ owo o W. w EEEZo GU " 00+-V V1S 3Nn HO VW i .= ci n < h a� trl'C99 J1 i 9l'i99 J1 + %3 ji �I 61'199 k3 � p °'HN La ty> i � s<zct-vl6 ldn I d 12 ,a A _n ELM 01 9L 90 11=Y15 3d5 p 66'[99%3 66'191 X3 + \ i6 =tlSldn 0 , r r m = �g 011'C99%3 91'Z99 J1 01 f99 ' a a %3 ¢ l V N . w a o.w a • I m x - s ffB a€ 4 a i d m L99 Jl BL'199 Jl aa_ n 1 3W Ll L9'3 n313 f9'L9+0 - I 1['19+0 -YSidA a I r Q Ox`'P' \� 2 3A SZ'l99 A313 I t' -A I Li'p59 Jl a 0�.X , C pp'Op+O -tl 5 IW pp pp+0 - 15 IM Z2 099 X3 + L£L6Z-X £L9Z-N 969ZO 2nsv f)N 103P02Jd ALO 610VHIN00-£dIO HV3A 6LOZ m e a aap §tea I §g�`'$� a gggaaa b@ eoa j3s a 9as Ib EoRS88a8o8 an z 6 a �: OPP E � a Ig 69e a R M .,RR oF ? 3 sae 6as� a�R ea g so b ggd awa m a o w o+ v ' � by o~ _ al Q o si as$s °sxs a seIW goo baa �c W �" a '� J ffF g$ N' € oaf c 's ° ie A G ° ��� Q `_ � � ma+ s$ < azo:§ �paa& agI'b s r�. "o Eb e� �� bq5�� ��a€�a B➢pE a� �€ �t� � �as �e �= IN s a�g a��osj F pzam e ME ��§�� §o$ §s H3 §m"I e c N 3§� ��fii S�k' k bo^_d�n•bed N y m o D D w w p w z o p w yr � ¢ N �zpz �F woa; w a��z d OF p �pF W�J InQ1. OwF 3mOG Q-!Hp P5�w OFyp�OQ mS�z8z W ¢ <a�D W p N / oW WJ¢ wm�W w �N Op.�.. zW�O mo,% OV~i�� p�WpHz / o m� d ozD p�D a� OOT13 ViS Nll HDl W g z .- n ri a n LI'9S9 al ['SS9%3 4 O \ _ mo (3W)9^'999 n3T3.. o I U 1 �K, � of AP �F I� I ' �':• \ /\i..°vFi� (3W)9['9SB n313 9,1+L �V S IM n I LS'959 n313 1 ZL'959 01 90'959%3 + d s 1 me m xx 8 rc i 4 -�1 Sfi'L59 al Do [1998 ' %3 <I 11'859%3 � 3W)60'659 n313 JJ ci min u I196L+5 VVIII o Tf— .� ZFd 3 �n 9= o < m ¢ a k �, �9 , I w , Ell J a M4M,,.. CB'Z99 al n I BL'fi99 Jl + • ���� 9L D99%3 ^ ( ! 9Z'099%3 + 10, 3W II. (3W)65'199 AT3 m ry j Z. 0 ION1Y6YZ99- 3 n •'/. � rry �� B l 3WG0+YC99 YlS M � 'I OXX Y� e S 22� d�R ,1[99 al vL^ Bf'Ca Egg %D3 KEN x3 13 � p p +* V1S 3NIIHOW J ' 'fib� LE[17Z-X EISZ-N 969ZOTJ3av4nN iojwOJd A110 610v2uNoD-E dlo 21V3A Pxz ait 7 €$ a ka p 2.2 28 IM d 64T oe�iob „ wui ffa � �M � � spa g� � asa S '� gs b pp6 as a �a m o a o w o N eo ` -� '0. �'NS R,m' °� - �a - y� aa :9 e ffoak � �y3a egg g� a �fff � G e aEO Gy _ dib s° Nmo SH N o aW x�sx ��ab:aa s&II� `I�_€ t �aaa sad §s � �a 6�" m � � �.m G o 0 �bbFrr 2 HR..ais��k ��"_d o�ab e: cvn) n Ji D o D In o ^a �`F' Gid S �S• � z w O w �4a In RUi OAF 3 a¢QUz p ZO yU0 ¢00.� V=im ¢ pm�Z P Fi t xi az00 €Z SwF 31COQ a pOQ �< G F U�o _FZi m-'UFv1 ooWa oQ00oF oZaa /� ��� ao a�opo €N=a o�w� '_ ' \ 00 Zl V1S Nll HOl W �m�p �p �� yea 0 Elm IL'959 J1 I LS"LF9 J1 N LO'9S9%3 i L9'959%3 S Idn I� A ry / F o � I moi~%/ •' an �R j I� �f '•. �_ (3rv)+J'LS9 n313 V LB'1L 1 15 Idn is / S. VY m" O� 65'fiS9 J1 l9'SS9 J1 o 4 �. \ R .�, yJ 9l'9S9 x3 rep 'I 9!'959 k3 + s - - d� K � 1 I �Y u a F l a[' n313 > z DS B-0 - is mn cs'fiew nldn 0 F w „ e— .. EI'S59 Jl I f)I'1S9 Jl O \ ••.' ,� CS'CS9%3 / r_ {5'[59 x3 °j SL+6 - IM I' u s SNNOSIOOI9(3169 Sfi'+59-n313 6 9 A +0' V 5 LL 69+5 =V Id'1 IE w w a ap •; 9 I1L+6 -V TFI w o �. I 96559 Jl o S++s9 Jl oo a X3 oaf�a �" �•. / o0 opo a o:=ggo ow 6 m7r3 "� %�F (3rv)U— n313 < z 5 IM I L '/ � .•r/// { r.d \\\\\ IF9SW%3 �x I I I OL'SS9.Jl. LF'S59 x3 loo 0 +8 V1S NI-1 H0104 m \ y ol 6 \ 0 0 L£lVZ-X £L9Z-N 969ZO 2139Wf1N 103ro8d Allo 6iOV?llNOO CMOJV3A blOZ " e a eff; age � � ��b� r� o egia a c a¢ "a6 a as @ a1 14"11y^„ is sae5� d S„+ E ' o gas y. � � =$ �� " gg ,",��G B m a w o �.. � �e3$ a c�gk bead 8$0 Rn �b "� �c s€ ;E� z �� " a ' 6 35s1 $ids §: 's s. Jaz$ re a c k a ww�wo z— gag gag a$� �� agzo d@a$a �:: a a eta �baab� �� ' bud a o$ m =p n o $�a`€�@@& $e � €p ;g� @@ggagap a€"b $a =R �3� aa`a m 0 o as R, s�$� �a a4 $�$ 9d $�a�i ���3$e ����ca�� �¢'°� ap�dd� � o _ C xm � b gBR zgoC�en.b•� m N —6-z� = 4 z=o owe u O =prc s�F zjoa= a<=z O Wo1 I�o r �UFi 11i N-F6 In¢�mZ� m� ¢i00 amini0 OaU Oy ZOVJ a�O Ip OOZ ��UFV1 U¢wln� a�¢OOF O�UO �O ww OURN zmfSU Rin OOZOU OUO�€ OU"0', f¢ hi O P 'y^ i� 61. ¢� 00+0 V1S = L8'09+£l V1S 3NIl HXVW ez cs+Ql sid 3AIHO kilSHIAINn s , 4 =m LL fiS9 p ^, LS 659 45'099.3%3 _ OS'OP9%3 _ i' �a m m " < d � � .rte„ .. • �• m&d " a � 44 Y t i 2 as�8 r=�6 o g b,�$i. •_ -�� tn'9s9%3Wng ! cscs9 u o 1S,t. .d /•. �a= 00 ZL V1S 3NIl H0 VW m9s9%3 0 ��a 0 0 LEl6Z-X EISZ-N 969ZO 1egkv1N 1O3fOHd A11O 610VH1NOO-E d1O TJV3A 4l OZ @ eg $g $ n ah c R a iF'z a aa � s� 6b RRfRfRRR k� ' f s 3 ,' 'seRbg 'she - m ~a w s asy' �a ®fie g a x$19 Xi pe d e $ ma 5 6 �b "a:: o ao S g W� �$ $Rn aa�R g c �€. ee j A G' s" Q U m Mix "fid � ai a �' a �z b� $ m�e$j g a as$ $ a" z n z �b j;-d < ry s . 9 a R 5 g �g :a s ��' $Ja $sap H m a ��6� bg$s Fa�� 3 .s5 o h m E. 8 N ONlAVd 13NN0E 3119 aj O1,OOf 3nlaa u&J3AINn •s w� w pm^ a zI as � ~I (77 ----- -- - --- I- -- -- ----�^ N� � 5z �1 I � n ow I � �a wN BLE 133HS aI 3S B _ Ilw .,�m,��.,. WIw as Ai&J3nlNn oa N yAa \ Jaz 1 I 1 '• 1 iia UE A,�b•-dA� \\ zQm 7, oy // N L& Lu J Lu w �I / oda I z m �\ I \\ I =�a LEL 62-X EL92-N 969Z02GEJYY1N 103POdd A110 610V'diN00-E d1021V3A KOZ g ea §§ Vie €�m i€ z a URN. ise @>ii q 3 3 b� gga o X a "ire d r s i2 y: g W0669 R6 �� � $ o f s §RR6 x § ��� y�g 1 oma �g ° O - w §a og§NP s z Z � e a � c � on m k _ o �_€ ° o =§gtgeY 3 � =t sg a � G' §^ Baa °~ ="p m s § z § €`. & a`3z b F =UJ a N aa1 g9 b 6 yb s Q V o NO � ag�g � 9�§j� �m w .g "s nBid _ §e Old alil;i � \ sz m JZ '61 2 Z e I 0 BLUE BONNp In&a \' K� \/ MILLS� I d8 I Owi IU mLLJ uj I� En Lj /\ `�\\�\ � \�\ \ %'. X154 .ryb• Z L=i S9 4' Im I / •h 4y' � PZ En _a QIhw 3AIbo AIISa3AINn 'S � MATCH LINE — SE SH ET 3 A .`^� m 688eas wE'2' moi LEL Z-X CIV-N E6 969ZO H39iN1N 103rO'6d A110 610VH1N00-E dIO HV3/,bIOZ mb a s Fff o gra b : .a ffE �Rfad�RfR a e? ¢g o � A' o Ig g �� ses�E• Ee � � � a � d� bg� ppa m 0x w pa's r a 45E io ox od by k _x - Uh 445 R p 30 ",e r.•�tE:ir�° LLD ` �' !a ", q Cg a �eg� 8Cv" Es b J a m � 5ffn o$ �sOg g WEN a 5� �i ��� G e Q c� �s _ m� w — •<°ffi€ 3 =Iyp aRE � C: qN 9` b �' g *o �?o z �aafA€ 9a eM �d C` a b "=a ale a e�� eaaa� �� � 6 86gg �1€g >� @@ €�3g � 6a6EIN Eta s� : m 3lo ffi d dB R (a(dRE X48 K � Hil 8E 9$d 0611�6 ��R k Ld Lf) / \ m 000000 O6d OW; \ ONNfi HIllS at,26 ED LLI a LLI : 1:1, " o pow �n �z �" / DCF' �.��• �\ \ � le a oe �\ a b L LLP S V) 1 � N f ~Iu __2;N —0 3NII H01V —a� ef� W I oo 6.1 lw I f` & �^w I o 0 5 I 3AI60 AJIS63AINn 'S Tb h�qq aNm �em� a¢o - oma o'z vrrzw" _ ONNVd 13NN06 Uap y ---- —— ----—� 3f1193j O1,DOt ��wz i�aa' wr�sxv s+w.ra ewa.Fcunr.s-mpmmMo-+m..a.w-�sna MPZ-X El9Z-N 969Z0N39VYnN 103fOi1d AM 610VN1N00-6 d1021V3A b10Z RIF M6 4. t8ffig=E< o b RRd�.dSY,�R RR 1"Hn o` �� Z 3b8gbi W9, X g ga p jl agha nj; jp fla. mead a c � � z� a GY gc �_ NYa _ of u ' ale �R pp gp "W as ae Q 2 '�� m" g g6z €Q3 w m a a B6b u �`ss aaa f se s e®� Raa a n .ka O a _ �4 m a � �e �ffaa fag � ff�:� 9 eg � �a E@5F s ; m S o n e � ��w :s »e•. e6d O Foe N b€u z oa g 1� IVa o www ' oa o�w� dd w� rC 133H 3 0-0 3 -1 HO1VW1 3nlaa Aills63nWn 'S W 'I zlW n¢�m 9 - V)HI - SIN mmm/n/n/n... •'S 1 I 1 a ��R S r=�r�y�8"� l m / O 9'9L '�• p\ �. a Z NNCS Ld ILLJ n dye ' Z.5 j \\ o�. m \ �" 00 U5_ , ; UQi g w- 2gd LE lVZ-X £1SZ-N 96926 H39NnN 103f'OHd.1110 610VH1N00-C HV3.1d10VWZ ox r o ~ 4 Q sN o fo 8 NO� �w Wap a z- 'pp Hot a ? ° sd78F z O' o I r!i Jil- w a a Ag w 6iF QF 06 �tl"tl - a• p - Sod tg LL b t u° 14 S` Z_ Z q . e �o� g 5 O .015 W r Ea 2N W O=W �WU U f ------------ MPFq c@t @ a0 Rf 66 IReo 6a ae :g: PLOZ - - _��a m\ -�z : ~�& O/ { M( ! , Q ; = 0§ 2 !. \ 80 } \\\\ z /2 / '• . 2 _ ; aaNZ|w, ) ) § » & ( ! \ \\ / § \d ( k § r ! ° z | 0 E | •, y&?< | ( / K : �- 9 ` \\� � { ( ! [ E Z § l ; § , .. w ■ a & /\ k - . . � m /( \\\\ ( \ �[ ( | - � LEl4Z-X £l SZ-N 969ZO 839Wl1N lOBM016 AID 610VfJ1NOD-2 2JV3A dJ3 KOZ cu as Ox Q• _ a - o Z�o 8„ zz 0 m Na V ooh ob Z � s; s:gi V f o< z o ,;s6 z a o z Vf� a CL o r � r 3 z a c £ v s l 4 mr u i. z � � o � aY le FyORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF 2014 CIP YEAR 3, CONTRACT 9 Unit 1 —Water Improvements Unit 2—Sanitary Sewer Improvements Unit 3—Paving Improvements KENTUCKY AVE(E BROADWAY TO E TUCKER ST)SMILAX AVE(SW CUL-DE-SAC TO NE CUL-DE-SAC)ROUSE ST(N SYLVANIA AVE TO EMMA ST)BLUEBONNET CIR (CIRCLE) City Project No. 02696 Betsy Price David Cooke Mayor City Manager Kara Shuror Acting Director, Water Department Douglas W. Wiersig,P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department& Water Department 2017 r°-- 1-44``;'1. EI CANEERINGp iRMC. CONSULTING CIVIL.ENGINEERS/SURVEYORS 17400 DALLAS PKWY/SUITE 110/DALLAS,TEXAS 75287 972-250-2727/www.dal-tech.com y i��E Qf rf .. . 1, y H.�WAYNE BARTON �.......................... AL1� 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 0073 00 Supplementary Conditions Division 01 -General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 5813 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proj ectpoint.buzzsaw.com/client/fortworthyov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02-Existing Conditions 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) 0334 16 Concrete Base Material for Trench Repair Division 31 -Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 2400 Embankments 31 2500 Erosion and Sediment Control Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 13.16 Plastic Parking Bumpers 32 1723 Pavement Markings 99 99 99.0009 Short Term Pavement Markings 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33-Utilities 33 01 30 Sewer and Manhole Testing 33 0131 Closed Circuit Television(CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 30 Temporary Water Services 33 0440 Cleaning and Acceptance Testing of Water Mains 33 0450 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 13 Frame, Cover and Grade Rings 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised February 2,2016 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: 2014 CIP YEAR 3 -CONTRACT 9 Kentucky Ave. from E. Tucker St. to E. Broadway Ave. Smilax Ave. from SW Cul-de-Sac to NE Cul-de-Sac Rouse St. from N. Sylvania Ave. to Emma St., Bluebonnet Circle L-2274 (Bluebonnet Dr. Alley/Easement from Rogers Ave. to S. of Biddison St.) L-2966 (Bluebonnet Dr.Alley/Easement from Biddison St. South) City Project No.: 02696 Units/Sections: UNIT 1: WATER IMPROVEMENTS P59601-0600430-CO2696-CO1787 UNIT 2: SANITARY SEWER IMPROVEMENTS P59607-0600430-CO2696-CO1787 UNIT 3: PAVING IMPROVEMENTS 34014-0200431-CO2483 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. 'fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 2014 CIP YEAR 3-Contract 9 0041 00 BID FORM Page 2 of 3 bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or(c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. 8"WATER LINE INSTALL AND 12"WATER LINE INSTALL b. 8" SANITARY SEWER INSTALL c. ARTERIAL CONCRETE ROADWAY CONSTRUCTION d. PULVERIZATION AND HMAC OVERLAY(POL) OF ROADWAY 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 300 days 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 2014 CIP YEAR 3-Contract 9 0041 00 BID FORM Page 3 of 3 h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid #REF! 7. Bid Submittal This Bid is submitted on by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: (Signature) Addendum No. 2: Addendum No. 3: Addendum No. 4: (Printed Name) Title: Company: Corporate Seal: Address: State of Incorporation: Email: Phone: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 2014 CIP YEAR 3-Contract 9 00 41,3 BID PROPOSAL s1oS'3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit PriceBid Value UNIT 1:WATER IMPROVEMENTS 1 3311.0361 10"PVC Water Pipe 33 11 12 LF 56 2 3311.0261 8 PVC Water Pipe 33 11 12 LF 1,856 - 3 3311.0161 6"PVC Water Pipe _ - - 3311 12 LF303 _._. .. 4 3311.0451 12'DIP Water 33 11 10 LF 1,502 ______.,_........ .__.._ ... _....._...... . . . .... 5 3311.0251 8"DIP Water 33 11 10 LF 138 __... ...._. _..... _....... - -- _........._....._...__... - ------ 6 3311 0151 6"DIP Water 3311 10 LF 23 7 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 4 83312.0002 Water Sampling Station 33 12 50 EA _.- 1 _.._.__ __-__ _ .. _.... .._..__.._-..__..__. ._... ___..__...._......_. ____. ........__-...____......._..._...._ _.._._ _ ..___... 9 3312.0117 Connection to Existing 4'-12"Water Main 33 12 25 EA 13 10 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA 5.4 _ 11 3312.2201 2"Water Service,Meter Reconnection 33 12 10 EA 2 12 3312.2003 1"Water Service 33 12 10 EA 54 13 3312.2004 1"Private Water Service 33 12 10 LF 100 _ 14 33111-11"I'll2.2104 1 1/2"Private Water Service 33 12 10 LF 20 15 3312.2204 2"Private Water Service 33 12 10 LF 20 16 3312.3002 6"Gate Valve 33 12 20 EA 7 17 3312.3003 8"Gate Valve 33 12 20 EA 12 18 3312.3004 10"Gate Valve 33 12 20 EA 2 19 3312.3005 12"Gate Valve 33 12 20 EA 8 203312.0001 Fire Hydrant 331240 EA 6 _. ..__ __._... _.. __._...__ _. .. ...... _._...,.__..... .......... 21 3305.1002 16"Casing By Open Cut 33 05 22 LF 22 __...._ _...._.. _ __..,......_...__._..._... _._._. _....._._ ...... ._. __._._._. _ .......... .......... 22 3305.0202 Imported Embedment/Backfill,CSS 3305 10 CY 30 23 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 CY 30 - _ -.._. -- ... - - -----... .._ - . __._.__.... _ _...._.._ ... .. .. ........ 24 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 1 25 3305 0109 Trench Safety 33 05 10 LF 1,502 26 3201 0400 Temporary Asphalt Paving Repair(2 HMAC on 6 CTB) 3201 18 LF 4,601 _. ....__ .___.... __._.--.--.... .__ __. _.. _.____.. ._.._ _.. . ._._......... 27 3304.0101 Temporary Water Services 33 04 30 LS 1 28 3305.0204 Imported Embedment/Backfill Crushed Rock 3305 10 CY 30 29 3201.0112 5'Wide Asphalt Pvmt Repair,Residential(Permanent) 32 01 17 LF 372 30 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,Residential 32 01 17 SY 500 _....._. _ _._._......___._ __.___.._...__._ _ _ .__....._. __........_ ...._._ _ _... _. ._.__._... ...... 31 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 50 32 0241.1301 Remove 4"Water Valve 02 41 14 EA 1 _..... . ......._. .....a.. .. ...._ ._ _....._. ._ _.._ . .......__. -_ _..... .... -..._ ........ _ ......__.... 33 0241.1302 Remove 6"Water Valve 02 41 14 EA g 34 0241.1303 Remove 8"Water Valve 0241 14 EA 2 35 0241.1305 Remove 12"Water Valve 02 41 14 EA 2 360241.1510 Salvage Fire Hydrant 02 41 14 EA 4 _ ---- 37 0241.1001 Water Line Grouting 0241 15 CY 46 38 0241.3011 Remove and Replace 15"Storm Drain Line 02 41 14 LF 8 .... .... __ _..... ... _ ._._._._ .._ _. __......_....._...------- 39 ._ ...39 0171.0001 Construction Staking 01 7123 LS 1 40 0171.0001 Construction Survey(GPS Red Line Survey) 01 7123 LS 1 41 3125.0101 SWPPP Z 1 ac 31 25..... _....__.......__. .._... ._.... . ........... 42 3471.0001 Traffic Control 3471 13 MO 3 43 9999 0003 Install Temp Fencing(4'.tall)orange mesh or chain link 00 00 00 LF 1,250 44 9999.0002 Repair Existing 90"Corrugated Metal Pipe 00 00 00 SF 15 45 9999.0001 Construction Allowance 00 00 00 LS 1 $60 000.00 $60 000 00 Subtotal-Water Improvements UNIT 2:SEWER IMPROVEMENTS 1 3331.4115 8"Sewer Pipe 3331 20 LF 372 2 3331.2102 8"CIPP 3331 12 LF 1,059 30 3 31.0001 Pre-CCTV Inspection 3301 31 LF 1,059 . 4 3301 0002 Post-CCTV Inspection .. . � 33 01 31 LF 1,431 5 3339.1001 4'Manhole 33 39 20 EA 7 6 3331.3101 4"Sewer Service,Includes Double Cleaouts 33 31 50 EA 18 _......... _.. ----- .. ..... 7 3331.2201 Service Reinstatement,CIPP m- -__ 33 31 12- -EA -- --14 - - - ___...__. ___... __...._.._._ �._.. ._..._. .. _...___ ___----- __.____._.......... .......... _.. _ 8 3301.0101 Manhole Vacuum Testing 33 01 30 EA 7 CITY OF FORT WORTH Addendum#I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN#02696 Form Revised 20120120 Proposal Form 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Unit Price ce Bid Value _.._. . ___.._.._. ...,.- ... _ __ ..... _ _. ..... _----_..._ 9 3331.0103 8"Sewer Pipe,Point Repair 3331 22 EA 3 10 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 7 11 3305.0109 Trench Safety 33 0510 LF 372 _.._..... __....__.. __..._.___...... _...... -__ .... _ ._........ _._......................._,...... 12 3305.0202 Imported Embedment/Backfill,CSS 33 05 10 CY 40 _...... _ _ _......-... - ... - .._...... _ ._ __......__........_..,-. 13 3305.0204 Imported EmbedmentlBackfill,Crushed Rock 33 05 10 CY 40 14 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 CY 40 . .....--- .._.__pm.._ __.......,._. .. _._ .. __... .._. _... __ . ....._......... 15 3201.0614 Concrete Pavement Repair,Residential 3201 29 SY 195 . ........... ___..__.. _......._.._ .. .....___.__ ....._._._.__-._-- _......__ _.,---_ __.__.._ _ ____�__.......__.._._.__.___ _. 16 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 30 17 3305.0112 Concrete Collar 33 05 17 EA 7 18 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 2 19 3231.0211 Barbed Wire Fence,Metal Posts 3231 26 LF 100 20 3231.0123 6'Chain Link Fence 3231 13 LF 100 21 3231.0411 4'Wood Fence 3231 29 LF 100 22 3231.0122 5'Chain Link Fence 3231 13 LF 100 23 3231.0121 4'Chain Link Fence 3231 13 LF 100 24 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,Residential 32 01 17 SY 200 __._...___..._._. _.. __ __._....._.___... _....._ __-----_. _..._. .-.. _. .... ............._._ 25 3110.0102 6'-12"Tree Removal 31 1000 EA 13 26 3110.0103 12"-18"Tree Removal 31 10 00 EA 1 ,_..., - _ ................._ _. .-._._.._ ._- .. .. _ --- _... _._ 27 3110.0105 24"and Larger Tree Removal 31 1000 EA 1 28 0171.0001 Construction Staking 01 71 23 LS 1 290171.0001 Construction Survey(GPS Red Line Survey) 01 71 23 LS -----. 1 _.. _ _... . _ . ,. __. 30 3125.0101 SWPPP s 1 ac 31. 25_ 00 LS-. 1 31 3471.0001 Traffic Control 3471 13 MO 2 32 9999.0001 Const11 ruction Allowance 0000 00 LS 1 $40,000.00 $40,000.00 33 9999.0002 8"Hand Reaming 00 00 00 LF 11 Subtotal-Sewer Improvements UNIT 3:PAVING IMPROVEMENTS _ _.. _..._ .... ,........-.. _.._. .....__ .......... 1 0241 0100 Remove Sidewalk ----- � 0241 13 SF 4,493 2 0241.0200 Remove Step 02 41 13 SF 62 3 0241.0300 Remove ADA Ramp 02 41 13 EA 23 _ . _ ..,._ ... ____... 4 0241.0401 Remove Concrete Drive - - - 0241 13 SF 16 513 5 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 6,796 6 0241.1400 Remove Conc Valley Gutter 0241 15 SY 390 7 0241.1506 2"Surface Milling - - mm 0241 15 SY 36 900 8 0241._1800 Remove Speed Cushion 0.2-4-11-1.511 EA 2 9 0241 1700 10 Pavement Pulverization 0241 15 SY 10,544 _. - - _ _....... _.._ ... 10 3312 0002 Water Sampling Station __ .__ _ _ __...- ___ __,_,__ .-_31 23 16 CY 1 300 _ 11 3110.0103 12"-18"Tree Removal 31 1000 EA 2 12 3110.0105 24"and Larger Tree Removal 31 10 00 EA 1 ........._. _.......___., ._..... ._ __..,..__ _ . -.__.... .., _...._.._......_ _ _.._... -._ 13 3211.0600 Cement 26lb/SY 32 11 33 TN 262 _. _._ -......__. .._-..._.__....... .. _.._ _.----------... ..... ....._-- __--___._... 14 3212.0401 HMAC Transition 32 12 16 TN 40 15 3212 0302 2 Asphalt Pvmt Type D 32 12 16 SY 36,975 16 3212 0303 3"Asphalt Pvmt Type D 32 12 16 SY 10 544 17 3213.0203 8"Concrete Pavement 32 1313 SY 6,200 18 321-3.0203 8 Concrete Pavement HES 32 11 13 13 SY 1,550 ...... ._.. _. _. __... .. 19 3216.0301 9"Conc Valley Gutter,Residential 321613 SY 404 ___..._.._.. __...... .._..._. _... .............. . . _ _. .. _.___---- .. ....._ ....._.._...... ___-.-.-. ---........___ .___...._.. 20 3216.0101 6"Conc Curb and Gutter 32 1613 LF 7,346 21 3213.03014"Conc Sidewalk 32 1320 SF 11,949 22 3213.0311 4 Conc Sidewalk Adjacent to Curb -- 32 1320 SFA 1303 --- - 23 3213 0401 6"Concrete Driveway 32 1320 SF 1,900 24 3213 0401 6 Concrete Dnveway HES 32 1320 SF 19,102 25 3213.0401 8"Concrete Driveway 32 1320 SF 500 26 3213.0401 8"Concrete Driveway HES 32 13 20 SF 5,000 _ - - 27 3213.0506 Barrier Free Ramp Type P-1 32 13 20 EA 24 28 32.13.0502 Barrier Free Ramps Type U-1 Special 32 13 20 EA 5 29 3213.0504 Barrier Free Ramp Type M-2 [32-i3 20 EA 1 CITY OF FORT WORTH Addendum#1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN#02696 Form Revised 20120120 Proposal Fotm 00 42 43 BID PROPOSAL Page 3 or 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 30 3213.0505 Barrier Free Ramp Type M-3 32 1320 EA 4 31 32 17 23 LF 9999.0009-1 4"SLD Pvmt Marking(W)(Short Term Pavement Markings) 900 32 9999.0009-2 4"BRK Pvmt Marking(W)(4'0.C.)(Short Term Pavement 33 1723 LF Markings) 530 _ _. .. _...._..._._.._. ..,..._ _..__.,_.. 33 9999.0009-3 4"SLD Pvmt Marking(B)(Short Term Pavement Markings) 34 17 23 LF 840_..__ ._...-- 34 9999.0009-4 4"BRK Pvmt Marking(B)(4'O.C.)(Short Term Pavement 35 1723 LF Markings) 1,880 35 3217.0501 24"SLD Pvmt Marking HAE(W) 36 1723 LF 970 _.:........_ _ _.... ....._............_ _.._.._..._........... ..._......_..........__......_ _.__.._..._.._ .... – .. _.. .. - ----- ....... _- 36 3217.5001 Curb Address Painting 32 1725 EA 64 37 3232.0100 Conc Ret Wall with Sidewalk,Face 3232 13 SF 370 38 3292.0100 Block Sod Placement 32 92 13 SY 3,257 39 3305.0108 Miscellaneous Structure Adjustment(Meters) 33 05 14 EA 15 40 3305 011 108 Miscellaneous Utility Adjustment(irrigation) 33 05 14 LS 1 $6,000.00 —$6,000700 41 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 4 42 3305.0112 Water Valve-Box Adjustment(with Concrete Collar) 33 05 14 EA 20 43 9999.0000 Remove&Replace Curb Inlet Top 00 00 00 EA 2 44 9999.0001 ROADBOND EN 1 TM' 00 00 00 GA 200 45 9999.0002 Sidewalk Curb 066066-", LF 76 46 9999.0003 Remove Post 00 00 00 EA 2 47 9999.0004 Remove and Relocate Bollards 00 00 00 EA 10 48 9999.0005 Plastic Parking Bumpers 32 17 13.16 4 LF 231 49 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 CY 270 50 3291.0100 Topsoil 32 92 13 CY 200 51 0171.00_01 Construction Staking 01 7123 LS 1 52 3471.0001 Traffic Control 3471 13 MO 3 53 9999 0006 Relocate Temp Fencing(4 tail)orange mesh or chain link 00 00 00 LF 1,210 54 9999.0007 Remove and Relocate Street Signs 00 00 00 EA 6 55 9999.0010 Brick Pavers on Sand Cushion 00 00 00 SF 820 56 9999.0008 Paving Construction Allowance 00 00 00 LS 1 $100 000. 00 $100,000.00 Subtotal-Paving Improvements UNIT I:WATER IMPROVEMENTS UNIT II:SEWER IMPROVEMENTS UNIT III:PAVING IMPROVEMENTS Total Bid END OF SECTION CITY OF FORT WORTH Addendum N 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN N 02696 Form Revised 20120120 Proposal Form DD 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) hereinafter called the Principal, and (Surety Name) a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of and No/100 Dollars ($ .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as 2014 CIP YEAR 3-CONTRACT 9 Kentucky Ave. from E. Tucker St.to E. Broadway Ave. NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of 12017. By: (Signature and Title of Principal) *By: 0 (Signature of Attorney-of-Fact) 'Attach Power of Attorney (Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Bid Proposal Workbook.xls 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. ❑ BIDDER: By: 0 (Signature) Title: Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Bid Proposal Workbook.xis 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of S SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) 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. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) 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. 1.3 REFERENCES A. Definitions 1. Construction Survey-The survey measurements made prior to or while construction is in progress to control elevation, horizontal position,dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survey—The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 31,2017 01 7123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 3. Construction Staking—The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey"Field Checks"—Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth—Construction Staking Standards (available on City's Buzzsaw website)—01 71 23.16.01—Attachment A—Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library(fxl)files(available on City's Buzzsaw website)—01 71 23.16.02—Attachment B—Survey Data Collector Library.fxl. 3. Texas Department of Transportation(TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors(TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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 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. Contractor shall submit an updated Construction As-built Spreadsheet with the second partial payment request each month. 3. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements during the progress of the construction signed and sealed by RPLS responsible for the work. 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements after the construction is completed signed and sealed by RPLS responsible for the work. 2. Contractor shall submit the proposed as-built and completed redline drawing submittal 1 week prior to scheduling the project final 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. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 31,2017 01 7123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of S 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. 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. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 31,2017 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 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. 3. General a. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City)of construction features during the progress of the construction including the following: 1) Manholes a) Rim and Bowline elevations and coordinates for each manhole 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (l) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults(All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stub-outs, dead-end lines (10) Air Release valves(Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (l 2) Pressure plane valves (13) Cleaning wyes (14) Casing pipe(each end) (15) Cathodic test stations 3) Sanitary Sewer a) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (l) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Cleanouts b) Manholes and Junction Structures (1) Rim and Bowline elevations and coordinates for each manhole and junction structure. 4) Stormwater—Not Applicable b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City)of construction features after the construction is completed including the following: 1) Manholes a) Rim and Bowline elevations and coordinates for each manhole 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 31,2017 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 (2) Horizontal and vertical points of inflection, curvature, etc.(All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults(All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stub-outs, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves(Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe(each end) (15) Cathodic test stations 3) Sanitary Sewer a) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Cleanouts b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater—Not Applicable 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2- PRODUCTS A. A construction survey will produce,but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations(benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities,easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing,when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent(817-392-7925). 5. Digital survey files in the following formats shall be acceptable: CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 31,2017 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 a. AutoCAD(.dwg) b. Text File(.txt) c. ESRI Shapefile (.shp) d. CSV file (.csv) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.l ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line,these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas,water,telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. I. 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 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 31,2017 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR/RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City,the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey"Field Check"of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks I_ The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or V 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 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised.August 31,2017 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. CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 31,2017 329343-1 TREES AND SHRUBS Page 1 of 17 SECTION 32 93 43 TREES AND SHRUBS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Tree and shrub("plants") planting within street right-of-way and easements and establishment requirements. 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 31 10 00—Site Clearing 4. Section 32 92 13 -Hydromulching, Seeding and Sodding 5. Section 32 91 19 -Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Plant Tree 1. Measurement 1) Measurement for this Item shall be per each by caliper inch. 2. Payment l) 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 tree to be planted by caliper inch. 3. The price bid shall include: 1) Furnishing, installing and establishing trees 2) Hauling 3) Grading and backfilling 4) Excavation 5) Fertilization 6) Water 7) Removing and disposing of surplus material 8) Maintenance and replacement during Establishment Period and Warranty Period 9) Removal of Stakes prior to Establishment Period Inspection 2. Shrubs and Groundcover 1. Measurement 1) Measurement for this Item shall be per each. 2. Payment CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 329343-2 TREES AND SHRUBS Page 2 of 17 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 shrub and groundcover. 3. The price bid shall include: 1) Furnishing, installing and establishing shrubs and groundcover 2) Hauling 3) Grading and backfilling 4) Excavation 5) Fertilization 6) Water 7) Removing and disposing of surplus material 8) Maintenance and replacement during Establishment and Warranty Period 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American National Standards Institute(ANSI): 1. ANSI Z60.1, American Standard for Nursery Stock 3. Hortus Third,The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing Co.,New York. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Tree data: Submit certification from supplier that each type of tree conforms to specification requirements. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Coordination 1. Coordinate with City Forester prior to beginning construction activities adjacent to or that will impact existing trees and shrubs. B. Qualifications 1. Landscaper specialized in landscape and planting work C. Substitutions 1. Not permitted unless approved by City when specified planting material is not obtainable 1. Submit proof of non-availability together with proposal for use of equivalent material. 2. Substitutions of larger size or better grade than specified will be allowed upon approval by City Forester, but with no increase in unit price. CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 329343-3 TREES AND SHRUBS Page 3 of 17 1.10 DELIVERY, STORAGE,AND HANDLING A. Do not remove container grown stock from containers before time of planting. B. Delivery and Acceptance Requirements 1. Ship trees with Certificates of Inspection as required by governing authorities. 2. Label each tree and shrub with securely attached waterproof tag bearing legible designation of botanical and common name. 3. Use protective covering during delivery. 4. Deliver packaged materials in fully labeled original containers showing weight, analysis and name of manufacturer. C. Storage and Handling Requirements 1. Protect materials from deterioration during delivery, and while stored at Site. 2. Do not prune prior to installation. 3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark, break branches, or destroy natural shape. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Warranty Period: at all times after planting and for the duration of the Establishment Period and for one year beyond the Establishment Period. 1. Warranty Period for Landscaping ends same time as warranty period for overall project. B. Contractor shall warrant plants against defects including: 1. Death 2. Unsatisfactory growth 3. Loss of shape due to improper pruning, watering, maintenance or weather conditions. PART 2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS 1. General 1. Plants shall be true to species and variety specified, grown under climatic conditions similar to those in the locality of the project for at least 2 years and have been freshly dug during the most recent favorable harvest season. 2. All plant names and descriptions are as defined in Hortus Third. 3. All plants are to be grown and harvested in accordance with the American Standard for Nursery Stock. 4. Unless approved by the City Forester, plants shall have been grown in a latitude not more than 200 miles north or south of the latitude of the project unless the provenance of the plant can be documented to be compatible with the latitude and cold hardiness zone of the planting location. CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,20I2 329343-4 TREES AND SHRUBS Page 4 of 17 5. All plant materials must be approved by the City prior to purchasing materials. City may inspect nursery or ask for other documentation prior to acceptance of materials 2. Trees ti y ' P f, I Acceptable Unacceptable Figure 1: Main Leader 1. Provide container grown trees which are straight and symmetrical and have persistently preferred main leader. See Figure 1 for reference. Mark the tree's north orientation in the nursery for all deciduous trees grown in the field with a 1-inch diameter spot of white paint on the tree trunk within the bottom twelve inches of the trunk. 2. Crown shall be in good overall proportion to entire height of tree with branching configuration. Tree shall have crown height that is roughly 2/3 of the overall height. An acceptable tree shall not have the crown begin above half the height of the tree. See Figure 2 for Crown Height. For recommended height of trees refer to the tables in Section 2 of ANSI Z60.1 for type and species specified. t C Figure 2: Crown Height CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 329343-5 TREES AND SHRUBS Page 5 of 17 3. Trees designated as balled and burlapped(B&B) shall be properly dug with firm, natural balls of soil retaining as many fibrous roots as possible, in sizes and shapes as specified in the American Standard for Nursery Stock. Balls shall be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface of ball. Trees with loose, broken, processed, or manufactured root balls will not be accepted, except with special written approval before planting. Burlap to be removed from top 1/3 of rootball when planted. 4. Where clump is specified, furnish plant having minimum of three stems originating from common base at ground line. 5. Measure trees by average caliper of trunk as follows: 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches above top of root ball. 2) For trunks more than 4 inches, measure caliper 12 inches above top of root ball. 3) Caliper measurements a) By diameter tape measure b) Indicated calipers on Drawings are minimum c) Averaging of plant caliber: not permitted 6. Trees shall conform to following requirements: 1) Healthy 2) Vigorous stock 3) Grown in recognized nursery 4) Free of. a) Disease b) Insects c) Eggs d) Larvae e) Defects such as: (1) Knots (2) Sun-scald (3) Injuries (4) Abrasions (5) Disfigurement (6) Borers and infestations 3. Soil Products 1. Topsoil: See 32 91 19. 2. Peat moss and fertilizer: Use material recommended by City Forester for establishment of healthy stock after replanting. 3. All planting beds to be top dressed with a minimum of 3" "Rustic Cut Hardwood Mulch" by Soil Building Solutions (or approved equal) and meet the following conditions 1) pH: 6.5-8.5 2) It shall be free of man-made foreign matter, lumber,treated materials, pallets, grass and leaves. 3) No particle size should exceed 3.5" in length. 4. All landscape bed areas to be prepared using "Ready to Plant Bedding Mix" by Soil Building Solutions(or approved equal)and meet the following conditions CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 329343-6 TREES AND SHRUBS Page 6 of 17 1) It shall be a mixture of 50%compost with 50% screened and weed-free native soil and screened sharp sand. 2) 98.5% of the planting bed soil particles will pass through a 1/2 inch screen and 99% or more shall pass through a 3/4 inch screen. 3) Color will be a medium brown with a weight of 1900-2250 lbs. per cubic yard(depending on the moisture content.) 4) Install to depths per planting details (8" depth min.) 5) Finished grades of planting beds to be 2" below finished grade of adjacent paving or as shown on grading plan. 4. Stakes and Guys 1. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. 2. Where applicable for anchoring trees, use wood deadmen: 1) Minimum: 2-inch by 4-inch stock 2) Minimum: 36 inches long and buried 3 feet. 3) Provide white surveyor's plastic tape for flagging tree guys. 5. Tree Wrap, Twine and Seal 1. Wrap 1) First quality 2) Bituminous impregnated tape 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and having qualities to resist insect infestation 2. Twine 1) Lightly tarred, medium-coarse sisal(lath)yarn 2) Do not use nails or staples to fasten wrapping 3. Seal: Commercially available tree wound dressing specifically produced for use in sealing tree cuts and wounds 6. Water: clean and free of industrial wastes or other substances harmful to the growth of the tree 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Notify City, prior to installation, of location where trees that have been selected for planting may be inspected. B. Plant material will be inspected for compliance with following requirements. 1. Genus, species, variety, size and quality 2. Size and condition of balls and root systems, insects, injuries and latent defects PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General Protect structures, utilities, sidewalks, pavements, and other facilities and turf areas and existing plants from damage caused by planting operations. CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 329343-7 TREES AND SHRUBS Page 7 of 17 B. Install erosion-control measures to prevent erosion or displacement of soils and discharge of soil bearing. C. Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, adjust locations when requested,and obtain Architect's acceptance of layout before excavating or planting. Make minor adjustments as required. D. Lay out plants at locations directed by Architect. Stake locations of individual trees and shrubs and outline areas for multiple plantings. E. Apply anti-desiccant to trees and shrubs using power spray to provide an adequate film over trunks(before wrapping), branches, stems,twigs, and foliage to protect during digging, handling, and transportation. F. Water runoff or airborne dust to adjacent properties and walkways Schedule work so that planting can proceed rapidly as portions of site become available. G. Plant trees after final grades are established and prior to seeding or sodding. H. When planting of trees occurs after seeding work, protect seeded areas and promptly repair damage to seeded areas resulting from tree planting operations in compliance with requirements of Section 32 92 13. I. Layout individual trees at locations shown on Drawings. J. In case of conflicts, notify City before proceeding with work. K. Stake trees for City approval. L. Preparation of Planting Soil 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. 2. Strip and utilize 4 inch layer of top soil from existing ground. 3. Delay mixing of fertilizer when planting will not follow placing of planting soil within 48 hours. 4. Incorporate amendments into soil as part of soil preparation process prior to fine grading, fertilizing, and planting. 5. Broadcast or spread amendments evenly at specified rate over planting area. 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until amendments are pulverized and have become homogeneous layer of topsoil ready for planting. 3.4 INSTALLATION A. Planting Area Establishment Loosen subgrade of planting areas to a minimum depth of 6 inches. Remove stones larger than 1 inch in any dimension and sticks, roots,rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil. Delay mixing fertilizer with planting soil if planting will not proceed within a few days. 2. Spread planting soil to a depth of 6 inches but not less than required to meet finish grades after natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. Spread approximately one-half the thickness of planting soil over loosened subgrade. Mix thoroughly into top 2 inches of subgrade. Spread remainder of planting soil. CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 329343-8 TREES AND SHRUBS Page 8 of 17 B.Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. Finish Grade shall be below finish grade of building for proper drainage away from building. 1. Before planting, obtain Architect's/Engineer's or City Agent's acceptance of finish grading; once that approval is granted,then the Contractor may install the plantings. Please note any planting installed prior to finish grading approval are subject to rejection. Once plantings are installed restore planting areas if eroded or otherwise disturbed to finished grade. 2. Application of Mycorrhizal Fungi: At time directed by Architect/Engineer or City Agent, broadcast dry product uniformly over prepared soil at application rate indicated on Drawings. 3. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for proper drainage. 2. Provide following minimum widths: 1. 15 gallon containers or larger, 2 feet wider than diameter of root ball 2. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 3. When conditions detrimental to plant growth are encountered, such as unsatisfactory soil, obstructions,or adverse drainage conditions, notify City before planting. 4. Deliver trees after preparations for planting have been completed and plant immediately. 5. When planting is delayed more than 6 hours after delivery 1. Set trees and shrubs in shade. 2. Protect from weather and mechanical damage. 3. Keep roots moist by covering with mulch, burlap, or other acceptable means of retaining moisture, and water as needed. 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in positioning or moving the tree in the planting area. 7. Remove plastic,paper, or fibrous pots from the containerized plant material. Pull roots out of the root gnat, and cut circling roots with a sharp knife. Loosen the potting medium and shake away from the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. 8. Cut ropes or strings from the top of root balls and trees after plant has been set. Remove burlap or cloth wrapping and any wire baskets from around top half of balls. Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped trees in the hole with the north marker facing north. 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 10. Place plants at level that, after settlement, natural relationship of plant crown with ground surface will be established. 11. When set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 329343-9 TREES AND SHRUBS Page 9 of 17 12. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. 13. Repeat watering until no more water is absorbed. 14. Dish top of backfill to allow for mulching. 15. Mulch pits,trenches and planted areas. All trees, shrubs and other plantings will be mulched with mulch previously approved by the City Forester. The mulch on trees and shrubs shall be to the depths shown on the drawing. Mulch must not be placed within 3 inches of the trunks of trees and shrubs. 16. Provide 2 to 4 inch thickness of mulch,work into top of backfill, and finish level with adjacent finish grades. 17. Cover entire root ball. 18. Prune 1. Plants shall not be heavily pruned at the time of planting. Pruning is required at planting to correct defects in the tree structure, including removal of injured branches, double leaders,watersprouts, suckers, and interfering branches. Healthy lower branches and interior small twigs should not be removed except as necessary to clear walks and roads. In no case should more than 1/4 of the branching structure be removed. Retain the normal shape of the plant. 2. All pruning shall be completed using clean sharp tools. All cuts shall be clean and smooth, with the bark intact with no rough edges or tears. 3. Except in circumstances dictated by the needs of specific pruning practices, tree paint shall not be used. The use of tree paint shall be only upon approval of the City Forester. Tree paint,when required, shall be paint specifically formulated and manufactured for horticultural use. 19. Prune trees to retain required height and spread. 20. Do not cut tree leaders, and remove only injured and dead branches from flowering trees. 21. Remove and replace excessively pruned or misformed stock resulting from improper pruning. 22. Inspect tree trunks for injury, improper pruning and insect infestation and take corrective measures. 23. Guy and stake trees immediately after planting. B. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during dormant growth season. 2. Provide tree spade of adequate size as directed by City Forester. 3.5 GROUND COVER AND PLANT PLANTING A. Prior to installation mark all tree location and planting locations with paint and contact the Architect/Engineer or City Agent for approval. Any plantings installed without an approved location will be subject to rejection by Agent and plantings may be required to be replaced and relocated at no cost to the City. CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 329343-10 TREES AND SHRUBS Page 10 of 17 B. City to inspect all plantings prior to installation. Contractor must schedule an inspection with City Agent 10 business days prior to delivery. Any canceled inspection will require minimum 3 business day notice for rescheduling. C. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. If root flare is not visible, remove soil in a level manner from the root ball to where the top-most root emerges from the trunk. After soil removal to expose the root flare, verify that root ball still meets size requirements. D. Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; do not break. E. Set container-grown stock plumb and in center of planting pit or trench with root flare 2 inches above adjacent finish grades. F. Use planting soil planting plan for backfill. G. Carefully remove root ball from container without damaging root ball or plant. H. Backfill around root ball in layers,tamping to settle soil and eliminate voids and air pockets. L When planting pit is approximately one-half filled,water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. J. Place planting tablets in each planting pit when pit is approximately one-half filled; in amounts recommended in soil reports from soil-testing laboratory. Place tablets beside the root ball about 1 inch from root tips; do not place tablets in bottom of the hole. K. Continue backfilling process. Water again after placing and tamping final layer of soil. L. When planting on slopes, set the plant so the root flare on the uphill side is flush with the surrounding soil on the slope; the edge of the root ball on the downhill side will be above the surrounding soil. See Figure 3. r: Mulch Root Ball Backfill Figure 3: Planting on a slope M. Apply enough soil to cover the downhill side of the root ball. N. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for proper drainage. CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 32 93 43-11 TREES AND SHRUBS Page I I of 17 O. Provide following minimum widths: 1. 15 gallon containers or larger, 2 feet wider than diameter of root ball 2. 1 and 5 gallon containers, 6 inches wider than diameter of root ball P. When conditions detrimental to plant growth are encountered, such as unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before planting. Q. Deliver trees after preparations for planting have been completed and plant immediately. R. When planting is delayed more than 6 hours after delivery 1. Set trees and shrubs in shade. 2. Protect from weather and mechanical damage. 3. Keep roots moist by covering with mulch, burlap, or other acceptable means of retaining moisture, and water as needed. S. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in positioning or moving the tree in the planting area. T. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull roots out of the root mat, and cut circling roots with a sharp knife. Loosen the potting medium and shake away from the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. U. Cut ropes or strings from the top of root balls and trees after plant has been set. Remove burlap or cloth wrapping and any wire baskets from around top half of balls. Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped trees in the hole with the north marker facing north. V. Set root ball on undisturbed soil in center of pit or trench and plumb plant. W. Place plants at level that, after settlement,natural relationship of plant crown with ground surface will be established. X. When set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. Y. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. Z. Repeat watering until no more water is absorbed. Dish top of backfill to allow for mulching. 1. Mulch pits,trenches and planted areas. All trees, shrubs and other plantings will be mulched with mulch previously approved by the City Forester. The mulch on trees and shrubs shall be to the depths shown on the drawing. Mulch must not be placed within 3 inches of the trunks of trees and shrubs. 2. Provide 2 to 4 inch thickness of mulch,work into top of backfill, and finish level with adjacent finish grades. 3. Cover entire root ball. 4. Prune CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02696 Revised December 20,2012 32 93 43-12 TREES AND SHRUBS Page 12 of 17 1. Plants shall not be heavily pruned at the time of planting. Pruning is required at planting to correct defects in the tree structure, including removal of injured branches,double leaders,watersprouts, suckers,and interfering branches. Healthy lower branches and interior small twigs should not be removed except as necessary to clear walks and roads. In no case should more than 1/4 of the branching structure be removed.Retain the normal shape of the plant. 2. All pruning shall be completed using clean sharp tools.All cuts shall be clean and smooth,with the bark intact with no rough edges or tears. 3. Except in circumstances dictated by the needs of specific pruning practices,tree paint shall not be used.The use of tree paint shall be only upon approval of the City Forester. Tree paint,when required, shall be paint specifically formulated and manufactured for horticultural use. 5. Prune trees to retain required height and spread. 6. Do not cut tree leaders, and remove only injured and dead branches from flowering trees. 7. Remove and replace excessively pruned or misformed stock resulting from improper pruning. 8. Inspect tree trunks for injury, improper pruning and insect infestation and take corrective measures. 9. Guy and stake trees immediately after planting. AA. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during dormant growth season. BB.Provide tree spade of adequate size as directed by City Forester. 3.6 REPAIR/RESTORATION [NOT USED] 3.7 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. City may reject unsatisfactory or defective material at anytime during progress of work. B. Remove rejected trees immediately from site and replace with specified materials. C. Plant material not installed in accordance with these Specifications will be rejected. D. After planting and prior to the Establishment Period,the contractor is responsible for all maintenance and work to be performed. The Contractor is responsible for any landscaping items that die prior to the end of Establishment Period. E. A Final Inspection shall be scheduled between the City and Contractor prior to acceptance and the beginning of the Establishment Period for the landscaping. This can be together or separate from the Final Inspection for the overall project. A punch list will made of landscaping items to replace. Upon completion of the punch list,the contractor shall submit in writing that the punch list has been complete and is ready for the establishment period to begin, email is acceptable. The establishment period shall begin upon written confirmation from the City that the punch list is complete, email is acceptable,or 10 business days after Contractor has submitted completion of punch list in writing. CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 32 93 43-13 TREES AND SHRUBS Page 13 of 17 1. During the Establishment Period the contractor is responsible for all maintenance and work to be performed. The Contractor is responsible for any landscaping items that die during the Establishment period. F. An inspection to determine acceptance will be conducted by City at end of the Establishment Period. A punch list will be made of landscaping items to replace. Upon completion of the punch list, the contractor shall submit in writing that the punch list has been complete and is ready for the warranty period to begin, email is acceptable. The warranty period shall begin upon written confirmation from the City that the punch list is complete, email is acceptable, or 10 business days after Contractor has submitted completion of punch list in writing. 1. During the Warranty Period the City is responsible for all maintenance and work to be performed. The Contractor is responsible for replacement of any landscaping items that die during the warranty period not caused by the following factors; lack of water, lack of maintenance, impact from vehicle, severe weather. G. Warranty periods provided for in paragraph 1.12A. 1. An inspection to determine final project acceptance will be conducted by the City at the end of the Warranty Period. A punch list will be made of landscaping items to replace. Upon completion of the punch list,the contractor shall submit in writing that the punch list has been complete and is ready for the warranty period to end, email is acceptable. The warranty period shall end upon written confirmation from the City that the punch list is complete, email is acceptable, or 10 business days after Contractor has submitted completion of punch list in writing. 2. After Warranty Period has ended,the City accepts all maintenance, work and responsibility for all Landscaping Items. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. During planting work, keep pavements clean and work area in orderly condition. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On-site burning of combustible cleared materials shall not be permitted. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect planting work and materials from damage due to planting operations. B. Maintain protection during installation and maintenance period. C. Treat, repair, or replace damaged planting work. 3.13 ESTABLISHMENT A. Establishment Period shall be 12 months after verification of satisfactory installation of plants. B. During the Establishment Period if a work schedule and frequency are not shown on the Drawings, perform the minimum requirements shown below: CITY OF FORT WORTH 2014 C1P YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 32 93 43-14 TREES AND SHRUBS Page 14 of 17 1. General: a.) The Contractor shall furnish all labor,materials, supplies and equipment required to establish,maintain and protect the planted and seeded areas,for a one year plant establishment period from date of acceptance of the initial planting operations. However,maintenance activities shall commence immediately after each item is planted or when areas have been seeded. b.) The Contractor shall supply a maintenance schedule to the Engineer,thirty(30) days prior to the inspection prior to the Establishment Period. The Contractor shall be responsible for protection of this work during the Establishment period, and shall repair and replace all materials and seeded areas damaged within the scope of the Work. c.) Turf shall be maintained with a finished mower and mowed on a minimum 14- 21 day mowing cycle unless otherwise specified by the City. a. Mow height shall be 3"-4"finish mowers. 2. Watering a.) A proposed watering schedule shall be submitted to the Engineer thirty(30) days prior to installation of plant materials. The Contractor shall deep water all trees and shrubs,providing water penetration throughout the root zone to the full depth of the planting pits. b.) The Contractor shall deep water all trees and shrubs twice a week during the maintenance period. Watering shall cease at first hard frost in the fall and shall resume upon ground thaw in the spring. c.) If at any time during the maintenance period weather conditions(such as extended period with no rain or continuous drying winds)cause the plant root zone to dry out,the Engineer may direct the Contractor to deep water all trees and shrubs. Contractor shall provide supplemental watering immediately at no additional cost to the Municipality. d.) Water application shall be applied at a rate that will provide moisture penetration throughout the entire root zone with a minimum of water run-off. Should soil conditions be encountered that are not conducive to water absorption,the Contractor shall take whatever corrective actions that may be required to correct this condition,without additional cost to the Owner. e.) Turf, seeded,bulb areas and annual flower beds shall be watered at such frequency as weather conditions require to maintain soil moisture within the root zone. When establishing turf and seeded areas,the soil shall be watered often enough to maintain a moist seedbed to promote healthy seed germination resulting in an even and uniform coverage. 3. Pruning CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 32 93 43-15 TREES AND SHRUBS Page 15 of 17 a.) Pruning shall only be conducted for repair or as specified by the Engineer. Pruning shall conform to ANSI 300 Standards and shall be done by a certified arborist. Dead, broken or damaged branches may be pruned at any time. Pruning for form shall begin the year after installation. No tree shall be topped. Any tree damaged by improper pruning shall be replaced by the Contractor. 4. Staking and Guying a.) Stakes and guys,where used, are to be inspected and adjusted as necessary throughout the Establishment Period to prevent girdling of trunks or branches, and to prevent rubbing that causes bark wounds. Damaged or missing tree stakes shall be immediately replaced by the Contractor at no additional cost to the Owner. Stakes shall be removed prior to the end of the Establishment Period. 5. Plant Repair and Replacement a.) The Contractor shall repair/replace damaged plant materials,regardless of cause, immediately. If City Agent inspects site and notice dead plant material. The contractor shall have 15 business days to replace planting regardless of cause and then notify City of replacement for acceptance and inspection. The Contractor shall catalog all replacement as extended warranties may be required prior to Warranty Period inspection. Repair shall include pruning, guying, staking, etc., as necessary. Should repair of plant materials reduce their acceptance to less than minimum specified conditions,the Contractor shall replace plants with specified plant replacements at no additional cost to the Owner. 6. Fertilization a.) If the constitution or maintenance period extends into a second growing season, up to three representative soil tests from the project site shall be taken by the Contractor and submitted to an approved testing lab for fertility testing and submitted to the City within 7 business days unless otherwise agreed upon by City Agent. The results of these tests and recommendations for fertilization and limestone application shall be provided to the Engineer and will be the basis for establishing required application rates. All necessary applications shall be completed 30 days prior to the Establishment Period beginning. b.) Formulations will vary according to size. CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 32 93 43-16 TREES AND SHRUBS Page 16 of 17 7. Diseases and Pests a.) The Contractor shall coordinate with the Engineer in the event that disease invasive plant infestation, or pest problems are observed on plants within a Project area. The Contractor and the Engineer shall formulate an Integrated Pest Management program to control the disease, invasive plants, or pests. The IPM program can use biological physical, cultural, mechanical, behavioral, and chemical methods to resolve the issue. Chemical pesticides are to be used only when other options are not feasible or effective. If pesticides are used,the least toxic pesticide to accomplish the task shall be used. b.) The Contractor shall apply all materials in complete compliance with all State, Federal, and Local regulations, and shall supply the Engineer written proof of their safety and acceptability by State, Federal and Local jurisdictions. c.) In the event a"restricted use"pesticide is to be applied, the Contractor shall obtain appropriate permits and certifications(according to current Pesticide Control)from the State of Texas, governing entity. Proof of certification shall be transmitted to the Engineer prior to application of the chemicals. 8. Weeding a.) The Contractor shall maintain all areas in a weed-free condition. Weed removal shall be a routine maintenance activity. 9. Cleanup b.) The Contractor shall keep the project site clean and free of all trash and excess equipment,materials, rubbish, including tags, wire, burlap,ribbon, and all debris found within the Project limits, including all roads and trails utilized during Construction. Cleanup will be one of the conditions to be met prior to acceptance of landscape installation and Final Acceptance. 10. Other Tree and Shrub Maintenance a.) To protect coniferous trees during the winter from excessive desiccation, apply an anti-desiccant such as"Wilt-Pruf'(or approved equal)prior to the winter shut-down period. Complete coverage of all foliage is required. 11. Inspection a.) The Engineer shall make periodic maintenance inspections of the work. All deficiencies noted shall be corrected within fifteen(15) calendar days from written notice, at no additional cost to the Owner. All delays beyond the fifteen-day period shall result in an equal number of days added to the one year plant establishment period. CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 32 93 43-17 TREES AND SHRUBS Page 17 of 17 C. Failure of Contractor to perform during the Establishment Period shall entitle the City to make demand on Contractor and/or its Surety under either the Performance Bond or Maintenance Bond. D. The replacement of a Landscaping item shall require a 3 month Replacement Establishment Period, regardless of proximity to the end of the original Establishment Period. If an item in the irrigation controller box is replaced, any landscape items impacted by that irrigation controller will require a 3 month Replacement Establishment period, regardless of proximity to the end of the original Establishment Period. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 2014 CIP YEAR—Contract 9 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 20,2012 33 11 10-1 DUCTILE IRON PIPE Page I of 14 SECTION 33 11 10 DUCTILE IRON PIPE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. 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 01 31 —Closed Circuit Television(CCTV)Inspection 4. Section 33 04 10—Joint Bonding and Electrical Isolation 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 7. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 8. Section 33 11 05—Bolts,Nuts, and Gaskets 9. Section 33 11 11 —Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting,manhole, or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot for"DIP" installed for: a) Various sizes b) Various types of backfill c) Various linings d) Various Depths, for miscellaneous sewer projects only e) Various restraints f) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 2) Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non-restrained,mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials(AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A]93, 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. B117, 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 33 11 10-3 DUCTILE IRON PIPE Page 3 of 14 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines- Enamel and Tape-Hot Applied. b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. 6. American Water Works Assoc iation/American National Standards Institute (AW WA/ANSI): a. C 104/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. c. CI I I/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. d. C 115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e. C 150/A21.50,Thickness Design of Ductile-Iron Pipe. f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 7. NSF International (NSF): a. 61, Drinking Water System Components-Health Effects. 8. Society for Protective Coatings(SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 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. Interior lining a. If it is other than cement mortar lining in accordance with AWWA/ANSI C 104/A21.4, including: 1) Material 2) Application recommendations 3) Field touch-up procedures 2. Thrust Restraint a. Retainer glands,thrust harnesses or any other means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings—Furnish for Ductile Iron Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made, and that all tests have been performed in accordance with A W WA/ANSI C 151/A21.5 1. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 a) Perform quality control tests and maintain results as outlined within standard to assure compliance. 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. B. Preconstruction Testing 1. The City may, at its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as stated in AWWA M41. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 33 11 10-5 DUCTILE IRON PIPE Page 5 of 14 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI CI I I/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 was cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. CITY OF FORT WORTH [Insert Project Namel STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Numberl Revised December 20,2012