Loading...
HomeMy WebLinkAboutContract 51923 ll` 5i�a3 9RTWORT PROJECT MANUAL FOR THE CONSTRUCTION OF WESTSIDE V— PART 2 — 24 & 16-INCH WATER MAIN City Project No. 100378 Betsy Price David Cooke Mayor City Manager Chris Harder, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department 11/14/2018 OF 101 November 2018 r.:::......:......... ..� TYLER W. KAY 118717 r L• Prepared by: Kimley ))) Horn Texas Registered Engineering Firm F-928 RECE�V�� KHA No. 061018164 Jos C\C�y SEGEt�AR� 1, FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 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 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 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 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 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 0132 16 Construction Progress Schedule 01 32 33 Preconstruction Video 013300 Submittals 01 35 13 Special Project Procedures 01 45 23 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 PIan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 0177 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH WESTSIDE V —PART 2— 24&I6-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31 -Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments Division 33 -Utilities 3305 10 Utility Trench Excavation,Embedment, and Backfill 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 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 egVoint.buzzsaw.com/client/fortworth gov/Resources/02%20- %20Construction%2ODocumentLSpec ifications Division 03 -Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) Division 31 -Earthwork 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 37 00 Riprap Division 32-Exterior Improvements 32 11 23 Flexible Base Courses 32 13 13 Concrete Paving 32 13 73 Concrete Paving Joint Sealants 32 31 26 Wire Fence and Gates 3292 13 Hydro-Mulching, Seeding, and Sodding Division 33 -Utilities 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 05 13 Frame, Cover and Grade Rings--Cast Iron 33 05 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 0520 Auger Boring 33 05 22 Steel Casing Pipe 33 0524 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 0526 Utility Markers/Locators 33 0530 Location of Existing Utilities 33 1105 Bolts,Nuts, and Gaskets 33 1220 Resilient Seated Gate Valve CITY OF FORT WORTH WESTSIDE V --PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1260 Standard Blow-off Valve Assembly 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes Division 34-Transportation 3471 13 Traffic Control TxDOT Standard Specifications List The following are governing specifications for the Westside V 24 & 16-Inch Water Main project in Fort Worth,Texas. All specifications applicable to construction for this project are identified as follows: Applicable specifications listed below can be found on TxDOT's website at the address below: I fts://www.txdot.gov/business/resources/txdot-specifications.htmi Items l -9 Item 164 Seeding for Erosion Control Item 166 Fertilizer Item 168 Vegetative Watering Item 360 Concrete Pavement Item 400 Excavation and Backfill for Structures Item 421 Hydraulic Cement Concrete Item 440 Reinforcement for Concrete Item 464 Reinforced Concrete Pipe Item 467 Safety End Treatment Item 502 Barricades, Signs,and Traffic Handling(Traffic Control) Item 506 Temporary Erosion, Sedimentation, and Environmental Controls Item 530 Intersections,Driveways,and Turnouts Appendix GC-4.01 Availability of Lauds GC-4.02 Subsurface and Physical Conditions GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,100378 Revised February 2,2016 City or Vortt Worths 'texas Mayor and Council Communication COUNCIL ACTION: Approved on 1/29/2019 - Ordinance No. 23544-01-2019 & Resolution No. 5035-01-2019 DATE: Tuesday, January 29, 2019 REFERENCE NO.: **C-29014 LOG NAME: 60WSIDEVP2WMAIN-MOUNTAINC SUBJECT: Authorize Execution of a Contract with Mountain Cascade of Texas, LLC, in the Amount of$2,972,194.00 for Westside V Part 2, 16/24-inch Water Main Project, Provide for Project Costs for a Project Total in the Amount of$5,177,292.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 3) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt for the Westside V Part 2, 16124-inch Water Main Project; 2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water& Sewer Commercial Paper Fund in the amount of$3,428,082.00; and 3. Authorize the execution of a contract with Mountain Cascade of Texas, LLC, in the amount of $2,972,194.00 for the Westside V Part 2, 16/24-inch Water Main Project, located in west Fort Worth and the City's Extra Territorial Jurisdiction (City Project No. 100378) DISCUSSION: Growth within west Fort Worth and its Extra Territorial Jurisdiction (ETJ) requires the installation of pump stations, water storage facilities and transmission mains in order to provide reliable water service to existing and proposed developments and as required for compliance with state regulatory requirements related to public water system design and operations. On November 17, 2015, the City Council approved the construction of a booster pump station to provide service to portions of the Walsh Ranch and Morningstar developments. This Mayor and Council Communication provides for the construction of a 16/24-inch water transmission main to connect the pump station to a proposed elevated storage tank for improved levels of service. Construction of the project was advertised for bid on November 15, 2018 and November 22, 2018 in the Fort Worth Star-Telegram. On December 13, 2018 the following bids were received: BIDDER AMOUNT TIME OF COMPLETION Mountain Cascade of Texas, LLC $2 972 194.00 11365 Calendar Days Jackson Construction, Ltd E$3,296,623.25 Fdii Construction Company F$3,352,198.70 http://apps.efwnet.org/ecouncil/printinc.asp?id=26679&print=true&DoeType=Print 1/31/2019 IVenus Construction Company 11$3,398,593.60 Ark Construction Services $3,672,721.00 In addition to the contract cost, $307,278.00 is required for Project Management, inspection and material testing and $148,610.00 is provided for project contingency. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one- percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short- term financing source, another funding source will be required, which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2018-2022 Five Year Capital Improvement Plan on September 26, 2017. This City Council adopted plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. if that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Construction is anticipated to commence in March, 2019 and be completed by March, 2020. This project will have no impact on the Water Department' s Operating Budget when complete. M/WBE OFFICE: Mountain Cascade of Texas, LLC, is in compliance with the City's BDE Ordinance by committing to seven percent MBE participation on this project. The City's MBI; goal on this project is five percent. The project is located in COUNCIL DISTRICT 3 and the City's Extra Territorial Jurisdiction. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in Water& Sewer Commercial Paper Fund for the Westside V Part 2, 16124-inch Water Main Project. The Water and Sewer Commercial Paper Fund includes authority of$150,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer, the balance will be $83,996,680.00 for future capital projects. Funding for the Westside V Part 2, 16124-inch Water Main project is as depicted below: FUND Existing INpropriations ditional Project Total` Appropriations Water/Sewer Bond 2016 Fund - 56005 $256,110.00 1r$0.00 F$256,110.00 Water & Sewer Bond 2017A 1$893,100.00 $0.00 $893,100.00 Fund - 56011 1� 7 W& S Capital Proj 2018 Fund - $600,000.00 $0.00 $600,000.00 56014 http://apps.cfwnet.org/ecouncil/printmc.asp?id=26679&print=true&DocType=Print 1/31/2019 Water & Sewer Commercial $0.00 $31428,082.00 $3,428,082.00 Paper Fund 56016 Project Total $1,749,210.0=0=1$3,428,082.00--i$5,177,292-00 * Numbers rounded for presentation. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project Program ctivityBudget Reference Amount L ID I® Year (Chartfield 2) FROM _ IFVndl Department ccoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 CERTIFICATIONS; Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Rakesh Chaubey (6051) ATTACHMENTS 1. 60WSIDEVP2WMAIN-MOUNTAINC Compliance Memo.pdf (CFW Internal) 2. 60WSIDEVP2WMAIN-MOUNTAINC FID Table (Dan).docx (CFW Internal) 3, 60WSIDEVP2WMAIN-MOUNTAINC Form 12952019-437343 Redacted.pdf (Public) 4. 60WSIDEVP2WMAIN-MOUNTAINC_MAP.pdf (Public) 5. 60WSIDEVP2WMAIN-M0UNTAINC SAM.pdf (CFW internal) 6. 60WSIDEVP2WMAIN-MOUNTAINC- REIMB RESOI_UTION.docx (Public) 7. 60WSIDEVP2WMAIN-MOUNTAINC 56016 4019.docx (Public) http://aptps.efwnet.org/ecouncil/printme.asp?id-26679&print=true&DoeType=Print 1/31/2019 000510-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION(M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. M&C insert shall he on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH WESTSIDE V --PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE V—PART 2—24& 16-INCH WATER MAIN City Project No. 100378 Addendum No. 1.Issue Date: December It,2018 Bid Receipt Date: December 13,2018 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. CLARIFICATIONS The Proposed 10' Temporary Construction Easement is anticipated to expire on December 15, 2020. SPECIFICATIONS • Specification 00 2113—Instruction to Bidders o Delete Sections 3.1.1, 3.1.2,and 3.1.3 and Replace with the following: 3.1.1 Paving--Requirements document located at; htWs:Hprojectpoint.buzzsaw.com,forrworthgov/Resources/026/a2.0- %o20ConstructionVo2ODocuments/Contractor%2OPregalifcationfrPW%20Pavin ./o2OContra ctor%20Pregualiftcation%20Praeram�/PREOUALIFICATION%g20REQUlR.EMENTS%20FO R%20PAV1NG/o2000NTRACTORS. dP ublic 3.1.2 Roadway and Pedestrian Lighting—Requirements document located at; ht s:// rojeet oint.buzzsaw.com/fortworth ov/Rescurces/02`/`20- %20Construction%20Documents/Contractor%20Pre ualificationfIPW%20Roadwa %20and %20Pedestrian%2OLi htin %2OPre ualification%o2OPra ram/STREET%20LIGHT%20PRE UAL%20RE MNTS. dV ublic 3.1.3 Water and Sanitary Sewer—Requirements document located at; https://proj eetpoint.buzzsaw.com/fortwortheoy/R`esources/UZ%20- %o20Construction%2ODocuments/Contractor%2OPrequalification/Water%20and%2OSan itar %20Sewer%2OPrequalification%2OProgam/Water%2Oand%20san itay/o2Osewer%20constru ction%24-o o20contractor%20 re ualification%20re uirements.doc? ublic • Specification 00 42 43—Proposal Form o The proposal form is hereby replaced with the proposal form attached to this document. ADDENDUM NO. 1 ADDENDUM NO. i CONSTRUCTION PLANS p read as follows: Sheet 2-- Note$under Project Specific Notes to „....,.__ o "Contractor shall secure trench at night-by means of fencing that will withstand intrusions from livestock.The cost of fencirig shall be considered subsidiary to the cost of the project. Any damage or injury to livestock due to construction activity shall be-the sole responsibility of the contractor." ® Sheet 2—Add Note 9 under Proiect Specific Notes to read as follows: o "The elevated storage tank contractor will be accessing their site using a Proposed 24' Temporary Construction Access Easement from:the north side of the Beggs property. This easement is anticipated to expire on April 15,2020. It is the intent that the elevated tank contractor uses the proposed access road from FM 3325 if the access easement expires prior to completion of the tank project. Contractor shall complete the water line and access road on the Beggs property prior to April 1,2020." All other provisions of the contract documents,pians and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Christopher Harder,P.E. RECEIPT ACKNOWLEDGED: �." Director,Water Department By: t., By: � Christopher Harder,P.E. Company: W1"9 , W W ��I� K ADDENDUM NO. I 001113-1 INVITATION TO BIDDERS Pagel oft 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of WESTSIDE V—PART 2—24 & 16-INCH WATER MAIN 5 —CITY PROJECT NO. 100378 will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 200 Texas Street 10 Fort Worth, Texas 76102 11 until 1:30 P.M. CST,Thursday, December 13,2018,and bids will be opened publicly and read 12 aloud at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the(approximate) following. 6,675 LF of 24"water main by open 16 cut, 565 LF of 42"steel casing by other than open cut with 24"water main carrier pipe, 2,105 LF 17 of 16"water main and 7,200 LF of 14' wide flex base access road. 18 19 PREQUALIFICATION 20 The improvements included in this project must be performed by a contractor who is pre- 21 qualified by the City at the time of bid opening. The procedures for qualification and pre- 22 qualification are outlined in the Section 00 21 13 INSTRUCTIONS TO BIDDERS. 23 24 DOCUMENT EXAIVIINATION AND PROCUREMENTS 25 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 26 of Fort Worth's Purchasing Division website at W://www.fortworthtexas.aov/purchasina! and 27 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 28 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 29 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 30 Parties Form 1295 and the form must be submitted to the Project Manager before the 31 contract will be presented to the City Council. The form can be obtained at 32 htips://www.ethics.state.tx.us/tec'12954nfo.htm . 33 34 Copies of the Bidding and Contract Documents may be purchased from Kimley-Horn which is 35 Iocated as follows: Suite 1300, 801 Cherry Street, Unit 11, Fort Worth, TX,76102 36 37 The cost of Bidding and Contract Documents is: 38 Set of Bidding and Contract Documents with half size(if available) drawings: $60 39 40 PREBIDCONFERENCE 41 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 42 BIDDERS at the following location, date, and time: 43 DATE: December 4, 2018 44 TIME: 11:00 A.M. 45 PLACE: 12200 Old Weatherford Road 46 Fort Worth, Texas 76008 47 LOCATION: Westside Plant Conference Room 48 49 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100373 Revised December 22,2016 00 11 13-2 INVITATION TO BIDDERS Paget of 1 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 2 City reserves the right to waive irregularities and to accept or reject bids. 3 4 INQUIRIES 5 All inquiries relative to this procurement should be addressed to the following: 6 Attn: David Townsend, P.E., City of Fort Worth 7 Email: David.Townsend@fortworthtexas.gov 8 Phone: 817-392-8430 9 AND/OR 10 Attn: Jenifer Tatum, P.E., Kimley-Horn and Associates 11 Email: Jenifer.tatum@kimley-horn.com 12 Phone: 817-335-6511 13 14 ADVERTISEMENT DATES 15 November 15, 2018 16 November 29, 2018 17 18 END OF SECTION CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-WC14 WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 22,2016 0021 13-1 INSTRUCTIONS TO BIDDERS Page I of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00- GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving--Requirements document located at; 40 _ _ °- 41 u�c--( ° 0 0 42 - 43 1AREME T-Snnrm 'n A GT-0 CPD ?ytt li- 44 45 ht pss•//projegVoint.buzzsaw.com/fortworthgov/Resources/02%20- 46 Q %20Construction%2ODocuments/Contractor%20Pr ualifieation/TPW%2OPayin 47 %20Contractor%2OPre ualification%2OPro am/PRE UALIFICATION%20RE 48 UIREMENTS%20FOR%20PAVMG%24CONTRACTORS.pdf?public 49 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised August 21,2015 Addendum No. I 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 2 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 3 ° 4 ° 0 0 5 0 ° _.._ o ._ o 6 0 0 8 hfts://projegVoint.buzzsaw.com/fortworthgov/Resources/02%20- 9 Al %20Construction%2ODocuments/Contractor%2OPreualification/TPW%2ORoadwa 10 /o20and%2OPedestrian%2OLi htin %2OPre uali ication1/o20Pro am/STREET%2 11 OLIGHT%o2OPREQUAL%20REQMNTS.pdV ublic 12 13 3.1.3. Water and Sanitary Sewer--Requirements document located at; 14 15 � o 16 0 17 20sewef-',,�o2Oeenstr-uefienO7420- 18 ° ° 19 20 h s:// ro'ec oint.buzzsaw.com/fortworth ov/Resources/02%20- 21 A %20Construction%2ODocuments/Contractor%2OPr ualification/Water%2Oand%2 22 OSanita %20Sewer%2OContractor%2OPr ualification%20Pro am/WSS%20 r 23 ual%20Muirements.doc?public 24 25 3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within 26 seven (7) calendar days prior to Bid opening,the documentation identified in Section 00 27 45 11, BIDDERS PREQUALIFICATIONS. 28 29 3.2.1. Submission of and/or questions related to prequalification should be addressed to 30 the City contact as provided in Paragraph 6.1. 31 32 33 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 34 bidder(s) for a project to submit such additional information as the City, in its sole 35 discretion may require, including but not limited to manpower and equipment records, 36 information about key personnel to be assigned to the project, and construction schedule, 37 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 38 deliver a quality product and successfully complete projects for the amount bid within 39 the stipulated time frame. Based upon the City's assessment of the submitted 40 information, a recommendation regarding the award of a contract will be made to the 41 City Council. Failure to submit the additional information, if requested, may be grounds 42 for rejecting the apparent Iow bidder as non-responsive. Affected contractors will be 43 notified in writing of a recommendation to the City Council. 44 45 3.4.In addition to prequalification, additional requirements for qualification may be required 46 within various sections of the Contract Documents. 47 48 49 50 51 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised August 21,2015 Addendum No. I 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 2 3 4.1.Before submitting a Bid, each Bidder shall: 4 5 4.1.1. Examine and carefully study the Contract Documents and other related data 6 identified in the Bidding Documents (including "technical data"referred to in 7 Paragraph 4.2. below). No information given by City or any representative of the 8 City other than that contained in the Contract Documents and officially 9 promulgated addenda thereto, shall be binding upon the City. 10 11 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 12 site conditions that may affect cost,progress, performance or furnishing of the 13 Work. 14 15 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 16 progress, performance or furnishing of the Work. 17 18 19 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 20 contiguous to the Site and all drawings of physical conditions relating to existing 21 surface or subsurface structures at the Site(except Underground Facilities)that 22 have been identified in the Contract Documents as containing reliable "technical 23 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 24 at the Site that have been identified in the Contract Documents as containing 25 reliable "technical data." 26 27 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 28 the information which the City will furnish. All additional information and data 29 which the City will supply after promulgation of the formal Contract Documents 30 shall be issued in the form of written addenda and shall become part of the Contract 31 Documents just as though such addenda were actually written into the original 32 Contract Documents. No information given by the City other than that contained in 33 the Contract Documents and officially promulgated addenda thereto, shall be 34 binding upon the City. 35 36 4.1.6. Perform independent research, investigations,tests, borings, and such other means 37 as may be necessary to gain a complete knowledge of the conditions which will be 38 encountered during the construction of the project. On request, City may provide 39 each Bidder access to the site to conduct such examinations, investigations, 40 explorations, tests and studies as each Bidder deems necessary for submission of a 41 Bid. Bidder must fill all holes andclean up and restore the site to its former 42 conditions upon completion of such explorations, investigations,tests and studies. 43 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised August 21,2015 Addendum No.I 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 2 cost of doing the Work,time required for its completion, and obtain all information 3 required to make a proposal. Bidders shall rely exclusively and solely upon their 4 own estimates, investigation, research,tests, explorations, and other data which are 5 necessary for full and complete information upon which the proposal is to be based. 6 It is understood that the submission of a proposal is prima-facie evidence that the 7 Bidder has made the investigation, examinations and tests herein required. Claims 8 for additional compensation due to variations between conditions actually 9 encountered in construction and as indicated in the Contract Documents will not be 10 allowed. 11 12 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 13 between the Contract Documents and such other related documents. The Contractor 14 shall not take advantage of any gross error or omission in the Contract Documents, 15 and the City shall be permitted to make such corrections or interpretations as may 16 be deemed necessary for fulfillment of the intent of the Contract Documents. 17 18 4.2. Reference is made to Section 00 73 00 Supplementary Conditions for identification of. 19 20 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 21 the site which have been utilized by City in preparation of the Contract Documents. 22 The logs of Soil Borings, if any, on the plans are for general information only. 23 Neither the City nor the Engineer guarantee that the data shown is representative of 24 conditions which actually exist. 25 26 4.2.2. those drawings of physical conditions in or relating to existing surface and. 27 subsurface structures (except Underground Facilities)which are at or contiguous to 28 the site that have been utilized by City in preparation of the Contract Documents. 29 30 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 31 on request. Those reports and drawings may not be part of the Contract 32 Documents, but the"technical data" contained therein upon which Bidder is entitled 33 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 34 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 35 responsible for any interpretation or conclusion drawn from any "technical data" or 36 any other data,interpretations, opinions or information. 37 38 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 39 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 40 exception the Bid is premised upon performing and furnishing the Work required by the 41 Contract Documents and applying the specific means,methods, techniques, sequences or 42 procedures of construction(if any)that may be shown or indicated or expressly required 43 by the Contract Documents, (iii)that Bidder has given City written notice of all 44 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 45 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 46 etc., have not been resolved through the interpretations by City as described in 47 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 48 and convey understanding of all terms and conditions for performing and furnishing the 49 Work. 50 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised August 21,2015 Addendum No.I 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of I0 1 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 2 biphenyls (PCBs),Petroleum, Hazardous Waste or Radioactive Material covered by 3 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 4 Documents. 5 6 5. Availability of Lands for Work,Etc. 7 8 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 9 access thereto and other lands designated for use by Contractor in performing the Work I0 are identified in the Contract Documents. All additional lands and access thereto I I required for temporary construction facilities, construction equipment or storage of 12 materials and equipment to be incorporated in the Work are to be obtained and paid for 13 by Contractor. Easements for permanent structures or permanent changes in existing 14 facilities are to be obtained and paid for by City unless otherwise provided in the 15 Contract Documents. 16 17 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 18 in Paragraph SC 4.01 of the-Supplementary Conditions. In the event the necessary right- 19 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 20 the award of contract at any time before the Bidder begins any construction work on the 21 project. 22 23 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 24 ight-of24 way, easements, and/or permits, and shall submit a schedule to the City of how 25 construction will proceed in the other areas of the project that do not require permits 26 and/or easements. 27 28 6. Interpretations and Addenda 29 30 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 31 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 32 received after this day may not be responded to. Interpretations or clarifications 33 considered necessary by City in response to such questions will be issued by Addenda 34 delivered to all parties recorded by City as having received the Bidding Documents. 35 Only questions answered by formal written Addenda will be binding. Oral and other 36 interpretations or clarifications will be without legal effect. 37 38 Address questions to: 39 40 City of Fort Worth 41 200 Texas Street 42 Fort Worth, TX 76102 43 Attn: David Townsend, P.E., City of Fort Worth 44 Fax: 817-392-2585 45 Email: David.Townsend@fortworthtexas.gov 46 Phone: 817-392-8430 47 48 49 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 50 City. 51 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised August 21,2015 Addendum No.1 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of J 0 1 6.3.Addenda or clarifications may be posted via Buzzsaw at 2 hM2s://projegVoint.buzzsaw.com/fortworthgov/Infrastructure%20Pr�ojects/100378%20- 3 %20Westside%20V%20EIevatcd%2OStorage%o2OTank%o2Oand%2OWater%2OMain/Bid 4 %20Documents%2OPackage?public. 5 6 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 7 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 8 Project. Bidders are encouraged to attend and participate in the conference. City will 9 transmit to all prospective Bidders of record such Addenda as City considers necessary 10 in response to questions arising at the conference. Oral statements may not be relied 11 upon and will not be binding or legally effective. 12 13 7. Bid Security 14 15 7.1.Each Bid must be accompanied by Bid Band made payable to City in an amount of five 16 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 17 the requirements of Paragraphs 5.01 of the General Conditions. 18 19 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 20 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 21 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 22 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 23 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 24 other Bidders whom City believes to have a reasonable chance of receiving the award 25 will be retained by City until final contract execution. 26 27 8. Contract Times 28 The number of days within which, or the dates by which, Milestones are to be achieved in 29 accordance with the General Requirements and the Work is to be completed and ready for 30 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 31 attached Bid Form. 32 33 9. Liquidated Damages 34 Provisions for liquidated damages are set forth in the Agreement. 35 36 1.0. Substitute and "Or-Equal" Items 37 The Contract, if awarded, will be on the basis of materials and equipment described in the 38 Bidding Documents without consideration of possible substitute or "or-equal" items. 39 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 40 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 41 City, application for such acceptance will not be considered by City until after the Effective 42 Date of the Agreement. The procedure for submission of any such application by Contractor 43 and consideration by City is set forth in Paragraphs 6.05A., 6.0513. and 6.05C. of the General 44 Conditions and is supplemented in Section 0125 00 of the General Requirements. 45 46 47 48 49 50 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,100378 Revised August 21,2015 Addendum No. 1 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 11. Subcontractors, Suppliers and Others 2 3 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 4 12-2011 (as amended),the City has goals for the participation of minority business 5 and/or small business enterprises in City contracts. A copy of the Ordinance can be 6 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 7 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 8 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 9 Venture Form as appropriate. The Forms including documentation must be received 10 by the City no later than 2:00 P.M. CST, on the second business days after the bid 11 opening date. The Bidder shall obtain a receipt from the City as evidence the 12 documentation was received. Failure to comply shall render the bid as non- 13 on13 responsive. 14 15 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 16 or organization against whom Contractor has reasonable objection. 17 18 12. Bid Form 19 20 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 21 obtained from the City. 22 23 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 24 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 25 the Bid.Form. A Bid price shall be indicated for each Bid item, alternative, and unit 26 price item listed therein. In the case of optional alternatives,the words "No Bid," 27 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 28 written in ink in both words and numerals, for which the Bidder proposes to do the 29 work contemplated or furnish materials required. All prices shall be written legibly. 30 In case of discrepancy between price in written words and the price in written 31 numerals, the price in written words shall govern. 32 33 12.3. Bids by corporations shall be executed in the corporate name by the president or a 34 vice-president or other corporate officer accompanied by evidence of authority to 35 sign. The corporate seal shall be affixed. The corporate address and state of 36 incorporation shall be shown below the signature. 37 38 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 39 partner, whose title must appear under the signature accompanied by evidence of 40 authority to sign. The official address of the partnership shall be shown below the 41 signature. 42 43 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 44 member and accompanied by evidence of authority to sign. The state of formation of 45 the firm and the official address of the firm shall be shown. 46 47 12.6. Bids by individuals shall show the Bidder's name and official address. 48 49 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 50 indicated on the Bid Form. The official address of the joint venture shall be shown. 51 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&I6-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I00378 Revised August 21,2015 Addendum No. 1 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 12.8. All names shall be typed or printed in ink below the signature. 2 3 129. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 4 which shall be filled in on the Bid Form. 5 6 12.10. Postal and e-mail addresses and telephone number for communications regarding the 7 Bid shall be shown. 8 9 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 10 Texas shall be provided in accordance with Section 00 43 37---Vendor Compliance 1 i to State Law Non-Resident Bidder. 12 13 13. Submission of Bids 14 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 15 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 16 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 17 envelope, marked with the City Project Number, Project title,the name and address of 18 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 19 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 20 envelope with the notation "BID ENCLOSED"on the face of it. 21 22 14. Modification and Withdrawal of Bids 23 24 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 25 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 26 must be made in writing by an appropriate document duly executed in the manner 27 that a Bid must be executed and delivered to the place where Bids are to be submitted 28 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 29 are opened and publicly read aloud, the Bids for which a withdrawal request has been 30 properly filed may, at the option of the City, be returned unopened. 31 32 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 33 time set for the closing of Bid receipt. 34 35 15. Opening of Bids 36 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 37 abstract of the amounts of the base Bids and major alternates (if any)will be made available 38 to Bidders after the opening of Bids. 39 40 16. Bids to Remain Subject to Acceptance 41 All Bids will remain subject to acceptance for the time period specified for Notice of Award 42 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 43 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 44 45 46 47 48 49 50 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS City Project No.100378 Revised August 21,2015 Addendum No. I 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of]0 1 17. Evaluation of Bids and Award of Contract 2 3 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 4 to reject any or all nonconforming, nonresponsive,unbalanced or conditional Bids 5 and to reject the Bid of any Bidder if City believes that it would not be in the best 6 interest of the Project to make an award to that Bidder,whether because the Bid is 7 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 8 meet any other pertinent standard or criteria established by City. City also reserves 9 the right to waive informalities not involving price, contract time or changes in the 10 Work with the Successful Bidder. Discrepancies between the multiplication of units 11 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 12 between the indicated sum of any column of figures and the correct sum thereof will 13 be resolved in favor of the correct sum. Discrepancies between words and figures 14 will be resolved in favor of the words. I5 16 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 17 among the Bidders,Bidder is an interested party to any litigation against City, 18 City or Bidder may have a claim against the other or be engaged in litigation, 19 Bidder is in arrears on any existing contract or has defaulted on a previous 20 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 21 Bidder has uncompleted work which in the judgment of the City will prevent or 22 hinder the prompt completion of additional work if awarded. 23 24 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 25 other persons and organizations proposed for those portions of the Work as to which 26 the identity of Subcontractors, Suppliers, and other persons and organizations must 27 be submitted as provided in the Contract Documents or upon the request of the City. 28 City also may consider the operating costs, maintenance requirements, performance 29 data and guarantees of major items of materials and equipment proposed for 30 incorporation in the Work when such data is required to be submitted prior to the 31 Notice of Award. 32 33 17.3. City may conduct such investigations as City deems necessary to assist in the 34 evaluation of any Bid and to establish the responsibility, qualifications, and financial 35 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 36 organizations to perform and furnish the Work in accordance with the Contract 37 Documents to City's satisfaction within the prescribed time. 38 39 17.4. Contractor shall perform with his own organization, work of a value not less than 40 35% of the value embraced on the Contract,unless otherwise approved by the City. 41 42 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 43 responsive Bidder whose evaluation by City indicates that the award will be in the 44 best interests of the City. 45 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-TNCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised August 21,2015 Addendum No. 1 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 2 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 3 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 4 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 5 comparable contract in the state in which the nonresident's principal place of 6 business is located. 7 8 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 9 to be awarded, City will award the Contract within 90 days after the day of the Bid 10 opening unless extended in writing. No other act of City or others will constitute I 1 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 12 the City. 13 14 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 15 16 18. Signing of Agreement 17 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 18 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 19 Contractor shall sign and deliver the required number of counterparts of the Agreement to 20 City with the required Bonds, Certificates of Insurance, and all other required documentation. 21 City shall thereafter deliver one fully signed counterpart to Contractor. 22 23 24 25 END OF SECTION CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INC14 WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised August 23,2015 Addendum No.I 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. hLtp://www.ethics.state.tx.us/forms/CIQ.pdf hdp://www.ethics.state.Lx.usbrms/ClS,Dd ❑ CIQ Form does not apply ❑ CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BADDER: Mountain Cascade of Texas, LLC By: Andrew L. McC Iloch 11729 East FM 917 Signature: Alvarado, TX 76009 Title: Vice President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 4100 00 4313 00 42 43 00 43 37 00 4512 00 3513 Bid Pronosal Workbook2.xls CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICBIISBONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(i-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-i), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. Name of vendor who has a business relationship with local governmental entity. Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Forth CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than Investment income, from the vendor? Yes F—] No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes E:1 No §J—Describe each employment or business relationship that the vendor named in Section i maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. 6 ❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described In Section 176.003(a-1). 71 �K-00 r ' �d Signature of"r orting business with the governmental entity Date Fnrm nrnvided by Tmms Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: WESTSIDE V- PART 2- 24 & 16-INCH WATER MAIN City Project No.: 100378 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement Or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c) to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook2.xls 00 41 00 SID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Auger Boring, 24-inch Diameter Casing and Less b. Water Transmission, Development, 24-inches and Smaller c. Concrete Paving Construction (Less than 15,000 square yards) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 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. S. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Farm, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook2.xls 00 41 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on December 13, 2018 by the entity named below. Respectfully su itted Receipt is acknowledged of the Initial following Addenda: By: - Addendum No. 1: (Signature) Addendum No. 2: Addendum No. 3: Andrew L. McCulloch Addendum No.4: (Printed Name) Title: Vice President Company: Mountain Cascade of Texas, LLC Corporate Seal: Address: 11729 Fast FM 917 Alvarado, TX 76009 State of Incorporation: Texas Email: AMcCuIIggh@fnoUntaincascade.cnm Phone: 817-783-3094 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revises!20150821 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workhook2.As 00 42 43 BIDPROPOSAL Page 1 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 Description Unit Price Bid Value No. Section No. Measure Quantity 1 3311.04-44 12"Water Pipe(Restrained Joints) 33 11 10, LF 5 $75.00 $375.00 33 11 12 2 3311.0541 16"Water Pipe 33 11 10, LF 1,030 $80.00 $82,400.00 33 11 12 3 3311.0542 16"Water Pipe,CSS Backfill 33 11 10, LF 200 $219.00 $43,800.00 33 11 12 4 3311.0544 16"Water Pipe(Restrained Joints) 33 11 10, LF 735 $120.00 $88,200.00 33 11 12 5 3311.0545 16"Water Pipe,CSS Backfill(Restrained Joints) 33 11 10, LF 210 $233.00 $48,930.00 33 11 12 6 3311.0651 24"DIP Water 33 11 10 LF 3,910 $145.00 $566,950.00 7 3311.0652 24"DIP Water,CSS Backfill 33 11 10 LF 65 $230.00 $14,950.00 8 3311.0654 24"DIP Water(Restrained Joints) 33 11 10 LF 2,637 $180.00 $474,660.00 9 3311.0655 24"DIP Water,CSS Backfill(Restrained Joints) 33 11 I0 LF 60 $263.00 $15,780.00 10 3305.1107 42"Casing By Other Than Open Cut 33 05 22 LF 565 $1,2I300 $685,345.00 11 3305.2007 24"Water Carrier Pipe 33 05 24 LF 565 $I45.00 $81,925.00 12 3312.3005 12"Gate Valve 33 1220 EA 1 $3,200.00 $3,200.00 13 3312.3006 16"Gate Valve w/Vault 33 1220 EA 2 $17,000.00 $34,000.00 14 3312.3008 24"Gate Valve w/Vault 33 1220 EA 10 $28,000.00 $280,000.00 15 3312.1002 2"Combination Air Valve Assembly for Water 33 1230 EA 1 $9,000.00 $9,000.00 16 3312.1004 4"Combination Air Valve Assembly for Water 33 1230 EA 4 $12,000.00 $48,000.00 17 3312.6002 6"Blow Off Valve 33 1260 EA 1 $12,500.00 $12,500.00 18 3312.6003 8"Blow Off Valve 33 1260 EA 4 $13,000.00 $52,000.00 19 3312.0106 Connection to Existing 16"Water Main 33 12 25 EA 1 $4,000.00 $4,000,00 20 3312.0108 Connection to Existing 24"Water Main 33 1225 EA 1 $6,000.00 $6,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WESTSIDE V-PART 2-24 16-INCH WATER MARY Form Revised 20120120 Addendum No.1 City Project No.100378 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Biddees Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No DescriptionSpecification No. Measure Quantity Unit price Bid Value 21 3311.0001 Ductile Iron Water fittings w/Restraint 33 It It TON 16 $2,705.00 $43,280.00 22 0241.1118 4"-12"Pressure Plug 0241 M EA 1 $1,400.00 $1,400.00 23 0241.1106 16"Pressure Plug 0241 14 EA 1 $1,500.00 $1,500.00 24 0241.1109 24"Pressure Plug 0241 14 EA 2 $2,100.00 $4,200.00 25 0171.0101 Construction Staking 017123 LS 1 $16,000.00 $16,000.00 26 0171.0102 As-Built Survey 01 71 23 LS 1 $1,500.00 $1,500.00 27 3305.0110 Utility Markers 33 05 26 LS 1 $500.00 $500.00 28 3305.0112 Concrete Collars 3305 17 EA 22 $200.00 $4,400.00 29 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 9 $I,000.00 $9,000.00 30 3305.0109 Trench Safety 3305 10 LF 8,852 $1.00 $8,852.00 31 3110.0101 Site Clearing 31 1000 LS 1 $10,000,00 $10,000.00 32 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 100 $12.00 $1,200.00 33 3123.0103 Borrow by Plan 3123 16 CY 600 $14.00 $8,400.00 34 3124.0101 Embankment by Plan 31 24 00 CY 100 $14.00 $1,400.00 35 3211.0113 8"Flexible Base,Type A,GR-1 32 1123 SY 10,858 $12.00 $130,296.00 36 3231.0211 Barbed Wire Fence,Metal Posts 32 31 26 LF 100 $12.00 $1,200.00 37 3231.0306 16'Gate,Steel 32 31 26 EA 2 $1,500.00 $3,000.00 38 3292.0400 Seeding,Hydromulch 3292 13 SY 32,331 $1.00 $32,331.00 39 3292.0500 Seeding,Soil Retention Blanket 3292 13 SY 930 $2.00 $1,860.00 40 3213.0101 6"Conc Pvmt 32 13 13 SY 342 $85.00 $29,070.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WESTSIDE V-PART 2-24 16-INCH WATER MAIN Form Revised 20120120 Addendum No. 1 CityPrgi dNo.100378 OD 42 43 BID PROPOSAL Page 3 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 Quantity Unit Price Bid Value 41 3137.0105 Medium Stone Riprap,grouted 31 37 00 SY 733 $80.00 $58,640.00 42 3125.0101 SWPPP >1 acre 31 25 00 LS 1 $1,300.00 $1,300.00 43 9999.0000 Seeding TxDO Item SY 150 $5.00 $750.00 164 44 9999.0000 Fertilizer TxDO6T6Item ACRE 1 $300.00 $300.00 45 9999.0000 Reinforced Concrete Pipe TxDOT4Item LF 30 $120.00 $3,600.00 46 46 9999.0000 Safety End Treatment TxD4O67Item EA 2 $4,200.00 $5,400.00 47 9999.0000 Barricades,Signs,and Traffic Handling TxDO T1tem MONTH 6 $1,500.00 $9,000.00 48 9999.0000 Temporary Erosion Control TxDOT6Item LS 1 $20,000.00 $20,000.00 50 r49 9999.0000 Intersections,Driveways,and Turnouts TxDOT0Item SY 110 $80.00 $8,800.00 53 Bid Summary Total Base Bid $2,972,194.00 Total Bid $2,972,194.00 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WESTSIDE V-PART 2-24 16-INCH WATER MAIN Fo—Revised 20120120 Addendum No. I City Project No.100378 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. 174 BIDDER: Mountain Cascade of Texas, LLC By: Andrew L. McCulloch 11729 East PM 917 (Signature) Alvarado, TX 76009 Title: Vice President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised 20110027 00 41 00_OD 43 1300 42 43_00 43 37w00 45 12_00 35 13131d Proposal workbook2.xls 004511-1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work typc(s)listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun& Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. PrequaIiflcation Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"NIA"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH WESTSIDE V —PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 S END OF SECTION 9 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 00 45 12 BID FORM Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Auger Boring, 24-inch Diameter Casing and Less ""''� � Water Transmission, Development, 24-inches and Mountain Cascade of Texas, LLC 1/31[2019 Smaller Concrete Paving Construction (Less than 15,000 square Y•�� � � ,�' '�,�.�� ���� yards) 7 #REF! ,(,( The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Mountain Cascade of Texas, LLC By: Andlpw L. McCulloch 11729 East FM 917 (Signature) Alvarado, TX 76009 Title: Vice President Date: /Z11.4 e END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 410000 4313_0042 43_00 43 37_00 45 12_00 35 13—Sid Proposal Workbook2.xls FoRT WORTH SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Govermnent Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less X Augur Boring- Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches, and 350 LF or less Tunneling- 36-Inches— 60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling— 66"and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller X Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission,Urban/RenewaI, 42-inches and smaller Water Transmission, Development,All Sizes Water Transmission, Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches---36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) X Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH WESTSIDE V —PART 2— 24&16-INCI-I WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,20I2 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of S 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since Iast statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LEMTED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCE SKEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH WESTSIDE V—PART 2-- 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALICFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director, or stockholder or relative thereof. CITY OF FORT WORTH WESTSIDE V —PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 100378. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 /1 ,/ 1I Ava ;� .•tsa E o T�xrs ' By: 40r Z .w 12 Company (Please rint) 13 14 ;'/7�q 6ftl-150 f/7 Signature: 15 Address 16 17 JLi/A"w 9 XT *7- Title: f 04!0 tIf 18 City/Statc/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFOU ME, the undersigned1 au ority, on this day personally appeared N26 fA c eI o M etu , known to me to be the person whose name is 27 subscribed to the foregoing instrument, and ackno ledged o_me that he/she executed the same as 28 the act and deed of the purposes and 29 consideration therein expf essed and in the capacity therein stated. 30 31 GI EN UNDER MY HAND ANR SEAL OF OFFICE this `-'~day of 32 « { , 20 33 34 35 41t, % L, 36 Notary, ub 1 and for the State of Texas 37 (NANDA SUE JARRELL 38 END OF SECTION pRYPu°��BNotary Public.State of Texas r'%= Comm. Expires 06-29-2020 Notary iD 11952407 39 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July I,2011 004540-1 Minority Business Enterprise Specifications Page 1 of 1 SECTION 44 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the fall and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 5% of the total bid value of the contract (Base hid applies to Parks 14 and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following vtimes 29 allocated, in order for the entire bid to be considered responsive to the specifications. T6-M ar sE}s�ll 30 diver the MBE document�ition in person t() the appropriate ewployoe of tho purchasing division and 31 bbtaln a dattAime receipt. Sueh reucipI shall big evidence that 1-ho Civ recciVCLI dile documi:ma[iooi in the 32 dime.iiI]i talct 1. A faxed andfor emailed copy ►rill no he accepted. 33 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than stated oal: date. 3. Good Faith Effort and received no Iater than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised June 9,2015 I 004540-2 Minority Business Enterprise Specifications Page 2 oft 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSTVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH WESTSIDE V--PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised June 9,2015 005243-1 Agreement Page I of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT,authorized on Ch I.X41 19 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, actinzby and through its duly authorized City Manager, 5 ("City„), and UGrr�Isgri� WA, 94,03,4LS° , 6 authorized to do business in Texas, acting by and through its duly authorized representative, 7 ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 WESTSIDE V—PART 2—24& 16-INCH WATER MAIN 17 City Project No, 100378 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current funds, of Dollars 21 ($a,,Crl&, 1Q4.t)r, }. 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 365 days after the date when the 25 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 26 plus any extension thereof allowed in accordance with Article 12 of the General 27 Conditions. 28 4.2 Liquidated Damages 29 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 31 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 32 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 33 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 34 instead of requiring any such proof, Contractor agrees that as liquidated damages for 35 delay (but not as a penalty), Contractor shall pay City One Thousand Two Hundred 36 and Fifty Dollars ($1.,250.00) for each day that expires after the time specified in 37 Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH WESTSIDE V--PART 2— 24&164NCI1 WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revises!11.15.17 005243-2 Agreement Page 2 of 5 38 Article 5. CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42 1. This Agreement. 43 2. Attachments to this Agreement: 44 a. Bid Form 45 1) Proposal Form 46 2) Vendor Compliance to State Law Non-Resident Bidder 47 3) Prequalification Statement 48 4) State and Federal documents (project specific) 49 b. Current Prevailing Wage Rate Table 50 c. Insurance ACORD Form(s) 51 d. Payment Bond 52 e. Performance Bond 53 f. Maintenance Bond 54 g. Power of Attorney for the Bonds 55 h. Worker's Compensation Affidavit 56 i. MBE and/or SBE Utilization Form 57 3. General Conditions. 58 4. Supplementary Conditions. 59 5. Specifications specifically made a part of the Contract Documents by attachment 60 or, if not attached, as incorporated by reference and described in the Table of 61 Contents of the Project's Contract Documents. 62 6. Drawings. 63 7. Addenda. 64 8. Documentation submitted by Contractor prior to Notice of Award. 65 9. The following which may be delivered or issued after the Effective Date of the 66 Agreement and, if issued, become an incorporated part of the Contract Documents: 67 a. Notice to Proceed. 68 b. Field Orders. 69 c. Change Orders. 70 d. Letter of Final Acceptance. 71 72 Article 6. INDEMNIFICATION 73 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 74 expense, the city, its officers, servants and employees, from and against any and all 75 claims arising out of, or alleged to arise out of, the work and services to be performed 76 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 77 under this contract. This indemnification provision is specifically intended to operate 78 and be effective even if it is alleged or proven that all or some of the damages beim 79 sought were caused, in whole or in part, by any act, omission or negligence of the city. 80 This indemnity provision is intended to include, without limitation, indemnity for 81 costs, expenses and legal fees incurred by the city in defending against such claims and 82 causes of actions. 83 CITY OF FORT WORTH WESTSIDE V —PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised 11.15.17 005243-3 Agreement Page 3 of 5 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city,its officers,servants and employees,from and against any and all loss, damage 86 or destruction of property of the city, arising out of, or alleged to arise out of,the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification 89 provision is specifically intended to operate and be effective„even if it is alleged or 90 proven that all or some of the damages being sought were caused, in whole or in part, 91 by any act, omission or negligence of the city. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement which are defined in Article I of the General Conditions will 96 have the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the City. 100 7.3 Successors and Assigns. 101 City and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a coup of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shall continue to be valid and binding upon CITY and 108 CONTRACTOR. 109 7.5 Governing Law and Venue. 110 This Agreement, including aII of the Contract Documents is performable in the State of 111 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas,Fort Worth Division. 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 115 than the duly authorized signatory of the Contractor. 116 H7 7.7 Prohibition On Contracts With Companies Boycotting Israel. 118 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 119 Code, the City is prohibited from entering into a contract with a company for goods or 120 services unless the contract contains a written verification from the company that it: (I) 121 does not boycott Israel; and (2)will not boycott Israel during the term of the contract. CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised 11.15.17 { i 005243-4 Agreement Page 4 of 5 122 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 123 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 124 certifies that Contractor's signature provides written verification to the City that 125 Contractor. (1) does not boycott Israel, and(2) will not boycott Israel during the term of 126 the contract. 127 128 7.8 Immigration Nationality Act. 129 Contractor shall verify the identity and employment eligibility of its employees who 130 perform work under this Agreement, including completing the Employment Eligibility 131 Verification Form(I-9). Upon request by City, Contractor shall provide City with copies of 132 all I-9 forms and supporting eligibility documentation for each employee who performs 133 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 134 establish appropriate procedures and controls so that no services will be performed by any 135 Contractor employee who is not legally eligible to perform such services. 136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD' CITY HARMLESS 137 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 138 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 139 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 140 Contractor, shall have the right to immediately terminate this Agreement for violations of 141 this provision by Contractor. 142 143 7.9 No Third-Party Beneficiaries. 144 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 145 and there are no third-party beneficiaries. 146 147 7.10 No Cause of Action Against Engineer. 148 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 149 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 150 subcontractors, for any claim arising out of, in connection with, or resulting from the 151 engineering services performed. Only the City will be the beneficiary of any undertaking by 152 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 153 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 154 in any way responsible for those duties that belong to the City and/or the City's construction I55 contractors or other entities, and do not relieve the construction contractors or any other 156 entity of their obligations, duties, and responsibilities, including, but not limited to, all 157 construction methods, means, techniques, sequences, and procedures necessary for 158 coordinating and completing all portions of the construction work in accordance with the 159 Contract Documents and any health or safety precautions required by such construction 160 work. The Engineer and its personnel have no authority to exercise any control over any 161 construction contractor or other entity or their employees in connection with their work or 162 any health or safety precautions. 163 164 SIGNATURE PAGE TO FOLLOW 165 CITY OF FORT WORTH WESTSIDE V —PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised 11.15.17 005243-5 Agreement Page 5 of 5 166 167 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 168 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 169 Date"). 170 Contractor: City of Fo rth By: � - Jesus J. Chapa By: Assistant City Manager ® �► (S ignature) r } Date f ak,a,! Attest: F r (Printed Name) City Se ;ret ry Title: 1114,C (Seal) •�X� Address: II724 0"rAogI7 M&C 01-C;Lqo1d Date: JP1 .qAcl Form 1295 No4�1,0l!q 2)43 City/State/Zip: Contract Compliance Manager: ALt(A2", TX 76&q By signing, I acknowledge that I am the person responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting requirements. _T � Tony Sholola,P.E. Senior Capital Projects Officer ,49proved as to Form and Legality: Douglas W. B act Assistant City Attorney 171 172 APPROVAL RECOMMENDED: 173 174 175 Chris Harder, P.E. 176 DIRECTOR, 177 WATER DEPARTMENT 178 OFFICIAL RECORD CHY SE[IREXARY CITY OF FORT WORTH WESTSIDE V—PART, — - gT_ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS iry Project No.1003 8 Revised 11.15.17 Issued In Triplicate Bond No. 070208522 00611-1-1 PERFORMANCE BOND Page I oft I SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE' OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS. 6 COUNTY OF TARRANT § 7 That we, Mountain Cascade of Texas LLQ._ , known as 8 "Principal"herein and Liberty MutualInsurance ComIza _y a corporate 9 surety(suret.ies, if more than one)duly authorized to do business in the State of Texas,known as 10 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 11 municipal corporation created pursuant to the Jaws of Texas,klloufn as"City"herein, in the penal 12 sum of,Tw-Millin-Nine Hundred Sevenly Tlvn'lionnand One Hundred Ninety Fuur and 001100 Dollars 13 ( 2,972,194.00 ,lawful money of the United States,to be paid in Dort Worth, 14 Tarrant County,Texas for the payment of which sum motel l and.truly to be made,we bind 15 ourselves, our heirs,executors,administrators,successors and assigns,jointly and severally, 16 firmly by these presents. 17 WIII'AWAS,the Principal has entered into a certain written contract with the City 18 awarded the%:q_day of ,20 19,which Contract is liereby referred to and 19 made a part hereof for all purposes as if fu y set forth lierein, to furnish all materials,equipment 20 labor and other accessories defined by law,in the prosecution of the Work,including any Change 21 Orders,as provided for in said Contract designated as WESTSIDE V—PART 2--24& 16- 22 INCH WATER MAIN,City Project No. 1003711. 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 24 s.ball faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perforin the Work, including Change Orders,under the Contracts according to the plans, 26 specifications,and contract docaments therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City,then this obligation shall be 28 and become null and void,otherwise to remain.in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Band, venue shall lie.i.0 30 Tarrant County,Texas or the United States District Court for the.Northern District of Texas,Port 31 Worth Division. CITY OF FORT WORTH WESTSIDE V—PART 2-_ 24&16-INCH WATER MAIN STANDARD CONSTRIIC'rl N SPECIFICATION DOCUME—NTS City Project NG,100379104378 Revised Ialy 1,2011 0061 13-2 PERFORMANCE BOND P-q.ge 2 oft I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Codc, as amended, and all liabilities on this bond shall be determined in 3 Accordance with the provisions of said statue. 4 IN WITNESS WM EQF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the day of 6t ( _.._,20 . 7 PRINCIPAL: 8 Mountain Cascade off Texas LLC l I BY: 12 Sign e 13 A'I"MST: r , 14 16 (.Principal)Secretary Name and Title 17 18 Address: 11729 East FM 917 19 �Alyarado,µTX 76009 20 21 22 Wi s rincip 23 SURETY: 24 Liberty Mutual Insurance Corn an 25 26 27 BY: 28 — Signature �m 29 30 jy ell Marie Whitehead,Attorney In-Fact 31 Name and Title 32 33 Address: 175 Berkeley Street 34 Boston,MA 02116 35 36 37 Witness as to Surety Mercedes Phathirath Telephone Number: 617-357-9500 38 39 40 41 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such Obligation. If 43 Surety's physical address is different from its hailing address, bath must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT 1WORT1I cs'r31DE V—PART 2— 24&16-fNCH WATER WUN STANDARD CONSTRUCTION SPECIFICATIC7i�I DOCUMENITS City Praject No. 100378100378 Revised July 1,2011 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in tate manner and to the extent herein stated. Liberty Mutual Insurance Company 71/ ��„9�1� The Ohio Casualty Insurance Company Certificate No:8196860-985949 1�r Ik H illi 1 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachuseltsr and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aiza Anderson,Samuel E.Begun,Saykham Chanthasone,lorina Monique Garcia,Danielle D.Johnson,Michelle Anne McMahon,Aimee R.Perondine,Mercedes Photbirath,Jenny Rose Belen Phothirath,Noah William Pierce,Donna M.Planeta,Joshua Sanford,Bethany Stevenson,Eric Strba,Jynell Marie Whitehead all of the city of Hartford state of Connecticut each individually if there be more than one named,its true and lawful attomey-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 18th day of September , 2018 . Liberty Mutual Insurance Company P� tNsup� Pmt t IN a kNsu The Ohio Casualty Insurance Company �J °°RPO ? �o hJ Lc"PO ray �GP�o¢PO1jarFyp West American Insurance Company >, ,53 Fofi AQP `�a m � � otnLU c 1912 0 1919 n 1991 n rn Y 3 2 rn p 4 O CO) to Y�,1SaACHIf`+ a y0 ryMArAA4`� �a -e 'NMA10' r c By: on David M.Carey,Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss � � C tv On this 18th day of September 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance O pia Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes —� j therein contained by signing on behalf of the corporations by himself as a duly authorized officer. U W — >, N � IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. CL 6p Pqg o� C7 °NW TF COMMONWEALTH OF PENNSYLVANIA Q 6 LO l eQcoa� e `y Notarial Seal OF Teresa Pastella,Notary Public 0 Q) tipper Merlon Twp.,Montgomery County B]r: _ N C 4" My Commission Expires March 28,2021 � 1= USI v Teresa Pastella,Notary Public 0 0 20r V Member,Pennsykania Association oI Notaries IL O tm Y) AHt P� on O M ID N This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance pc Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o m CD ARTICLE IV-OFFICERS:Section 12.Power of Attorney. k o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President--n may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all �o Ci undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full aD'It � ami power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall cN —" be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the provisions of this N Z:3 article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. -M C r ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. m Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, 12 shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bands,shall be valid and binding upon the Company with the same force and effect as though manually affixed. t,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. rr-- � n IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this �1 day of�..lo>r-1Ua" a 3l�'/ tTtsu•�jrq� t't INSV tNSb� tiJ pRPDJ�T yn yJ oaro�yyr'�g2 on, 2, b[� 7 1912 n 01919 n lu 1991 n '� By �'�96`49CH11`'`.Aa y°yHAnevy� �i5+ �No1n++A .aa� Renee C.Llewellyn,Assistant Secretary pi7 * LMS-12673 LMIC OCIC WAIC Multi Co 062018 Issued in Triplicate Bond No. 070208522 0061 14-1 PAYMENT BOND Page 1 oft I SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS- 6 RESENTS-6 COUNTY OF TARRANT § 7 That we, Mountain Cascade of Texas LLC known as 8 "Principal" herein, and Liberty Mutual Insurance Company , a 9 corporate surety (sureties), drily authorized to do business in the State of Texas, .known as 10 "Surety" herein(whether one or more), are held and firmly bound into the City of Port Worth, a 11 municipal corporation created pursuant to the lawns of the State of Texas, known as"City"herein, 12 in the penal sum Of Two Million Nine Hundred Seventy Two"thousand One Hundred Ninety Four and 901100 Dollars 13 ($ 2,972,194.00 , lawful money of the United States, to be paid in port Worth, 14 Tarrant County, "Texas, for the payment of which shoal well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns,.jointly and severally, Brolly by these 16 presents: 17 WHEREAS,Principal has entered into a certain wvritten Contract with City, awarded tile- 18 �J_day of s tnIA 20_L J , which Contract is hereby referred to and 19 made a part hereof for all pure es as if fully set forth herein,to furnish all Materials, equip crit, 20 labor and other accessories as defined by law, in the prosecution of the "Work as provided for in 21 said Contract and designated as WFSTSIDE V— PART Z—24 & 16 INCH WATER MAIN, 22 City Project No. 100378. 23 NOW, THEREFORE, THE CONDrFION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any. (and all) payment bond beneficiary (as defined. in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution Of the Work under 26 the Contract,then this obligation shall be and become null and void; otherwise to retrain in full 27 force and effect. 28 This bond is trade and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be detertuizled 111 30 accordance with the provisions of said statute. 31. CITY OF PORT WORTH W1 STSI DF,V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Oily Project No.100378 Revised July 1,2011 006t 14-2 PAYMENT BOND Pago 2 of2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this ilastrument by duly authorized agents and officers on this the _ �_ day of 3 — 2f} 4 PRINCIPAL: Mountain Cascade of Texas LLC ATTEST: BY: r _ Signatu {Priv .lpal))Secretary Name andTitle Address: 11729 East FM_ 917 Alvarado,TX 76009 Wi �pal SURFTY: Liberty Mutual Insurance Coln=Uany... ATTEST: BY: A,�w ��?r Jynell Marie Whitehead.Attorne} In fact (Sur ty).Svoafth Mercedes Phothirath,Witness Nati[te and Title Address: 175 Berkeley Street Boston MA 02116 WitI1 SPsigned sure s ua anfor _. Telephone Number: �1z= 6 Note: an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both inose be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. I I END OF SECTION 12 CITY OF FORT WORTH AVESTSIDE V—PART 2—24&16-INCH WATER MAIN STANDARD CONSTRUCT[ON SPECIFICATION DOC'UMENT'S City Project No.1003'78 Revised July 1,2011 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. LibertX Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Certificate No:8196860-985949 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aiza Anderson,Samuel E.Begun,Saykham Chanthasone,Lorina Monique Garcia,Danielle D.Johnson,Michelle Anne McMahon,Aimee R.Perondine,Mercedes Phothirath,Jenny Rose Belen Phothirath,Noah William.Pierce,Donna M.Planta,Joshua.Sanford,Bethany Stevenson,Eric Strba,Jynell Marie Whitehead all of the city of Hartford state of Connecticut each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and dead,any and all undertakings,bonds,recogrllzances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seats of the Companies have been affixed thereto this 18th day of September , 2018 . Liberty Mutual Insurance Company P.'tNslj �ZY INS& 1NSU,� The Ohio Casualty Insurance Company hJ G°4r°rrgr yn yJ �ot�P°�r Pyy vP�a4P0��y� West American Insurance Company g 3 Fofi Q Fo n a ?� ebtt+ m Y� 191 0y f.. 11& a 1991 0 o N Sf' 88,7cl, 0CD By: MPSI, a$ 'C �yDlANA a� C: David M.Carey,Assistant Secretary State of PENNSYLVANIA a 15(0 County of MONTGOMERY ss a a) 0 a) On this 18th day of September 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance O 6-2 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes —I- a) j therein contained by signing on behalf of the corporations by himself as a duly authorized officer. o LLLI IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. a)CL LO 0 v ��,�M°NwF T4! COMMONWEALTH OF PENNSYLVANIA Q O y asteria!Seal r- O c 6 F' � OF S Teresa Pastella,Notary Public ` Co 0 CD Upper MerionTwp.,Montgomery County By: Q1 C WNgytVP6 My Commission Expires March 28,2821 1-`eresa Pastella,Notary Public o Co Member,Pennsyty nia;i s iadon of Notaries a 0 y rq O mmer This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance ID p.S Company,and West American Insurance Company which resolutions are now in full force and affect reading as follows: p C � (D ARTICLE IV-OFFICERS:Section 12.Power of Attorney. oAny officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President M D -a�, may prescribe,shall appoint such attomeys-in fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all �0 - cJ undertakings,bands,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full aD v CO power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall 00 be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or atlomey-in-fact under the provisions of this Z =1article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. i~c� oo i= 00 ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. 0— Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, r shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation--The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby cerlify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of`J2XMAgqQta01q tNSU yKY INS, 1NSU Pc°RP°`r� �Ln� �yJ G°RPO17aTn GP=s4P0�S�yCo+ 2 r F jr F 1912 0 o y 1919� 0 4 1991 0 d3�37CHUSaa y0yArdP`�a�a �s �yDtAN1 aaS� 13y.Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Mulli Co 862818 Issued In Triplicate Bond No. 070208522 0061 99-1 MANT EMANCE BOND Pkge 1 Qf 3 I SECTION 00 61. 19 2 M 4JNTrNAN CE BOND 3 4 THE NATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Mountain Cascade of Texas LLC , known as 8 "Principal"herein and Liberty-Mut.tel Insurance_ComnanY__ ,a corporate surety 9 (sureties, if more than one)duly authorized to do business in the State of Texas,known as 10 "Surety" herein(whether one or more), are held and firmly Bound unto the City of Fort Worth,a I 1 municipal corporation created pursuant to the laws of the State of Texas, known as"City"herein, 12 inthesutnOf T—MillionNmayFaurandoollooDollars 13 ($ 2,972,194.00 ),lawful money of the United States,to be paid in bort Worth, 14 Tarrant Cotulty,Texas,for payineut of which sung well and truly be made unto the City and its 15 successors,we bind ourselves,our heirs,executors, administrators, successors and assigns,jointly 16 and severally, firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded 19 the day of—'r36�hereof _,20�, whichContract is hereby 20 referred to acid a trade r all purposes as if fully set forth herein,to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 23 the"Work")as provided for in said contract and designated as WESTS DE'V—PART 2---24& 24 16-INCH WATER MAIN,City Proj eel No. 140378; and 25 26 WHEREAS,Principat binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will Zit remain free from defects in 1nateria]8 or workmanship for and during the period of two (2)yearg 29 after the date of Filial Acceptance of the Work by the City("Maintenance Period"); and 30 31 WHEREAS,Principal binds itself to repair or tecolistruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORT1i w3zsTsi.Dr-v—P.Axi,2— 24&WINCH 1A+AT IZ MAfN STANDARD CONSTRUCTION SPECIFICN]ION DOCUMENTS City Prgject No.104378 Revised July[,2011 006119-2 MAINTENANCE BOND Page 2 of3 1 NOW THEREFORE)the condition of this obligation is such that if Principal shall 2 remedy any defective Work,for which timely notice was provided by City, to a completion 3 satisfactory to the Laity,them this obligation shall become null and void; otherwise to remain in 4 fell I force and effect. 5 6 PROVIDE 1),HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to S be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety Ander this Maintenance bond, and 10 I I PROVIDED FURTiMR,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Teas,Fort 13 Worth Division; and 14 is PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereou for successive breaches. 17 18 19 CrFY OF FORT wORVI WESI SIDE V—PAR:r 2—24&16 INCII WATER MAIN STANDARD CON FSTRUCM14 SPECIFICATION DOCUMENTS City Projed No.100378 Revised July 1,2011 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHERE, F,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly atttltorized agents and officers on this the ate—day of_ 3 V"1 ,20�. 4 5 PRINCIPAL: 6 Mountain Cascade of Texas LLC 9 BY: 10 Sign e 1.1 ATTEST: 12 13 _ 14 (Principal)Secretary Name mid Title is 1.6 Address: A 729 East FM 917 17 AlvaradoTX 76009 1$ 19 _ 20 Witne s to Principal T �� 21 SURETY: 22 Libel Mutual Insurance Company_ 23 -- — 24 25 BY: 26 Signature 27 28 jynell Marie Whitehead,Attorney In Fact 29 ATTEST:T: Naive and Title 30 } 31. I Address: 175 Berkeley Street_______ 32 (Sur rcedes Phothirath,Witness Boston,-MA 02116 33.E 34 3S Wi P s to Surety T a an Telephone Number: 617-357-950-- 36 17.357=9500 _ 36 37 *Note: signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showin; that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, bath roust be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FOIL t'WORTH IVESTSIDE V—PART 2— 24&16-INCII Vs'A FER MAIN STANDARD CONSTRUCTION UE[IF'ICel l'[ON DOCI IMI NTS City Project No.100378 Revised July 1,2011 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. ~ f Liberty Liberty Mutual Insurance Company �y{�4 �1i� The Ohio Casualty Insurance Company CertiffcateNo:8196860-985949 lr�zt ` u 1 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance.Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aiza Anderson,Samuel E.Begun,Saykham Chanthasone,Lorina Monique Garcia,Danielle D,Johnson,Michelle Anne McMahon,Aimee R.Perondine,Mercedes Phothirath,Jenny hose Belen Phothirath,Noah William Pierce,Donna M.Planeta,Joshua Sanford,Bethany Stevenson,Eric Strba,Jynell Marie Whitehead all of the city of Hartford state of Connecticut each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 18th day of September , 2018 . Liberty Mutual Insurance Company %Hsu�Q -%Y INgU XNSU The Ohio Casualty Insurance Company JP oRPonyi'yn ��1�°Sepor&r�yy SPG°�Qo �yn West American Insurance Company 3° Fo tfi Q Fon � 3 tE Co 1912 0 0 1919 1991 0 lf,J/�/ rn 9C �� Q a j N sSNll9" a. 0 -ryN4MP5�� �N°IANP a r N 30/7 * 1 3yd * ti s�M * ��� By: N David M.Carey,Assistant Secretary —P State of PENNSYLVANIA �+ U County of MONTGOMERY ss ;v rn c tiU(v On this 18th day of September 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance O 0-6 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes =I- � therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 0 uJ :R >,E IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. CL PAs, C:) �Q5�QN1yF F� COMMONWEALTH OF PENNSYLVANIA 1� Q Notarial 60 Teresa Pastella,Notary Public p p W OF � � Upper MerionTwp.,Montgomery County By: My Commission Expires March 28 2021 !_ L syLVA Teresa Pastolla,Notary Public o M f N i i A i l P b Memer,Pennsylvania Association of 0 a� 'CO)N This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance w c 0.9 Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: O ai E 4,3 ARTICLE IV-OFFICERS:Section 12.Power of Attorney. —� o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President D -0 may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all —v undertakings,bonds,recognizanoes and other surety obligations.Such altorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full a� Co(D power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall Fj 04 Z L be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of this �N Z U article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. C-') 00 ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. CID Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bands,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day INS tf JY INS& � INSU P�pORv �n� Q°�Or�2n .GP°°RPOn 1912 0 0 =1919 1991 o Yds@$4[ry1j9T'aa yO$ NaMPs� ao 'Morn>;+P a By: �h * ba Hyl * * hN� Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIL Mufti Co 062018 10� Liber Mutuat ty SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener information o para someter una queja: You may call toll-free for information or to Usted puede hamar al humero de telefono gratis make a complaint at para information o para someter una queja at 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste_ 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener information coverages,rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 qucjas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection (I I l-l A) de Texas Consumer Protection (111-1A) P. O. Box 149091 P_ O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512)490-1007 FAX 4 (512) 490-1007 Web: http://www.tdi.texas.gov Web: httpJ/www.tdi_texas.gov E-mail: ConsumerProtectionAtdi_texas.gov E-mail: ConsumerProtection(c�,tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first contact un reclamo, debe comunicarse con el agente o the agent or call 1-800-843-6446_ primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH TIIIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de information y become a part or condition of the attached no se convierte en parte o condition del document. documento adjunto. NP 70 68 09 01 LMS-15292 10115 uohertx SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener information o para someter una quej a: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para information o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia,PA 19406-2755 You may contact the Texas Department of Puede comunicarse con e1 Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener information coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection(111-IA) de Texas Consumer Protection (111-IA) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512) 490-1007 FAX# (512) 490-1007 Web: http://www.tdi.texas.gov Web: bnp-://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.tcxas.gov E-mail: ConsumerProtectionntdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con e1 agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de information become a part or condition of the attached y no se convierte en parte o condition del document. documento adjunto. NP 70 68 09 01 LMS-15292 90115 MOUNCAS-01 TTAGANAP CERTIFICATE OF LIABILITY INSURANCE DATE 011171201 YY, � 0111712p19 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License 4 OC36861 CONTACT Laurie Phirlppidis NAME: Affiant insurance Services,Inc. PHONE 100 Pine St 11th Fl (A/C,No,Ext):(41.6)403-1449 {arc,No]:(415)874-4818 San Francisco,CA 94111 ADDPELss:Iphirippidis@alllant.com INSURERS AFFORDING COVERAGE NAIC 9 INSURER A:Old Republic General Insurance Corporation 24139 INSURED INSURERB:Allied World Assurance Com an. U.S. Inc 19489 Mountain Cascade of Texas,LLC INSURER C: 11729 E.FM 917 INSURER D Alvarado,TX 76009 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECTTO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRTypE OF INSURANCE ADDL SUBR POLICYNUMBER POLICY EFF POLICY EXP LIMITS LTR !NSD WVD MMfDDlym MMIDD1YYYY A .X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE X 1 1 OCCUR A7 CGO6911805 10/01/2018 10/01/2019 DAMAGE To RENTED 100,000 X X PREMISES Ea occurrence $ X Contractual Liab.& MED EXP(Any one erson $ 5,000 X XCU Included PERSONAL&ADV INJURY $ 2'000,000 GEN'LAGGREGATF LIMIT APPLIFS PFR: GENERAL AGGREGATE $ 4'OOO'000 POLICY jEC .❑LOC PRODUCTS-COMPrOPAGG $ 4,000,000 OTHER: I SIR $ 50,000 A AUTOMOBILE LIABILITY EO a�deD SINGLE LIMIT $ 2,000,000 X ANY AUTO X X AICA06911805 10/01/2018 10/01/2019 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X AUTOS ONLY X AUTOS ONLY PROPER�I( AMAGE $ PPer acci enf B X UMBRELLA LEAK X OCCUR FACH OCCURRENCE $ 5,000,000 EXCESSLIAs CLAIMS-MADE 03059201 10/01/2018 10/0112019 AGGREGATE $ 5,000,000 DED I I RETENTION$ S WORKERS COMPENSATION X STAT ERH AND EMPLOYERS'LIABILITY ANYEMPLOEERS'LI BILITYEXEGUTEVE YIN X AlCW06911805 10/01/2018 10!0112019 1,000,000 OFFICER-EMBER EXCLUDED? ® N r A E.L.EACH ACCIDENT $ {Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 1,040,000 If yes,descdbe under 1,004,040 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTIONOFOPERATIONS I LOCATIONS!VEHICLES (ACORO 701,Additional Remarks Schedule,may he attached if more space is required) Re:City Project No.100378,MCI#88043,Westside V-Part 2-24&16-inch Water Main The City of Forth Worth its'officials,officers,agents,and employeos are included as additional insured as respects General Liability on a primary and non-contributory basis,and Automobile Liability,per the attached endorsements.General Liability,Automobile Liability and Workers'Compensation waiver of subrogation applies in favor of the above referenced additional insureds,per the attar-hod endorsements.ExcesslUmbrella follows form over GL,Auto and Employers Liability. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Ci of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL. BE DELIVERED 1N City ACCORDANCE WITH THE POLICY PROVISIONS. 200 Texas Street Fort Worth,TX 76102 AUTHORIZED REPRESENTATIVE 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: AlCGO6911805 COMME=RCIAL GENERAL LIA131LITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations As Required by Written Contract As Required by Written Contract Subject to policy terms and conditions Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused,in whole or in part, by: 1, All work, including materials, parts or 1. Your acts or omissions;or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed;or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 0413 ©Insurance Services Office, Inc„2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section lii—Limits Of insurance: whichever is less, If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 0 insurance Services Office, Inc.,2012 CG 2010 0413 POLICY NUMBER: AlCGO6911805 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL,GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As Required by Written Contract. As Required by Written Contract. Subject to policy terms and conditions. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II —Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III--Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we ..your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1• Required by the contract or agreement;or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law;and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract-or agreement to provide for such additional insured. CG 20 37 04 13 O Insurance Services Office, Inc., 2012 Page 1 of 1 OLD REPUBLIC GENERAL INSURAN E CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER.THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Persons) Location(s)of Covered Operations Or Organization(s): As required by written contract. As required by written contract Subject to policy terms and conditions Information required to complete this schedule,if not shown alcove,will be shown in the Declarations. The insurance provided by this endorsement is primary insurance and we will no(seek contribution from any other insurance of a like kind available to the person or organiiation shown in the schedule above . unless the other insurance is provided by'a contractor other than the person_or organizatian.shown in the schedule'aboveforthe same operation and job location. If so,we will share with that other insurance by the method.described In paragraph 4.c.or section IV—Commercial General Liability Conditions. All otherterms and conditions remain unchanged. Named Insured gountain Cascade, Inc. dba Mountain Cascade of Teras LLC Policy Number :A1CG06911805 Endorsement No. Policy Period 10/01/18 to 10/01/19 `1 Endorsement Effective pate: 10101/18 Producers Name: Al.liant Insurance Services, Inc. Producer Number. 10/01/18 UT ORIZED REP ESENTATIVE DATE CG EN GN 0029 09 06 POLICY NUMBER: AICGO6911805 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRAWSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT, Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "Your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above, CO 24 04 06 09 ©Insurance Services Office, Inc.,2008 Page 7 of 1 POLICY NUMBER. AlCA06911806 WMMERCIALAUTO CA 20 48 09 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE Rr=AD IT CAREPL LL)I . DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVIERAGE FORM GARAGE COVERAGE FORM MOTOR.CARRIER COVI:RAGE.FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are"insureds" under the Who.Is An Insured Provi- sion of the Coverage Form,This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception daie of the policy urilessi another date is indi- dated below. Indorsement Effective.: 10f01/2018 Countersl rred By: Mountain cascade, Inc. Named Insured: ; �. dba Mounta � Y Mountain Cascade o£ Texas LLC Authorized Re resentative .SCHEDULE Name of Person(s)or Organization(s): WHERE 1ZEOT7TREb BY WRITTEN CONTRAdT. (If no entry appears above, Information required to complete,this endorserrrenl will be shown in.the De0latatjbn8 as applicable to the eniiolsement.) Each person or'organization shown in the Schedule is an"insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who. Is An Insured Provlslon contained in Section 11 of the Coverage Form. CA 20 48 02 99 Copyright,Insurance Services Office, Inc., 1998 Page 1 of 1 0 POLICY NUMBER.AlCA06911805 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE.FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Farm apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured:Mountain Cascade, Inc. dha Mountain Cascade of Texas LLC Endorsement!Effective Date: 10101118 SCHEDULE Names)Of Person(s)Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT. information re aired to complete this Schedule if not shown above will be shown in the Declarations. The Transfer Of(tights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident" or the "loss" under a contract with that person or organization. CA 04 44 0310 0 Insurance Services Office, Inc.,2099 Page 1 o€1 13 OLD REPUBLIC GENERAL INSURANCE CORPORATION WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: WORKERS'GQMPENSATION AND EMPLOYERS'LIABILITY INSURANCE We have t-he right to recover our payments from anyone liable for an injury covered by this policy. We Will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall hot operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHEN REQUIRED BY WRITTEN CONTRACT. Named Insured Mountain cascade, Inc,- dba Mountain Cascade of Texas LLC Policy Number Al CW06911805 Endorsement Nci. 000 Policy Period 10/01/18 to 10/01/19 Endorsement 1 ffeciiVe Date: 10/01/2018 Producer's Karns: Alliant Insurance Services, Inc. Producer plumber; r 10/01/18 AUTHORIZED REPRESENTATIVE DATE WC 99 03 1s (09106) 006125-1 CERTIFICATE OF INSURANCE Page I of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of,Insurance form.] 8 9 10 11 12 13 14 I5 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCT10N SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT'WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuaiy2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology..................................................................................................................................6 Article2--Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents.......................................... 7 .......................................................................... 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work.....................................•....................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting.................................................................................•............................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 —Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers........................................ ......16 ..................................................... 5.02 Performance, Payment, and Maintenance Bonds...................•.•.................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6---Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn a y2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and UtiIities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 ,Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8 -City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders............................................................................................ ............................36 8.06 Inspections,Tests, and Approvals.................................................. 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager .......................................................................... .....37 ............................. 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felmmy2,20I6 Article 10-Changes in the Work; Claims;Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.......................................................................... ...40 Article 11 -Cost of the Work;Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work.............................................................................................. ......................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work............................................................... 49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................... ..........52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15 -Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 Article17—Miscellaneous............................................... ..............................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times ................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings.................................................................................................................... .................. 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februaiy2,2016 007200-1 GENERAL CONDITIONS Page I of 63 ARTICLE 1–DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a content consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-I GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whole Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney--- The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price-----The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones,if any and(ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents, 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents. 31. Director of Water Department-- The officially appointed Director of the Water Department of the City of Fort Worth, Texas,or his duly appointed representative, assistant, or agents. 32. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34.Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwaiy 2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCTJMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Materia"ource, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehmary2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent—The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Hours beginning at 9:00 am. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febuary2,20I6 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives `reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 —PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT'WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felauary2,2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in makh-ig Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work. Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDAItDCONSTRLICTION SPECIFICATION IDOCDW-NTS Revision:Pebnmy2,20I6 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, PIans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4--AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;FQmaary2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized. Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not Iimited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate;or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if- 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction.; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCtMENTS Revision:FebRkW2,2016 007200-1 GENERAL CONDITIONS Page E5of63 construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions and infoinlation contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Recision:Febramy2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of-Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 00 72 00-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property& Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. S. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniwy2,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense,to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's.Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and Iiability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor,transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. if required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februmy2,2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Mems: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felauary2,2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform, at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole;and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perforin adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,20I6 00 72 00-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to famish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended)by the following: I. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or famishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febeuary2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmuuy 2,2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febaimy2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF TORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febmary2,2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301.335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: I. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711;or 2. http://www.window.state.tx.us/taxinfo/taxfornLs/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb►umy2,2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies andlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmmy2,2016 I I 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours,the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1, Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmiy2,2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS IIVDFMNIFICATION PROVISION IS,UECIFICALI OPERATE AhM BE EFFECTIVE EVEN IF IT IS ALLEGM QR PRQ--,�LN THAT ALL OR SOME OF THE DAMAGES BEING �MGHT WERE CAUSE11-2i WHQU OR IN PART. JBY AWL ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehnuvy2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING_SQILGHT SURE CAUSED, M WHOLE QR IN PART BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents,papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RCviSiOD:Febniacy2,2016 007200-1 GENERAL CONDITIONS Page 35 of 53 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FOR:r WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLMENTS Revision:February 2,2015 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F&niuy2,20I6 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods,techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14, ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Tony Sholola, PE, or his/her successor pursuant to written notification from the Director of the Water Department. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinationsfor Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februaty2,2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0l.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work, 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmury2,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A, City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim.. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal(unless Contract allows additional time). C. City s Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2, approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februuy2,2016 DO 7200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cast of the Work A. Costs,Included.• The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmay2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments blade by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. S. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. E The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmfuy2,2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0 LA,1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felauary2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the Iisting of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. .Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. if the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehauary2,2016 00 72 00-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures"varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12--CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TEVIE 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.0LQ. C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually perforins the Work, at whatever CITi'OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feluuary2,2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY Of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaty2,2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Pests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and fiu-nish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection,testing,replacement,and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for,or employee or agent of any of them, 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.I0.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkary2,2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,20[6 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:I~ebm W2,2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09;or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fein kuy2,2016 007200-] GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than. $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment.- 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b, there are other items entitling City to a setoff against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felauary2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,20I6 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment. 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febraary 2,2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15--SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy2,2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.13); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any fiends due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform.the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence 'performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=y2,2016 007200-I GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from. Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that band shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate ail orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination., the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of fling of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkary2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 007300-1 SUPPLEMENTARY CONDITIONS Pagel of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in fuII force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.0313.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way, and/or easements to be acquired,if any as of 36 November 14,2018: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 10' Water Line Temporary City of Fort Worth January 2019 Construction Easement 40' Water Line and Access City of Fort Worth January 2019 Easement 20'Permanent Access Easement City of Fort Worth January 2019 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH WESTSIDE V—PART 2— 24&164NCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised January 22,2016 0073 00-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 SC-4.01A.2,"Availability of Lands" 3 4 Utilities or obstructions to be removed,adjusted,and/or relocated 5 6 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 7 as of S EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 9 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 10 and do not bind the City. 11 12 SC-4.02A.,"Subsurface and Physical Conditions" 13 14 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 15 16 A Geotechnical Report,Report No. 103-17-244-A,dated July 11,2017,prepared by CMJ Engineering, a 17 sub-consultant of Kimley-Horn and Associates, a consultant of the City,providing additional information 18 on geotechnical conditions. 19 20 An Environmental Report,dated June 16,2017,prepared by Kimley-Horn and Associates,a consultant of 21 the City,providing additional information on environmental conditions. 22 23 The following are drawings of physical conditions in or relating to existing surface and subsurface 24 structures (except Underground Facilities)which are at or contiguous to the site of the Work: 25 None 26 27 SC-4.06A.,"Hazardous Environmental Conditions at Site" 28 29 The following are reports and drawings of existing hazardous environmental conditions known to the City: 30 None 31 32 SC-5.03A.,"Certificates of Insurance" 33 34 The entities listed below are"additional insureds as their interest may appear"including their respective 35 officers,directors,agents and employees. 36 37 (I) City 38 (2) Consultant: Kenley-Horn and Associates, Inc. 39 (3) Other: None 40 41 SC-5.04A.,"Contractor's Insurance" 42 43 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 44 coverages for not less than the following amounts or greater where required by laws and regulations: 45 46 5.04A. Workers'Compensation,under Paragraph GC-5.04A. 47 48 Statutory limits 49 Employer's liability CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page of5 1 $100,000 each accident/occurrence 2 $100,000 Disease-each employee 3 $500,000 Disease-policy limit 4 5 SC-5.04B.,"Contractor's Insurance" 6 7 5.04B. Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 8 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 9 minimum limits of: 10 11 $1,000,000 each occurrence 12 $2,000,000 aggregate limit 13 14 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 15 General Aggregate Limits apply separately to each job site. 16 17 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 18 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 19 20 SC 5.04C., "Contractor's Insurance" 21 5.04C. Automobile Liability,under Paragraph GC-5.04C. Contractor's Liability Insurance under 22 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 23 24 (1) Automobile Liability-a commercial business policy shall provide coverage on "Any Auto", 25 defined as autos owned,hired and non-owned. 26 27 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 28 least: 29 30 $250,000 Bodily Injury per person/ 31 $500,000 Bodily Injury per accident/ 32 $100,000 Property Damage 33 34 SC-5.04D.,"Contractor's Insurance" 35 36 The Contractor's construction activities will require its employees,agents,subcontractors, equipment,and 37 material deliveries to cross railroad properties and tracks. 38 None 39 40 SC-6.04.,"Project Schedule" 41 42 Project schedule shall be Tier 3 for the project. 43 44 SC-6.07.,"Wage Rates" 45 46 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 47 Appendixes: 48 Heavy and Highway Construction Prevailing Wage Rates 2008 and 2008 Prevailing Wage Rates 49 Construction Industry 50 51 SCG6.09.,"Permits and Utilities" 52 53 SC-6.09A.,"Contractor obtained permits and licenses" 54 The following are known permits and/or Iicenses required by the Contract to be acquired by the Contractor: 55 None CITY OF FORT WORTH WESTSIDE V—PART 2— 24&16-INCI-I WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 22,2016 00 73 00-4 SUPPLEMENTARY CONDITIONS Page of5 1 2 3 SC-6.09B."City obtained permits and licenses" 4 The following are known permits and/or licenses required by the Contract to be acquired by the City: 5 1. TxDOT—Notice of Proposed Installation 10/16/2018 6 2. TxDOT—Permit to Construct Access Driveway Facilities on Highway Right of Way 01/11/2019 7 8 9 SC-6.09C."Outstanding permits and licenses" 10 11 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of May 13, 12 2018: 13 14 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION 15 16 SC-7.02., "Coordination" 17 18 The individuals or entities listed below have contracts with the City for the performance of other work at 19 the Site: 20 Vendor Scope of Work Coordination Authority WS V—PART l —1 MG EST 1 MG EST Construction City Contractor 21 22 SC-8.01,"Communications to Contractor" 23 24 None 25 26 SC-9.01.,"City's Project Manager" 27 28 The City's Project Manager for this Contract is Tony Sholola,PE or his/her successor pursuant to written 29 notification from the Director of the Water Department. 30 31 SC-13.03C.,"Tests and Inspections" 32 33 None 34 35 ,SC-16.01C.1,"Methods and Procedures" 36 37 None END OF SECTION CITY OF FORT WORTH WESTSIDE V —PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH WESTSIDE V —PART 2— 24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 22,2016 011100-I SUMMARY OF WORK Pagel of3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification. 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item Iist,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 01 11 00-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 18 Iawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. .Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 01 11 00-3 SUMMARY OF WORK Page of 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCA WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10037& Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Pagel of4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to I or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor I 1 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard.Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution- General 26 1. Within 30 days after award of Contract (unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are"or-equals,"as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INC14 WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBNHTTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shah be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised 7ufy 1,2011 012500-3 SUBSTITUTION PROCEDURES Page of 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,.AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 01 2500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed. 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended 38 as noted 39 40 Firm Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITE(OF FORT WORTH WESTSIDE V-PART 2-24&16-INCI-T WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 01 31 19-1 PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS I9 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting wiII be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised August 17,2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 £ Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb: Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 cc. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised August 17,2012 0131 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS jNOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUIVUVIARY OF CHANGE 13 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised August 17,2012 013120-1 PROJECT MEETINGS Page I of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 01 31 20-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- I 1 needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 C. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 c. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 013I20-3 PROJECT MEETINGS Page of3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 110 DELIVERY, STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 0132 16-1 CONSTRUCTION PROGRESS SCHEDULE Pagel of5 1 SECTION 013216 2 CONSTRUCTION PROGRESS SCHEDULE 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division I —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A_ Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowedfor this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 c. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule- Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 0132 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative- Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades), equipment and work schedule(overtime, weekend and holiday 44 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 013210-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data I4 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time Iimit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised duly 1,2011 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page of 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes I1 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work.necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBAUTTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 0132 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 013233-1 PRECONSTRUCTION VIDEO Page 1 of2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES I4 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUMEMEN i'S 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 29 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 110 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 112 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 013233-2 PRFCONSTRUCTION VIDEO Page 2 of 2 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCII WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 013300-1 SUBMITTALS Page 1 of 1 SECTION 0133 00 2 SUBMITTALS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0--Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment wi11 be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 I d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing(i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 81/2 inches x 11 inches to 8 %2 inches x I Iinches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH WESTSIDE V-PART 2-24 c$16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 01 3300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such I0 7. Relation to adjacent or critical features of the Work or materials 1.1 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 £ Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH WESTSIDE V-PART 2-24&I6-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No.100378 Revised December 20,2012 01 3300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12)As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattens swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 L Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2, The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies I5 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,20I2 01 3300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; I I however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittal s 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than I resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered 'Not Approved"until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH WESTSIDE V-FART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1, Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx"' beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without fiWther 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS ]NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 19 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANCE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Page I of 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction I4 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division I —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 OE 35 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 S ite. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) FIagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1..3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCL WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, da-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m.to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service, will issue the Aur Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However, the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight, Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 0131 13 46 G. Water Department Coordination CITY OF FORT WORTH WESTSIDE v-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 O1 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. t0 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) .Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 2 8.0 3 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 2 t basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information; 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 I b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. I 1 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At Iocations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad.Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS 1S TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 0135 13-8 SPECIAL PROJECT PROCEDURES Page 8 of S 1 EXHIBIT B 2 F®RTWORTH DOE NO. xxxx fto,a" MIOTICS OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT_ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR ---.._.............._._. 4 CITY OF PORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Ravised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Pagel oft 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES I3 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2, Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution.) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of I 1 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY[NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of I SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1,1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings I I d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City I week before water for construction is desired CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXANIINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] /]RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USE, 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE S CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. I2 C. Related Specification Sections include, but are not necessarily Iimited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date Iogged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 7I 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department, CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of3 1 1) Allow a minimum.of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department, 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 1 l plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL S]IJBNIITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY ON FORT WORTH WESTSIDE V-PART 2-24&I6-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICACION DOCUMENTS City Project No.100378 Revised July I,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH WESTSIDE V-PART 2-24&164NCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Pagel of3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0--- Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2, Division 1 —General Requirements 13 3. Section 31 25 00--Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than I acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOT 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: S WPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than I acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit to TXR150000 11 a) Sign and post at jab site 12 b) Prior to Preconstruetion Meeting, send I copy to City Department of 13 Transportation and Public Works,Environmental Division,(817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBNHTTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SVVPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUNESAARY OF CHANGE 15 CITY OF FORT WORTH WESTSIDE V-PART 2-24&I6-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Pagel of3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July I,2011 015813-2 TEMPORARY PROJECT SIGNAGE Paget of3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION f NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH W ESTS1DE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 015813-3 TEMPORARY PROJECT S IGNAGE Page 3 of 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Page 1 oft 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is Iisted on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Paget oft 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH WESTSIDE V-PART 2-24&I6-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeet No. 100378 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery S 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments I 1 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH WESTSIDE V-PART 2-24&I6-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July I,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. CIearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when onsite storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH WESTSIDE V-PART 2-24&164NCI-I WA'T'ER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of4 1 111 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION[NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 312 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 314 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I00378 Revised 7uly 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUNMARY OF CHANGE 1 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH WESTSIDE V PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION Paget of 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order I1 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1,2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1 Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed.. 35 2. Remobilization for suspension of Work as specifically required in the Contract 36 Documents 37 a. Measurement 38 1) Measurement for this Item shall be per each remobilization performed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"will be paid for at the unit 42 price per each"Specified Remobilization"in accordance with.Contract 43 Documents. 44 c. The price shall include: 45 1) Demobilization as described in Section I.I.A.2.a.1) 46 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised November 22,2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 1 d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 16 price per each"Work Order Mobilization"in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section I.I.A.3.a.1) 21 2) Demobilization as described in Section I.I.A.3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"will be paid for at the unit 31 price per each"Work Order Emergency Mobilization" in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.I.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby, idle time, or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS f NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised November 22,2016 017000-4 MOBTLIZATION AND REMOBILIZATION Page of4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1,2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 9 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised November 22,2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page I of 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump sum price bid for"Construction Staking". 20 2) Payment for"Construction Staking" shall be made in partial payments 21 prorated by work completed compared to total work included in the lump 22 sum item. 23 c. The price bid shall include,but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement, maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of"cut sheets"using the City's standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As-Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sum price bid for"As-Built Survey". CITY OF FORT WORTH WESTSIDE V PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised February l4,2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for"Construction Staking"shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as-built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey- The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As-built Survey—The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survey"Field Checks"—Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth—Construction Staking Standards (available on City's Buzzsaw 27 website)---01 71 23.16.01_Attachment A Survey Staking Standards 28 2. City of Fort Worth- Standard Survey Data Collector Library(fxl)files(available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation(TxDOT) Survey Manual, latest revision 31 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254(qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeet No. 100378 Revised February 14,2018 01 7123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit"Cut-Sheets" conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 Attachment A--- Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B.As-built Redline Drawing Submittal 7 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor(RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A 10 —Survey Staking Standards) . 11 2. Contractor shall submit the proposed as-built and completed redline drawing 12 submittal one(1)week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as-built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking wiII be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re-stake for any reason, the Contractor will be 28 responsible for costs to perform staking. if in the opinion of the City, a 29 sufficient number of stakes or markings have been Iost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re-stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised February 14,2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested,to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 S) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances (as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As-Built Survey 18 1. Required As-Built Survey will be performed by the Contractor. 19 2, Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as-built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12"and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as-built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as-built survey including the elevation and 31 location(and provide written documentation to the City)of construction 32 features during the progress of the construction including the following: 33 1) Water Lines 34 a) Tap of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub-outs, dead-end lines 41 (5) Casing pipe(each end) and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines(non-gravity facilities) at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater—Not Applicable CITY OF FORT WORTH WESTSIDE V-PART 2-24&164NCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,100378 Revised February 14,2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 I b. The Contractor shall provide as-built survey including the elevation and 2 location(and provide written documentation to the City) of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults(All sizes) 10 d) Fire hydrants I I e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater—Not Applicable 25 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2- PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 1. Recovery of relevant control points, points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities, easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 35 areas, utilities, streets, highways, tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing, when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent(817-392-7925). 42 S. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESRI Shapefile(.shp) CITY OF PORT WORTH WESTSIDE V-PART 2-24&I6-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised February 14,2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 c. CSV file(.csv), formatted with X and Y coordinates in separate columns(use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft.vertical 16 tolerance. Horizontal alignment for earthwork and rough out should not exceed 17 1.0 ft. tolerance. 18 b. Horizontal alignment on a structure shall be within .O.lft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line,these facilities should be staked with an accuracy producing no 23 more than 0.05ft.tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas,water,telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shall be established from a pre-established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised February 14,201H 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR/RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey"Field Check"of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes casements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary. 24 2. Checks by City personnel or P party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 314 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 35 CITY OF FORT WORTH WESTSIDE V-PART 2-24&164NCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised February 14,2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 Revision Log DATE NAME SLWY ARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration,and added 3.8 System Startup. Removed"blue text";revised measurement and payment sections for Construction Staring and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format I CITY OF FORT WORTH WESTSIDE V-PART 2-24&164NCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised February 14,2018 017423-1 CLEANING Page] of4 I SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I —General Requirements 13 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 Of 7423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [oRl OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] I2 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING f NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 017423-3 CLEAMNCr Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clear. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104378 Revised duly I,2011 017423-4 CLEANING Page 4 of4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project-No.100378 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Page I of 1 SECTION 017719 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 ---General Requirements I2 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCE WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 0177 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXANHNATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 0177 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 £ Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions,City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF PORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 o€5 I SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification I3 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/z inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 I 01 7923-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 1 I MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 I. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 ofS 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products,applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and.methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and Iimiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 01 7823-4 OPERATION AND MAINTENANCE DATA Page 4 of 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and Iimiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 £ Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA. Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 112 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.I—title of section removed 8 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. .21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final hlspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 01 7839-2 PROJECT RECORD DOCUMENTS Page 2 of 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.14 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1..12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [OTS] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City I complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH WESTSIDE V PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 01 7839-4 PROJECT RECORD DOCUMENTS Page of 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that I 1 Document from the City at the City's usual charge for reproduction and I2 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP fNOT USED] 19 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 312 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DA'Z'E NAiVIE SUMMARY OF CHANGE 26 CITY Or PORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 311000-1 SITE CLEARING Page 1 of 1 SECTION 3110 00 2 SITE CLEARING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. Modified 1.2.A.l.b 13 2. Removed 1.2.A.2. 14 3. Removed 1.2.A.3. 15 C. Related Specification Sections include but are not necessarily limited to 16 1. Division 0--Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 3. Section 02 41 13 —Selective Site Demolition 19 4. Section 02 41 14—UtiIity Removal/Abandonment 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Site Clearing 23 a. Measurement 24 1) Measurement for this Item shall be by lump sum. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item shall be subsidiary to the cost of the project unless specifically noted 28 in the plans and quantified in the bid proposal. 29 c. The price bid shall include: 30 1) Pruning of designated trees and shrubs 31 2) Removal and disposal of trees, structures and obstructions 32 3) Backfilling of holes 33 4) Clean-up 34 "Sit 35 C learing2'is not a bid item) 36 a. Measufeme^+ 37 1) Measurement for this Rem shall be pep each. 38 b. Payment 39 40 Rem shall be paid faf at the unit pfiee bid pef eaeh" . 41 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 31 1000-2 SITE CLEARING Page 2 of 5 1 . 2 1) Pftming of designated tfees and shfabs 3 2) Removal and disposiofstruc ores and obstr etivisi 4 3) Grading a-ad baekfil ling of holes 5 4) Excavation 6 5) FeAilizatien 7 8 3. Tree Removal.,,,d Traftsplat44iaft 9 a. >,le n 10 1) Measurement for this Rem shall be pep eaeh. 11 b. Payment 12 1) The wafk-peffeffned and the materials furnished in accordance with this 13 item shall be paid for at the unit priee bid per eaeh"Tfee " 15 e. The price bid shall include: I6 17 2) Remova!a*d disposal of structures and obstructi 18 3) Moving tree with,Faek mattrAed+Fee spm 19 4) Cifading and badcfilling of holes 20 5) Replanting g tree at}o,-.-,...o,-ar moo,.. iaft_ra+ „a by Ge +...,c4af7 21 22 23 8) Exe"atiEffi 24 9) Feft lizatie.. 25 l mm Clean—up 26 1.3 REFERENCES [NOT USED] 27 1.4 ADNIINSTRATIVE REQUIREMENTS 28 A. Permits 29 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 30 required by the City's Tree Ordinance. (www.FortWorthTexas.gov) 31 B. Preinstallation Meetings 32 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 33 City Inspector, and the Project Manager for the purpose of reviewing the 34 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 35 prior to the meeting. 36 2. The Contractor will provide the City with a Disposal Letter in accordance to 37 Division 01. 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 40 1.7 CLOSEOUT SUBMITTALS [NOT USED] 41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 42 1.9 QUALITY ASSURANCE [NOT USED] 43 1.14 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH WESTSIDE V-PART 2-24&I6-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 31 1000-3 SITE CLEARING Page of 1 111 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAlVIINATION [NOT USED] 7 3.3 PREPARATION 8 A. All trees identified to be protected and/or preserved should be clearly flagged with 9 survey tape. 10 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 11 with the City,the Engineer and the Landowner, if necessary, to confirm trees to be 12 saved. 13 3.4 INSTALLATION 14 A. Protection of Trees 15 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 16 Refer to the Drawings for tree protection details. 17 2. if the Drawings do not provide tree protection details, protected trees shall be 18 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 19 the corners located on the canopy drip line, unless instructed otherwise. 20 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 21 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 %z 22 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 23 form the enclosure. 24 4. Do not park equipment, service equipment, store materials, or disturb the root area 25 under the branches of trees designated for preservation. 26 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 27 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 28 the tree. 29 6. Trees and brush shall be mulched on-site. 30 a. Burning as a method of disposal is not allowed. 31 B. Hazardous Materials 32 1. The Contractor will notify the Engineer immediately if any hazardous or 33 questionable materials not shown on the Drawings are encountered. This includes; 34 but not limited to: 35 a. Floor tiles 36 b. Roof tiles 37 c. Shingles 38 d. Siding 39 e. Utility piping CITY OF FORT WORTH WESTSIDE V PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 311000-4 SITE CLEARING Page 4 of 5 1 2. The testing, removal, and disposal of hazardous materials will be in accordance 2 with Division 1. 3 C. Site Clearing 4 1. Clear areas shown on the Drawings of all obstructions, except those landscape 5 features that are to be preserved. Such obstructions include,but are not limited to: 6 a. Remains of buildings and other structures 7 b. Foundations 8 c. floor slabs 9 d. Concrete 10 e. Brick 11 f. Lumber 12 g. Plaster 13 h. Septic tank drain fields 14 i. Abandoned utility pipes or conduits 15 j. Equipment 16 k. Trees 17 1. Fences 18 m. Retaining walls 19 n. Other items as specified on the Drawings 20 2. Remove vegetation and other landscape features not designated for preservation, 21 whether above or below ground, including, but not limited to: 22 a. Curb and gutter 23 b. Driveways 24 c. Paved parking areas 25 d. Miscellaneous stone 26 e. Sidewalks 27 f. Drainage structures 28 g. Manholes 29 h. Inlets 30 i. Abandoned railroad tracks 31 j. Scrap iron 32 k. Other debris 33 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 34 maintain traffic and drainage in accordance with Section 02 41 14. 35 4. In areas receiving embankment, remove obstructions not designated for 36 preservation to 2 feet below natural ground. 37 5. In areas to be excavated,remove obstructions to 2 feet below the excavation level. 38 6. In all other areas,remove obstructions to I foot below natural ground. 39 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 40 off to ground level. 41 a. Removal of existing structures shall be as per Section 02 41 13. 42 D. Disposal 43 1. Dispose of all trees within 24 hours of removal. 44 2. All materials and debris removed becomes the property of the Contractor, unless 45 otherwise stated on the Drawings. 46 3. The Contractor will dispose of material and debris off-site in accordance with local, 47 state, and federal laws and regulations. CITY OF FORT WORTH WESTSIDE V-PART 2-24&I6-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Projoct No. 100378 Revised December 20,2012 31 1000-5 SITE CLEARING Page 5 of 5 1 3.5 REPAIR [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] S 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1 AA Permits: Removed ordinance number and added City's website address 13 CITY OF FORT WORTH WESTSIDE V-PART 2-24&164NCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1 - GENERAL 4 1.1 SUMNIARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on-site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. Added 1.10.A.2.e 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division I --General Requirements 19 3. Section 31 24 00—Embankments 20 1.2 PRICE AND PAYNIENT PROCEDURES 21 A. Measurement and Payment 22 1. Excavation by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position,this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal, unless modified by Article 11.04 of the General 30 Conditions. Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement"wi11 be paid for at the unit 35 price bid per cubic yard of"Unclassified Excavation by PIan". No 36 additional compensation will be allowed for rock or shrinkage/swell 37 factors, as these are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Excavation 40 2) Excavation Safety 41 3) Drying 42 4) Dust Control CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 5) Reworking or replacing the over excavated material in rock cuts 2 6) Hauling 3 7) Disposal of excess material not used elsewhere onsite 4 8) Scarification 5 9) Clean-up 7 a, Meastifeme rt S 1) Measurement for this item shall be by the cubic yard in its final positio 10 a) The City will perform a ref�rence survey once the Site has been cleare 11 to obtain existing gfeefid eeiiditiefis. 12 tbJ--The City will perform za f nal post construction survey. 13 e) The Gentmetat:will be paid for 4te eubie yardage of E2�effvated mtt�ia 15 d) Partial paymentswill ne-based n estima+edplaiiqttai=`i J 16 17n t � om 18 1) Pie work pefferffied a-ad m4ffials f�mished in aeeefdanee with this Item 19 an4 measwed-as ppfov'ziQ of"T efn "will be paid f«,f the tm 20price bid per cubic yard of"Unclassified Excavation by Survey". 21 e. The pfiee bid shall inelude.: 22 1) Ex0avation 23 2) E�wa-va4iaft's 24 3Blying 25 27 ) Hattlin 29 9) Seafifie&tiefi 30 9) Clean up 31 1.3 REFERENCES [NOT USED] 32 A. Definitions 33 1. Unclassified Excavation—Without regard to materials, all excavations shall be 34 considered unclassified and shall include all materials excavated. Any reference to 35 Rock or other materials on the Drawings or in the specifications is solely for the 36 City and the Contractor's information and is not to be taken as a classification of 37 the excavation. 38 1.4 ADMINSTRATIVE REQUIREMENTS 39 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 40 01. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-TNCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA.excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY, STORAGE,AND HANDLING 12 A. Storage 13 1. Within Existing Rights-of-Way(ROW) 14 a. Soil may be stored within existing ROW, easements or temporary construction 15 easements, unless specifically disallowed in the Contract Documents. 16 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 3125 00. 18 d. When the Work is performed in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non-paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement,then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 e. Contractor shall coordinate with Beggs Ranch representatives on storing excess 31 material. 32 1.11 FIELD CONDITIONS 33 A. Existing Conditions 34 1. Any data which has been or may be provided on subsurface conditions is not 35 intended as a representation or warranty of accuracy or continuity between soils. It 36 is expressly understood that neither the City nor the Engineer will be responsible 37 for interpretations or conclusions drawn there from by the Contractor. 38 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off-site 15 accordance with local, state, and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials,remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 I. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings, use approved embankment material compacted in 30 accordance with Section 31 24 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance With Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3 124 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] IS 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANCE 12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified;Blue Text added for clarification 1128113 D.Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 21 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312323-1 BORROW Pagel of 6 1 SECTION 3123 23 2 BORROW 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, place and compact Borrow material for grading. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Deleted 1.2.A.2 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Section 31 23 16--Unclassified Excavation 13 4. Section 3124 00—Embankments 14 1.2 PRICE AND PAYIVIENT PROCEDURES 15 A. Measurement and Payment 16 1. Borrow by Plan Quantity 17 a. Measurement 18 1) Measurement for this Item shall be by the cubic yard in its final position 19 using the average end area method. Limits of measurement are shown on 20 the Drawings. 21 2) When measured by the cubic yard in its final position,this is a plans 22 quantity measurement Item. The quantity to be paid is the quantity shown 23 in the proposal, unless modified by Article 11.04 of the General 24 Conditions. Additional measurements or calculations will be made if 25 adjustments of quantities are required. 26 b. Payment 27 1) The work performed.and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price bid per cubic yard of"Borrow by Plan"for the various borrow 30 materials. No additional compensation will be allowed for rock or 31 shrinkage/swell factors, as these are the Contractor's responsibility. 32 c. The price bid shall include: 33 1) Transporting or hauling material 34 2) Furnishing, placing, compacting and finishing Borrow 35 3) Construction Water 36 4) Dust Control 37 5) Clean-up 38 6) Proof Rolling 39 7) Disposal of excess or waste material 40 8) Reworking or replacement of undercut material 41 42 a. Me fft CITY OF FORT WORTH WESTSIDE V-PART 2-24&I6-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312323-2 BORROW Page 2 of 6 1 11 easure-.l;"of+for this item shall be b .+b.,. ,., b,' .d it final i+' � 1L iV Lll wi .,s„w.A VV V�' L11V VLI VIV y'LLrLA 1�1 ILJ 1111U1'1.'1lT.n]ZTiD11 2 . 3 a) The City will peiferm a re&rence survey offee the Site has been eleafe 4 to obtain existing ground eenditions. 5 b) The City will perf6rm a final post construaieft sttfvey. 6 e) The C :ii ae4 1 will be Yui4 F r the V.UV1V yardage 1f Borrow materia V4 as LARV UAAAVA VIIVV VVLYYee13 L11V LYYV'surveys. 8 f1\J Borrow 11S material,,, also b e ,,.d ...b., situmaterial-is 1 9 ideff ed unacceptable and must be removed ffem the 9ke­ 10 d) Partial p be based on estima ed plan quanti 11 12 b. PayFnex# 13 1) The work performed and matefials furnished in aeeordanee w4h this hem 14 "will be paid for-at4ffie 15 priee bid per-eu'aEi•.^-afd of Survey-'or: 16 17V. The r e bid shall el,,.de: 18 1) Transporting or himliftg matefial 19 , compacting and finishing Beffew 20 3) Construction 21 4) Eleaii-ttp 22 5) Dust cent" 23 6) Proof Relling 24 7) Dispes a!of emees s of waste niatefial 25 u.,�:;.r1:..1g or-ri.p 8) o 1 1 „+of: ,,,d ..+material 26 3. Borrow by Delivered Quant 27 a. Measurem „+ 28 1) Measurement for this Item shall be by the etibie yard ef lease Borrow 29 material as deliver ed to the Site and ree efded by tridek tieket provided to the 30 31 b. Parne + 32 33 "will be paid for 4 the tm 34 pr-iee bid er eOie yard e�rewbDelivery";Quivered to the Si Site an 35 recorded by truck tieket for-.- 36 u) VwliettJ BV'' materials 37 e. The price bid sb..11 „l,,,de• 38 1) Transporting or hauling matefial 39 , eempaetiog and finishing Borrow 40 3) Go true+i,,., W .�f �.Vll 41 n) roup 42 Drs Control 43 v) Proof Rolling 44 7) Disposal of exeess of waste material 45 8) Reworking of replacement of undefetA fna4eFial 46 1.3 REFERENCES 47 A. Reference Standards CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WA'T'ER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312323-3 SORROW Page 3 of 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM Standards 5 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 6 Purposes (Unified Soil Classification System) 7 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 8 Plasticity Index of Soils 9 c. ASTM D6913, Standard Test Methods for Particle-Size Distribution 10 (Gradation)of Soils Using Sieve Analysis 11 d. ASTM D698, Standard Test Methods for Laboratory Compaction 12 Characteristics of Soil Using Standard Effort(12,400 ft-lbf/f13) 13 1.4 ADNIINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Submittals shall be in accordance with Section 0133 00, 16 B. All submittals shall be approved by the City prior to construction. 17 C, Submit laboratory tests reports for each soil borrow source used to supply general 18 borrow and select fill materials. 19 1.6 ACTION SUBNIITTALSANFORMATIONAL SUBMITTALS 20 A.` Shop Drawings 21 1. Stockpiled Borrow material 22 a. Provide a description of the storage of the delivered Borrow material only if the 23 Contract Documents do not allow storage of materials in the right-of-way of the 24 easement. 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE 28 A. Borrow material shall be tested prior to delivery to the Site. 29 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 30 from each source. 31 a. All testing listed above shall be performed in terms of ASTM D698,ASTM 32 D6913 and ASTM D4318-10 respectively. 33 1.10 DELIVERY,STORAGE,AND HANDLING 34 A. Delivery 35 1. Coordinate all deliveries and haul-off. 36 B. Storage 37 1. Within Existing Rights-of-Way(ROW) 38 a. Borrow materials may be stored within existing ROW, easements or temporary 39 construction easements, unless specif-icaIly disallowed in the Contract 40 Documents. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeet No. 100378 Revised January 28,2013 312323-4 BORROW Page 4 of6 I b. Do not block drainage ways, inlets or driveways. 2 c. Provide erosion control in accordance with Section 3125 00. 3 d. Store materials only in areas barricaded as provided in the traffic control plans. 4 e. In non-paved areas, do not store material on the root zone of any trees or in 5 landscaped areas. 6 2. Designated Storage Areas 7 a. If the Contract Documents do not allow the storage of Borrow materials within 8 the ROW, easement or temporary construction easement, then secure and 9 maintain an adequate storage Iocation. 10 b. Provide an affidavit that rights have been secured to store the materials on 11 private property. 12 c. Provide erosion control in accordance with Section 3125 00. 13 d. Do not block drainage ways. 14 e. Only materials used for 1 working day will be allowed to be stored in the work 15 zone. 16 1.11 FIELD CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED [NOT USED] 20 2.2 PRODUCT TYPES AND MATERIALS 21 A. Borrow 22 1. Additional soil beneath pavements, roadways, foundations and other structures 23 required to achieve the elevations shown on the Drawings. 24 2. Acceptable Fill Material 25 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 26 ASTM D2487 27 b. Free from deleterious materials,boulders over 6 inches in size-and organics 28 c. Can be placed free from voids 29 d. Must have 20 percent passing the number 200 sieve 30 3. Blended Fill Material 31 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 32 b. Blended with in-situ or imported Acceptable Fill material to meet the 33 requirements of an Acceptable Fill Material 34 c. Free from deleterious materials, boulders over 6 inches in size and organics 35 d. Must have 20 percent passing the number 200 sieve 36 4. Select FiII 37 a. Classified as SC or CL in accordance with ASTM D2487 38 b. Liquid limit less than 35 39 c. Plasticity index between 8 and 20 40 5. Cement Stabilized Sand(CSS) 41 a. Sand or silty sand 42 b. Free of clay or plastic material 43 c. Minimum of 4 percent cement content of Type 1111 portland cement CITY OF FORT WORTH WESTSIDE V-PART 2-24&164NCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised January 28,2013 312323-5 BORROW Page 5 of6 1 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 2 D 1633, Method A 3 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 4 D1633,Method A 5 £ Mix in a stationary pug mill, weigh-batch or continuous mixing plant 6 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 7 2.4 ACCESSORIES [NOT USED] 8 2.5 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 INSTALLATION 14 A. All Borrow placement shall be performed in accordance to Section 3124 00. 15 3.5 REPAIR [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL 18 A. Field quality control will be performed in accordance to Section 3124 00. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson I.2-Measurement and Payment Section modified;Blue Text added for clarification 1128113 D.Johnson 1.2—Modified Bid item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312323-6 BORROW Page 6 of6 1 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312400-1 EMBANKMENTS Page I of 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of- 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels I I d. Site Grading 12 c. Any other operation involving the placement of on-site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Deleted 1.2.A.2 15 2. Added 1.10.A.2.e 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 3. Section 31 23 16 Unclassified Excavation 20 4. Section 3123 23 —Borrow 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Embankments by Plan Quantity 24 a. Measurement 25 1) Measurement for this Item shall be by the cubic yard in its final position 26 using the average end area method. Limits of measurement are shown on 27 the Drawings. 28 2) When measured by the cubic yard in its final position, this is a plans 29 quantity measurement Item. The quantity to be paid is the quantity shown 30 in the proposal,unless modified by Article 11.04 of the General 31 Conditions. Additional measurements or calculations will be made if 32 adjustments of quantities are required. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under"Measurement"will be paid for at the unit 36 price bid per cubic yard of"Embankment by Plan". No additional 37 compensation will be allowed for rock or shrinkage/swell factors,as these 38 are the Contractor's responsibility. 39 c. The price bid shall include: 40 1) Transporting or hauling material 41 2) Placing, compacting, and finishing Embankment 42 3) Construction Water CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised January 28,2013 312400-2 EMBANKMENTS Page 2 of 9 1 4) Dust Control 2 5) Clean-up 3 6) Proof Rolling 4 7) Disposal of excess materials 5 8) Reworking or replacement of undercut material 6 2. Embankments by Surveyed Quantity 7 a. Measufem + 8 V WAVUAWLVU UJAAAg U1V WY VI WgV Vll d apea or composite method. 10a) The Gity "wirFerii' ofm a fef6fenee suvvey7nee the T7ILe has been eleffed 11 to obtain existing ground eenditieiis, 12 h) The City will peffafni „ final post „ ,,.,a,.,,.,+:,... ., 13 14 al ,,l4e d ,r_the difference between the two survey-,. vulvuluLVu u 15 ,d) Partial payments will be based estimated plan quant u� �WA L1W1 111V��-�� anents calculated by the Engineer. 17 b, went 18 1) The work pefformed and materials fumished ift aeeefdanee with this Item 19 and measufed-ass-6vide er"Measurementir�will be paid or at the un 20 pfiee bid pefey-afdf ,men 2 21 e. The pfiee bid shall kielude.: 22 f ha-uling „+ ial 23 , compacting, and finishing Embaf&diiefft 24 3) ca ft, ,.,,,.+ie gar + 25 4)Dust Control 26 5) Clean up 27 6) Proof Rolling 28 f f 1/11.]1J VJWl of VAVVss materials 29 8) 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this specification refer to the current reference standard 33 published at the time of the latest revision date logged at the end of this 34 specification, unless a date is specifically cited. 35 2. ASTM Standards 36 a. ASTM D4318-10,Test Procedure for Determining Liquid Limit, Plastic Limit, 37 and Plasticity Index of Soils 38 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 39 Wax Method 40 c. ASTM D698-07el, Standard Test Methods for Laboratory Compaction 41 Characteristics of Soil Using Standard Effort 42 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 43 Characteristics of Soil Using Modified Effort 44 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 45 Weight and Water Content Range for Effective Compaction of Granular Soils 46 Using a Vibrating Hammer 47 £ ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place 48 by the Sand Cone Method CITY OF FORT WORTH WESTSIDE'V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312400-3 EMBANKMENTS Page 3 of 9 1 1.4 ADMINSTRATIVE REQUIREMENTS 2 A. Sequencing 3 1. Sequence work such that calls of proctors are complete in accordance with ASTM 4 D698 prior to commencement of construction activities. 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section 0133 00. 7 B. All submittals shall be approved by the City prior to construction 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Shop Drawings 10 1. Stockpiled material 11 a. Provide a description of the storage of the excavated material only if the 12 Contract Documents do not allow storage of materials in the right-of-way or the 13 easement 14 1.7 CLOSEOUT SUBMITTALS ]NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY,STORAGE,AND HANDLING 18 A. Storage 19 1. Within Existing Rights-of-Way(ROW) 20 a. Soil may be stored within existing ROW, easements or temporary construction 21 easements, unless specifically disallowed in the Contract Documents. 22 b. Do not block drainage ways, inlets or driveways. 23 c. Provide erosion control in accordance with Section 3125 00. 24 d. When the Work is performed in active traffic areas, store materials only in 25 areas barricaded as provided in the traffic control plans. 26 e. In non-paved areas, do not store material on the root zone of any trees or in 27 landscaped areas. 28 2. Designated Storage Areas 29 a. If the Contract Documents do not allow the storage within the ROW, easement 30 or temporary construction easement,then secure and maintain an adequate 31 storage location. 32 b. Provide an affidavit that rights have been secured to store the materials on 33 private property. 34 c. Provide erosion control in accordance with Section 3125 00. 35 d. Do not block drainage ways. 36 e. Contractor shall coordinate with Bees Ranch representatives on storing excess 37 material. 38 1.11 FIELD CONDITIONS 39 A. Existing Conditions CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised January 28,2013 312400-4 EMBANKMENTS Page 4 of 9 1 1. Any data which has been or may be provided on subsurface conditions is not 2 intended as a representation or warranty of accuracy or continuity between soils. It 3 is expressly understood that neither the City nor the Engineer will be responsible 4 for interpretations or conclusions drawn there from by the Contractor. 5 2. Data is made available for the convenience of the Contractor. 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER-FURNISHED [NOT USED] 9 2.2 PRODUCT TYPES AND MATERIALS 10 A. Materials 11 1. Acceptable Fill Material 12 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 13 ASTM D2487 14 b. Free from deleterious materials, boulders over 6 inches in size and organics 15 c. Can be placed free from voids 16 d. Must have 20 percent passing the number 200 sieve 17 2. BIended fill Material 18 a. In-situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 19 ASTM D2487 20 b. BIended with in-situ or imported acceptable backfill material to meet the 21 requirements of an Acceptable Backfill Material 22 c. Free from deleterious materials,boulders over 6 inches in size and organics 23 d. Must have 20 percent passing the number 200 sieve 24 3. Unacceptable Fill Material 25 a. In-situ soils classified as ML,MH, PT, OL or OH in accordance with ASTM 26 D2487 27 4. Select Fill 28 a. Classified as SC or CL in accordance with ASTM D2487 29 b. Liquid limit less than 35 30 c. Plasticity index between 8 and 20 31 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 32 2,4 ACCESSORIES [NOT USED] 33 2.5 SOURCE QUALITY CONTROL [NOT USED] 34 PART 3 - EXECUTION 35 3.1. INSTALLERS [NOT USED] 36 3.2 EXAMINATION [NOT USED] 37 3.3 PREPARATION 38 A. Protection of In-Place Conditions CITY OF FORT WORTH WESISIDE V-PART 2-24&16-TNCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312400-5 EMBANKMENTS Page 5 of 9 1 1. Pavement 2 a. Conduct activities in such a way that does not damage existing pavement that is 3 designated to remain. 4 b. Repair or replace any pavement damaged due to the negligence of the 5 contractor outside the limits designated for pavement removal at no additional 6 cost 7 2. Trees 8 a. When operating outside of existing ROW, stake permanent and temporary 9 construction easements. 10 b. Restrict all construction activities to the designated easements and ROW. 11 c. Flag and protect all trees designated to remain in accordance with Section 31 10 12 00. 13 d. Conduct embankments in a manner such that there is no damage to the tree 14 canopy. 15 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 16 specifically allowed by the City. 17 1) Pruning or trimming may only be accomplished with equipment 18 specifically designed for tree pruning or trimming. 19 3. Above ground Structures 20 a. Protect all above ground structures adjacent to the construction. 21 4. Traffic 22 a. Maintain existing traffic, except as modified by the traffic control plan, and in 23 accordance with Section 34 71 13. 24 b. Do not block access to driveways or alleys for extended periods of time unless: 25 1) Alternative access has been provided 26 2) Proper notification has been provided to the property owner or resident 27 3) It is specifically allowed in the traffic control plan 28 3.4 INSTALLATION 29 A. Embankments General 30 1. Placing and Compacting Embankment Material 31 a. Perform fill operation in an orderly and systematic manner using equipment in 32 proper sequence to meet the compaction requirements 33 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 34 6 inches, unless otherwise shown on the Drawings 35 c. Place fill on surfaces free from trees, stumps, roots,vegetation, or other 36 deleterious materials 37 d. Bench slopes before placing material. 38 e. Begin filling in the Iowest section or the toe of the work area 39 f. When fill is placed directly or upon older fill,remove debris and any loose 40 material and proof roll existing surface. 41 g. After spreading the loose lifts to the required thickness and adjusting its 42 moisture content as necessary, simultaneously recompact scarified material 43 with the placed embankment material. 44 h. Roll with sufficient number passes to achieve the minimum required 45 compaction. 46 i. Provide water sprinkled as necessary to achieve required moisture Ievels for 47 specified compaction 48 j. Do not add additional lifts until the entire previous Iift is properly compacted. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCA WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312400-6 EMBANKMENTS Page 6 of 9 1 2. Surface Water Control 2 a. Grade surface horizontally but provide with sufficient longitudinal and 3 transverse slope to allow for runoff of surface water from every point. 4 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 5 created. 6 c. Install temporary dewatering sumps in low areas during filling where excess 7 amounts of runoff collect. 8 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 9 free from humps and hollows that would prevent proper uniform compaction. 10 e. Do not place fill during or shortly after rain events which prevent proper work I 1 placement of the material and compaction 12 £ Prior to resuming compaction operations, remove muddy material off the 13 surface to expose firm and compacted materials 14 B. Embankments for Roads 15 1. Only Acceptable Fill Material will be allowed for roadways 16 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 17 the finished grade of the street 18 3. Construct generally to conform to the cross section of the subgrade section as 19 shown in the Drawings. 20 4. Establish grade and shape to the typical sections shown on the Drawings 21 5. Maintain finished sections of embankment to the grade and compaction 22 requirements until the project is accepted. 23 C. Earth Embankments 24 1. Earth embankment is mainly composed of material other than rock. Construct 25 embankments in successive layers, evenly distributing materials in lengths suited 26 for sprinkling and rolling. 27 2. Rock or Concrete 28 a. Obtain approval from the City prior to incorporating rock and broken concrete 29 produced by the construction project in the lower layers of the embankment. 30 b. No Rock or Concrete will be permitted in embankments in any location where 31 future utilities are anticipated. 32 c. When the size of approved rock or broken concrete exceeds the layer thickness 33 place the rock and concrete outside the limits of the proposed structure or 34 pavement. Cut and remove all exposed reinforcing steel from the broken 35 concrete. 36 3. Move the material dumped in piles or windrows by blading or by similar methods 37 and incorporate it into uniform layers. 38 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 39 ensure there are no abrupt changes in the material. 40 S. Break down clods or lumps of material and mix embankment until a uniform 41 material is attained. 42 D. Rock Embankments 43 1. Rock embankment is mainly composed of rock. 44 2. Rock Embankments for roadways are only allowed when specifically designated on 45 the Drawings. CITY OF PORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312400-7 EMBANKMENTS Page 7 of 9 1 3. Construct rock embankments in successive layers for the full width of the roadway 2 cross-section with a depth of 18-inches or less. 3 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 4 case. Fill voids created by the large stone matrix with smaller stones during the 5 placement and filling operations. 6 5. Ensure the depth of the embankment layer is greater than the maximum dimension 7 of any rock. 8 6. Do not place rock greater than 18-inches in its maximum dimension. 9 7. Construct the final layer with graded material so that the density and uniformity is 10 in accordance compaction requirements. 11 8. The upper or final layer of rock embankments shall contain no material larger than 12 4 inches in their maximum dimension. 13 E. Density 14 1. Compact each layer until the maximum dry density as determined by ASTM D698 15 is achieved. t6 a. Not Under Roadway or Structure: I7 1) areas to be compacted in the open,not beneath any structure, pavement, t8 flatwork, or is a minimum of lfoot outside of the edge of any structure, 19 edge of pavement, or back of curb. 20 a) Compact each layer to a minimum of 90 percent Standard Proctor 21 Density. 22 b. Embankments under future paving: 23 1) Compact each layer to a minimum of 95 percent standard proctor density 24 with a moisture content not to exceed+4 percent or-2 percent of optimum 25 moisture or as indicated on the Drawings 26 c. Embankments under structures: 27 1) Compacted each layer as indicated on the Drawings 28 F. Maintenance of Moisture and Reworking 29 1. Maintain the density and moisture content once all requirements are met. 30 2. For soils with a PI greater than 15,maintain the moisture content no lower than 4 31 percentage points below optimum. 32 3. Rework the material to obtain the specified compaction when the material loses the 33 required stability, density, moisture, or finish. 34 4. Alter the compaction methods and procedures on subsequent work to obtain 35 specified density as directed by the City. 36 3.5 REPAIR [NOT USED] 37 3,6 RE-INSTALLATION [NOT USED] 38 3.7 FIELD QUAILITY CONTROL 39 A. Field Tests and Inspections 40 1. Proctors 41 a. The City will perform Proctors in accordance with ASTM D698. 42 b. Test results will generally be available to within 4 calendar days and distributed 43 to: 44 1) Contractor CITY OF FOItT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised January 28,2013 312400-8 EMBANKMENTS Page 8 of 9 1 2) City Project Manager 2 3) City Inspector 3 4) Engineer 4 c. Notify the City if the characteristic of the soil changes. 5 d. City will perform new proctors for varying soils: 6 1) When indicated in the geotechnical investigation in the Appendix 7 2) If notified by the Contractor 8 3) At the convenience of the City 9 e. Embankments where different soil types are present and are blended, the 10 proctors shall be based on the mixture of those soils. 11 2. Proof Rolling 12 a. Embankments under Future Pavement 13 1) City Project Representative must be on-site during proof rolling operations. 14 2) Use equipment that will apply sufficient load to identify soft spots that rut 15 or pump. 16 a) Acceptable equipment includes fully loaded single-axle water truck 17 with a 1500 gallon capacity. 18 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 19 4) Offset each trip by at most 1 tire width. 20 5) I.f an unstable or non-uniform area is found, correct the area. 21 6) Correct 22 a) Soft spots that rut or pump greater than 314 inch. 23 b) Areas that are unstable or non-uniform. 24 7) If a non-uniform area is found then correct the area. 25 b. Embankments Not Under Future Paving 26 1) No Proof Rolling is required. 27 3. Density Testing of Embankments 28 a. Density Test shall be in conformance with,ASTM D2922. 29 b. For Embankments under future pavement: 30 1) The City will perform density testing twice per working day when 31 compaction operations are being conducted. 32 2) The testing lab shall take a minimum of 3 density tests, but the number of 33 test shall be appropriate for the area being compacted. 34 3) Testing shall be representative of the current lift being compacted. 35 4) Special attention should be placed on edge conditions. 36 c. For Embankments not under future pavement or structures: 37 1) The City will perform density testing once working day when compaction 38 operations are being conducted. 39 2) The testing lab shall take a minimum of 3 density tests. 40 3) Testing shall be representative of the current Iift being compacted. 41 d. Make the area where the embankment is being placed available for testing. 42 e. The City will determine the location of the test. 43 £ The City testing lab will provide results to Contractor and the City's Inspector 44 upon completion of the testing. 45 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 46 h. Test reports shall include: 47 1) Location of test by station number 48 2) Time and date of test 49 3) Depth of testing CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised January 28,2013 312400-9 EMBANKMENTS Page 9 of 9 1 4) Field moisture 2 5) Dry density 3 6) Proctor identifier 4 7) Percent Proctor Density 5 B. Non-Conforming Work 6 1. All non-conforming work shall be removed and replaced. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.1.1 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1128/13 D. Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 16 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised January 28,2013 3305 10-1 UTILITY TRENC14 EXCAVATION,EMBEDMENT,AND BACKFILL Pagel of20 1 SECTION 33 0510 2 UTILITY TRENCH EXCAVATION,EMBEDMENT AND BACKFILL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. Added 3.4.D.2.m 26 2. Added 3.4.E.3.a.1 27 3. Modified 3.4.E.6 28 4. Modified 3.7.A.1 29 5. Modified 3.7.A.2 30 C. Related Specification Sections include, but are not necessarily limited to: 31 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 32 Contract 33 2. Division 1 —General Requirements 34 3. Section 02 41 13 --Selective Site Demolition 35 4. Section 02 41 15 —Paving Removal 36 5. Section 02 41 14—Utility Removal/Abandonment 37 6. Section 03 30 00—Cast-in-place Concrete 38 7. Section 03 34 13 —Controlled Low Strength Material(CLSM) 39 8. Section 31 10 00—Site CIearing 40 9. Section 31 25 00—Erosion and Sediment Control 41 10. Section 33 05 26—Utility Markers/Locators CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT NO.100378 Revised December 12,2016 3305 10-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page of 20 1 11. Section 34 71 13 —Traffic Control 2 1.2 PRICE AND PAYMENT PROCEDURES 3 A. Measurement and Payment 4 1. Trench Excavation, Embedment and Backfill associated with the installation of an 5 underground utility or excavation 6 a. Measurement 7 1) This Item is considered subsidiary to the installation of the utility pipe line 8 as designated in the Drawings. 9 b. Payment 10 1) The work performed and the materials furnished in accordance with this 11 Item are considered subsidiary to the installation of the utility pipe for the 12 type of embedment and backfill as indicated on the plans.No other 13 compensation will be allowed. 14 2. Imported Embedment or Backfill 15 a. Measurement 16 1) Measured by the cubic yard as delivered to the site and recorded by truck 17 ticket provided to the City 18 b. Payment 19 1) Imported fill shall only be paid when using materials for embedment and 20 backfill other than those identified in the Drawings. The work performed 21 and materials furnished in accordance with pre-bid item and measured as 22 provided under"Measurement"will be paid for at the unit price bid per 23 cubic yard of"Imported Embedment/Backfill"delivered to the Site for: 24 a) Various embedment/backfill materials 25 c. The price bid shall include: 26 1) Furnishing backfill or embedment as specified by this Specification 27 2) Hauling to the site 28 3) Placement and compaction of backfill or embedment 29 3. Concrete Encasement for Utility Lines 30 a. Measurement 31 1) Measured by the cubic yard per plan quantity. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement"will be paid for at the unit 35 price bid per cubic yard of"Concrete Encasement for Utility Lines"per 36 plan quantity. 37 c. The price bid shall include: 38 1) Furnishing, hauling, placing and finishing concrete in accordance with 39 Section 03 30 00 40 2) Clean-up 41 4. Ground Water Control 42 a. Measurement 43 1) Measurement shall be Iump sum when a ground water control plan is 44 specifically required by the Contract Documents. 45 b. Payment 46 1) Payment shall be per the lump sum price bid for"Ground Water Control" 47 including: 48 a) Submittals CITY OF FORT WORTH WESTSIDE V-PART 2-24&I6-INCH WATER.MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 100378 Revised December 12,2016 3305 10-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 20 1 b) Additional Testing 2 c) Ground water control system installation 3 d) Ground water control system operations and maintenance 4 e) Disposal of water 5 f) Removal of ground water control system 6 5. Trench Safety 7 a. Measurement 8 1) Measured per linear foot of excavation for all trenches that require trench 9 safety in accordance witb OSHA excavation safety standards(29 CFR Part 10 1926 Subpart P Safety and Health regulations for Construction) 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price bid per linear foot of excavation to comply with OSHA excavation 15 safety standards(29 CFR Part 1926.650 Subpart P), including, but not 16 limited to, all submittals, labor and equipment. 17 1.3 REFERENCES 18 A. Definitions 19 1. General—Definitions used in this section are in accordance with Terminologies 20 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 21 noted. 22 2. Definitions for trench width, backfill, embedment, initial backfill,pipe zone, 23 haunching bedding, springline,pipe zone and foundation are defined as shown in 24 the following schematic: CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 100378 Revised December 12,2016 3305 10-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 20 -� PAVED AREAS UNPAVED AREAS*I '� Lz Q7 J INITIAL 'X/ BACKFILL Lli C:) r-j Uj SPRINGLINE— i`// � \\� � HAUNCHING— BEDDING i WDATO -A 00 CLEARANCE EXCAVATED TRENCH WIDTH 2 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic 3 material 4 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 5 or the trench foundation 6 5. Final Backfill Depth 7 a. Unpaved Areas—The depth of the final backfill measured from the top of the 8 initial backfill to the surface 9 b. Paved Areas—The depth of the final backfill measured from the top of the 10 initial backfill to bottom of permanent or temporary pavement repair 11 B. Reference Standards 12 1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification, unless a date is specifically cited. 15 2. ASTM Standards: 16 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 17 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 18 Magnesium Sulfate 19 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 20 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 21 Bridge Construction. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 100378 Revised December 12,2016 33 05 10-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 20 1 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 2 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 3 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 4 Cement Mixture 5 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 6 Soil Using Stand Efforts(12,400 ft-lb/ft3 600 Kn-m/M3)). 7 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 8 Place by Sand Cone Method. 9 i. ASTM 2487— 10 Standard CIassification of Soils for Engineering Purposes 10 (Unified Soil Classification System) 11 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 12 and Other Gravity-Flow Applications 13 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 14 Aggregate in Place by Nuclear Methods (Shallow Depth) 15 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 16 place by Nuclear Methods(Shallow Depth) 17 m. ASTM D4254- Standard Test Method for Minimum Index Density and Unit 18 Weight of Soils and Calculations of Relative Density 19 3. OSHA 20 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 21 Regulations for Construction, Subpart P- Excavations 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Utility Company Notification. 25 a. Notify area utility companies at Ieast 48 hours in advance, excluding weekends 26 and holidays, before starting excavation. 27 b. Request the location of buried Iines and cables in the vicinity of the proposed 28 work. 29 B. Sequencing 30 1. Sequence work for each section of the pipe installed to complete the embedment 31 and backfill placement on the day the pipe foundation is complete. 32 2. Sequence work such that proctors are complete in accordance with ASTM D698 33 prior to commencement of construction activities. 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 0133 00. 36 B. All submittals shall be approved by the City prior to construction. 37 1.6 ACTION SUBMITTALS/EVFORMATIONAL SUBMITTALS 38 A. Shop Drawings 39 1. Provide detailed drawings and explanation for ground water and surface water 40 control, if required. 41 2. Trench Safety Plan in accordance with Occupational Safety and Health 42 Administration CFR 29,Part 1926-Safety Regulations for Construction, Subpart P- 43 Excavations 44 3. Stockpiled excavation and/or backfill material CITY OF PORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised December 12,2016 330510-6 UTILITY TRENC14 EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of20 1 a. Provide a description of the storage of the excavated material only if the 2 Contract Documents do not allow storage of materials in the right-of-way of the 3 casement. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1,8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1,9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY,STORAGE,AND HANDLING 8 A. Storage 9 1. Within Existing Rights-of-Way(ROW) 10 a. Spoil, imported embedment and backfill materials may be stored within I1 existing ROW, easements or temporary construction easements,unless 12 specifically disallowed in the Contract Documents. 13 b. Do not block drainage ways, inlets or driveways. 14 c. Provide erosion control in accordance with Section 3125 00. 15 d. Store materials only in areas barricaded as provided in the traffic control plans. 16 e. In non-paved areas, do not store material on the root zone of any trees or in 17 landscaped areas. 18 2. Designated Storage Areas 19 a. If the Contract Documents do not allow the storage of spoils, embedment or 20 backfill materials within the ROW, easement or temporary construction 21 easement, then secure and maintain an adequate storage location. 22 b. Provide an affidavit that rights have been secured to store the materials on 23 private property. 24 c. Provide erosion control in accordance with Section 3125 00. 25 d. Do not block drainage ways. 26 e. Only materials used for 1 working day will be allowed to be stored in the work 27 zone. 28 B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 29 1.11 FIELD [SITE] CONDITIONS 30 A. Existing Conditions 31 1. Any data which has been or may be provided on subsurface conditions is not 32 intended as a representation or warranty of accuracy or continuity between soils. It 33 is expressly understood that neither the City nor the Engineer will be responsible 34 for interpretations or conclusions drawn there from by the Contractor. 35 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised December 12,2016 330510-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Pagel of 20 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 A. Materials 6 1. Utility Sand 7 a. Granular and free flowing 8 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 9 fine aggregate according to ASTM C 33 10 c. Reasonably free of organic material 11 d. Gradation: sand material consisting of durable particles, free of thin or 12 elongated pieces, lumps of clay, loam or vegetable matter and meets the 13 following gradation may be used for utility sand embedment/backfill, and 14 graded with following limits when tested in accordance with ASTM C 136. 15 Sieve Size Percent Retained %2" 0 1/" 0-5 44 0-10 416 0-20 #50 20-70 HIM 60-90 4200 90-100 16 2. Crushed Rock 17 a. Durable crushed rock or recycled concrete 18 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 19 c. May be unwashed 20 d. Free from significant silt clay or unsuitable materials 21 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 22 £ Not more than a 12 percent maximum loss when subjective to 5 cycles of 23 sodium sulfate soundness per ASTM C88 24 3. Fine Crushed Rock 25 a. Durable crushed rock 26 b. Meets the gradation of ASTM D448 size numbers 8 or 89 27 c. May be unwashed 28 d. Free from significant silt clay or unsuitable materials. 29 e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C53 5 30 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 31 sodium sulfate soundness per ASTM C88 32 4. Ballast Stone 33 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 34 b. May be unwashed 35 c. Free from significant silt clay or unsuitable materials 36 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised December 12,2016 330510-8 FTTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 20 1 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 2 sodium sulfate soundness per ASTM C88 3 5. Acceptable Backfill Material 4 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 5 ASTM D2487 6 b. Free from deleterious materials,boulders over 6 inches in size and organics 7 c. Can be placed free from voids 8 d. Must have 20 percent passing the number 200 sieve 9 6. Blended Backfill Material 10 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 1 t b. Blended with in-situ or imported acceptable backfill material to meet the 12 requirements of an Acceptable Backfill Material 13 c. Free from deleterious materials, boulders over 6 inches in size and organics 14 d. Must have 20 percent passing the number 200 sieve 15 7. Unacceptable Backfill Material 16 a. In-situ soils classified as ML,MH,PT, OL or OH in accordance with ASTM 17 D2487 18 8. Select Fill 19 a. Classified as SC or CL in accordance with ASTM D2487 20 b. Liquid limit less than 35 21 c. Plasticity index between 8 and 20 22 9. Cement Stabilized Sand(CSS) 23 a. Sand 24 1) Shall be clean, durable sand meeting grading requirements for fine 25 aggregates of ASTM C33 and the following requirements: 26 a) Classified as SW, SP, or SM by the United Soil Classification System 27 of ASTM D2487 28 b) Deleterious materials 29 (1) Clay lumps, ASTM C142, less than 0.5 percent 30 (2) Lightweight pieces,ASTM C 123, less than. 5.0 percent 31 (3) Organic impurities, ASTM C40, color no darker than standard 32 color 33 (4) Plasticity index of 4 or less when tested in accordance with ASTM 34 D4318. 35 b. Minimum of 4 percent cement content of Type UII portland cement 36 c. Water 37 1) Potable water, free of soils, acids, alkalis, organic matter or other 38 deleterious substances, meeting requirements of ASTM C94 39 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. 40 e. Strength 41 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 42 D1633, Method A 43 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 44 D1633, Method A 45 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 46 that exceeds the maximum compressive strength shall be removed by the 47 Contractor for no additional compensation. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 100378 Revised December 12,2016 330510-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 20 1 f. Random samples of delivered product will be taken in the field at point of 2 delivery for each day of placement in the work area. Specimens will be 3 prepared in accordance with ASTM D1632. 4 10. Controlled Low Strength Material(CLSM) 5 a. Conform to Section 03 34 13 6 11. Trench Geotextile Fabric 7 a. Soils other than ML or OH in accordance with ASTM D2487 8 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 9 2) Fibers shall retain their relative position 10 3) Inert to biological degradation 11 4) Resist naturally occurring chemicals 12 5) UV Resistant 13 6) Mirafi 140N by Tencate, or approved equal 14 b. Soils Classified as ML or OH in accordance with ASTM D2487 15 1) High-tenacity monofilament polypropylene woven yarn 16 2) Percent open area of 8 percent to10 percent 17 3) Fibers shall retain their relative position 18 4) Inert to biological degradation 19 5) Resist naturally occurring chemicals 20 6) UV Resistant 21 7) Mirafi FW402 by Tencate, or approved equal 22 12. Concrete Encasement 23 a. Conform to Section 03 30 00. 24 2,3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION 29 A. Verification of Conditions 30 1. Review all known, identified or marked utilities, whether public or private, prior to 31 excavation. 32 2. Locate and protect all known, identified and marked utilities or underground 33 facilities as excavation progresses. 34 3. Notify all utility owners within the project limits 48 hours prior to beginning 35 excavation. 36 4. The information and data shown in the Drawings with respect to utilities is 37 approximate and based on record information or on physical appurtenances 38 observed within the project limits. 39 5. Coordinate with the Owner(s)of underground facilities. 40 6. Immediately notify any utility owner of damages to underground facilities resulting 41 from construction activities. 42 7. Repair any damages resulting from the construction activities. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised December 12,2016 3305 10-10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 20 1 B. Notify the City immediately of any changed condition that impacts excavation and 2 installation of the proposed utility. 3 3.3 PREPARATION 4 A. Protection of In-Place Conditions 5 1. Pavement 6 a. Conduct activities in such a way that does not damage existing pavement that is 7 designated to remain. 8 1) Where desired to move equipment not licensed for operation on public 9 roads or across pavement, provide means to protect the pavement from all 10 damage. 1 i b. Repair or replace any pavement damaged due to the negligence of the 12 contractor outside the limits designated for pavement removal at no additional 13 cost to the City. 14 2. Drainage 15 a. Maintain positive drainage during construction and re-establish drainage for all 16 swales and culverts affected by construction. 17 3. Trees 18 a. When operating outside of existing ROW, stake permanent and temporary 19 construction easements. 20 b. Restrict all construction activities to the designated easements and ROW. 21 c. Flag and protect all trees designated to remain in accordance with Section 31 10 22 00. 23 d. Conduct excavation, embedment and backfill in a manner such that there is no 24 damage to the tree canopy. 25 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 26 specifically allowed by the City. 27 1) Pruning or trimming may only be accomplished with equipments 28 specifically designed for tree pruning or trimming. 29 f. Remove trees specifically designated to be removed in the Drawings in 30 accordance with Section 31 10 00, 31 4. Above ground Structures 32 a. Protect all above ground structures adjacent to the construction. 33 b. Remove above ground structures designated for removal in the Drawings in 34 accordance with Section 02 41 13 35 5. Traffic 36 a. Maintain existing traffic, except as modified by the traffic control plan, and in 37 accordance with Section 34 71 13. 38 b. Do not black access to driveways or alleys for extended periods of time unless: 39 1) Alternative access has been provided 40 2) Proper notification has been provided to the property owner or resident 41 3) It is specifically allowed in the traffic control plan 42 c. Use traffic rated plates to maintain access until access is restored. 43 6. Traffic Signal—Poles, Mast Arms, Pull boxes,Detector loops 44 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 45 excavation that could impact the operations of an existing traffic signal. 46 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 47 and detector loops. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION!DOCUMENTS CITY PROTECT NO.100378 Revised December 12,2016 330510-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 1 I of 20 1 c. Immediately notify the City's Traffic Services Division if any damage occurs to 2 any component of the traffic signal due to the contractors activities. 3 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 4 cabinets, conduit and detector loops as a result of the construction activities. 5 7. Fences 6 a. Protect all fences designated to remain. 7 b. Leave fence in the equal or better condition as prior to construction. 8 3.4 INSTALLATION 9 A. Excavation 10 1. Excavate to a depth indicated on the Drawings. 11 2. Trench excavations are defined as unclassified. No additional payment shall be 12 granted for rock or other in-situ materials encountered in the trench. 13 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 14 and bracing in accordance with the Excavation Safety Plan. 15 4. The bottom of the excavation shall be firm and free from standing water. I6 a. Notify the City immediately if the water and/or the in-situ soils do not provide 17 for a firm trench bottom. 18 b. The City will determine if any changes are required in the pipe foundation or 19 bedding. 20 5. Unless otherwise permitted by the Drawings or by the City,the limits of the 21 excavation shall not advance beyond the pipe placement so that the trench may be 22 backfilled in the same day. 23 6. Over Excavation 24 a. Fill over excavated areas with the specified bedding material as specified for 25 the specific pipe to be installed. 26 b. No additional payment will be made for over excavation or additional bedding 27 material. 28 7. Unacceptable Backfill Materials 29 a. 1n-situ soils classified as unacceptable backfill material shall be separated from 30 acceptable backfill materials. 31 b. If the unacceptable backfill material is to be blended in accordance with this 32 Specification, thele store material in a suitable location until the material is 33 blended. 34 c. Remove all unacceptable material from the project site that is not intended to be 35 blended or modified. 36 8. Rock—No additional compensation will be paid for rock excavation or other 37 changed field conditions. 38 B. Shoring, Sheeting and Bracing 39 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 40 specific excavation safety system in accordance with Federal and State 41 requirements. 42 2. Excavation protection systems shall be designed according to the space limitations 43 as indicated in the Drawings. 44 3. Furnish, put in place and maintain a trench safety system in accordance with the 45 Excavation Safety Plan and required by Federal, State or local safety requirements. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised December 12,2016 3305I0-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 20 1 4. If soil or water conditions are encountered that are not addressed by the current 2 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 3 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 4 City. 5 5. Do not allow soil, or water containing soil,to migrate through the Excavation 6 Safety System in sufficient quantities to adversely affect the suitability of the 7 Excavation Protection System. Movable bracing, shoring plates or trench boxes 8 used to support the sides of the trench excavation shall not: 9 a. Disturb the embedment located in the pipe zone or lower 10 b. Alter the pipe's Iine and grade after the Excavation Protection System is 1 I removed 12 c. Compromise the compaction of the embedment located below the spring line of 13 the pipe and in the haunching 14 C. Water Control 15 1. Surface Water 16 a. Furnish all materials and equipment and perform all incidental work required to 17 direct surface water away from the excavation. 18 2. Ground Water 19 a. Furnish all materials and equipment to dewater ground water by a method 20 which preserves the undisturbed state of the subgrade soils. 21 b. Do not allow the pipe to be submerged within 24 hours after placement. 22 c. Do not allow water to flow over concrete until it has sufficiently cured. 23 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 24 Control Plan if any of the following conditions are encountered: 25 1) A Ground Water Control Plan is specifically required by the Contract 26 Documents 27 2) f in the sole judgment of the City, ground water is so severe that an 28 Engineered Ground Water Control Plan is required to protect the trench or 29 the installation of the pipe which may include: 30 a) Ground water levels in the trench are unable to be maintained below 31 the top of the bedding 32 b) A firm trench bottom cannot be maintained due to ground water 33 c) Ground water entering the excavation undermines the stability of the 34 excavation. 35 d) Ground water entering the excavation is transporting unacceptable 36 quantities of soils through the Excavation Safety System. 37 e. In the event that there is no bid item for a Ground Water Control and the City 38 requires an Engineered Ground Water Control Plan due to conditions 39 discovered at the site,the contractor will be eligible to submit a change orders 40 £ Control of ground water shall be considered subsidiary to the excavation when: 41 1) No Ground Water Control Plan is specifically identified and required in the 42 Contract Documents 43 g. Ground Water Control Plan installation, operation and maintenance 44 1) Furnish all materials and equipment necessary to implement, operate and 45 maintain the Ground Water Control Plan. 46 2) Once the excavation is complete, remove al ground water control 47 equipment not called to be incorporated into the work. 48 h. Water Disposal 49 1) Dispose of ground water in accordance with City policy or Ordinance. CI'T'Y OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised December 12,2016 330510-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 20 1 2) Do not discharge ground water onto or across private property without 2 written permission. 3 3) Permission from the City is required prior to disposal into the Sanitary 4 Sewer. 5 4) Disposal shall not violate any Federal, State or local regulations. 6 D. Embedment and Pipe Placement 7 1, Water Lines less than, or equal to, 12 inches in diameter: 8 a. The entire embedment zone shall be of uniform material. 9 b. Utility sand shall be generally used for embedment. 10 c. 1f ground water is in sufficient quantity to cause sand to pump, then use 11 crushed rock as embedment. 12 1) If crushed rock is not specifically identified in the Contract Documents, 13 then crushed rock shall be paid by the pre-bid unit price. 14 d. Place evenly spread bedding material on a firm trench bottom. 15 e. Provide firm, uniform bedding. 16 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 17 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 18 proposed grade,unless specificaIIy called for in the Drawings. 19 h. Place embedment, including initial backfill,to a minimum of 6 inches, but not 20 more than 12 inches, above the pipe. 21 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 22 the elevation of the valve nut. 23 j. Form all blocking against undisturbed trench wall to the dimensions in the 24 Drawings. 25 k. Compact embedment and initial backfill. 26 1. Place marker tape on top of the initial trench backfill in accordance with 27 Section 33 05 26. 28 2. Water Lines 16-inches through 24-inches in diameter: 29 a. The entire embedment zone shall be of uniform material. 30 b. Utility sand may be used for embedment when the excavated trench depth is 31 less than 15 feet deep. 32 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 33 trench depths 15 feet, or greater. 34 d. Crushed rock shall be used for embedment for steel pipe. 35 e. Provide trench geotextile fabric at any Iocation where crushed rock or fine 36 crushed rock come into contact with utility sand 37 f. Place evenly spread bedding material on a firm trench bottom. 38 g. Provide firm, uniform bedding. 39 1) Additional bedding may be required if ground water is present in the 40 trench. 41 2) If additional crushed rock is required not specifically identified in the 42 Contract Documents,then crushed rock shall be paid by the pre-bid unit 43 price. 44 h. PIace pipe on the bedding according to the alignment shown on the Drawings. 45 i. The pipe line shall be within: 46 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 47 lines 48 j. Place and compact embedment material to adequately support haunches in 49 accordance with the pipe manufacturer's recommendations. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT NO. 100378 Revised December 12,2016 3305 10-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 20 1 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 2 but not more than 12 inches, above the pipe. 3 1. Where gate valves are present, the initial backfill shall extend to up to the valve 4 nut. 5 in. Com act the embedment and initial backfill to 98 ercent Standard Proctor 6 ASTM D 698. 7 n. Density test may be performed by City to verify that the compaction of 8 embedment meets requirements. 9 o. Place trench geotextile fabric on top of the initial backfill. 10 p. Place marker tape on top of the trench geotextile fabric in accordance with 11 Section 33 05 26. t2 3. Water Lines 30-inches and greater in diameter 13 a. The entire embedment zone shall be of uniform material. 14 b. Crushed rock shall be used for embedment. 15 c. Provide trench geotextile fabric at any location where crushed rock or fine 16 crushed rock come into contact with utility sand. 17 d. Place evenly spread bedding material on a firm trench bottom. 18 e. Provide firm, uniform bedding. 19 1) Additional bedding may be required if ground water is present in the 20 trench. 21 2) If additional crushed rock is required which is not specifically identified in 22 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 23 price. 24 f. Place pipe on the bedding according to the alignment shown on the Drawings. 25 g. The pipe line shall be within: 26 1) 3=1 inch of the elevation on the Drawings for 30-inch and larger water lines 27 h. Place and compact embedment material to adequately support haunches in 28 accordance with the pipe manufacturer's recommendations. 29 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 30 not exceed the spring line prior to compaction. 31 j. Place remaining embedment, including initial backfill, to a minimum of 6 32 inches, but not more than 12 inches, above the pipe. 33 k. Where gate valves are present,the initial backfill shall extend to up to the valve 34 nut. 35 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 36 ASTM D 698. 37 in. Density test may be performed by City to verify that the compaction of 38 embedment meets requirements. 39 n. Place trench geotextile fabric on top of the initial backfill. 40 o. Place marker tape on top of the trench geotextile fabric in accordance with 41 Section 33 05 26. 42 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 43 a. The entire embedment zone shall be of uniform material. 44 b. Crushed rock shall be used for embedment. 45 c. Place evenly spread bedding material on a fmn trench bottom. 46 d. Spread bedding so that lines and grades are maintained and that there are no 47 sags in the sanitary sewer pipe line. 48 e. Provide firm, uniform bedding. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised December 12,2016 33 05 10-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 20 I 1) Additional bedding may be required if ground water is present in the 2 trench. 3 2) If additional crushed rock is required which is not specifically identified in 4 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 5 price. 6 £ Place pipe on the bedding according to the alignment shown in the Drawings. 7 g. The pipe Iine shall be within±0.1 inches of the elevation, and be consistent 8 with the grade shown on the Drawings. 9 h. Place and compact embedment material to adequately support haunches in 10 accordance with the pipe manufacturer's recommendations. I I i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 12 exceed the spring line prior to compaction. 13 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 14 but not more than 12 inches, above the pipe. 15 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 16 ASTM D 698. 17 I. Density test may be performed by City to verify that the compaction of 18 embedment meets requirements. 19 in. Place trench geotextile fabric on top of the initial backfill. 20 n. Place marker tape on top of the trench geotextile fabric in accordance with 21 Section 33 05 26. 22 5. Storm Sewer(RCP) 23 a. The bedding and the pipe zone up to the spring line shall be of uniform 24 material. 25 b. Crushed rock shall be used for embedment up to the spring line. 26 c. The specified backfill material may be used above the spring line. 27 d. Place evenly spread bedding material on a firm trench bottom. 28 e. Spread bedding so that Iines and grades are maintained and that there are no 29 sags in the storm sewer pipe line. 30 f. Provide firm, uniform bedding. 31 1) Additional bedding may be required if ground water is present in the 32 trench. 33 2) If additional crushed rock is required which is not specifically identified in 34 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 35 price. 36 g. PIace pipe on the bedding according to the alignment of the Drawings. 37 h. The pipe line shall be within f0.1 inches of the elevation, and be consistent 38 with the grade, shown on the Drawings. 39 i. Place embedment material up to the spring line. 40 1) Place embedment to ensure that adequate support is obtained in the haunch. 41 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 42 ASTM D 698. 43 k. Density test may be performed by City to verify that the compaction of 44 embedment meets requirements. 45 1. Place trench geotextile fabric on top of pipe and crushed rock. 46 6. Storm Sewer Reinforced Concrete Box 47 a. Crushed rock shall be used for bedding. 48 b. The pipe zone and the initial backfill shall be: 49 1) Crushed rock, or CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 100378 Revised December 12,2016 3305 10-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 20 1 2) Acceptable backfill material compacted to 95 percent Standard Proctor 2 density 3 c, Place evenly spread compacted bedding material on a firm trench bottom. 4 d. Spread bedding so that lines and grades are maintained and that there are no 5 sags in the storm sewer pipe line. 6 e. Provide firm, uniform bedding. 7 1) Additional bedding may be required if ground water is present in the 8 trench. 9 2) If additional crushed rock is required which is not specifically identified in 10 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 11 price. 12 f. Fill the annular space between multiple boxes with crushed rock, CLSM 13 according to 03 34 13. 14 g. Place pipe on the bedding according to the alignment of the Drawings. 15 h. The pipe shalt be within±0.1 inches of the elevation, and be consistent with the 16 grade, shown on the Drawings. 17 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 18 D698. 19 7. Water Services (Less than 2 Inches in Diameter) 20 a. The entire embedment zone shall be of uniform material. 21 b. Utility sand shall be generally used for embedment, 22 c. Place evenly spread bedding material on a firm trench bottom. 23 d. Provide firm, uniform bedding. 24 e. Place pipe on the bedding according to the alignment of the Plans, 25 f Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 26 8. Sanitary Sewer Services 27 a. The entire embedment zone shall be of uniform material. 28 b. Crushed rock shall be used for embedment. 29 c. Place evenly spread bedding material on a firm trench bottom. 30 d. Spread bedding so that lines and grades are maintained and that there are no 31 sags in the sanitary sewer pipe line. 32 e. Provide firm, uniform bedding. 33 1) Additional bedding may be required if ground water is present in the 34 trench. 35 2) If additional crushed rock is required which is not specifically identified in 36 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 37 price. 38 f. Place pipe on the bedding according to the alignment of the Drawings. 39 g. Place remaining embedment, including initial backfill, to a minimum of 6 40 inches, but not more than 12 inches, above the pipe. 41 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 42 i. Density test may be required to verify that the compaction meets the density 43 requirements. 44 E. Trench Backfill 45 1. At a minimum, place backfill in such a manner that the required in-place density 46 and moisture content is obtained, and so that there will be no damage to the surface, 47 pavement or structures due to any trench settlement or trench movement. 48 a. Meeting the requirement herein does not relieve the responsibility to damages 49 associated with the Work. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised December 12,2016 33 05 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 20 1 2. Backfill Material 2 a. Final backfill depth less than 15 feet 3 1) Backfill with: 4 a) Acceptable backfill material 5 b) Blended backfill material, or 6 c) Select backfill material, CSS, or CLSM when specifically required 7 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 8 1) Backfill depth from 0 tol5 feet deep 9 a) Backfill with: 10 (1) Acceptable backfill material 11 (2) Blended backfill material, or 12 (3) Select backfill material, CSS, or CLSM when specifically required 13 2) Backfill depth from 15 feet and greater 14 a) Backfill with: 15 (1) Select Fill 16 (2) CSS, or 17 (3) CLSM when specifically required 18 c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 19 1) Backfill with: 20 a) Acceptable backfill material, or 21 b) Blended backfill material 22 d. Backfill for service lines: 23 1) Backfill for water or sewer service lines shall be the same as the 24 requirement of the main that the service is connected to. 25 3. Required Compaction and Density 26 a. Final backfill(depths Iess than 15 feet) 27 1) Compact acceptable backfill material, blended backfill material or select 28 backfill to a minimum of 98 percent Standard Proctor per ASTM D698 at 29 moisture content within-2 to+5 percent of the optimum moisture. 30 2) CSS or CLSM requires no compaction. 31 b. Final backfill(depths 15 feet and greater/under existing or future pavement) 32 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 33 ASTM D 698 at moisture content within-2 to+5 percent of the optimum 34 moisture. 35 2) CSS or CLSM requires no compaction. 36 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 37 1) Compact acceptable backfill material blended backfill material, or select 38 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 39 moisture content within-2 to+5 percent of the optimum moisture. 40 4. Saturated Soils 41 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 42 optimum moisture content,the soils are considered saturated. 43 b. Flooding the trench or water jetting is strictly prohibited. 44 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 45 Appendix, Contractor shall proceed with Work following all backfill 46 procedures outlined in the Drawings for areas of soil saturation greater than 5 47 percent. 48 d. 1f saturated soils are encountered during Work but not identified in Drawings or 49 Geotechnical Report in the Appendix: CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO,100378 Revised December 12,2016 3305 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 20 1 1) The Contractor shall: 2 a) Immediately notify the City. 3 b) Submit a Contract Claim for Extra Work associated with direction from 4 City. 5 2) The City shall: 6 a) Investigate soils and determine if Work can proceed in the identified 7 location. 8 b) Direct the Contractor of changed backfill procedures associated with 9 the saturated soils that may include: 10 (1) Imported backfill 11 (2) A site specific backfill design 12 5. Placement of Backfill 13 a. Use only compaction equipment specifically designed for compaction of a 14 particular soil type and within the space and depth limitation experienced in the 15 trench. 16 b. Flooding the trench or water setting is strictly prohibited. 17 c. Place in loose lifts not to exceed 12 inches. 18 d. Compact to specified densities. 19 e. Compact only on top of initial backfill, undisturbed trench or previously 20 compacted backfill. 21 f. Remove any loose materials due to the movement of any trench box or shoring 22 or due to sloughing of the trench wall. 23 g. Install appropriate tracking balls for water and sanitary sewer trenches in 24 accordance with Section 33 05 26. 25 6. Backfill Means and Methods Demonstration 26 a. In the presence of the City, perform standard proctor test in accordance with 27 ASTM D698. 28 b. The results of the standard proctor test must be received prior to beginning 29 excavation. 30 c. Upon commencing of backfill placement for the project the Contractor shall 31 demonstrate means and methods to obtain the required densities. 32 d. Demonstrate Means and Methods for compaction including: 33 1) Depth of lifts for backfill which shall not exceed 12 inches 34 2) Method of moisture control for excessively dry or wet backfill 35 3) Placement and moving trench box, if used 36 4) Compaction techniques in an open trench 37 5) Compaction techniques around structure 38 e. Provide a testing trench box to provide access to the recently backfilled 39 material. 40 f, The City will provide a qualified testing lab full time during this period to 41 randomly test density and moisture continent. 42 1) The testing lab will provide results as available on the job site. 43 7. Varying Ground Conditions 44 a. Notify the City of varying ground conditions and the need for additional 45 proctors. 46 b. Request additional proctors when soil conditions change. 47 c. The City may acquire additional proctors at its discretion. 48 d. Significant changes in soil conditions will require an additional Means and 49 Methods demonstration. CITY OF FORT WORTH WESTSIDE V-PART 2-24&164NCII WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised December 12,2016 33 05 10-19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 20 1 3.5 REPAIR [NOT USED] 2 3.6 RE-INSTALLATION f NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Field Tests and Inspections 5 1. Proctors 6 a. Perform Proctors in accordance with ASTM D698. 7 b. Test results will generally be available to within 4 calendar days and distributed 8 to: 9 1) Contractor 10 2) City Project Manager 11 3) City Inspector 12 4) Engineer 13 c. Notify the City if the characteristic of the soil changes. 14 d. Perforin new proctors for varying soils: 15 1) When indicated in the geotechnical investigation in the Appendix 16 2) If notified by the Contractor 17 3) At the convenience of the City 18 e. Trenches where different soil types are present at different depths, the proctors 19 shall be based on the mixture of those soils. 20 2. Density Testing of Backfill 21 a. Density Tests shaII be in conformance with ASTM D2922. 22 b. Provide a testing trench protection for trench depths in excess of 5 feet. 23 c. Place, move and remove testing trench protection as necessary to facilitate all 24 test. eendueted by the City. 25 d. For final backfill depths less than 15 feet and trenches of any depth not under 26 existing or future pavement: 27 1) Perform density testing twice per working day when backfilling operations 28 are being conducted. 29 2) The testing lab shall take a minimum of 3 density tests of the current lift in 30 the available trench. 31 e. For final backfill depths 15 feet and greater deep and under existing or future 32 pavement: 33 1) Perform density testing twice per working day when backfilling operations 34 are being conducted. 35 2) The testing lab shall take a minimum of 3 density tests of the current lift in 36 the available trench. 37 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 38 f. Make the excavation available for testing. 39 g. The City will determine the location of the test. 40 h. Provide results to Gan4faetaf aB the City's Inspector upon completion of the 41 testing. 42 i. Post a formal report will be posted to the City's Buzzsaw site within 48 hours. 43 j. Test reports shall include: 44 1) Location of test by station number 45 2) Time and date of test 46 3) Depth of testing 47 4) Field moisture CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT NO.100378 Revised December 12,2016 33 05 10-20 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 20 of 20 1 5) Dry density 2 6) Proctor identifier 3 7) Percent Proctor Density 4 3. Density of Embedinent 5 a. Storm sewer boxes that are embedded with acceptable backfill material, 6 blended backfill material, cement modified backfill material or select material 7 will follow the same testing procedure as backfill. 8 b. The City may test fine crushed rock or crushed rock embedment in accordance 9 with ASTM D2922 or ASTM 1556. 10 B. Non-Conforming Work 11 1. All non-conforming work shall be removed and replaced. 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 314 ATTACHMENTS [NOT USED] 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15' and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3A.E.2—Added requirements for backfill of service lines. 3.4.E.5—Added language prohibiting flooding of trench 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/20I3 D.Johnson quantity 2.2.A—Added language for concrete encasement 12/12/16 Z.Arega 2.2.A.Ld Modify gradation for sand material 20 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 100378 Revised December 12,2016 33 11 10-1 DUCTILE IRON PIPE Page I of 14 1 SECTION 33 1110 2 DUCTILE IRON PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 2.2.B.4 10 2. Deleted 2.2.B.14.b-f 11 3. Added 22.B.14.g 12 4. Added 2.2.13.14.h 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1 —General Requirements 17 3. Section 33 01 31 —Closed Circuit Television (CCTV)Inspection 18 4. Section 33 04 10--Joint Bonding and Electrical Isolation 19 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 20 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 2I 7. Section 33 05 24—InstaIlation of Carrier Pipe in Casing or Tunnel Liner Plate 22 8. Section 33 1105—Bolts, Nuts,and Gaskets 23 9. Section 33 11 11 —Ductile Iron Fittings 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Ductile Iron Pipe 27 a. Measurement 28 1) Measured horizontally along the surface from center line to center line of 29 the fitting, manhole, or appurtenance 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under"Measurement"will be paid for at the unit 33 price bid per linear foot for"DIP"installed for: 34 a) Various sizes 35 b) Various types of backfill 36 c) Various Iinings 37 d) Various Depths, for miscellaneous sewer projects only 38 e) Various restraints 39 f) Various uses CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 1 c. The price bid shall include: 2 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 3 Drawings 4 2) Mobilization 5 3) Polyethylene encasement 6 4) Lining 7 5) Pavement removal 8 6) Excavation 9 7) Hauling 10 8) Disposal of excess material 11 9) Furnishing,placement and compaction of embedment 12 10) Furnishing, placement and compaction of backfill 13 11) Trench water stops 14 12) Thrust restraint, if required in Contract Documents 15 13) Bolts and nuts 16 14) Gaskets 17 15) Clean-up 18 16) Cleaning 19 17) Disinfection 20 18) Testing 21 1.3 REFERENCES 22 A. Definitions 23 1. Gland or Follower Gland 24 a. Non-restrained, mechanical joint fitting 25 2. Retainer Gland 26 a. Mechanically restrained mechanical joint fitting 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2, American Association of State Highway and Transportation Officials (AASHTO). 32 3. American Society of Mechanical Engineers (ASME): 33 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 34 4. ASTM International(ASTM): 35 a. Al 93, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 36 High Temperature or High Pressure Service and Other Special Purpose 37 Applications 38 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 39 Pressure or High Temperature Service, or Both 40 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 41 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 42 Tensile Strength. 43 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 44 Water or Other Liquids. 45 f. B117, Standard Practice for Operating Salt Spray(Fog)Apparatus. CITY OF PORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 3311 10-3 DUCTILE IRON PIPE Page 3 of 14 1 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 2 Steel. 3 5, American Water Works Association(AWWA): 4 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines- 5 Enamel and Tape-Hot Applied. 6 b. C600,Installation of Ductile-Iron Water Mains and their Appurtenances. 7 c. M41, Ductile-Iron Pipe and Fittings. 8 6. American Water Works Association/American National Standards Institute 9 (AW WA/ANSI): 10 a. C 104/A21.4, Cement Mortar Lining for Ductile-Iron Pipe and Fittings. I1 b. C105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 12 c. C1 I/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 13 d. C 115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 14 Threaded Flanges. 15 e. C 150/A21.50, Thickness Design of Ductile-Iron Pipe. 16 f C 151/A21.51,Ductile-Iron Pipe, Centrifugally Cast, for Water. 17 g. C600,Installation of Ductile-Iron Water Mains and their Appurtenances 18 7. NSF International(NSF): 19 a. 61, Drinking Water System Components -Health Effects. 20 8. Society for Protective Coatings (SSPC): 21 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 0133 00. 25 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 26 specials. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Interior lining 30 a. If it is other than cement mortar lining in accordance with AW WA/ANSI 31 C104/A21.4, including: 32 1) Material 33 2) Application recommendations 34 3) Field touch-up procedures 35 2. Thrust Restraint 36 a. Retainer glands, thrust harnesses or any other means 37 3. Gaskets 38 a. If hydrocarbon or other special gaskets are required 39 B. Shop Drawings—Furnish for Ductile Iron Pipe used in the water distribution system or 40 for a wastewater force main for 24-inch and greater diameters, including: 41 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 42 Texas including: 43 a. Working pressure CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 1 b. Surge pressure 2 c. Deflection 3 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 4 Professional Engineer in Texas, to verify the restraint lengths shown in the 5 Drawings. 6 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 7 Professional Engineer in Texas including: 8 a. Pipe class 9 b. Joints type 10 c. Fittings 11 d. Stationing 12 e. Transitions 13 f.. Joint deflection 14 C. Certificates 15 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 16 Section, each run of pipe furnished has met Specifications, all inspections have 17 been made, and that all tests have been performed in accordance with 18 AWWA/ANSI C151/A21.51. 19 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM 13117. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE 23 A. Qualifications 24 1. Manufacturers 25 a. Finished pipe shall be the product of 1 manufacturer. 26 1) Change orders, specials, and field changes maybe provided by a different 27 manufacturer upon City approval. 28 b. Pipe manufacturing operations(pipe, lining, and coatings) shall be performed 29 under the control of the manufacturer. 30 c. Ductile Iron Pipe 31 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 32 a) Perform quality control tests and maintain results as outlined within 33 standard to assure compliance. 34 2) Subject each pipe to a hydrostatic test of not less than S00 psi for duration 35 of at least 10 seconds. 36 B. Preconstluction Testing 37 1. The City may, at its own cost, subject random lengths of pipe for testing by an 38 independent laboratory for compliance with this Specification. 39 a. The compliance test shall be performed in the United States. 40 b. Any visible defects or failure to meet the quality standards herein will be 41 grounds for rejecting the entire order. 42 1.10 DELIVERY,STORAGE,AND HANDLING 43 A. Storage and Handling Requirements CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 3311 10-5 DUCTILE IRON PIPE Page 5 of 14 1 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 2 stated in AWWA M41. 3 2. Secure and maintain a location to store the material in accordance with Section 01 4 6600. 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.1.2 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER-FURNISHED [ori] OWNER-SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed in the City's Standard Products List will be 12 considered as shown in Section 0160 00. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 01 25 00. 16 B. Pipe 17 1. Pipe shaII be in accordance with AWWA/ANSI CI 1 I/A21.11, AWWA/ANSI 18 C150/A21.15,and AWWA/ANSI C151/A21.51. 19 2. All pipe shall meet the requirements of NSF 61. 20 3. Pipe shall have a lay Iength of 18 feet or 20 feet except for special fittings or 21 closure pieces and necessary to comply with the Drawings. 22 4. As a minimum the following pressures classes apply. The Drawings may specify a 23 higher pressure class or the pressure and deflection design criteria may also require 24 a higher pressure class, but in no case should they be less than the following: 25 Diameter Mn Pressure Class inches (psi) 3 through 12 350 14 through 20 250 24 250 2W 30 through 64 150 26 27 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 28 C151/A21.51. Minimum pipe markings shall be as follows: 29 a. "DI"or"Ductile" shall be clearly labeled on each pipe 30 b. Weight, pressure class and nominal thickness of each pipe 31 c. Year and country pipe was cast 32 d. Manufacturer's mark 33 6. Pressure and Deflection Design 34 a. Pipe design shall be based on trench conditions and design pressure class 35 specified in the Drawings. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 33 I1 10-6 DUCTILE IRON PIPE Page 6 of 14 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 2 Cl 50/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 3 construction,using the following parameters: 4 1) Unit Weight of Fill(w)— 130 pcf 5 2) Live Load=AASHTO HS 20 6 3) Trench Depth= 12 feet minimum, or as indicated in Drawings 7 4) Bedding Conditions=Type 4 8 5) Working Pressure(P,F,)= 150 psi 9 6) Surge Allowance(Ps)= 100 psi 1Q 7) Design Internal Pressure(Pi)=P,+Ps or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure,whichever is greater. 12 a) Test Pressure= 13 (1) No less than 1.25 minimum times the stated working pressure(187 14 psi minimum)of the pipeline measured at the highest elevation 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure(225 psi 17 minimum) at the lowest elevation of the test section. 18 8) Maximum Calculated Deflection(DX)= 3 percent 19 9) Restrained Joint Safety Factor(SE)= 15 percent 20 c. Trench depths shall be verified after existing utilities are located. 21 1) Vertical alignment changes required because of existing utility or other 22 conflicts shall be accommodated by an appropriate change in pipe design 23 depth. 24 2) In no case shall pipe be installed deeper than its design allows. 25 7. Provisions for Thrust 26 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings. 28 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 29 through casing and for a sufficient distance each side of casing. 30 c. No thrust restraint contribution shall be allowed for the restrained length of 31 pipe within the casing. 32 d. Restrained joints, when required, shall be used for a sufficient distance from 33 each side of the bend, tee, plug, valve or other fitting to resist thrust which will 34 be developed at the design pressure of the pipe. For the purpose of thrust, the 35 following shall apply: 36 1) Valves shall be calculated as dead enols. 37 2) Design pressure shall be greater than the working pressure of the pipe or 38 the internal pressure(Pi)whichever is greater. 39 3) Restrained joints shall consist of approved mechanical restrained or push- 40 on restrained joints as listed in the City's Standard Products List as shown 41 in Section 01 60 00. 42 e. The Pipe Manufacturer shall versify the length of pipe with restrained joints to 43 resist thrust in accordance with the Drawings, AWWA M41, and the following: 44 1) The weight of earth(We) shall be calculated as the weight of the projected 45 soil prism above the pipe, for unsaturated soil conditions. 46 2) Soil density= 130 pcf(maximum value to be used), for unsaturated soil 47 conditions 48 3) If indicated on the Drawings and the Geotechnical Borings that ground 49 water is expected, account for reduced soil density. CITY OF FORT WORTH WESTSIDE V-PART 2-24&164NCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 3311 10-7 DUCTILE IRON PIPE Page 7 of 14 1 S. Joints 2 a. General—Comply with AW WA/ANSI CI 1 I/A21.11. 3 b. Push-On Joints 4 c. Mechanical Joints 5 d. Push-On Restrained Joints 6 1) Restraining Push-on joints by means of a special gasket 7 a) Only those products that are listed in Section 01 60 00 8 b) The working pressure rating of the restrained gasket must exceed the 9 test pressure of the pipe line to be installed. 10 c) Approved for use of restraining Ductile Iron Pipe in casing with a 11 carrier pipe of 4-inches to 12-inches 12 d) Otherwise only approved if specially listed on the Drawings 13 2) Push-on Restrained Joint bell and spigot 14 a) Only those products list in the standard products list will be allowed for 15 the size listed in the standard products list per Section 01 60 00. 16 b) Pressure rating shall exceed the working and test pressure of the pipe 17 line. 18 e. Flanged Joints AWWA/ANSI C115/A21.15,ASME B16.1, Class 125 19 £ Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. 20 g. Field fabricated flanges are prohibited. 21 9. Gaskets 22 a. Provide Gaskets in accordance with Section 33 1105. 23 10. Isolation Flanges 24 a. Flanges required by the drawings to be Isolation Flanges shall conform to 25 Section 33 04 10. 26 11. Bolts and Nuts 27 a. Mechanical Joints 28 1) Provide bolts and nuts in accordance with Section 33 1105. 29 b. Flanged Ends 30 1) Meet requirements of AWWA C115. 31 a) Provide bolts and nuts in accordance with Section 33 1105. 32 12. Flange Coatings 33 a. Connections to Steel Flanges 34 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 35 Tape System in accordance with Section 33 1105. 36 13, Ductile Iron Pipe Exterior Coatings 37 a. All ductile iron shall have an asphaltic coating, minimum of I mil thick, on the 38 pipe exterior,unless otherwise specified in the Contract Documents. 39 14. Polyethylene Encasement 40 a. All buried Ductile Iron Pipe shall be polyethylene encased. 41 b. Only fnanufaetufefs listed in the City's 42 Seetio 0160 00 will be considered acceptable. 43 e. Use only vifgin polyethylene matefial, 44 d. E-fleaseffient for buried pipe shall be 8 mil linear low density(LLD), 45 46 47 n xx W n r NSI C 105/A21.5 and ASTM A674. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCA WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 33 11 10-8 DUCTILE IRON PIPE Page 8 of 14 1 e. .aFking! At . minimum of every 2 feet along its length,the mark tr e 2 3 1) Manufet„rer's name r trademark 4 2) Ye,,.of,,,anu ether 5 6 4) Minimum film thieknes!3 and matefiaJ type 7 5) Applicable range of nominal diametef-sizes 8 sionPrateetzorRepair Any r,., n ge 9 fSpecial Markings/C 1ofs 10 1) ReelnimedWatef,perform one ofthe�'vile ing• 11 " 12 b) P ev ide purple polyethylene; accordance with the n.V,e.ioa nublio 13 zxrofks n nseeiatio., Uaif ..... Gele,.Code of tape to the l th l ffie 14 c�—At#�t e-fe ter�rar.�����o��ye��v�,wap. 15 2) Wastewater, perform one of the following: 16 a) Label polyethylene eneasement with"A'-A T-FAKATEW 17 b) Provide green polyethylene inaeeofdati:eewit-ht-heAmer-ieaiiPiiblie 18 txr,rks n „ties rr...if6r,... Color Code; , 19 20 g. Polyethylene encasement for use with ductile iron pipe systems shall consist of 21 three layers of co-extruded linear low densLV polyethylene LLDPE fused 22 into a single thickness of not less than ei t mils. 23 h. The inside surface of the polyethylene wra to be in contact with the-pipe 24 exterior shall be infused with a blend of anti-microbial biocide to mitigate 25 microbiologically influenced corrosion and a volatile corrosion inhibitor to 26 control galvanic corrosion. 27 i. Minimum widths 28 Po! eth lene Tube and ,Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter Min. Width–Flat Tube Min. Width–Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,100378 Revised December 20,2012 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 54 108 216 60 108 216 64 121 242 1 15. Ductile Iron Pipe Interior Lining 2 a. Cement Mortar Lining 3 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 4 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 5 to NSF 61. 6 b. Ceramic Epoxy or Epoxy Linings 7 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 8 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 9 Products List as shown in Section 01 60 00. 10 2) Apply lining at a minimum of 40 mils DFT. 11 3) Due to the tolerances involved, the gasket area and spigot end up to 6 12 inches back from the end of the spigot end must be coated with 6 mils 13 nominal, 10 mils maximum using a Joint Compound as supplied by the 14 manufacturer. 15 a) Apply the joint compound by brush to ensure coverage. 16 b) Care should betaken that the joint compound is smooth without excess 17 buildup in the gasket seat or on the spigot ends. 18 c) Coat the gasket seat and spigot ends after the application of the lining. 19 4) Surface preparation shall be in accordance with the manufacturer's 20 recommendations. 21 5) Check thickness using a magnetic film thickness gauge in accordance with 22 the method outlined in SSPC PA 2. 23 6) Test the interior Iining of all pipe barrels for pinholes with a non- 24 destructive 2,500 volt test. 25 a) Repair any defects prior to shipment. 26 7) Mark each fitting with the date of application of the lining system along 27 with its numerical sequence of application on that date and records 28 maintained by the applicator of his work. 29 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 30 cut, coat the exposed surface with the touch-up material as recommended 31 by the manufacturer. 32 a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH WESTSIDE v-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS INOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION S A. General 9 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 10 AWWA C600,AWWA M41 and in accordance with the pipe manufacturer's 11 recommendations. 12 2. See Section.33 11 11 for installation requirements for Ductile Iron Fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 05 10. 15 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 16 6. For installation of carrier pipe within casing, see Section 33 05 24. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push-on Joints 36 a. Install Push-on joints as defined in AWWA/ANSI C 111/A21.11. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-1NCII WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 33 11 10-11 DUCTILE IRON PIPE Page 11 of 14 1 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 4 conform to AWWA C60O. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in one direction. 11 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. 14 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C600. 17 d. The manufacturer's recommendation may be used with the approval of the 18 Engineer. 19 D. Polyethylene Encasement Installation 20 1. Preparation 21 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material from becoming trapped between pipe 24 and polyethylene. 25 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 26 with minimum space between polyethylene and pipe. 27 1) Provide sufficient slack in contouring to prevent stretching polyethylene 28 where it bridges irregular surfaces such as bell-spigot interfaces, bolted 29 joints or fittings and to prevent damage to polyethylene due to backfilling 30 operations. 31 2) Secure overlaps and ends with adhesive tape and hold. 32 c. For installations below water table and/or in areas subject to tidal actions, seal 33 both ends of polyethylene tube with adhesive tape at joint overlap. 34 2. Tubular Type(Method A) 35 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 36 b. Slip tube around pipe, centering it to provide l-foot overlap on each adjacent 37 pipe section and bunching it accordion-fashion Iengthwise until it clears pipe 38 ends. 39 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 40 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 41 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 42 polyethylene from preceding length of pipe, slip it over end of the new length 43 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 44 f. Secure overlap in place. 45 g. Take up slack width at top of pipe to make a snug, but not tight, -fit along barrel 46 of pipe, securing fold at quarter points. 47 h. Repair cuts,tears, punctures or other damage to polyethylene. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,100378 Revised December 20,2012 33 11 10-12 DUCTILE IRON PIPE Page 12 of 14 1 i. Proceed with installation of next pipe in same manner. 2 3. Tubular Type(Method B) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 4 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 5 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 6 of pipe, securing fold at quarter points; secure ends. 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 8 proceeding pipe section, bunching it accordion-fashion lengthwise. 9 e. After completing joint,pull 3-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section of pipe 11 by at least I foot; make each end snug and secure. 12 4. Sheet Type 13 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 14 section. 15 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 16 it until it clears the pipe ends. 17 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 18 quadrant of pipe. 19 d. Secure out edge of polyethylene sheet at intervals of approximately 3 feet. 20 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 21 of pipe. 22 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 23 g. After completing joint, make overlap and secure ends. 24 h. Repair cuts,tears, punctures or other damage to polyethylene. 25 i. Proceed with installation of next section of pipe in same manner. 26 5. Pipe-Shaped Appurtenances 27 a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with 28 polyethylene in same manner as pipe and fittings. 29 6. Odd-Shaped Appurtenances 30 a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped 31 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 32 sheet under appurtenances and bringing it up around body. 33 b. Make seams by bringing edges together, folding over twice and taping down. 34 c. Tape polyethylene securely in place at the valve stem and at any other 35 penetrations. 36 7. Repairs 37 a. Repair any cuts, tears,punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube, wrapped around 39 fitting to cover damaged area and secured in place. 40 8. Openings in Encasement 41 a. Provide openings for branches, service taps, blow-offs, air valves and similar 42 appurtenances by making an X-shaped cut in polyethylene and temporarily 43 folding back film. 44 b. After appurtenance is installed, tape slack securely to appurtenance and repair 45 cut, as well as other damaged area in polyethylene with tape. 46 c. Service taps may also be made directly through polyethylene, with any 47 resulting damaged areas being repaired as described above. CITE'OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 33 11 10-13 DUCTILE IRON PIPE Page 13 of 14 1 9. Junctions between Wrapped and Unwrapped Pipe: 2 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe, 7 3.5 REPAUVRESTORATION 8 A. Patching 9 1. Excessive field-patching is not permitted of lining or coating. 10 2. Patching of lining or coating will be allowed where area to be repaired does not I I exceed 100 square inches and has no dimensions greater than 12 inches. 12 3. In general,there shall not be more than I patch on either the lining or the coating of 13 any 1 joint of pipe. 14 4. Wherever necessary to patch the pipe: 15 a. Make patch with cement mortal as previously specified for interior joints. 16 b. Do not install patched pipe until the patch has been properly and adequately 17 cured and approved for laying by the City. 18 5. Promptly remove rejected pipe from the site. 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1. Closed Circuit Television(CCTV)Inspection 27 a. Provide a Post-CCTV Inspection in accordance with Section 33 0131. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 33 11 10-14 DUCTILE IRON PIPE Page 14 of 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.1.b.---Updated Payment types 12/20/2012 D.Johnson 1.3—Added definitions of gland types for clarity 2.23.9, 10, 11 and 12--Added reference to Section 33 1105 and removed material specification for bolts,nuts and gaskets 1 CITY OP FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 33 11 11-1 DUCTILE IRON FITTINGS Page 1 of 13 1 SECTION 33 1111 2 DUCTILE IRON FITTINGS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water,wastewater,and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride(PVC)Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification I 1 1. Deleted 2.2.B.14.b-f 12 2. Added2.2.13.14.g 13 3. Added 2.2.13.14.h 14 C. Related Specification Sections include, but are not necessarily limited to: I5 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 —General Requirements 18 3. Section 03 30 00—Cast-in-Place Concrete 19 4. Section 33 04 10--Joint Bonding and Electrical Isolation 20 5, Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 21 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 22 7. Section 33 1105—Bolts,Nuts, and Gaskets 23 1.2 PRICE AND PAYA ENT PROCEDURES 24 A. Measurement and Payment 25 1. Ductile Iron Water Fittings with Restraint 26 a. Measurement 27 1) Shall be per ton of fittings supplied 28 2) Fittings weights are the sum of the various types of fittings multiplied by 29 the weight per fitting as Listed in AWWA/ANSI C153/A21.53. 30 3) The fitting weights listed in AWWA/ANSI CI 10/A21.10 are only allowed 31 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 32 Drawings specifically call for an AWWA/ANSI C1 10/A21.10 fittings. 33 4) If the Contractor chooses to supply AWWA/ANSI Cl 10/A21.10 (full 34 body)Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 35 (compact)Ductile Iron Fittings at his convenience, then the weight shall be 36 measured in accordance with AWWA/ANSI CI53/A21.53. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price bid per ton of"Ductile Iron Water Fittings with Restraint". CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCA WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 33 11 11-2 DUCTILE IRON FITTINGS Page 2 of 13 1 c. The price bid shall include: 2 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 3 Drawings 4 2) Polyethylene encasement 5 3) Lining 6 4) Pavement removal 7 5) Excavation 8 6) Hauling 9 7) Disposal of excess material 10 8) Furnishing and installing bolts, nuts,and restraints 11 9) Furnishing, placement and compaction of embedment 12 10) Furnishing, placement and compaction of backfill 13 11) Trench water stops 14 12) Clean-up 15 13) Cleaning 16 14) Disinfection 17 15) Testing 18 2. Ductile Iron Sewer Fittings 19 a. Measurement 20 1) Shall be per ton of fittings supplied 21 2) Fittings weights are the sum of the various types of fittings multiplied by 22 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 23 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 24 for specials where an AWWA/ANSI CI53/A21.53 is not available, or if the 25 Drawings specifically call for an AWWA/ANSI CI 10/A21.10 fittings. 26 4) If the Contractor chooses to supply AWWA/ANSI CI IO/A21.10 (full 27 body)Ductile Iron Fittings in lieu of AWWA/ANSI CI53/A21.53 28 (compact)Ductile Iron Fittings at his convenience,then the weight shall be 29 measured in accordance with AWWA/ANSI C153/A21.53. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under"Measurement"will be paid for at the unit 33 price bid per ton of"Ductile Iron Sewer Fittings". 34 c. The price bid shall include: 35 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 36 Drawings 37 2) Epoxy Coating 38 3) Polyethylene encasement 39 4) Lining 40 5) Pavement removal 41 6) Excavation 42 7) Hauling 43 8) Disposal of excess material 44 9) Furnishing and installing bolts, nuts,and restraints 45 10) Furnishing,placement and compaction of embedment 46 11) Furnishing, placement and compaction of backfill 47 12) Clean-up 48 13) Cleaning 49 14) Disinfection CITY OF FORT WORTH 'WESTSIDE v-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 33 11 11-3 DUCTILE IRON FITTINGS Page 3 of 13 1 15) Testing 2 1.3 REFERENCES 3 A. Definitions 4 1. Gland or Follower Gland 5 a. Non-restrained, mechanical joint fitting 6 2. Retainer GIand 7 a. Mechanically restrained mechanical joint fitting, consisting of multiple 8 gripping wedges incorporated into a follower gland meeting the applicable 9 requirements of ANSI/AWWA C1 IO/A21.10. 10 B. Reference Standards 1 I 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. American Society of Mechanical Engineers (ASME): 15 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 16 3. ASTM International(ASTM): 17 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 18 High Temperature or High Pressure Service and Other Special Purpose 19 Applications 20 b. Al 94, Specification for Carbon and Alloy Steel Nuts for Bolts for High 21 Pressure or High Temperature Service, or Both 22 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 23 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 24 Water or Other Liquids. 25 e. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 26 4. American Water Works Association(AWWA): 27 a. 0203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 28 Enamel and Tape-Hot Applied. 29 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 30 c. M41, Ductile-Iron Pipe and Fittings. 31 5. American Water Works Association/American National Standards Institute 32 (AWWA/ANSI): 33 a. C104/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 34 b. CI05/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 35 c. C1 IO/A21.10, Ductile-Iron and Gray-Iron Fittings. 36 d. CI I I/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 37 e. CI 15/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 38 Threaded Flanges. 39 f. C151/A21.51,Ductile-Iron Pipe, Centrifugally Cast, for Water. 40 g. C153/A21.53, Ductile-Iron Compact Fittings for Water Service. 41 6. NSF International(NSF): 42 a. 61, Drinking Water System Components - Health Effects. 43 7. Society for Protective Coatings (SSPC): 44 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 33 11 11-4 DUCTILE IRON FITTINGS Page 4 of 13 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS 1 INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Ductile Iron Fittings 9 a. Pressure class 10 b. Interior lining 11 C. Joint types 12 2. Polyethylene encasement and tape 13 a. Planned method of installation 14 b. Whether the film is linear low density or high density cross linked polyethylene 15 c. The thickness of the film provided 16 3. The interior lining, if it is other than cement mortar lining in accordance with 17 AWWA/ANSI C104/A21.4 18 a. Material 19 b. Application recommendations 20 c. Field touch-up procedures 21 4. Thrust Restraint 22 a. Retainer glands 23 b. Thrust harnesses 24 c. Any other means 25 5. Gaskets 26 a. Provide Gaskets in accordance with Section 33 11 05. 27 6. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 04 10. 30 7. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 11 05. 33 b. Flanged Ends 34 1) Meet requirements of AWWA C115. 35 a) Provide bolts and nuts in accordance with Section 33 11 05. 36 8. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 39 Tape System in accordance with Section 33 1105. 40 B. Certificates 41 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 42 meet the provisions of this Section and meet the requirements of AWWA/ANSI 43 C I I O/A21.10 or AWWA/ANSI C 153/A21.53. 44 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 33 11 11-5 DUCTILE IRON FITTINGS Page 5 of 13 1 1.7 CLOSEOUT SUBMITTALS ]NOT USED] 2 11.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations(fittings, lining, and coatings)shall be 7 performed under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 Cll0/A21.10 orAWWA/ANSI C153/A21.53. 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may, at its own cost, subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein will be 17 grounds for rejecting the entire order. 18 1..10 DELIVERY,STORAGE,AND HANDLING 19 A. Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as staffed in AWWA M41. 21 2. Secure and maintain a location to store the material in accordance with Section O1 22 6600. 23 111 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY[NOT USED] 25 PART 2- PRODUCTS 26 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section O1 60 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shalI be submitted in accordance with Section 01 25 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C1 IO/A21.10, 36 AWWA/ANSI C153/A21.53. 37 2. All fittings for potable water service shall meet the requirements of NSF 61. 38 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 39 the pipe which the fitting is connected,unless specifically indicated in the 40 Drawings. CITY OF FORT WORTH WESTSIDE V-PART 2-24&164NCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2412 33 11 11-6 DUCTILE IRON FITTINGS Page 6 of 13 1 4. Fittings Markings 2 a. Meet the minimum requirements of AW WA/ANSI C151/A21.51. 3 b. Minimum markings shall include: 4 1) "DI"or"Ductile"cast or metal stamped on each fitting 5 2) Applicable AWWA/ANSI standard for that the fitting 6 3) Pressure rating 7 4) Number of degrees for all bends 8 5) Nominal diameter of the openings 9 6) Year and country fitting was cast 10 7) Manufacturer's mark 11 5. Joints 12 a. Mechanical Joints with mechanical restraint 13 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of 14 ANSIIAWWA C110/A21.10. 15 2) The retainer gland shall have the following working pressure ratings based 16 on size and type of pipe: 17 a) Ductile Iron Pipe 18 (1) 3-inch 16-inch, 350 psi 19 (2) 18-inch—48-inch, 250 psi 20 b) PVC C900 and C905 21 (1) 3-inch— 12-inch, 305psi 22 (2) 14-rich— 16-inch, 235psi 23 (3) 18-inch 20-inch, 200psi 24 (4) 24-inch—30—inch 165psi 25 c) Ratings are for water pressure and must include a minimum safety 26 factor of 2 to I in all sizes 27 3) Retainer glands shall have specific designs for Ductile Cron and PVC and 28 should be easily differentiate between the 2. 29 4) Gland body, wedges and wedge actuating components shall be cast from 30 grade 65-45-12 ductile iron material in accordance with ASTM A536. 31 5) Mechanical joint restraint shall require conventional tools and installation 32 procedures per AWWA C600, while retaining full mechanical joint 33 deflection during assembly as well as allowing joint deflection after 34 assembly. 35 6) Proper actuation of the gripping wedges shall be ensured with torque 36 limiting twist off nuts. 37 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. 38 b. Push-On, Restrained.Joints 39 1) Restraining Push-on joints by means of a special gasket 40 a) Only those products that are listed in 0160 00 41 b) The working pressure rating of the restrained gasket must exceed the 42 test pressure of the pipe line to be installed. 43 c) Approved for use of restraining Ductile Iron Pipe in casing with a 44 carrier pipe of 4-inches to 12-inches 45 d) Otherwise only approved if specially listed on the drawings 46 2) Push-on Restrained Joint bell and spigot 47 a) Only those products list in the standard products list will be allowed for 48 the size listed.in the standard products list per Section 0160 00 CITY OF FORT WORTH WFSTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 331I 11-7 DUCTILE IRON FITTINGS Page 7 of 13 1 b) Pressure rating shall exceed the working and test pressure of the pipe 2 line 3 c. Flanged Joints 4 1) AWWA/ANS1 Cl 15/A21.15,ASME B16.1, Class 125 5 2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 6 125. 7 3) Field fabricated flanges are prohibited. 8 6. Gaskets 9 a. Provide Gaskets in accordance with Section 33 1105, 10 7. Isolation Flanges 11 a. Flanges required by the drawings to be Isolation Flanges shall conform to 12 Section 33 04 10. 13 8. Bolts and Nuts 14 a. Mechanical Joints 15 1) Provide bolts and nuts in accordance with Section 33 11 05. 16 b. Flanged Ends 17 1) Meet requirements of AWWA C1 15. 18 a) Provide bolts and nuts in accordance with Section 33 11 05. 19 9. Flange Coatings 20 a. Connections to Steel Flanges 21 1) Buried connections with Steel FIanges shall be coated with a Petrolatum 22 Tape System in accordance with Section 33 11 05. 23 10. Ductile Iron Fitting Exterior Coatings 24 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of I mil 25 thick, on the exterior, unless otherwise specified in the Contract Documents. 26 11. Polyethylene Encasement 27 a. All buried Ductile Iron Fittings shall be polyethylene encased. 28City's 29 Section n l tin nn will be eenside e . pta_ble. 30 e. Use enly vifgin polyethylene material. 31 d. Eneasement faf bufied fAlings shall be 8 mil linear low density(LLD) 32 polyethylene conforming to A MVhVnrrcr_C 105h ti 5 of 4 ,.....1 �:�� a��z�,..,.,z.�.T. 33 34 t o xarsxr A r Sl C 1 05 A 215 and ASTM A674-. 35 , 36 polyethylene film with the following information: 37 ' 38 2) Yeaf E&ma-nulfaetu 39 3) Arxrxxr_ -ANS!6105hU 5 40 4) a,r:n;.,,um film+1,; ks ,1 tom,";.1 type a�znrr-�iiiczcrizirc�p�c 41 5) Applieable fange of nominal diameter sizes 42 til Warning Ga sionPfateettion R ge 43 44 1) Reclaimed rxr.,te perform e of the f uov�n, - 45 " " 46 b) Provide purple polyethylene; aecor-dance withthe A tnefieai n,.l li—e �1ZiVI1L 47 WeAs Asseeiation Uniform Color Code; or CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 33 11 11-8 DUCTILE IRON FITTINGS Page 8 of 13 1 2 2) Wastewater,perform one of the following: 3 « 5 Works Association Uniform Color Code; or 6 7 g. Polyethylene encasement for use with ductile iron pipe systems shall consist of 8 three layers of co-extruded linear low density polyethylene(LLDPE), fused 9 into a single thickness of not less than eight mils. 10 h. The inside surface of the polyethylene wrap to be in contact with the ape 11 exterior shall be infused with a blend of anti-microbial biocide to mitigate 12 microbiologically influenced corrosion and a volatile corrosion inhibitor to 13 control galvanic corrosion. 14 i. Minimum widths 15 Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings Nominal Fittings Diameter Min. Width—Flat Tube Min. Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 16 12. Ductile Iron Fittings Interior Lining 17 a. Cement Mortar Lining 18 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 19 accordance with AWWA/ANSI C104/A21.4 and be acceptable according to 20 NSF 61. 21 b. Ceramic Epoxy or Epoxy Linings 22 1) Ductile Iron Fittings for use in wastewater applications shall be lined with 23 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 24 List as shown in Section 01 60 00. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 3311 11-9 DUCTILE IRON FITTINGS Page 9 of 13 1 2) Apply lining at a minimum of 40 mils DFT 2 3) Due to the tolerances involved,the gasket area and spigot end up to 6 3 inches back from the end of the spigot end must be coated with 6 mils 4 nominal, 10 mils maximum using a Joint Compound as supplied by the 5 manufacturer. 6 a) Apply the joint compound by brush to ensure coverage. 7 b) Care should betaken that the joint compound is smooth without excess 8 buildup in the gasket seat or on the spigot ends. 9 c) Coat the gasket seat and spigot ends after the application of the lining. 10 4) Surface preparation shall be in accordance with the manufacturer's 11 recommendations. 12 5) Check thickness rising a magnetic film thickness gauge in accordance with 13 the method outlined in SSPC PA 2. 14 6) Test the interior lining of all fittings for pinholes with a non-destructive 15 2,500 volt test. 16 a) Repair any defects prior to shipment. 17 7) Mark each fitting with the date of application of the lining system along 18 with its numerical sequence of application on that date and records 19 maintained by the applicator of his work. 20 8) For all Ductile Iron Fittings in wastewater service where the fitting has 21 been cut, coat the exposed surface with the touch-up material as 22 recommended by the manufacturer. 23 a) The touch-up material and the lining shall be of the same manufacturer. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. General 32 1. Install fittings, specials and appurtenances as specified herein, as specified in 33 AWWA 0600,AWWA M4 I.and in accordance with the fittings manufacturer's 34 recommendations. 35 2. Lay fittings to the lines and grades as indicated in the Drawings. 36 3. Excavate and backfill trenches in accordance with 33 05 10. 37 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 38 B. Joint Making 39 1. Mechanical Joints with required mechanical restraint 40 a. All mechanical joints require mechanical restraint. 41 b. Bolt the retainer gland into compression against the gasket,with the bolts 42 tightened down evenly then cross torqued in accordance with AWWA C600. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 33 11 11-10 DUCTILE IRON FITTINGS Page 10 of 13 1 c. Overstressing of bolts to compensate for poor installation practice will not be 2 permitted. 3 2. Push-on Joints (restrained) 4 a. All push-on joints shall be restrained push-on type. 5 b. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 6 c. Wipe clean the gasket seat inside the bell of all extraneous matter. 7 d. Place the gasket in the bell in the position prescribed by the manufacturer. 8 e. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 9 gasket and the outside of the spigot prior to entering the spigot into the bell. 10 f. When using a field cut plain end piece of pipe, refinished the field cut and scarf 11 to conform to AWWA M-41. 12 3. Flanged Joints 13 a. Use erection bolts and drift pins to make flanged connections. 14 1) Do not use undue force or restraint on the ends of the fittings. 15 2) Apply even and uniform pressure to the gasket. 16 b. The fitting must be free to move in any direction while bolting. 17 1) Install flange bolts with all bolt heads faced in 1 direction. 18 4. Joint Deflection 19 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 20 and grades and shown in the Drawings. 21 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 22 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 23 C600. 24 d. The manufacturer's recommendation may be used with the approval of the 25 Engineer. 26 C. Polyethylene Encasement Installation 27 1. Preparation 28 a. Remove all lumps of clay,mud, cinders, etc., on fittings surface prior to 29 installation of polyethylene encasement. 30 1) Prevent soil or embedment material from becoming trapped between 31 fittings and polyethylene. 32 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 33 with minimum space between polyethylene and fittings. 34 1) Provide sufficient slack in contouring to prevent stretching polyethylene 35 where it bridges irregular surfaces such as bell-spigot interfaces, bolted 36 joints or fittings, and to prevent damage to polyethylene due to backfilling 37 operations. 38 2) Secure overlaps and ends with adhesive tape and hold. 39 c. For installations below water table and/or in areas subject to tidal actions, seal 40 both ends of polyethylene tube with adhesive tape at joint overlap. 41 2. Tubular Type(Method A) 42 a. Cut polyethylene tube to Iength approximately 2 feet longer than fittings 43 section. 44 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 45 pipe section and bunching it accordion-fashion lengthwise until it clears fittings 46 ends. 47 c. Lower fittings into trench with preceding section of pipe. CITY OF FORT WORTH WESTSIDE V-PART 2-24&164NCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 33 11 11-11 DUCTILE IRON FITTINGS Page I 1 of 13 1 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 2 e. After assembling fittings make overlap of polyethylene tube, pull bunched 3 polyethylene from preceding length of pipe, slip it over end of the fitting and 4 wrap until it overlaps joint at end of preceding length of pipe. 5 f. Secure overlap in place. 6 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 7 barrel of fitting, securing fold at quarter points. 8 h. Repair cuts, tears,punctures or other damage to polyethylene. 9 i. Proceed with installation of next fitting in same manner. 10 3. Tubular Type(Method B) 11 a. Cut polyethylene tube to Iength approximately 1 foot shorter than fitting 12 section. 13 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 14 end. 15 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 16 barrel of fitting, securing fold at quarter points; secure ends. 17 d. Before making up joint, slip 3-foot Iength of polyethylene tube over end of 18 proceeding pipe section, bunching it accordion-fashion lengthwise. 19 e. After completing joint, pull 3-foot length of polyethylene over joint, 20 overlapping polyethylene previously installed on each adjacent section of pipe 21 by at least 1 foot; make each end snug and secure. 22 4. Sheet Type 23 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 24 section. 25 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 26 clears the fitting ends. 27 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 28 quadrant of fitting. 29 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 30 e. Lower wrapped fitting into trench with preceding section of pipe. 31 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 32 g. After completing joint, make overlap and secure ends. 33 h. Repair cuts,tears,punctures or other damage to polyethylene. 34 i. Proceed with installation of fittings in same manner. 35 5. Pipe-Shaped Appurtenances 36 a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with 37 polyethylene in same manner as pipe and fittings. 38 6. Odd-Shaped Appurtenances 39 a. When it is not practical to wrap valves, tees, crosses and other odd-shaped 40 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 41 sheet under appurtenances and bringing it up around body. 42 b. Make seams by bringing edges together, folding over twice and taping down. 43 c. Tape polyethylene securely in place at the valve stem and at any other 44 penetrations. 45 7. Repairs 46 a. Repair any cuts,tears,punctures or damage to polyethylene with adhesive tape 47 or with short Iength of polyethylene sheet or cut open tube,wrapped around 48 fitting to cover damaged area, and secure in place. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-1NCI-I WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10037$ Revised December 20,2012 33 11 11-12 DUCTILE IRON FITTINGS Page 12 of 13 l 8. Openings in Encasement 2 a. Provide openings for branches, service taps, blow-offs, air valves and similar 3 appurtenances by making an X-shaped cut in polyethylene and temporarily 4 folding back film. 5 b. After appurtenance is installed,tape slack securely to appurtenance and repair 6 cut, as well as other damaged area in polyethylene with tape. 7 c. Service taps may also be made directly through polyethylene,with any 8 resulting damaged areas being repaired as described above. 9 9. Junctions between Wrapped and Unwrapped Fittings 10 a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, 11 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 12 b. Secure end with circumferential turns of tape. 13 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 14 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 15 Fittings. 16 D. Blocking 17 1. Install concrete blocking in accordance with Section 03 30 00 for all bends,tees, 18 crosses and plugs in the pipe Iines as indicated in the Drawings. 19 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 20 normal to the thrust. 21 3. The supporting area for each block shall be at least as great as that indicated on the 22 Drawings and shall be sufficient to withstand the thrust, including water hammer, 23 which may develop. 24 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 25 5. If the Contractor encounters soil that appears to be different than that which was 26 used to calculate the blocking according to the Drawings,the Contractor shall 27 notify the Engineer prior to the installation of the blocking. 28 3.5 REPAIR/RESTORATION 29 A. Patching 30 1. Excessive field-patching is not permitted of lining or coating. 31 2. Patching of lining or coating will be allowed where area to be repaired does not 32 exceed 100 square inches and has no dimensions greater than 12 inches. 33 3. In general,there shall not be more than I patch on either the lining or the coating of 34 any fitting. 35 4. Wherever necessary to patch the fitting: 36 a. Make patch with cement mortar as previously specified for interior joints. 37 b. Do not install patched fitting until the patch has been properly and adequately 38 cured and approved for laying by the City. 39 c. Promptly remove rejected fittings from the site. 40 3.6 RE-INSTALLATION [NOT USED] 41 3.7 FIELD [OR] SITE QUALITY CONTROL 42 A. Potable Water Mains 43 1. Cleaning, disinfection,hydrostatic testing and bacteriological testing of water mains CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised December 20,2012 33 11 11-13 DUCTILE IRON FITTINGS Page 13 of 13 1 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the wafter 2 main as specified in Section 33 04 40. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION II Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.Lc—Restraints included in price bid 1.2.A.2.c—Restraints included in price bid I.3—Added definitions of gland types for clarity 12/20/2012 D.Johnson 2.2.13.5—Removed unrestrained push-on and mechanical joints 2.2.B.6,7,8,and 9—Added reference to Section 33 05 10 and 33 04 10;removed material specifications for bolts,nuts and gaskets. 3.4—Requirement for all mechanical and push-on joints to be restrained 3.4.13—Corrected reference 9/20/2017 W.Norwood 2.2.B.5.a.7—Added requirement for 6 wedges m MJ Restraint for 8 inch PVC pipe 12 CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised December 20,2012 33 11 12-1 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 1 0178 1 SECTION 33 1112 2 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes. 6 1. Polyvinyl Chloride(PVC) Pressure Pipe 4-inch through 60-inch for potable water, 7 wastewater and reuse applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Removed all references to AWWA C905. AWWA C-900 now covers PVC pipe 4- 10 inch through 60-inch. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 13 Contract l4 2. Division 1 —General Requirements 15 3. 33 0131 —Closed Circuit Television(CCTV) Inspection I6 4. 33 04 40 Cleaning and Acceptance Testing of Water Mains 17 5. 33 05 10—Utility Trench Excavation, Embedment and Backfill 18 6. 33 05 24—InstaIlation of Carrier Pipe in Casing or Tunnel Liner Plate 19 7. 33 11 11 —Ductile Iron Fittings 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measured horizontally along the surface from center line to center line of the 24 fitting, manhole, or appurtenance 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item and 27 measured as provided under"Measurement"will be paid for at the unit price 28 bid per linear foot of"PVC Water Pipe" installed for: 29 1) Various sizes 30 2) Various types of backfill 31 b. The work performed and materials furnished in accordance with this Item and 32 measured as provided under"Measurement"will be paid for at the unit price 33 bid per linear foot of"Sewer Force Main" installed for: 34 1) Various sizes 35 3. The price bid shall include: 36 a. Furnishing and installing PVC Pressure Pipe with joints as specified by the 37 Drawings 38 b. Mobilization 39 c. Pavement removal CITY OF PORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised April 1,2013 33 11 12-2 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 2 of 8 1 d. Excavation 2 e. Hauling 3 £ Disposal of excess material 4 g. Furnishing, placement and compaction of embedment 5 h. Furnishing, placement and compaction of backfill 6 i. Trench water stops 7 j. Thrust restraint, if required by Contract Documents 8 k. Gaskets 9 1. Clean-up 10 in. Cleaning 11 n. Disinfection 12 o. Testing 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. American Association of State Highway and Transportation Officials (AASHTO). 19 3. ASTM International(ASTM): 20 a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) 21 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 22 b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using 23 Flexible Elastomeric Seals. 24 4. American Water Works Association(AWWA): 25 a. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 26 b. C605, Underground Installation of Polyvinyl Chloride(PVC)Pressure Pipes 27 and Fittings for Water. 28 c. C900, Polyvinyl Chloride(PVC)Pressure Pipe, and Fabricated Fittings, 4 IN 29 through 4-2 60 IN, for Water Transmission and Distribution. 30 d. C-395Polyvinyl Ct,l,,fide(nVrG) Pfessufe Pip aftd ra.,b,.ieffted Fittings, 14 N 31 through 48 IN, for Water Transmission and Distribut 32 e. M23,PVC Pipe—Design and Installation. 33 f. M41, Ductile-Iron Pipe and Fittings. 34 S. NSF International(NSF): 35 a. 61, Drinking Water System Components—Health Effects. 36 6. Underwriters Laboratories,Inc. (UL). 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 0133 00. 40 B. All submittals shall be approved by the City prior to delivery. 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Product Data CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S CITY PROJECT NO, 100378 Revised April 1,2013 33 11 12-3 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 3 of S 1 1. For PVC Pressure Pipe that is used for water distribution,wastewater force mains 2 or wastewater gravity mains, including: 3 a. PVC Pressure Pipe 4 b. Manufacturer 5 c. Dimension Ratio 6 d. Joint Types 7 2. Restraint, if required in Contract Documents 8 a. Retainer glands 9 b. Thrust harnesses 10 c. Any other means of restraint 11 3. Gaskets 12 B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe 13 used in the water distribution system or for a wastewater force main for 24-inch and 14 greater diameters, including: 15 1. Wall thickness design calculations scaled by a Licensed Professional Engineer in 16 Texas including: 17 a. Working pressure 18 b. Surge pressure 19 c. Deflection 20 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2I Professional Engineer in Texas,to verify the restraint lengths shown on the 22 Drawings. 23 3. Lay schedule/drawing for 24-inch and greater diameters sealed by a Licensed 24 Professional Engineer in Texas including: 25 a. Pipe class 26 b. Joints type 27 c. Fittings 28 d. Stationing 29 e. Transitions 30 f. Joint deflection 31 C. Certificates 32 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of 33 this Section, each run of pipe furnished has met Specifications, all inspections have 34 been made and that all tests have been performed in accordance with AWWA C900 35 or AWWA J 36 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE 39 A. Qualifications 40 1. Manufacturers 41 a. Finished pipe shall be the product of 1 manufacturer for each size, unless 42 otherwise approved by the City. 43 1) Change orders, specials, and field changes may be provided by a different 44 manufacturer upon City approval. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCI-I WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 100378 Revised April 1,2013 33 1112-4 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 4 of 8 1 b. Pipe manufacturing operations shall be performed under the control of the 2 manufacturer. 3 c. All pipe furnished shall be in conformance with AWWA C900 and ""'moi 4 C905. 5 1,10 DELIVERY,STORAGE,AND HANDLING 6 A. Storage and Handling Requirements 7 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 8 2. Secure and maintain a location to store the material in accordance with Section 01 9 6600. 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 14 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 15 A. Manufacturers 16 1. Only the manufacturers as listed in the City's Standard Products List will be 17 considered as shown in Section 01 60 00. 18 a. The manufacturer must comply with this Specification and related Sections. 19 2. Any product that is not listed on the Standard Products List is considered a 20 substitution and shall be submitted in accordance with Section 01 25 00. 21 B. Pipe 22 1. Pipe shall be in accordance with AWWA C900 ar AAVWA 0945 23 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 24 3. Pressure Pipe shall be approved by the UL. 25 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces 26 necessary to comply with the Drawings. 27 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784,with a 28 cell classification of 12454. Outside diameters must be equal to those of cast iron 29 and ductile iron pipes. 30 6. As a minimum the following Dimension Ratio's apply: 31 Diameter Min Pressure Class inch si 4 through 12 DR 14 16 through 24 DR 18 32 7. Pipe Markings 33 a. Meet the minimum requirements of AWWA C900 or A tVW A rrnnc Minimum 34 pipe markings shall be as follows: 35 1} Manufacturer's Name or Trademark and production record CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised April 1,2013 33 11 12-5 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 5 of 8 1 2) Nominal pipe size 2 3) Dimension Ratio 3 4) AW WA C900 or A WW- !`90 4 5) Seal of testing agency that verified the suitability of the pipe 5 C. Pressure and Deflection Design 6 1. Pipe design shall be based on trench conditions and design pressure class specified 7 in the Drawings. Pipe shall be designed according to the methods indicated in 8 AW WA M23 for trench construction, using the following parameters: 9 a. Unit Weight of Fill(w)= 130 pcf 10 b. Live Load=AASHTO HS 20 11 c. Trench Depth= 12 feet minimum, or as indicated in Drawings 12 d. Maximum F' = 1,000 max 13 e. Deflection Lag Factor= 1.0 14 f Working Pressure(P,,,)— 150 psi 15 g. Surge Allowance(Ps)= 100 psi minimum 16 h. Test Pressure= 17 1) No Iess than 1.25 times the stated working pressure(187 psi minimum)of 18 the pipeline measured at the highest elevation along the test section. 19 2) No less than 1.5 times the stated working pressure(225 psi minimum)at 20 the lowest elevation of the test section. 21 i. Maximum Calculated Deflection= 3 percent 22 j. Restrained Joint Safety Factor(SF)= 1.5 23 k. Maximum Joint Deflection=50 percent of the manufacturer's 24 recommendations. 25 2. Verify trench depths after existing utilities are located. 26 a. Accommodate vertical alignment changes required because of existing utility or 27 other conflicts by an appropriate change in pipe design depth. 28 b. In no case shall pipe be installed deeper than its design allows. 29 3. Provisions for Thrust 30 a. Thrusts at bends,tees, plugs or other fittings shall be mechanically restrained 31 joints when required by the Drawings. 32 b. No thrust restraint contribution shall be allowed for the restrained length of 33 pipe within the casing. 34 c. Restrained joints,where required, shall be used for a sufficient distance from 35 each side of the bend,tee, plug, valve, or other fitting to resist thrust which will 36 be developed at the design pressure of the pipe. For the purpose of thrust the 37 following shall apply: 38 1) Calculate valves as dead ends. 39 2) Design pressure shall be greater than the pressure class of the pipe or the 40 internal pressure(Pi), whichever is greater. 41 3) Restrained joints shall consist of approved mechanical restrained or push- 42 on restrained joints as listed in the City's Standard Products List as shown 43 in Section 0160 00. 44 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. 45 d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 46 resist thrust in accordance with the Drawings and the following: 47 1) Calculate the weight of the earth(We) as the weight of the projected soil 48 prism above the pipe, for unsaturated soil conditions. CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised April 1,2013 33 11 12-6 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 6 of 8 1 2) Soil density= 115 pef(maximum value to be used), for unsaturated soil 2 conditions 3 3) In locations where ground water is encountered, reduce the soil density to 4 its buoyant weight for the backfill below the water table. 5 a) Reduce the coefficient of friction to 0.25. 6 4. Joints 7 a. Joints shall be gasket, bell and spigot and push-on type conforming to ASTM 8 D3139. 9 b. Since each pipe manufacturer has a different design for push-on joints, gaskets 10 shall be part of a complete pipe section and purchased as such. 11 c. Lubricant must be non-toxic and NSF approved for potable water applications. 12 d. Push-On Restrained Joints shall only be as approved in the Standard Products 13 List in Section 01 60 00. 14 5. Detectable Markers 15 a. Provide detectable markers in accordance with Section 33 05 26. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. General 24 1. Install pipe, fittings, specials and appurtenances as specked herein, as specified in 25 AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe 26 manufacturer's recommendations. 27 2. Lay pipe to the lines and grades as indicated in the Drawings. 28 3. Excavate and backfill trenches in accordance with Section 33 05 10. 29 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 30 5. For installation of carrier pipe within casing, see Section 33 05 24. 31 B. Pipe Handling 32 1. Haul and distribute pipe and fittings at the project site. 33 2. Handle piping with care to avoid damage. 34 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 35 lowering into the trench. 36 b. Use only nylon ropes, slings or other lifting devices that will not damage the 37 surface of the pipe for handling the pipe. 38 3. At the close of each operating day: CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised April 1,2013 33 11 12-7 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 7 of 8 1 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 2 the laying operation. 3 b. Effectively seal the open end of the pipe using a gasketed night cap. 4 C. Joint Making 5 1. Mechanical Joints 6 a. In accordance with Section 33 11 11. 7 2. Push-on Joints 8 a. Install Push-On joints as defined in AWWA C900 a-fta A xx W n 6905 9 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 10 c. Place the gasket in the bell in the position prescribed by the manufacturer. 11 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 12 gasket and the outside of the spigot prior to entering the spigot into the bell. 13 c. When using a field cut plain end piece of pipe, refinish the field cut to conform 14 to AWWA C605. 15 3. Joint Deflection 16 a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines 17 and grades shown in the Drawings. 18 b. Joint deflection shall not exceed 50 percent of the manufacturer's 19 recommendation. 20 D. Detectable Metallic Tape Installation 21 1. See Section 33 05 26. 22 3.5 REPAIRMESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD [OR] SITE QUALITY CONTROL 25 A. Potable Water Mains 26 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 27 mains: 28 a. Clean, flush, pig, disinfect,hydrostatic test and bacteriological test the water 29 main as specified in Section 33 04 40. 30 B. Wastewater Lines 31 1. Closed Circuit Television (CCTV)Inspection 32 a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING [NOT USED] 36 311 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100378 Revised April 1,2013 33 11 12-8 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE Page 8 of 8 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3A.C.3—revised maximum joint deflection requirements 12/20/2012 D.Johnson 3 A.C.1—Added reference to Ductile Iron Fittings 3 A D--Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch Change Section 2.2 B. 5. from"The pipe material shall be PVC,meeting the requirements of ASTM D1784,with a cell classification of 12454-B." to 4/1/2013 F. Griffin "The pipe material shall be PVC,meeting the requirements of ASTM D1784,with a cell classification of 12454". 3 CITY OF FOR WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 100378 Revised April 1,2013 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-0I 60 00 Product Requirements CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 GC-4.41 Availability ®f Kande CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 201811682 EASEMENT Total Pages: 8 Westside V 164nch Water Main Morningstar Parcel No. 1 City Prof eet No.100378 P.J.McClary Survey A-907",Parker County STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF PARKER § EO- PERM f RMA19 FACI�A8rzMENT DATE:� /� 14 GRANTOR: FWPW Holdings,Inc. GRANTOR'S MAILING ADDRESS(including County): 3046 Lackland Road. Fort Worth,Tarrant County,Texas 76116 GRANTEE: MORNINGSTAR RANCH MUNICIPAL UTILITY DISTRICT NO. 1 and MORNINGSTAR RANCH MUNICIPAL DISTRICT NO.2 and CITY OF FORT WORTH r GRANTEE'S MAILING ADDRESS(including County): 1.i?O FORT WORTH,TARRANT COUNTY,TX 79102 CONSIDERATION, Ton Dollars ($10,00) and other good and valuable consideration, the receipt and sufficiency of which Is hereby acknowledged. PROPERTY: Being a tract of land out of the P. J. McClary Survey,Abstract No. 907, and situated in Marker County,.Texas, and surveyed by Miller Surveying, Inc. of Hurst,Texas in March of 2018, said tract being a portlon of the same tract of land described in the deed to FWFW Holdings, Inc., recorded as Document No. 2014-10303 in the Deed Records of Parker County, Texas and being more particularly described by metes and Founds in Exhibit A and Exhibit B herein. Grantor, for the Constderatl6n paid to Grantor and other good and valuable consideration,hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the. construction, operation, maintenance, replacement, upgrade, and repair of a Permanent(Nater and Drainage Facility, hereafter referred to as-"Facility". The Facility Includes all WATER-FACILAY EAMMENT Rev,N6118 p i i . ...- ... ........... _ ...... .._.....- ... ... 5. 201811682 05/17/2018 04:40:30 PM Page 2 of 8 lhciclental underground slid.ab-ovagrdund attaditrienis,-equlpnlerit and appurteriarices, €ncludirig but. not limillod td manholes; manhole vents, lateral line connections, values,, pipelines, water motors,juncllon boxes, inlets,.flumes; €lead malfa,whigwalls,slope pavemen;gabi=%rook rip-rap, drop structures and access ramps,and other erosion control measures In,upon,under and aefoss a portion of the Easement Property and'more fully described In Exhibits"f1"and"H"attached hereto and Incorporated herein for-all pertinent putposes,together With the.right and privilege at any and all times to enter-basement Property,or any part thereof,for the purpose of:oonstructing,operating, Maintaining,replacing,upgrading,and repairing said:Facility. In no event shalt Grantor (1) qsd.the Easernent. Property In any manger Which Intbrferes €h any material way or Is.inconslStent With the rights gra6ted.hereunder;ar(I1)erect or permit(a be erected wtthfn the Sasament PropWy a permanent structure or building, 'Including, but not limited to, monument sign, pole sign, blilboard, belck. or masonry fences or walls or other structures. that require a-building permit,or any structure not requiring a bulydtng permit but which-may threaten the structural integrity or fire capacity¢f the storm drain and Its appurtenances. However,Grantor shall be permitted to,Install and maintain a cpnorete, asphalt or gravel driveway, road or parking lot adtot s the Easement Property. Grantee shall be igtlligated to restore the sotfaco.of the Fasi?rgent prape�y pt Grantee's sole cast anti expense,including-the restoration of any sidewalks,drlveways, or similar surface improvements iooaled.Wpon or adjacent to the Eaaement Propoity which may y have.beer,rermovod,relocated, altered, damaged, or destroyed as o result of'the'aean#ew.s use of the.Easement Properlygrented hereunder. Provided, however,that Grantee$half not be obligated to restore or replace.irrigation systems or other improvements Installed-In violation of the provisions and intended use of this Easement property, s TO HAVE AND To HOLO the above-described Easement Property, together with all and singular the rights and appurtenances thereto in.aiiywaybelon&g unto Grantee,.and.Grantee's 94Ubce§tars a nd.assigns forever. and Grantor dbe.s hereby, bind Itself anis Its..0wWe sQr and assigns to Warrant # and forever defend all and singular the easement unto Grantee; its successor and assigns,against every person whornsoever lawfully olalrriing or to claim the same..or.any-part thereof. When the context requires,singular nouns and.pronouns include the plural. i [SIGNATURES APPEAR ON THE FOLLOWING PAGE] s i S 3 ' f 3 f i C I G t - t i i i WATER FACHTY MSFMPNT f Ray.t19110 201811682 05/17/2018 04:40:30 PM Page 3 of 8 GRAt4TOR: GRARTEE, FWFW-If0LDINGS;INQ. MORN]INGSTAR.RANCH MUtq[CIPAL UTILITY' A-YEX—AS CORPORATION. 019TR(CT NO. 1 OFr PARKr=t COUNTY itiinbed IEI, Director Thelbh Bryalit,Prdsldbnt� MORNINON UNICIPAL:UTII.iTV DI$T-RIC- .0 OF' . ER.GOUNTY an,President CITY OF FORT WORTH :�r-jv, Jesus J.Chapa,. sstst1i" - Manager APPROVED " 01FORIVI ANIS LEGALITY, Jessica-Sang d 9,Assistant ty AttoYn'ey A6KN011VLEI3{§VMEN`P STATE OF TEXAS �j § COU,TY DF 13E;FORE ME, the undersigned authority, a Notary Public In and for the State of Texas, on s thla day personally appeared Kimberly OIII known to me to be the saute person whose name:Is subscribed to the foregoing instrument, and aokpowledged tor me that the sarne was the act of FWF"W'Hdldings, Ilya,atld that he/she exodotiid the same as the aot of sold FWFW-FioidInQg, Ino. for the plirpiises:and.corisldoratloil thorein exptessdd grid.imthd dapadity-thoreirl stated. E1/f»i UNCS�l MYNANI aNISE+N !JI~OFFICE'this y of +fest1 t TliNOtHY,eoHN 111 Notary Pub/ l nd for the:State.of Texas ' Rotary 10-F•10511190 My 06mmisWon expire@ i +••,E_,,: June 21..20711 WATER FUMY EASEMENT w Rov:VMS i e 1 20/311682 0511712018 04:40:30 PM Page 4 of 8 ACI(f_�2W,L�IENT STATE OF TEXAS � COUNTY OP.- �� § BEFORE ME,.the undersigned authority;a-Not-ary Publlo fn-and forthe Stateof'Texas,on W6 day-porsohally appeared Johtt zimnicrMbn, KnbWn 16.-mo to be the same petsoh Whose riatrtd is sWbotibad to the folegbirig indirtlrlldnI, and iackndWfddged to me-:that thb- same was the act-of the ill orninostar Ranch Munlotpaf Ulltity D15triot No..2 of Parkot Courity and--that he ex6cuted:ths-same as the efdt of the MoTmingstar.Ranch Munidlpal Utility DIstrtcf No.2 of Darker County for the purposes and i onsideMtlon therein expressed and In the capacity therein stented. GIVEN UNDjiR MY WAND AND SEAL OF OFFICE.thle x day.of r TIMOTHY JQ HNlt Ndtary M h U airy Fmlollcd r-tha State of Texas My Commiss STATE OF TEXAS § COUNTY OF. BEFORE ME,the-undersigned.authoyily, a Notary Public in and for the State of Texas, on fhls day personally appeared Jesus 4.Chapa,Assistant City Manager of the City of rott Worth,known to me to be fh$-satire person whose name issufysarl-bed to the foregoing"fngtrumont,and oGknowladgod to me(list the same was fhe act of tha•City of Fort:Wgirth'40 t4at he exe6uts0 the same.?a the act df the City of Fort- Worth foy the-purposes and considerati©n therein expressed and in the capacity therelrr stated, GIVER UNDER MY HAND-AND S5AL OF OFFICE lhls 'day of �4� - S ill rAit y MARIAS.8ANCHEZ ` t,(yNatA1y1D1i22G84t10 dta public In grid f61`f ha'State ofT Xas ,�,� Expk s f)ece>nbec18,z02f ACKMO1tt LgOGEMENT STATE OF TEXAS CQUNTY aF '� g BEFORE ME,the undersigned authorlty,a Notary Public in and for the State of Texas;on this day personally appeared Theron 13ryant,known tome to be the same person whose name-Is subactihed' to the foregoing Instrument,and acknowledged to me that the.same wag the not of the--Morningstar Ranch. Muniolpal U.ttlfty District No. 1.of Parker County and that he executed tho same.as'tho netof the Morningstar Ranofi Munlelpal UtilliyDistrlrrt No; 1-of Parker-Counly for Me purposes and ooriaideration4heroin expressed and fn tl�e capaclly Iltierein sfated. - GIVEN UNDER MY RAND AND SEAL OF OFFICE this y TIMOTHY JOHN wnrsa;Fnererrr Itotar. ID*106111110 Rem i1SM�1 Y NLY Cammisslon s:xptres %�,�q„4,r• Jana 2 f,2920 201811682 05/1712018 04:40:30 PM Page 5 of 6 EXHIBIT A PAtWML.J_0B LYON VOL.H(74, D.R.P.C.T, 8 89"46WE 2434XV iu RMIng bwh;p14r2014-1001PR.P4T, TWOOT Mohodleff %C4 fmca post LINE DEARING f3ISTANCE Ll N 89'00219"E 155.35' l�ointof',130gi king MUD 2180.020 AMS L2 N WOW"W 56i0o, N 8900219"E 20.00' 14 9 UPON,E. 14 A9 TWFW HOLUM.08,INC. is S 02013'59"E 265.82' 2014-10303 DXP.CiT-: LG. S 04°iz,061,6 294.99! 11 U 516°36'59"E 2202' pla LB S 04952'061,w 155.16' 1_9 S OUP44'OVE 85-86r -687.56' ,15 1.1082 ACRE PERMANENT th S�902-3'0 107,14! 11 RLINE I GIASE'MENT 112 I WATE S 1035449i" 200,40' LB 973o34330"W .20.00, A L14 N i6l'351VV49k'wW LOX)' A I LIS N 29?13 L16 fq 1808"W 692,59, L17 N 000008"W 141.261 LIB N 04052'06'E 100.44, L19 N 16"36'59"W 201.04' L.20 -N 040I2'06"W .310,76- 121 N 02-13'59`W 260.41! L22 N 00049'28! W 71.69' MUD 1552.377 ACRES L23 t 89002l19"w 1501's tl 124 N 0095745"W _X\ VC ALBDO DEvF.LOPMENT 201-4-10308 D.R.MM 11 MILLER ....OF.? SUMV1119F IRC.IV r Commercial-Residential -Municipal Imes 430 Mid CifterBlVd, $17-577-1052 Hurst,Texas 70064 7MLSF No,1010040U MillerSurvey.nel sup SHEET 1.of 3 lj'=400' Job No.13-121.A Plot He 13121 Water EsMt(KHA) 811682 05/17/2018 04:40:30 PM Page 6 of 8 201811682 05/17/2018 04:40:30 PM Page 7 of 8 EXHIBIT B FIELD NUM DESCRtFrION OF A 1.1082 RCR� PERMANENT Wall'RUNE EASEMENT(Contd.) Thence North 16 degrees 35 minutes 49-,secands-West a-distance of 198.19 feet;. Thence worth 29 degrees 23.minutes.00 seconds West a distance•of,106.7.2-feet; Thence Nafth'18 degrees.58 ffilAutes 58 seeonds West a-distalitt of 692,59 feet; Thence North 00 degrees 44 m1nutes 08 seconds West a dist4jnge of-141.26 feet; Thence.North 04 degrees 52 minutes 60.seconds East a distance of 100:44 feat; Thence North 16 degrees 36 minutes 59 seconds West a distance of 201.04 feet; Thence North 04 degrees 12 minutes 06 seconds West a distance of 32176 feet; Thence North.02 dcgraesl3 minutes 59 seconds West a distance of 266.41 feet; Thence North 00 degrees 49 minutes 28 secofl'&West a d istaiice'of 71.69 feet; 7hen€eSoutb 00 degrees 02 mltrutes 1:9 seconds Westa distance-of 155.31 feett€s said westerly boundary line and said easterly right-of-way,line from wJrich a Tx1 DT' nionvmErrt found{ora point of curmoturo bears South-00-degrees 57 minutes 45 seconds Cast-at373.67 fe efi- Thence North 00 degrees 57 minutes-45 seconds West with said westerly boundary. fide and.safd easterly r18ht04ay Clue n distance of 20,00 feetto the palnt of begin-ning.an'd cont'alrift-1.1082 acres of land,more or less I,Jason 0,Rawlings,RegiskeredMIL-LER. Professional Land Surveyor No. 56651n the State of Texas, certify that this plat on rf 3CCUresents Someone Inc. ;3i"aC(;survey rmadedo �r.' ,r---�.t the ground UhdcP r1y Commercial•Residential.Municipal supervision on March 8.,2018 430 wild CIIIBs REud. 817=577-1052 of the 1.1082 acre tract Texas 7801 1KILsF No.1ouu400 described herein,and that the- boundary he aA " Hos ;, :. boundary lines,corners and MfllerSurvey.not � x• .y��rv��.*.r�" dim rislons shawP harein:are .° sue SHEET 3 Of 3 Ps indicated.. lob No.1-3121 plot File 13121 Water Esmt(KHA) 201811682 05/17/2018 04:40:30 PM Page 8 of 8 FILED AND RECORDED OFFICIAL PUBLIC RECORDS • 201811882 05117/2418 04:40:30 PM Foe:$55.00 Jeane Brunson,County Clerk Parker County,Texas EASEMENT 9 N �9 a J w 0 ocj W 3N6ti6� QvOu uav%ixvj - -- LU N'rj cfl 07 [�fl� ti � � z d - C i- W N Ifo , o C:) 00 o Q z O C� C� U) C:) N CY7 " U z CD OD � - CV Z II CA C r7 u7 C1 e-; �-- LS j O o0 €€ I CNIr 00 Z Ltd ti N E ❑ �' J F— U U m ao CO f� i _ m N N O cNQ c 7 fJLI J w 2 U OZ �tJ ❑ Of --jF— UU LL j � S II, LU F— c� � Z 00 z o O Qp fr w l U] fi- Z : 11-1 J N U) F-: C.7 J d = 1 ZLU 0 U) LLICdU W c��of W U C l� O Q r Cb M M �'� z w O yr o0 0 o N rn �O o LLI W a ao CV O m N N �j �4�Q� `� z Q O LO Q (� r`; tt� N Q LL N C� og Q UOWof U ¢ :hM CD a O C ) I— � N /�/1a1� U n l.t.l © m (n N E `- ❑ J H U U _Cj Lu U Q Lt p a N r E p t ti UC1m U j � �•` LL U �r 1 � W N o� zW � w NXIi� +7 cow Lu U � W U � � � `-'� v y J c7 z 0 � O F' 0) r1 j# Q O �CJQ � n- N � 0 � m ow C I � O '� `�� LU � U OrCA IIJ � Vj �-0-0 p t �a Om civ €]_ O � �� � N W (� C.D c4 C] V LLf LLI �" w-, Ln _ W i O �tMy '� N rn W � EM, � ON'5a) � u ti � ( 3 _ II `-" oc� �- N � w �c o U}� �� � � �— ti rn ct) N o ti C x x Cf-u t' 0 m , co Z N Com, N Q aX) (D O � N � m J � �-,- CZ)11 co ❑ F•-•- w u �, - -- - - m a ., co CO C\1o u'00) _ 00 OR a CDP LO CY7 co C j ^IIS O o 00 N O LSA Cf) � CO:) Z - Cz> LO LO � [� eI'- r d Com! m tet# 1� d L j NCNI m _I Q v C Q Z Z��H5 SNI I Ha L`dI� U a N t+ . NJ, A M1 1.00 1 co W W 00# W �q z o 0 o rn Oa o N F'✓ LU m co 4� O OD —jZ co Cl) O m U') ccIlk ) co ~ ~ o 0 0 r— LOLnNIn —i ry LU .W., "' o v v f— U U ppu{tF f z cv O w o f JI z W J J J ! g C-0 Q II , U Q P o ao to Z���HS gI�III x�SHN1 � 0,S) 00 bo L �. g ��,` aF Lu N O 0 � C� � CO � � c E2 n2 W a C'00 000 0 � j co w Q4 Cn C7 w U) C'.)n t[) co o C > LLJ of C� n CU ¢ z �+ z ilk c QY W C J Cc UD OWC] Q Mi } E!] ! 1 O [��n a_ 7EQ Zr` � � � W W 0 � tr "t rn � C� J_ LLI z W > O E—LO LO x zi OD o--o-- >- LU - , C-5 LL o to C:lo co r � ELO r 0LU ~ C) C\JO CO U1 cq #1` i3 ti�LLL O Q U� L~ m r N LO OLl jjf W E 0 -- -- - Z LL- v LL' J 1-- C) C) / N x ~ cv ti m o Lv Ca (d ti f Or W O - - - U) r O In r Z �f f � 0n! rna� 3 CV I Z F 0 /m co U} r LLQ fr- I co In EO Ca CO CV cv 0 W x _.._� 116'Ob6 3,IOO,COoOS___.__.._._._.._ -sus e � o Lo � ,— � (D LL O�H Lo C� M C� Z N 16'096 M,,00�£O.ON _ C6 3iVINN08ddVrDm ji E, CO Q E, E, 0 WhV O N � ,� C w Lw Cod As � � w � � 16 N LEGAL DESCRIPTION A TEN(10)FOOT WIDE TEMPORARY CONSTRUCTION EASEMENT BEING a Ten(10)Foot Wide Temporary Construction Easement situated in the H.T.&B.RR.CO.SURVEY,SECTION 7,ABSTRACT No.646 and the E.GILLIS SURVEY,SECTION 8,ABSTRACT No.2492,Parker County,Texas and being over, under and across that certain tract of land described in deed to J.E. Beggs, recorded in Volume 209, Page 297,Deed Records, Parker County,Texas,said Temporary Construction Easement being more particularly described as follows: BEGINNING at a 112"orange capped iron rod set stamped"Yarger 5854"in the west line of Farmer Road(Farm To Market Highway No.3325- Right-of-Way varies)at right angles to centerline Highway Station 610+07.22,per Texas Department of Transportation Right-of-Way Map for Farm To Market Highway No.3325,Sheet No.8, Dated 10115197,from which a Texas Department of Transportation(herein after called "TxDOT")monument found in the east line of said Farm To Market Highway No.3325 bears N 07°49'52"E,a distance of 896.42 feet,for reference,said POINT OF BEGINNING having a NAD 83,TX-N Central,Zone 4202 Grid Coordinate value of N:6960863.00 and E:2244481.82; THENCE S 0111'47"E,along the west line of said Farm To Market Highway No.3325,a distance of 10.00 feet to a 112"orange capped iron rod set stamped"Yarger 5854",from which a TxDOT monument found the the east line of said Farm To Market Highway No.3325, bears S 19°41'47"E,a distance of 382.32 feet for reference and another TxDOT monument found in said east line bears S 13049'49"E,a distance of 957.89 feet for reference; THENCE S 89002'99"W,leaving the west line of said Farm To Market Highway No.3325,a distance of 504.47 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the right whose radius is 1510.00 feet and whose long chord bears N 79°04'44"W, a chord distance of 621.84 feet; THENCE along said curve in a northwesterly direction,through a central angle of 23045'55",an arc distance of 626.32 feet to a 112"orange capped iron rod set stamped"Yarger 5854", THENCE N 67011'46"W,a distance of 639.83 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the left whose radius 1490.00 feet and whose long chord bears N 72°24'56"W,a chord distance of 271.09 feet; THENCE along said curve in a northwesterly direction,through a central angle of 10026'20'',an arc distance of 271.46 feet to a 112"orange capped iron rod set stamped"Yarger 5854"; THENCE N 77038'06"W,a distance of 875.41 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the left whose radius is 1490.00 feet and whose long chord bears N 86018'59"W,a chord distance of 449.80 feet; THENCE along said curve in a northwesterly direction,through a central angle of 1721'46",an arc distance of 451.52 feet to a 112"orange capped iron rod set stamped"Yarger 5854"; THENCE S 85000'08"W a distance of 383.08 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the right whose radius is 1410.00 feet and whose long chord bears N 47°31'26"W,a chord distance of 2078.25 feet; OF T (Continued) E/�F�� ............................. JAMES CURTIS YARGER .$.................... 5854 P <1q �Fes JAMES CURTIS YARGER REGISTERI=D PROFESSIONAL LAND SURVEYOR STATE OF TEXAS#5854 Exhibit B PROJECT No. 323-9392 ftw*n"$FraRIQa$WIft Westside V Est Ten(1(I)Foot Wide Temporary Construction Easement 8 Situated in the VATS: 04 a7 n 6221 Southwest Boulevard,Sulte 100 H.T.&B.RR.CO.SURVEY,SECTION 7,ABSTRACT No.646 and the E.GILLIS SURVEY,SECTION 8,ABSTRACT No.2492 SHEET Fort Worth, Texas 76132 (0)817.231_SiOD (F)817.231.8144 TParker county,Texas Registered Engineering Rya 3 of 4 Trues Registered Slrrvey Firm F-10158800 www.barra Iark.o"m LEGAL DESCRIPTION A TEN(10) FOOT WIDE TEMPORARY CONSTRUCTION EASEMENT Continued) THENCE along said curve in a northwesterly direction,through a central mangle of 94°56'51",an arc distance of 2336.58 feet to a 112"orange capped iron rod set stamped"Yarger 5854"; THENCE N 00003'00"W,a distance of 950.97 feet 112"orange capped iron rod set stamped"Yarger 5854"at the northerly northwest corner of the herein described Temporary Construction Easement; THENCE N 89057'00"E,a distance of 50.00 feet to a 112"orange capped iron rod set stamped"Yarger 5854"in the west line of a proposed 1.01 acre Tank Site from which a 112"orange capped iron rod set stamped"Yarger 5854"at the northwest corner of said proposed Tank Site bears N 00003'00"W,a distance of 66.48 feet for reference; THENCE S 00003'00"E,along the west line of said proposed tank site,a distance of 10.00 feet to a 112"orange capped iron rod set stamped "Yarger 5854"; THENCE S 89057'00"W,a distance of 40.00 feet to a 112"orange capped iron rod set stamped"Yarger 5854"; THENCE S 00003'00"E,a distance of 940.97 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the left whose radius is 1400.00 feet and whose long chord bears S 47°31'26"E,a chord distance of 2063.51 feet; THENCE along said curve in a southeasterly direction,through a central angle of 94°56'51",an arc distance of 2320.01 feet to a 112"orange capped iron rod set stamped"Yarger 5854"; THENCE N 85000'08°E,a distance of 383.08 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the right whose radius 1500.00 feet and whose long chard bears S 86°18'59"E,a chord distance of 452.82 feet; THENCE along said curve in a southeasterly direction,through a central angle of 1721'46",an arc distance of 454.55 feet to a 112"orange capped iron rod sot stamped"Yarger 5854"; THENCE S 77038'06"E,a distance of 875.41 feet 112"orange capped iron rod set stamped"Yarger 5854"to the beginning of a curve to the right whose radius is 1500.00 feet and whose long chord bears S 72°24'56"E,a chord distance of 272.91 feet; THENCE along said curve in a southeasterly direction,through a central angle of 10026'20",an arc distance of 273.29 feet to a 112"orange capped iron rod set stamped"Yarger 5854"; THENCE S 67011'46"E,a distance of 639.83 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the left whose radius is 1500.00 feet and whose long chord bears S 79°04'44"E,a chord distance of 617.72 feet; THENCE along said curve in a southeasterly direction,through a central angle of 23°45'55",an arc distance of 622.17 feet to a 112"orange capped iron rod set stamped"Yarger 5854"; THENCE N 89602'19°E,a distance of 504.43 feet to the POINT OF BEGINNING and containing 1.62 acres(70,717 square feet)of land,more or less. I .................... JAMES CURTIS YARGER 5854 P JAMES�CU FIT IS YARGEe� 0FFs 9 REGISTERED PROFESSIONAL LAND SURVEYOR STATE OF TERAS 45854 rr: P� Exhibit B PROJECT No. 323-9392 Rawo 1''BCmRk-Swift Westside V Est Ten(10)Foot Wide Temporary Construction Easement Cv u-.Opfg— Situated in the °ATE D4/27 n 6221 8"uth"st eaul—rd.suite 100 N.T.&B.RR.CO.SURVEY,SECTION 7,ABSTRACT No,646 and the E.GILLIS SURVEY,SECTION 8,ABSTRACT No.2492 SHEET Fort Worth. Texas 76132 (0 )817.231.8100 (F)817.231.8144 ToR"Registered Engineering Finn F-10998 Parker County,Texas 4 of Texas Reglslered S—.y%i F-14158800 yw/W,berf�nsiark-rxt m 9 O� 94 W L7 O <r 0 z o o �J T 0 w 3: N Z N - CV N U o W p i N w ¢ z a p 0 O U () 67 CK7 J N 00 T 00 O N ¢ m d Z (/� LIQ O o it xs Z p co � CN L-0d Lo O op N LC] CD r CND C7 00 O r d p LC) z CD m z Q x Z p Z W p LqLr) CV r O Co Ln N T CD J ¢ 0 � � m oo F co -Ir W Z CO Co Co CV T z W [fl CV U O N T CO C+0 m J Q coJ �— U U m o [ U LL- Z W X 4 or- _.J H U U I L LLE u7 R Oo a tr }- M CID, 7 Z 00CL CL Q of W F- _ W °° UJI F Lli f = I CID � c� � C� F w �� � w ¢ � LLI U z �cci T CV D o x W - � � �� LLI C) LLLI C6 -jLLI ao o of > N C7 N T �f� U CV Z m pN �Cno w N p Lo Cfl � 00 ,7q0 O Q w m H c-T- pip co O 00 Lo o o ���� d ~¢ ate QQ �tq � LL — CX) '� m JLU of O L� N T ^ o w (�~ N E � 4LL' JF- UU crj�L�� a ¢ � z � _ ri T C) � � � � � o�o �.�CD 0 # a� W N a � 3-� X -•L � U LU 4) ' C-0C.o [ w U � a Qj Off- c Y o � � w U 0 � cn vim O� O 6J d � L tf � Uq � N � o �s� a) :;---N 0 a O Crce4 j ON Cn (D r C7 C) -' Q, > CO (�0 (D CF C:) L0C\1 0 ori m 40 cjD LL ! �-- 1 co CO p o coQ CD ' co p Q0 C7 oQ opo f� o C _ O C9 I\ <I C7 a 00 CLo Co V p co co 0 +�� Y p Lo °0 N o 'd" CD L[7 jL o 1 m Z 9 r-- L0 co Nm J / L0 Lo CV ca J 4CJI-- UU �j � � 16 Co r 4 [Y_ JI— UIL) P EE d 1 ° g1�1I'I H�Z�In� ¢ _ i Zg�HS� U od uq HDZ� o M16 16N i 00 +_3 M O Ll l � M� LCA (n co w Or oD o o CV CoLoco Lo C� Co r LO Co N M I } - C- W � N w [7 0 IZ m 1 I'D'-VVI 4 Z � � � Z � Z I��HS�N � oo co ,` a o 1. !! p w O p M ? p CO w C", LLI v a j C6, W rn ¢ ? co cn P2 'N" w xLU ZME y b o � C9Q � �.� e} W co C7 LL U a-. .u, U) CD C-, Q3 w tiC~rEr � m d C:) w WLr � CA www Ud e =f D4 E- w04 U W LU E, a� z CQ CQ W f r l fY' C)(� It 6�i oO0 Lo CV C� 0 C'' �C7 CO0 zo ti 00 r-- O p O "j Cif dt 11! co Lo 00 64 ~ , ' N Z M C%j rn '--I ' ` LL J W W � -0r E LL v � J f--- U U LU LU j � O ro � Lu LL Lu Q LuQ r 0 N a o - C\ ++ O w Cn coQ f �00 0C � co n n/� f1 +j CO m u) X16 0V6 �u66i£0.0S � ��A� O m M Ln C,4 04 Q) w s Lf) Cfl �H H 3NnAMns rn � m `r{' mJ 0 01VWIXoaddd v 0 J f— U U It • C:) CD ti O � � r i Z W W W o CoC+; C, v � � � � zCO w r10C) a od `� Q LEGAL DESCRIPTION A FORTY(40)FOOT WIDE WATER LINE AND ACCESS EASEMENT BEING a Forty(40)Foot Wide Water Line and Access Easement situated in the H.T.&B. RR.CO.SURVEY,SECTION 7,ABSTRACT No.646 and the E.GILLIS SURVEY,SECTION 8,ABSTRACT No.2492,Parker County,Texas and being over,under and across that certain tract of land described in deed to J.E.Beggs,recorded in Volume 209,Page 297, Deed Records,Parker County,Texas,said Water Line and Access Easement being more particularly described as follows: BEGINNING at a 112"orange capped iron rod set stamped"Yarger 5854"in the west line of Farmer Road(Farm To Market Highway No.3325- Right-of-Way varies)at right angles to centerline Highway Station 609+67.22,per Texas Department of Transportation Right-of-Way Map for Farm To Market Highway No.3325,Sheet No.8,Dated 10115197,from which a Texas Department of Transportation(herein after called "TxDOT")monument found in the east line of said Farm To Market Highway No.3325 bears N 08°15'02"E,a distance of 856.94 feet,for reference,said POINT OF BEGINNING having a NAD 83,TX-N Central,Zone 4202 Grid Coordinate value of N:6960902.99 and E:2244480.98; THENCE S 01 611'47"E,along the west line of said Farm TO Market Highway No.3325,a distance of 40.00 feet to a 112"orange capped iron rod set stamped"Yarger 5854",from which a TxDOT monument found the the east line of said Farm To Market Highway No.3325,bears S 19013'57"E,a distance of 391.82 feet for reference and another TxDOT monument found in said east line bears S 13°42'03"E,a distance of 967.65 feet for reference; THENCE S 89602'19"W,leaving the west line of said Farm To Market Highway No.3325,a distance of 504.43 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the right whose radius is 1500.00 feet and whose long chord bears N 79°04'44"W, a chord distance of 617.72 feet; THENCE along said curve in a northwesterly direction,through a central angle of 23045'55",an arc distance of 622.17 feet to a 112"orange capped iron rod sot stamped"Yarger 5854'; THENCE N 6711'46"W,a distance of 639.83 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the left whose radius 1500.00 feet and whose long chord bears N 72°24'56"W,a chord distance of 272.91 feet; THENCE along said curve in a northwesterly direction,through a central angle of 10026'20",an arc distance of 273.29 feet to a 112"orange capped iron rod set stamped"Yarger 5854'; THENCE N 77038'06"W,a distance of 875.41 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the left whose radius is 1500.00 feet and whose long chord bears N 86018'59"W,a chord distance of 452.82 feet; THENCE along said curve in a northwesterly direction,through a central angle of 17°21'46",an arc distance of 454.55 feet to a 112"orange capped iron rod set stamped"Yarger 5854'; THENCE S 85000'08"W a distance of 383.08 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the right whose radius is 1400.00 feet and whose long chord bears N 4731'26"W,a chord distance of 2063.51 feet; ��••0 F••OTF (Continued} '`Q.•�G�s r�RFo 9 Q e(P JAMES CURTIS YARGER ...... 5854 5 ` OFFS S �•�O 9NaSUf�N� ` JAMES CURTIS YARGER REGISTERED PROFESSIONAL LAND SURVEYOR STATE OF TEXAS 45854 ExhibitA rRwfcr uo. 323-9382 =Two` Westside V Est Forty(40)Foot Wide Water Line&Access Easement APIII Situated in the care 04/27/17 F. W.rth, aTex as SUR°32 H.T.&B.RR.CO.SURVEY,SECTION 7,ABSTRACT No.646 and the E.GILLIS SURVEY,SECTION 8,ABSTRACT No.2492 Ski Fort Worth, Texas 76132 40)817.231.0100 (F)817231.8144 ragas Reg" ��"ee�"g 7F-1os"" Parker County,Texas 3 of 4 Tetras ReOisleead Survey Firm F-10158840 www.6arronstark.com LEGAL DESCRIPTION A FORTY(40)FOOT WIDE WATER LINE AND ACCESS EASEMENT {Continued) THENCE along said curve in a northwesterly direction,through a central angle of 9456'51",an arc distance of 2320.01 feet to a 112"orange capped iron rod set stamped"Yarger 5854'; THENCE N 00°03'00"W,a distance of 940.97 feet 112"orange capped iron rod set stamped"Yarger 5854"at the northerly northwest corner of the herein described Water Line and Access Easement; THENCE N 89057'00"E,a distance of 40.00 feet to a 112"orange capped iron rod set stamped"Yarger 5854"in the west line of a proposed 1.01 acre Tank Site from which a 112"orange capped iron rod set stamped"Yarger 5854"at the southwest corner of said proposed Tank Site bears S 0003'00"E,a distance of 133.52 feet for reference and a 112"orange capped iron rod set stamped"Yarger 5854"at the northwest corner of said proposed Tank Site bears N 0003'00"W,a distance of 76.48 feet for reference; THENCE S 0000300"E,passing the southwest corner of said proposed Tank Site,and continuing,in all,a distance of 940.97 feet to a 112" orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the left whose radius is 1360.00 feet and whose long chord bears S 47°31'26"E,a chord distance of 2004,55 feet; THENCE along said curve in a southeasterly direction,through a central angle of 94°56'51",an arc distance of 2253.72 feet to a 112"orange capped iron rod set stamped"Yarger 5854"; THENCE N 8500'08"E,a distance of 383.08 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the right whose radius 1540.00 feet and whose long chord bears S 86'18'59"E,a chord distance of 464.89 feet; THENCE along said curve in a southeasterly direction,through a central angle of 17°21'46",an arc distance of 466.67 feet to a 112"orange capped iron rod set stamped"Yarger 5854"; THENCE S 77038'06"E,a distance of 875,41 feet 112"orange capped iron rod set stamped"Yarger 5854"to the beginning of a curve to the right whose radius is 1540.00 feet and whose long chord bears S 72°24'56"E,a chord distance of 280.19 feet;; THENCE along said curve in a southeasterly direction,through a central angle of 1002620",an are distance of 280.57 feet to a 112"orange capped iron rod set stamped"Yarger 5854"; THENCE S 67°11'46"E,a distance of 639.83 feet to a 112"orange capped iron rod set stamped"Yarger 5854"at the beginning of a curve to the left whose radius is 1460.00 feet and whose long chord bears S 79°04'44"E,a chord distance of 601.25 feet; THENCE along said curve in a southeasterly direction,through a central angle of 23°45'55",an arc distance of 605.58 feet to a 112"orange capped iron rod set stamped"Yarger 5854' THENCE N 89602'19"E,a distance of 504.26 feet to the POINT OF BEGINNING and containing 6.41 acres(279,276 square feet)of land,more or less. co JAMES CURTIS YARGER P° ,"JAMES l•°''��F�S S�O;�"0� REGISTERED PROFESSIONAL LAND SURVEYOR 9N�'�°°•°•°°'�`� STATE OF TEXAS 45854 S U Rv 19 Exhibi1A PROJECT No. 323-9392 weslside V Est Forty(40)Foot Wide water Line&Access Easement Situated in the DATE D4/27/17 6221 Waah. Texas 78532 Boulevard,Suite 106 H.T.&B.RR.CO.SURVEY,SECTION 7,ABSTRACT No,646 and the E.GILLIS SURVEY,SECTION 8,ABSTRACT No.2492 sF�T Fort Wonh, (8 )817.231.8106 ee 61T.231.8144 -10995 4 of 4 Teras Registered Engineodn9 Firm F-90996 Parker County,Texas Teras Registered Survey Flan F-TB158B66 Lwnv.""rronswk.mm N n 6I 3MI A3MAS N " 3i XO'dddtl 0 Z a � r CO CD U ~ - U to w w lZ z r o :D U Q Z C) Fo wIL a �n t] oZDLL Z ¢ ¢ 0 "' hX- cu 0 W U � � HLL ai z w C'J D w b6'9S8 z 0 L 3u 0 o - '-Z0,Slp8N O O o o FT E:�(sHz�n AVAk-4o-40 - sz�� w*j) Por� (1vou "dl awlIV3 " L' a U3 w CoU o � V O N CD co CV as 5� � �°Oc�j� cn I Z � W z atS Z m a) N U I I— H I U Z LU ---r ON d'Co o ZZU � O O('') � co Lo rno�oo Q W cl? rn CA U W m U- o U) CD a < i I a. U Co N E LL w Z ti I i U) E O I J J U) Liz ~ > x L N `19A �\\\ fl z +� OWU O ami o`-o a L L m? U � 0N'& an No � X X LL O ¢ fav olr �� m o O wU ' ui � � ow v� (D w o oN 43 � jr N M W Q+ o w ° 9� bA Fm:U,): LL[ LU - O z c od a � ceO LE / o m \ \ cr) ( e � § A / � 2 ® U ƒ / g -;f \ \ / § 0 2 a g g J n co ¢ e td3CDa Co / k @ \ = / ® / % $ % $ % � � w ® / ® >. cu / k k k k k ƒ cu < U:) / & » \ui \ co / I�t Lo LLI c 0 = – _ ol:i U � / g G f g E g 2 \ 2 So/ k/ k oq �co ? E / / \/ \ CO ± m a m @E - -ESE m \ oEo ƒ Im .-, » * LL � 8 LU 2 g / Lo 3 / \± Q _ \_ / � � \ £tnk2 \ � �J ƒ \ $ � o f Np00 ) § ƒ R ?L &(D / y .. W / / Q / LLI od / M e e LU i � � � � N dj X L Q to ) C7 Z 5 °moo U) _Cl) N C cu O W 'A%Aa o m z� rn L� °a 8}8 O co - ;ti %H%Lo � E o b o °• O c�co c ' 49 mC=l �e owoco a x >(TJ Co in N 'i _ c`! O S e f- [� cCD a - a 0) �-- O N O N T I m CO p 0 N U y_ N N w rn N c c N O E� c o iu - ui cn co c� in m r ca Cly L L © QC\j C z u' U a [� w M m C_?OD i(7 i) > 0 to a a Cq O Z cocz, `) :3 -2 =CCI � a G ❑ r Q tJiR d C Cotm L6 wO z CV Cfl ca C)to ,zr N ('7 L L ca (� LL a J C) ¢ = Ca c9 M C 0 C _ _ ca Q O W O Z,N cn o W ZO O w a_ m C1� fj Z M N O Cb O LC) CO 55 � Co W H M V U V o Cl) fo Cry A� U) CO(7C3 C) C14 ca Z U Z ZcV a C 0 Lo °' w �_ ¢�L#Lo w o � � w p Z w C7 Co Z co Z r Q F L� cn Cl) U N zg T a N U) k2 i Z P r D[X[l O �- coJ Q Cn N L c6 ate) Co a) O c O Y � z �m cu cn UwOLL, Cl) O C rn N 4 L L -2C7 Q faG] uj w F- 72CC3 C D o U o 0 0 0 ca U U cai v ca cn CT) v �' v o2S U w N CD C) ) Z a °a�, o U o r w U o } o UO)N cz z z > _ L LL. o o o Q o LL i -noNos p N �e1=- OD (D U) � U] N m m a0 _0 m m 70 cm a ` r prp o 00 LLI LUCo - Lo n- OU Nai o �>,o Q o Ca c7 LL Q0 co� � cCU� c o z CD Eo wog M � U1~ NE � C7 w - ' _-. C) a� m a r a �n t�j Lt w � m o U) 0 u, a c o r ti- o co � r E xS a) CD M JO � � N CD o �o a� o � Xw ��.p S o s= CD C7 CD c ca N c N w Q1 ..N N o s= o o cn U o v E Z m m 70 M a) cc 0 ¢o¢ m Q f%} N � N W � m co a) LU -0 j 0� o O w O c c a - 0.a _ a W Z � CO N iri v Cir c` a) cc (D N cc a) =Q CL N Q CD Q a) o a) U ZaFW � M-,J-, N o U I- -_o o °� 0 F d O N N E ami Q� EZ O S] - . � o co �0)Mo �� �Lr � m -r F h 4 Q CLT �v- •�-- rn Qv- am o FU)CiNZ N .-.(N6 CO c� IL m 0 C Co 0 o m o a o Co o m o E Q ¢cci C) N a p N aXi - a cn U-1 N Ox °O o rn a w_ o �_ o rn - z�zvr iD11. �I- �- CD G C] a) a) a a coa 0.o'w�zn U N o Z N [L6 CLO co w cL6 coO O=Fw--Q O X CO icy _ ca O F co iv 0Q a o N C30 CU in 0) M c6 CT M U O y-j w C Q U f� tTr C C CD`t? C m N ob F-- 0) �44y .... N -C �- r-- 0) C 40 7 7 C 7 C Cn Q w F 0 a� C -0 a Cl. N � Co co Com! -� [\[ CO CO -= CSS N M 7 N (7 w F z CO N �-' (O 45 M L L M " L S M Z U Q w❑ QN C N °� cUf- USSF- NS NI- CT cu�4[i�Q > N U �' o c C LL o C7 C7 LL_ o C7 c w F m�0 a N a a) [ N a co W w o N W rn O wOOw r _ a)m cn Cn J y (� (� J J Cr) ry C a C Z_ N a a N a a) N N N - a) c' z r 0.'U Z 0_' a°r (O co O U [O CO CO 1 -= � .L-. a L--. 0 .L--° � °�6] LL O O _O CtS Z N N N N w N w (1] �) M L. - - LLl cB o - c» ti Z r� Z � ti m wi bA U c � T O N N CO c) ZO U v 0 ao 0 � 0 � �,0 � o is U p o o m ca cB is is o co p c� m cu ooCO Lo a a o a a [C' U S a) Cl) U) Z N N CO CO Z CO CO -E ma) .c N w N W W W W W w w w w w w w U rC/nj - � N Z (D Z Z Z Z Z Z Z Z Z Z Z U Z o N cL w a) wwwwwwwwwwLU i Fu cu -a o ua ? � ? � rz- FxFx � � � � c GC®4o02 Subsurface and Physical Conditions CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100378 Revised July 1,2011 GEOTECHNICAL ENGINEERING STUDY FINAL INVESTIGATION WESTSIDE V ELEVATED STORAGE 'TANK AND WATER LINE STACY LANE FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. July 2017 PROJECT NO. 103-97-244-A cmi E WEER\ Gg I VC e 7636 Pebble Drive rPort Wortli,Texas 76118 www.cnijengr.coen July 11, 2017 Report No. 103-17-2.44-A Kimley-Horn and Associates, Inc. 801 Cherry Street, Unit 11, Suite 950 Fort Worth, Texas 76102-6803 Attn: Mr. Kyle Welden, P.E. GEOTECHNICAL ENGINEERING STUDY FINAL INVESTIGATION WESTSIIDE V ELEVATED STORAGE TANK AND WATER LINE STACY LANE FORT WORTH, TEXAS Dear Mr. Welden: Submitted here are the results of a geotechnical engineering study for the referenced project. The geotechnical services were conducted in general accordance with CMJ Proposal 16-5983 dated March 3, 2015. Authorization to proceed was provided via Standard Agreement with Kimley-Horn and executed by Mr. Glenn Gary, P.E. on January 20, 2017. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to the Kimley-Horn and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING,INC. OF r�� TExAs F1Rm REGISTRATJON F-91/7 �j••° •,q �1 f �.u+..a•.•...,.,s.as ae..ai.�.� .TAMES P.SAPPINGT C)N,IV JJas P. Sappington, IV, P.E. r ���'Ys QNs �r Engineer 0� N��No. 97402 copies submitted: (2) Mr. Kyle Welden, P.E.; Kimley-Horn and Associates, Inc. (email & mail) Phone(817)284-9400 Fax(817) 589-9993 Metro (817)589-9992 TABLE OF CONTENTS Pace 1.0 INTRODUCTION------------------------------------------------------------------------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING-----------------------------------------------------2 3.0 SUBSURFACE CONDITIONS---------------------------------------------------------------------------------------3 4.0 FOUNDATION RECOMMENDATIONS---------------------------------------------------------------------------5 5.0 SITE DRAINAGE ------------------------------...-----------------------------------------------------------------------7 6.0 TRENCH l BORE EXCAVATIONS---------------------------------------------------------------------------------g 7.0 SEISMIC CONSIDERATIONS------------------------------------------------------------------------------------- 11 8.0 GENERAL. EARTHWORK-----------------..------------------------------------------------------------------------ 12 9,0 CONSTRUCTION OBSERVATIONS---------------------------------------------------------------------------- 16 10.0 REPORT CLOSURE----------------------------------------_--------_----------------------------------------------- 16 APPENDIX A Plate Planof Borings-----------------------------------------------------—----------------------------------------_--------------A.1 Unified Soil Classification_..____----.------------------------------------------.---------_-_----__-________--_____----------A.2 Key to Classification and Symbols----------------------------------------------------------------------------_---------A.3 Logsof Borings-------------------------------------------------------------------------------------------------------A.4—A.8 FreeSwell Test Results---------------------------------------------------------------------------------------------------A.9 1.0 INTRODUCTION 1.1 Project Description This report presents the final geotechnical investigation for the proposed elevated storage tank previously documented in the preliminary investigation, CMJ Report 103-17244 dated February 28, 2017. The proposed tank site is located approximately '/ mile west of the western end of Stacy Lane in Fort Worth, Texas. The project, as currently planned, will consist of a 1-million gallon elevated water tank plus a water transmission line extending eastward from the proposed tank site approximately 7,000 linear feet and crossing FM 3328 by bore techniques. The site vicinity and boring locations are illustrated on Plate A.1, Plan of Borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop recommendations for the type or types of foundations suitable for the project. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. 1.3 Report Format The text of the report is contained in Sections 1 through 10, All plates and large tables are contained in Appendix A. The alphanumeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pef), and pounds per square inch (psi). Report No. 103-17-244-A CMJ$NGINEMUNG,INC. 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by five (5) vertical soil borings. Boring B-3 was drilled to a depth of 60 feet and Borings 13-4 and B-5 were drilled to a depth of 30 feet below existing grades in the proposed tank area. Borings B-6 and B-7 were drilled to a depth of 20 feet in the vicinity of the FM 3325 crossing. Borings B-1 and B-2 are documented in CMJ Report 103-17- 244. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Plates A.4 through A.8 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Report No. 103-17-244-A CMJ ENGINEERING,INC. 2 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits and plastic limits), moisture content, unit weight, and unconfined compressive strength tests were performed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined compressive strength tests conducted for this project are included on the boring logs. Free swell testing was performed on selected samples of the cohesive soils. The swell tests were used in determining the expansive soil response of the clay soils. The results of the swell tests are provided on Plate A.9. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphies encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. The surficial soils consist of 4 to 5 feet of dark brown, brown, light brown and gray silty clays and clays containing limestone fragments, fractured limestone seams and layers, and occasional calcareous nodules. The various clays had tested Liquid Limits (LL) of 26 to 52 with Plasticity Indices (PI) of 10 to 32 and are classified as CL and CH by the USCS. The various clayey soils were generally stiff to hard (soil basis) in consistency with pocket penetrometer readings of 2.25 to over 4.5 tsf. Tested unit weight values were 107 to 122 pcf and tested unconfined compressive strengths were 2,560 to 6,030 psf. Tan limestone with weathered seams, clay seams, and clay layers is next encountered at depths of 4 to 5 feet. The upper 3 feet of tan limestone in Boring B-3 is considered weathered. The tan Report No. 103-17-244-A CMJ ENGINEERING,INC. 3 limestone is generally moderately hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of Sl to 4%2 inches per 100 blows. Gray shale is next present in Borings B-3 through B-5 at depths of 17 to 18 feet below existing grade. The gray shale typically contains limestone seams and layers and limestone seams and layers and is soft to very hard (rock basis), with Texas Cone Penetration (THD) test values of% to 6 inches per 100 blows. Gray limestone containing shale seams was encountered below a depth of 44 feet in Boring B-3 and continues through boring termination at 60 feet. The gray limestone is considered hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of % to 1'/2 inches per 100 blows. Gray shaly limestone is present in Borings B-6 and B-7 below depths of 12 to 15%2 feet below existing grade. The gray shaly limestone contains limestone seams and is generally hard (rock basis), with Texas Cone Penetration (THD)test values of 1'/ to 13/ inches per 100 blows. The Atterberg Limits tests indicate the various clays encountered at this site are moderately to highly active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction)with fluctuations in their moisture content. 3.2 Ground-Water Observations The borings were drilled using continuous flight augers in order to observe ground-water seepage during drilling. Ground-water seepage was encountered during drilling in Borings B-3 through B-5 at 16Y2 to 17 feet and at a depth of 3 feet in Boring B-6. Water levels of 26 to 27 feet were observed in Borings B-3 and B-4 at drilling completion while Borings B-5 and B-6 were dry at completion. Ground-water seepage was not encountered during drilling or at completion in Boring B-7. Table 3.2-1 summarizes water level data. While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground-water conditions will vary with fluctuations in rainfall. Perched water may occur atop or within the tan limestone during periods of heavy or extended rainfall. Report No. 103-17-244-A CMJ ENGINEERING INC. 4 TABLE 3.2-1 Ground-Water Observations Boring Seepage Water at No. During Completion (ft.) Drilling (ft.) B-3 17 26 B-4 17 27 B-5 16'/2 Dry B-6 3 Dry B-7 Dry Dry Fluctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. The possibility of ground-water level fluctuations should be considered when developing the design and construction playas for the project. 4.0 FOUNDATION RECOMMENDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed structure. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the gnderlying soils during the operating life of the structure, total and differential vertical movements must be within tolerable limits. 4.2 Expansive Soil Movements The expansive soils encountered at this site can shrink and swell as the soil moisture content fluctuates during seasonal wet and dry cycles. Additionally, the site environment is impacted by grading and drainage, landscaping, ground-water conditions, paving and many other factors which affect the structure during and after construction. Therefore, the amount of soil movement is difficult to determine due to the many unpredictable variables involved. The following estimates are based on conditions, as if all recommendations are followed. Estimates of soil movements for this site have been performed using data from the Texas Department of Transportation (TxDOT) procedure TEX-124-E for estimating Potential Vertical Rise Report No. 103-17-244-A CMJ ENGINEERING,INC. 5 (PVR), swell testing, and engineering judgment and experience. Vertical soil movements ranging from approximately 3/ to 1 inch have been estimated for the clay soils in a dry condition. The expansive soil movement magnitude is anticipated in the top 4 to 5 feet of soils. Below the 5- foot depth, rock with only occasional clay seams will occur. Any pipeline that enters the tank area at depths of 5 feet, for example, will have limited expansive soil movement below the pipe to act as a differential between the pipe and the footing. Estimates of expansive soil movements between a pipe at a 5-foot depth and footing is anticipated to be on the order of'/ inch or less. The estimated soil movements are based on the subsurface conditions revealed by the borings and on seasonal moisture fluctuations. Soil movements, significantly larger than estimated, could occur due to in adequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines. 4.3 Shallow Foundations— Elevated Storage Tank 4.3.1 Design Crlterra Reinforced concrete mat foundations may be used to support structural loads for the tank. The foundation may be founded using the following design criteria: Table 4.3.1-1 SPREAD/MAT FOUNDATION DESIGN CRITERIA Depth Below Founding Allowable Bearing Estimated Ground (Ft.) Material Pressure (ksf) Settlement (inches) 7 Tan Limestone 12.0 1 inch This bearing pressure assumes a factor of safety above 3. Allowable pressures for transient loads may be increased by 33 percent. Differential settlement of the foundation is anticipated to be negligible. Report No. 103-17-244-A CMJ ENGINEERING,INC. 6 4.3.2 SpreadlMat Foundation Construction Spread or mat foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavations, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over-excavated by approximately 2 inches and a lean concrete mud slab of approximately 2 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. 5.0 SITE DRAINAGE An important feature of the project is to provide positive drainage away from the structures, pipe supports, pump pads, slabs or foundations. Positive surface drainage should be provided around Report No. 103-17-244-A CMJ ENGINEERING,INC. 7 the perimeter of the tank. Water must not be allowed to pond near the tank during or after construction. If water is permitted to stand next to or below the structures, pipe trenches, and similar facilities, excessive soil movements can occur. This could result in excessive vertical movements and damage or distortion of the structures or other facilities. Ponding water can result in soil movements exceeding those previously given. A slope of 1.5 to 3 percent should be provided, such that the soil slopes away from the proposed structure, foundations, and excavations. 6.0 TRENCH 1 BORE EXCAVATIONS 6.1 Expected Subsurface Conditions According to the Dallas Sheet of the Geologic Atlas of Texas, the water transmission line will traverse through three geologic formations: Duck Creek, Kiamichi, and Goodland Formations. The Duck Creek Formation is present in the highest elevations of the site, where the proposed elevated tank is situated. Clays are typically present at the surface underlain by tan limestone. The parent bedrock consists of hard gray limestone with some clay and interbedded calcareous shale. The Duck Creek formation typically weathers to form shallow deposits of active clay at the surface. These clays often contain significant quantities of limestone fragments. The underlying Kiamichi Formation is approximately 25 feet thick and is composed of weak, extremely active clays and shaly clays. Outcrops of the Kiamichi normally form narrow bands on hillsides. The underlying Goodland Formation consists of active to highly active clays overlying limestone, present in the lower site elevations. Some shale seams are present in the Goodland formation. Borings B-6 and B-7 at the FM 3325 crossing are indicated of Goodland formation soils and rock. With the geologic changes along the water line route, it should be expected that the soil thickness and depth to top of limestone or shale will vary. Rock hardness can be seen in the majority of the borings to be moderately hard to very hard (sedimentary rock basis). Conventional earth moving equipment is expected to be suitable for excavating the overburden clayey soils. Heavy duty excavation equipment will be necessary and should be expected within the limestone and shale materials, depending on rock hardness. In addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. Report No. 103.17-244-A CMJ ENGINEERING,INC. 8 6.2 Open Excavation Considerations The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clays and rock, it is expected that near vertical excavation walls will be possible. In the case that excavations occur through soft clays, granular soils, non-compacted fill, or submerged soils, it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped or temporary bracing must be provided, regardless of the soil conditions encountered. If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls, and thereby help reduce lateral ground movements near existing structures. A pre-construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. 6.3 Comments on Horizontal Bores Borings B-6 and B-7 encountered predominately limestone materials below a depth of 5 feet. Any tunnel bores extending into this limestone strata will be encountering moderately hard to hard rock, the upper portions of which can contain weathered zones or clay seams. The limestone strata will likely require special tools to remove/excavate/drill through due to their hardness and abrasiveness. 6.4 Trench / Bore Pit Dewatering Ground-water seepage was encountered in Boring B-6 at a depth of 3 feet. Ground-water conditions can vary with seasonal fluctuations in rainfall. Controlling the ground-water is essential to construction of the water line. Failure to control any encountered ground-water could result in trench wall collapse, trench bottom heave, an unstable trench bottom and detrimental pipeline settlement, and pipe deflections after backfilling. Ground-water levels should be maintained at least two feet below the base of the excavation for the full term of construction. Protection of the Report No. 103-17-244-A CMJ ENGINEERING,INC. 9 open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered level until the pipe trench is backfilled. It is likely that seepage may be controlled by means of collection ditches, sumps, and pumping. However, in the event that water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 6.5 Pipe Installation Bedding To assure adequate base support for the pipe, it is recommended that bedding/embedment material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. if concern exists of native backfill above the embedment migrating into the more coarse embedment (and causing backfill settlement), a filter cloth is recommended at the embedmentlnative soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. Bedding material may consist of gravel/stone from 1" to No. 10 sieve size. Gravel should be consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. The filter cloth should be TenGate Geosynthetics Marifi 140N or equivalent. 6.6 Trench Backfill Pipe embedment should be a coarse-grained cohesionless material that will properly fill the area below the spring line of the pipe. This bedding should extend above the pipe a minimum of 6 inches to provide protection of the pipe during placement of the trench backfill. Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform y _ processing of the on-site moisture and density without voids would be difficult. Significant limestone or shale will be required in order to utilize as backfill. Backfill should be compacted in maximum 8-inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. Report No. 103-17-244-A CMJ ENGINEERING,INC. 10 Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. 6.7 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on- site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over-built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over-built by one foot and sloped down to match grade at the edge of the excavation. 6.8 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. 7.4 SEISMIC CONSIDERATIONS Based on the conditions encountered in the borings for the above referenced project the IBC-2016 site classification is TYPE B for seismic evaluation. Report No. 103-17-244-A CMJ ENGINEERING,INC. 11 8.0 GENERAL EARTHWORK 8.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. 8.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The on-site soils are suitable for use in general site grading. Imported fill material should be clean soil with a Liquid Limit less than 40 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. Excavated on-site limestone may be used for fill provided the material is crushed such that 50 percent passes the No. 4 sieve and no particles are larger than 4 inches is maximum dimension. As the in-situ limestone are generally hard to very hard, significant processing of the limestone should be anticipated in order to utilize as fill. All fill materials should be free of vegetation and debris. The fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to Report No. 103-17-244-A CMJ ENGINEERING,INC. 12 maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 8.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs. On-site soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4- to F- inch loose lifts. The density and moisture content should be as recommended for fill in Section 8.2, Placement and Compaction, of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 8.4 Excavation Based on the exploration borings, major excavations will encounter limestone in major intact units. This limestone is generally hard to very hard and will require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestones. Report No. 103-17-244-A CMJ ENGINEERING,INC, 13 Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts. Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated after grading has been performed. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angles are recommended as maximums. Height(ft.) Horizontal to Vertical 0 - 3 1:1 3 --6 2:1 6 - 9 3:1 > 9 4:1 The above angles refer to the total height of a slope. Site improvement should be maintained away from the top of the slope to reduce the possibility of damage due to creep or shallow slides. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. Report No. 103-17-244-A CMJ ENGI EERJNc,INC. 14 8.5 Acceptance of Imported Fill Any soil imported from off-site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 8.6 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. 8.7 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 8.8 Utilities Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted on-site soils, rather than granular materials. A positive cut-off at the building/footing line is recommended to help prevent water from migrating in the utility trench backfill. Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater.than 5 feet in depth. Report No. 103-17-244-A CMJ ENGINEERING,INC. 16 9.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc, be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 10.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. Report No. 103-17-244-A CMJ ENGINAFMNG,INC. 16 With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs, It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. Report No. 103-17-244-A CMJ ENGINEERING,INC, 17 The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes'of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 103-17-244-A CMJ ENGINEERING,INC. 18 FM 3325 FARMER ROAD c k w U LU U _o 0 _j c �L Q a w,f! V ....� o Q m l LLp a n Q ' ALL lu w \ co ; o co � a X Q' m ! LA TE. Q a A. I Major Divisions Sym. Typical Names Laboratory Classification Criteria N Well-graded gravels,gravel- T p� (DW)2 ro ay �_ GW sand mixtures,little or no u, C,;=-----greater than 4: C�----------- between 9 and 3 ,n i" fines 'N D,a D1e x Deo IM c VI1 U o o `o 9i UJ CA ,Q - IDN ID graded gravels,gravel 3;fS ID 5 GP sand mixtures, little or no ' V) u) �a' Not meeting all gradation requirements for GW 75 E2 N fines 12 .LD f2 t� o �; .5 Liquid and Plastic limits o c a Silty gravels, gravel-sand-silt D (9 a Liquid and plastic limits N - o E GM �; .� tT below"A"line or P.I. o mixtures m plotting in hatched zone greater than 4 v, between 4 and 7 are c o � aoi o borderline cases m ci o ^-' o' Liquid and Plastic limits a 2 a 2_ Clayey gravels,gravel-sand- '� `� „ „ requiring use of dual o a GC clay mixtures z° '; above"N'line with P.I. symbols o ¢ y greater than 7 m o o Well-graded sands gravelly ' o ` .0 Deo (D30)2 Ln res c SW ` E C„=-_--- greater than 6: C�-------------- between 1 and 3 o (a E sands, little or no fines ,� p10 o m 131.x Deo UE m me o a) ON a Poorly graded sands; t 15 W '�+ U SP gravelly sands, little or no Not meeting all gradation requirements for SW 0 ca U) E2 fines o Z5 CL QG7 tc0 O ,� 6 U) 0! � � C1 *- u� o o c o).9 W ro v Liquid and Plastic limits m ` cq below"A"line or P.I.less 0 0 � � 'o SM Silty sands,sand-sift mixtures� � � � � �- Liquid and plastic limits r .. L' a o `o o than 4 plotting between 4 and 7 C o - -' LO are borderline cases o •� `'- �' Liquid and Plastic limits requiring use of dual Scca 0 0) Clayey srrattxdtur Sand-clay a N above"A"line with P.I. symbols a) (o greater than 7 Inorganic slits and very fine sands, rock flour, silty or ML clayey fine sands,or clayey silts with slight plasticity �. 60 Inorganic clays of low to m medium plasticity,gravelly C) N CL clays, sandy clays, silly clays, 50— cv = and lean clays o CH ZCr OL Organic silts and organic silty 4 clays of low plasticity p30 Inorganic silts, micaceous or u3 MH diatomaceous fine sandy or OH a d MH T: N silty soils, elastic silts 20 4) �- E CL 1; U � o v CH Inorganic clays of high plasticity,fat clays 9 .E 7 ML a d OL Q a �r Cr OH Organic clays of medium to 00 90 20 30 40 so 60 70 80 80 900 0 u high plasticity, organic silts Liquid Limit M `� 'ci Pt Peat and other highly organic Plasticity Chart Osoils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES GRAVEL LEAN CLAY LIMESTONE ® SAND ® � SANDY _ SHALE SILT SILTY • ' SANDSTONE CLAYEY HIGHLY CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50%passing No,200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1,0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (more than 50%Retained on No.200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily Crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. Boring No. Project West Side V Elevated Storage Tank and Water Line CMJ SNGINEFMNG INC. 103-17-244-A B@3 Fort Worth,Texas Location Water Observations See Plate A.1 Seepage at 17'during drilling;water at 26'at completion Completion Completion Depth 60.0' Date 6-1-17 Surface Elevation Type Clitll -55 wl CFA .i EGO) d �- O Cil O E E -0.2 & e LtW Stratum Description o �� 01 vi 12 u.: m ni x a> 0U o csO U D c N a - »= VrN R— . Uj 0E0 uI C7 � m� m �E �o9 mgr 0o eo coo CLAY,dark brown,wl limestone fragments,hard 4.5+ 21 SILTY CLAY,light brown to tan,w/fractured 4,5+ 35 23 12 14 110 limestone seams and limestone fragments,hard 5 LIMESTOME,tan,weathered,wl tan limestone 10014.5" seams and layers,moderately hard LIMESTONE,tan,wl weathered seams and clay seams and layers,very hard 10 0010.75' 0010.75' 15 —_—_ SHALE,gray,wl limestone seams,soft to 20 -- moderately hard 10016" -- 0010.37 ' —25-- -hard to very hard,25'to 30' — 0011.25' 3fl — 10014" 10013" 40 45 LIMESTONE,gray,wl shale seams,hard to very 0010.37 ' hard 50 100/1.5" C1 — I 0010.37 ' ., S5 n— q 0010.62 ' to z a 0 m U-1 a LOG OF BORING NO, B-3 PLATE A.4J Project No. Boring No. Project West side V Elevated Storage Tank and Water Line CMJ BNcr>vasraNc INC 103-17-244-A B-4 Fort Worth,Texas Location Water Observations See date A.1 Seepage at 17'during drilling;water at 27' at completion Completion Completion — Depth 30.0= 1 Date 6-7p.1-t Surface Elevation Type CME-55 wl CFA 0 G p C5 N G Rpt O o1.4. N Stratum Description _ P N`0) � :� x ��; D� a N o NNC Cy c� E w d � a�U m' fE so E roa o c coo W -ID a.-.J €L s U MUn. CLAY,dark brown,w/limestone fragments,very 3.25 521 20 32 18 stiff 3.0 13 SILTY CLAY,light brown and tan,wl fractured 4 5+ 16 limestone seams and limestone fragments,very 4.5 32 17 15 14 110 3230 stiff to hard 5 -w/gray,3'to 4' 4.5+ 6 122 LIMESTONE,tan,w/weathered seams,clay seams and layers,hard to very hard 900f1" 10 0010.626" 15 SHALE,gray,w/limestone seams and layers, —— moderately hard to hard — 2 10015.5" — 10011" 25 -- 10013.5" —30--- -----------------..___._----. h W ti L7 U 11 L7 N U' 2 tC O M LL C9 LOG OF BORING NO. B� PLATE A.5 J Project No. Boring No. Project West Side V Elevated Storage Tank and Water Line C &hIGINRBRING INC, 103-17-244-A B-J Port Worth,Texas Location Water Observations See Plate A.1 Seepage at 16.6'during drilling; dry at completion Completion Completion Depth 30.0' 1 Gate 6-7-17 Surface Elevation Type CME-55 wl CPA A p, Stratum Description e 0)p p w 0 0a) cn� a'E E o"a oo c,Q coo W ly O0 a.1- a-1n �� 0.:-1 Q 5 2 U =0 UGI. CLAY,dark brown,w/limestone fragments,stiff 2.5 24 SILTY CLAY,light brown and tan,w/fractured 3.5 12 limestone seams and limestone fragments,very 3.0 36 21 15 20 stiff to hard 4.5+ 11 1 119 6030 -wl gray below 3' 5 LIMESTONE,tan,w/weathered seams,clay seams 10019.5" and layers,hard 0011.25' 10 10011.5" 15 ——_ SHALE,gray,w/limestone seams and layers, _ moderately hard — '!0015.5" 20 0013.25' 25 30 -- —_..------._ _._---------_.___. 10012.5" , n A E9 2 U C7 n z z W 0 m 0 LOG OF BORING No. B-,5PLATE A.6 Project Na. Boring No. Project West Side V Elevated Storage Tank and Water Line CMJ ENGMEBRING INC 103-17-244-A B-6 Fort Worth,Texas Location Water Observations See Plate AA Seepage at 3'during drilling;dry at completion Completion Completion Depth 20.0' 1 Date 6-8-17 Surface Elevation Type CME-55 w/CFA p ..s as a 6 � _ c u- 1 0 Oa z iL ami w� Stratum Description n U © >a ��� N � "W U� rf� 0 00 CL N 4 V ; ui U E; � ui cf d N� l0 D a (0 � 46 d 00 Q Q SILTY CLAY,brown,wt calcareous nodules,stiff to 2.5 23 very stiff 2,75 41 22 19 19 407 2560 -wl fractured limestone seams below 2' 3.0 18 SILTY CLAY, light brown and tan,wl fractured 2.25 26 16 10 12 442 limestone seams and limestone fragments,stiff to 4,5+ 10 5hard LIMESTONE,tan,wl weathered seams and clay seams,moderately hard to hard 10012° 10 SHALY LIMESTONE,gray,wl shale seams,hard 10011.5" 15 00/1.75' R Lig U f9 V N ,w 6 z Z a 0 M u o LOG OF BORING NO. �� PLA -.I Project No. Boring No. Project West Side V(elevated Storage Tank and Wafter Line CMJ ENGINEERING INC. 103-17-244-A B-7 Fort Worth,Texas Location Water Observations See Plate A.1 No seepage encountered during drilling; dry at completion Completion Completion Depth 20.0` 1 bate 6-8-17 Surface Elevation Type CME-55 wl CFA N O _ U © Stratum Description o L1.2 W U Q 3G N } :3= u?•-- ;nab !icy 8E � W Cf � w� �n� rrE E cov op cg coo W o: mo.1-= coin �iD CML a.� moD-J Z)Ua SILTY CLAY,dark brown,wl fractured limestone 3.75 18 seams and limestone fragments,very stiff to hard 4.5+ 10 4.5 44 22 22 17 SILTY CLAY,light brown to tan,wl fractured 4.5+ 12 limestone seams,hard 4,5+ 10 5 LIMESTONE,tan,wl weathered seams,hard 0011.25' 1 -wl clay seams,moderately hard below 13' 10013" 15 SHALY LIMESTONE,gray,wl limestone seams, hard 0011.25' 20 -----------------_..-------- n a U a f7 ch z a a m U. 01 LOG OF BORING NO. B-7 PLATE A•8 J FREE SWELL TEST RESULTS Project: West Side V Elevated Storage Tank and Water Line Fort Worth, Texas Project No.: 103-17-244-A e ti I Plastic plasticity MoistureI�.ercer�l prim} Inte-rVal I Smle Lirnilt Limit Index Content'-°lSwell No. f Description LL PL PI Initial" Final 010 LB-3 1 -2 Silty Clay 35 23 12 14"4 17.7 0.1 B-4 3-4 Silty Clay 32 17 15 13.5 15.1 0.1 Free swell tests performed at approximate overburden pressure CMJ ENGINEERING,INC. PLATE .A.9 1l4-ffC-6®06.D Minority and Women Owned Business Enterprise Compliance CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCI-I WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OP FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 ATTACHMENT 1A Page 1 of 4 FORT %ORI-H City of Fort forth Minority Business Enterprise MBE Subcontractorsj uppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MNVIDBE NON-MNVIDBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2,00 p,m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bFd specifications. Tt}e undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule. conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to aid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers- Tier_ means the level of subcontracting below the prime contractoriconsultant i.e, a direct payment from the prime contractor to a subcontractor is considered V tier. a payment by a subcontractor to its supplier is considered god tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a VIBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another IVIBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outiirxed in the lease agreement_ Rev.2110115 FORT WORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minofity a4id non-MBE=E% MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER Company Name T " Detail Detail Address i M w Subcontracting Supplies Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E El El El El El El 0 El Rev.2110/15 u—RTWORTHATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBFs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER " Company Name T it Detail Detail Address i Subcontracting Supplies M W DollarAmount Telephone/Fax e B B Work Purchased Email r E E Contact Person E F] El El El El F E Rev.2116115 f f)KT A{IF�IN ATTACHMENT 1A Page 4 of A Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ The Offeror will riot make additions, deletions, or substitutions to this certified list without the prlor approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o ChangelAddltion form. Any unjustified change of deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested changeladdition or deletion will affect the comm tted MSE goal. if the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed signature Title Contact Nameffitle(if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev.2/10/15 ATTACHMENT 1B FORTWORTH Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MAW/DBE NON-M/W/DBE BID DATE City's MSE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. if the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Ciyision..nn_€ater_than 2.00 p.m., on.the second City.business.day.after bill opening, exclusive of the bid opening date, will result In the #std being considered non-responsive to bid specifications. Will you perforin this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2110/15 ATTACHMENT 1C Page 1 of 4 FORT WOR i l City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME. Check applicable block to describe Offeror PROJECT NAME: MNvinRE NON-MNV/DBE BID DATE City's MBE Project Coal: Offeror's MBE Project Commitment: PROJECT NUMBER % % If the Offeror dill not nieet or exceed the NIBE subcontracting goal for this project. the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid Specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.2110115 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's MIWBE Office. Yes Date of Listing I I No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,person contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE fine,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE. The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE., The Offeror must contact, the entire MBE Inst specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2110/15 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (if yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (if yes,attach the information that was not valid in order for the MAIVBB Office to address the corrections needed.) No 11.}Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessa ,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rgjectlon ADDITIONAL INFORMATION. Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2/10/16 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the IVIBE(s) listed wastwere contacted in good faith. It is understood that any MBE(s) listed in Attachment IC will be contacted and the reasons for not using them will be verified by the City's MIVVBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2170115 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MSE Joint Venture Eligibility Form All questions must be answered,use"N/A"if not applicable. Name of City project: A joint venture form must be completed on each project UP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: {If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non-MBE firm name• name• Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: — 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MSE: Describe the scope of work of the non-MBE: Rev.2110115 Joint Venture Page 2 of 3 3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete ifthis information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name, race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ----------------–----–------–---–------------------- b. Marketing and Sales --------------------–-----------–__-–-----------–------ c. Hiring and Firing of management personnel -- _-----------—----------------–-------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MA NBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev.2/10/15 Joint Venture Page 3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts, Name of MBE fum Dame of non-MBE firm Printed Name of Owner Printed Mame of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 ,before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) Rav 9/1nI15 GC-6.07 Wage Mates CITY OF FORT WORTH WESTSIDE W-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 THIS PAGE LEFT INTENTIONALLY BLAND CITY OF FORT WORTH WESTSIDE V-PART 2-24&164NCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 1.2.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GCm6m09 Permits andUtilities CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 Approval Form Page I of 2 Approval Form APPROVAL Online version 11/2005 To John Kasavich Date 5/25/2018 City of Fort Worth Application No. FTW20180511123929 1000 Throckmorton St District App. No. 184-W-FM3325-1.8 Fort Worth, TX 76102 Highway FM 3325 Control Section 351601 Maintenance Section Palo Pinto&Parker County Parker TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. FTW20180511123929(District Application No. 184-W-FM3325-18) dated 5/25/2018 and accompanying documentation, except as noted below. A copy of this permit must be on the job site at all times! CONTRACTOR is REQUIRED to contact TxDOT District Traffic Signal Shop at 517-370,3661 for line locates if this work is near TxDOT Traffic Signal's. Utility Owner is to send a CONDUCT INSPECTION action in the UIR website with Contractors contact information 48 hours prior to commencing work. Contractor shall give a Verbal Notification and Submit Traffic Control Plan (TCP)from the latest edition of the TxDOT Standards TCPs*48 hours prior to start of work to WAYNE FRAZIER at 682-239-8206.The Utility Owner Shall Not cut into the pavement or concrete riprap without Written Permission from TXDOT Area Engineer. Link to the most recent edition of Traffic Control Plans (TCPs) in the TxDOT Standards TCPs: http://www.dot.state.tx.usli nsdtdot/orgcharttemd/cservelstandard/toc.htm When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via(a)frontage roads where provided, (b) nearby or adjacent public roads or streets, (c)trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public,the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the installation Owner fails to comply with any or all of the requirements as set forth herein,the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty(30)days written notice. If construction has not started within six(6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: You are required to notify TxDOT 48 hours(2 business days)before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation http://apps.dot.state.tx.us/apps/UIRPROv2/li b/NoticeApproval.asp.?ApproverlD=DOT20141226134046&... 5/25/2018 Approval Form Page 2 of 2 By Randeli Brown Title Utility Coordinator District Fort Worth http://apps.dot.state.tx.us/apps/UIRPROv2/lib/NoticeApprovaLasp?ApproverlD=DOT2014]226134046&... 5/25/2018 Amendment Request Page I of 1 Approved_X_ Rejected On 10/16/2018 Trx�a JKI% ertspurtarte" By Rebecca Booher Amendment Request Application Online version 412066 Amendment Request #1 The Texas Transportation TO ' Commission Date 10116/2018 c/o District Engineer Application No. FTW20180511123929 Texas Department of Transportation District App. No. 184-W-FM3325-18 Fort Worth District, Texas Highway FM 3325 Maintenance Section Palo Pinto&Parker County Parker We request to amend the proposed utility facility installation as described below: Changed Item(s) Old Revised The proposed 16-inch water line is The proposed 24-inch water line is located approximately 2.2 miles north of located approximately 2.2 miles north of IH-20 along Farmer Road (FM 3325). IH-20 along Farmer Road (FM 3325). Approximately 120 linear feet of 16-inch Approximately 120 linear feet of 24-inch Description water line will be installed by boring water fine will be installed by boring across TxDOT FM 3325 right of way, at across TxDOT FM 3325 right of way, at a minimum depth of 4-feet below a minimum depth of 4-feet below existing grade and a minimum of 6-feet existing grade and a minimum of 6-feet below TxDOT pavement. below TxDOT pavement. Begin Date 9/1/2018 1/1/2019 Finish Date 8/31/2019 12/31/2019 Attachment file(s) Plan Sheets for UIR Perm it-Revised.pdf (759.62 KB) All other requirements and provisions remain the same. If this amendment is approved, a copy will be kept at the job site at all times, along with the Notice of Proposed Installation and corresponding approval. Utility Installation Owner City of Fort Worth By John Kasavich Title Address 1000 Throckmorton St Fort Worth, TX 76102 Phone No. 817-392-7949 E-mail address john.kasavioh@fortworthgov.org http://apps.dot.state.tx.us/apps/UIRPROv2/lib/AmendmentForm.asp?PermitApNo=FTW2018051.11239... 10/1 6/2018 DocuSign Envelope Ill:5F095DBD-9.421-4C8B-B319-2AlC4F227C6F nMMMAM AH tRA13CO. 4C f%e-eL^➢C Rf! Ds / r �( FM 3325 USE 3596 01 `G! TIv xth Water Department hei sidential,convenience sto rker Col Sul 1 an and maintenance of 2. :d below: z" i 3. reserves the right to on or adjacent to the j i 4. n for personal Injury or S. -t on or extending over or tanks and shall be e off the highway right 6, land use or change In ix(B)months from the �Y this perms. g' DoeuSigned by: by the State. 1/7/2019 Matt Evans E9AEAF95D42S41B... Cate ofissuance State Rutharize epresenrat ve The undersigned hereby agrees to comply with the terms and conditions set forth in this permit for construction and maintenance of an access driveway on the highway right of way, Date: , } Signed: - p owner or--cWhers representative) I DocuSign Envelope ID:5F095DBD-9421-4C8B-B319-2A1C4F227C6F Access driveway Policy Title 43 Texas Administrative Code(Transportation), Chapter 11 (Design),Subchapter C(Access Connections To State Highways)and the"Access Management Manual"establish policy for the granting of access and the design,materials, and construction of driveways connecting to state highways.All driveway facilities must follow this policy, TiMOT Driveway Permit Request Contact For a local contact for your TxDOT Driveway Permit Request visit h!ko llrrnw tidal.c4 vptfiisl�i$- l it rfistrijht111. You Can click on the section of the map closest to your location to find the local TxDOT uMce_ You can also click on the drop down box below the map to find the district for your county. Sketch of Installation (Use additional sheets as needed) DocuSign Envelope ID:5FO95DBD-9421-4C8B-B319-2A1C4F227C6F ATTACHMENT "A", IMPORTANT MESSAGE J8117) 370-3664 Traffic Signal Operations, Illumination & ITS, shall be notified fcrty-eight (48) hours prior to beginning any excavation within the right of way in order that the State may verify the existence of electrical wiring, fiber-optic cable or illumination connections. "Failure to iprovide 12rover notification will result in the immediate repair at the grantee's "x ense.** J a w ❑� a a 0 3o J 9 v ur In N N N N � W��$e r.1 r r N In in i N m UIN z0 B� W N N w W W W WRWcW VI 9 .- r a o 0 4 a 4awN z J 0 0 o 0 0 0 ozz r -j - 7j� 1'j a J y o o w N4 aw 4w aw4 a Z W �- F m g U U ❑ a vZi lZi1~Zr grax�� N 6 J �1 N�N�2NF N12 J m d V I�✓I`3N�1^���31>-z d w as a❑Ma aN ainalilagaNg a w w = 4 � ❑� � aZ w wmwmwmw�rso°'o dD m N ❑ o 1�Z Z Odf�1dR OR dQ dz O 282 O > o z F W W }rUQ UJ UJ UJ o<U'U [7 J K a 4 a r r N NZf/1ZJ ZZ�-1 s K w .V~ UFF UW°S FWF F F z.F,ZoZ O O O Ouai�Zo�JZ4 z4�rc�Q ODU OU z K F O'� U U U U UO�O�O�O�OwONUz U N a vVwi ❑ F FF ~o : z1UzcyK O O �V ~ ❑ OD fl Qa aZF ZQ ZQ zj.�?qz a LU w B ■ w w KV..�4rc-rcMZqqO pp 1�1 - F F F' Y r�❑tnz NFln�tn�in d�en�FU � 3 r v u LU z X JZU2U y❑ O� d❑¢�d0 OW O O O � L wU f.wV ec¢� uVFiym " OM r in N W I OI OI I ~ r.�O n ^ F izz zow..�ao ¢ a a z R R j LL LL! owo �7-�ccirc¢ "'! ww ❑ I ¢ UUU U0.wUAw .V_. 6 N d w v N N W _ 1 1 I 1 1 1 1 1 1 I I (j❑ V [S I r 0. N ® >V V U � Ll lit N N N N N F m 3 LU W 2 �- � 0 LL --� F- � > ® - i ¢ 00 o Lu ® ® I y II I 15 L x Z co ►= >• l 3: :;t ® W � LU �s ' U -0 0 w ® LL u LU cn H Z CL X 0. w r qz zw�z) _ rc F rc ¢off o r aai F _ P H; gg ado �°-�Frco� a �oo ❑ � � i� aga rcwmpa o -.o ami S�ooa� � zY roWiW a z_ o tl � o � zrn o a<2 a,�,o0.0� z FQx a rc" � 0 11.,L1. a r a LLi RiKw� U 0d mWS m mw m m� ��• U��0.. o� ��- Ll.t mW XmoLL i¢a mc~imz�w o4� f� a`u � ozw 4 asrrw oLL z Izu2. o _arc ��� o', ¢rc , oow o z�z ,`..', z� M a Rw Ft wN z �'=a w ��y rr11� �r� F — a��' u°pr�O� awe oo mz V p V�ti d aoore3 lao a ate= `-'� �q wa �� Z ■� Z m w ruo ww>�Q„"-� w 7 - °� Sz 'oa. } [� x m o a o3oz mH oz a �a zFh v a a �o�wo � wzo �� �` � w a 5Z££ Aj ° —suxar�s:�ro s (INV AVON SS333V NNV.L H31VM A 3DIS153M NDS U�OH�i( 1���� °ea a eOv SNVId 1M3A1D3 viu,LDOXJ. S310N lH�I�NR`J n wus,ummsaw� CNV AWM3AILQ lODxJ. A�vao�s i°m 000°s°°�"u ns3 vow 33Lid0 V321V ICO%1 A1ND03 a3NaVd w� m �mWcxa��� �.T um�ip -Pz=� zr z wwz o m moor yrm o n-r— ozz w- zo up MaFr4...¢o?�apw •- u w- -Er r F- K �mFw o LLwcrcQa �� xY o L oma afm�z F z d Z p2ZF ZF m�¢4¢wa¢= mp�pZOO QO in o QQ NZ a°oy�d moF z6 Ao g �¢3 sx�ooww �uaYo zq mw �o��Wu ;nF"�� FF zwq� Oda P. "wa �"W��mmuaw��}m€ wma wow oiw�mz � N� v vi mw �� drc rc azN M oo=WFq o 0o mgm zwb rcQ °Izs �' m opo zNoo w� a y ��K� Rr �m umo n w a uzPw uotio >uzam�rc°- Gi r am zw �w�moF Hai F- �mzw c'-'i ui w�sws �N-w,w °' coi ���oaaFp"aa mz�m I� $zzsQ zoo m r�-"-o �'ax owe zzoz mmwzYzuxuwwww zaFY w�a aUDUoa �44um.UN 30 40mV �Zw N.- H.E. �h"p.�.V lUff�Fmm va43 4m4 ppVa n n n n n r1 n n n V m K ,4 p U O O Z y 0 O ma m T w rc m w rc W V F m900�aVEl o a wo aox w zu m� €r 'J`a o z�z�u m ESN we v,su o �` F FL3mo 4y QY� jz oN4mx wm �i ay �zJ� F zap m M. 2a, o S � �o O�p 4N gK�°NUM mapm YHY yZaPm U 4 a w�aV m �a u~ia Na i.f iR�m2p °JZ OU4mr Ohm Q U~mFmmw �Jw - w mZ .���pZ- F ma mz z and O � z zW ulagw¢Q FQ-W aF too �U Urw ..N. _z oz �� o m Fs000a �@F z"ens��rc �LL � uay „'� a�aR-` ¢��o� a zoo ❑zz mo- —2 �inorc� Fa wa awo�ymrczW Puwoum¢ oa w`moo�'mFw zopwo - X04 mm z w� uF �� a oaa N zQ"o zaz Wa ama zi zvgo ro oz �lao am m=�zwzz �� uow�zmz amwQa�� au ina - w uw �rc� m¢ o 7 �I-I ��"'�^<ii�� �m� dozes of Nzumo�aom -oinm Q °u, �¢w a o �mW �uoQ oFoo w d�w� w s❑ 3 �s zoo am az�z�oo u¢ bam�wu� mgwo mwzamoa���PFod�FaZo�z�mmwucmo$� �LL�Nuoaz�wo NN�iumaov�oaoQr_k�zm'S lu3 oD�wYzw�mWwmp�a wmux�a onw.yww€oLLzaama�sa omoP- oa i�maiqmsz z�cza�auo zFxWmmw�u��w zoav��soamzamrm LLzw-oauZ woawwwp'oarw}m ma uNaw � wIm�' z RN, T-WignBopo � Z.wF oa"ww n 26p wx aa4LoArc �zowoop aN 81.1 a' m o � �aP � m� ���umaF}aU� Fo2s '- -w 'w " opo m -zF mfr rc"' �a Z vi arc zP 7 p zz €a Zo U N F��LL-3 ¢ mj�V�� wFu O}Q 8 w4z w UVl ��� � � P�o z pQ ow mou��o- �wm� w � Qv. � o zzw�¢ ao uta mx ffio� Nu a'� aw ¢uz3a o"r azww oo o� �iW� a��-`a o U 20 "i` ma¢ 7w ami "' uzoo�N wFp s, a���ou8¢Z2"Yowdu f aaw�Qi i���wQ �a m- �o qo� ❑om mo ✓i z zmu Q- z v awe zz 5m�mr� xm m�zz awl". mFo Na mrcm� -aoow aW -o � -p---S x w z"u`wo a a ao d �'$ o�D i%2. vm-z �pms prs ¢€ ❑a �nF adz 1-"w zor,, �Qam p'J`y ad"z oz w �� w z o� o a��m zoa �oaosm mo mozNmQ qoo zoy Ir' �WK a m�pm c°o zus`�i��,— .� zzpoz-.- a �r a- wa w Ngoaow au°o-'G�za mo< roaw ? 5�wa¢Qu�F r� s�w9�zvi ocwiozw�z ¢ a$zoazo � 3azo�o P18, z"wz jaFUF uc�°J��� zaz o--z �Pa aazcFi a uoo �d p Y Y? F�FO F n w a o f iU z j U-¢ -i =w -a 5 O G LW .<z-, zo zp. Fpm O Vi �D D } C �F (/) mZm w az _ a��owzw o w� mdYa z zaom��z� aoz z�mw" a oa,^ ma m LL! mom �a�"¢ z� vapp'9o"'')�zwskomw u - H"pY samwzm �6`—, z m sm ap,m aCrc _ Wzw [D1�pQw wm qo OZOWm�aM1 m¢I-N��' rc�m� O UFF3 N� �jrn - JZ mV Fy¢jJ�P 0 �Fo o� Foj�m v Kw mz� aj� aro ��Pow WmJo � a xoz�uYp Noci ¢wmw s� v' z ok' xQ aa� Z zorc "'.a" ws�oma ' Fpm w�gaoz m>4-P.6%;-- ecu amain o Wy w�za zvv'izD - s°-� m"F�S"��ax`^ ¢oz oizz�mz oa cJ a o�� -o vi z m in oa mpovia'n Qao a'�-F moP �o-apwQ��mw 'z"r'D u o��p� urv�xC a D¢�"'pz8 �dz�ma a4z aaFCF DS "' ooy Dm ��al-a'mv°� aa zimi'"¢ oow wFowro a Yo DaF ¢ oaa ua - ��zaz�a �zzP FQ� wP U� RwS ��P ���No� aa��u� 89pN u�uz-�z s�aorc�P gn��arc�"�a R-`cai' °'zp�_�za raigiwa�� uzN cai v��i c�-ima �a "'ozar ou Z Z U 3 0❑ 0.D?V_z W m Z w}Z z a c�`oP baa � o°'� �o�o��zFo ¢z�m m zF �¢a am �¢zWF�zw J'� oPmzo o�aaorc a a o �m�P m _m �LL �warc¢rca�?am�oo LLc� Q �om�o wm �rcaa- tau F-lomaw rH 3iaa WI SZcrc Pyj •o s (INV GVM 553DQtl NNVI -�ua�r'ox T'r'y 831VM A 3015153& 210J �' 3d sNVid ivan-Ino waois UJAHK<f���Ull� L�� a as 3 1flOAVll02llrlD� aiirrr ramexw erceu�soi�o ❑NV AtlM3Al2i0 10tiv3 auuxwwnnuunm s.0 31w :3 1AADA-lNn 3 ?j3 reiermeo lOQ%1 J,]_NnOQ 2i3NaVd ia�roaa vwl yc � i- .I a pj ts aSHEETSP'. tg Eia $ 'o - . , _ _8s00V _: a»A s» IIIIJ | E IN-3A 2 MfGiS m2���o | Z3 ujoH%k�wr " m N y 100< nOZ) 8 ° - � �.�� d . , ■ � % ~ § )■�� � ! � —��� | . - -� 86 � . | j�) Z � � r xe �w ssin3a m SZ££ 1V3 (INV DVDs 55330V NNVI 2131VM A 3615153M 2103 l ( � SNVId 1213/if1D "21015 11.IUH((cl�a�U]I� sraana xamwauooa "m a JltlM3AiNa435Od02id { ONtl).VM3AI210 lODxl w G3WAO re�e�mm moxl AINDDD 213NNVd Broad rd s Bye 4 Wo- Da�u� I 1 Mia 1 F \ a \ a I \ " 1 \ . o 0 E Fav 1 \ \ z \ \ \ g m or y IA3 x��• � N t6 4 M'1 K s f Fd I } I 1 1 I o i i I I r 1 I t5 I I 1 I I It 1 I1 I 1 S�gSi/3tl 9Z.2c W3 ONV avow SSM3v NNvl 83.LYM A 301SIOM HO-1 Asa 3 sNv�d ta3mno ruaoas dAN N32]V u.�oHt«AaluaI� �� oNv,�.� mao",ox, 3JdNIVH(I E)NI-LSD(3 " al� :;�� nLm=,r 3iao �30IJ30 v3av loaxl).1Nn00 a3h23vd � � Yd � c d I ' � qb a � pppcc M 5 a C7 G C3 w I I a N z m c 2 ¢ a o v 17 . 1 1 e ■ II' � � m p a U � � I 1 I �+ If1111 � �tJI F111r I I. I I ' I 1 ;. } 5 # �Ir 1 II 1J I _ i nrxrnwvowwvartww.ss vanrwermwz-nezmv�nrv<<uwnnwianxanenv-mnvmvmw.swr:uavr�sv—•�aM®na-�+W..'�x M wnrvi A@ 31M SN0ISIA3H 'oN SyF£ vu ONV Me SS330V NNV1 1131VM A 301S1SW 1103 �noxs sr 3,.� SNVId 11131-1110 1111015 uaoH(«�[a�u�� r�oll��i�s la�n�n� eiozaaeono ❑NV AVM3AI2f0 100zt w RM 30UAD V32JV 'a'"'JdNY10° os�e�u�m 100x1 uNnoo hA>iwd inroad mn� O � d 8 .O o o �W Y w�m OR7gS �^v,rc 4pIYMo ifig U�c go CL gad 9� wc� & g, `d c 3 ci P €€ oad S Mg t ��m x gYif A M a G u o a z a w w Y � r3` a 'A vii W Q 3 x 11 8 g m y42 3 9 d3=off �� $moi 'nnz d h s f -f 2ur xe 3nm sHasin3aax sZ££ w3 ❑NV OVOtJ SS30DV NNVI 831VM A 30IS1s3M NO3 m �m sNv�d Ja3nin� waols uJOH(<((a`w� s�oa d g�.�rvme "OBS 3 Nd�d 3`JtlNlbii� /� 11 ani Alio M:M3J IaWM etl3 9L°�a3eo�o ❑NV htlM3AILIO lOGxl a,� :3OI��Q V32ftl nsaw�eo IOOxl A1Nn03 N3NaVd nsroad mise � 1 -_� -- --------'------------ 3 z b J Q X Q - W _. z L(D Ld \ U a F Q � In o \ -y _..... - .x_..... --- _ ..... --- ._ O _..._ __,...f....... Li 00 L :E> Q E I i LL Ore - t Q § 5 > it e' o X' Q uey J O . W Q v : Q v CO •i U1 U]cQ Q W W M Ul J , N W Z- ry 'S Ud N U4. z- N`F .I N K ' ICI W Q U' Uf> Q J Oo 0 r D Ln U 1 a L i .II ... .. I � / A r 5Z££ NI3 ❑NV CIVOU S53aaV NNVI i o3 m�uuweaswisoiv�3urs�u.ixn-u3u.s.vmwi« a�q°oma � a31tlM h 301S153M LIO.i � OH�(( 1��+r+� ,ma ,,eo �o sNa,d Dumna waols �02J1N00N01S0213 c; UJ n 6Y QNV 4VM3hIan lonxl Locxl A1Nnoo u3>wvd i Lfl3 uS d � � � w ae sp o ! I 1 I I I I ' ' I1 I U I Z O I H CD Q I x 0 Z W IY V ! O Z LJ r !!2 I W I I \ r I\ 1 \ \ I \ I I \ \ I Oj`S.�j\\ I oa �a. LO 0 z ! N M' W I l� I�< m a r t 1 1 O >� w I � I U ! z � f Z � I W � 1 Q r 6 I z 0 O I � x O CL I I hi n, d r I I 1 ! I I1 o I i r C� r z s= I I � I w II I 6N0161h3N SSM: FU '"��"x+ '�•o ❑Ntl OVOe SSAMV NNVI mss.., ., s.�,x�we aa�vA „mn¢ '"'� ll 1VM A 304SMIA HIM S-IlVi 4 uaoHK<I�a�Lul� massa x3m SNtlld a3A1f13 OQxJ. ❑NV AVM3n1aa loan �02i1N0O NOISDa3 Q iw�uo us psi o aim 73013�0 V3JV ia�oaa ren 10CIx1)ANf103 a3YEaVd a 15 FOP K pp O 8 N ' S Z E f g 2 E� sxasin3a _ _ sacs wi (INV OVM4 SE300V XNVI m vo; ',3a„a.ea3w we "'zrts5�ox rola wu .erew a a31VM A 301S153M HCH -1 aa�vx-ir�uw w.vxi�ssv SNVId 1213A1f13 wi1D15 N01103S IHOIdAi l,IJOH 4Ki��[1.1J� x� ,,,a ONV AVM3h1a0 100x1 `JNIISIX3 4ZEE Wd S Ffl ! 'A aiwu%u9a"'�a uow a7vo :30U40 V3aV Fa n�roaar:a 100x1 A1NMD t13N6Vd ......i Z r a U O r —LLJ �� m w � 1b LLI F- -Jo I z J U I OD O Ld O 3 N Ld O a4'i � CJ C7 N _J Z x b 0.llj Q a=W1•N T _111 �.. ! I'AA {C+�• w ` QC3 (n co 0 x Z V l Q •o : W N J C1 aU W" V C>2 j LL)s_ff� Q lila: �, z r Q(Y Q Q CC O 'lei is ii•.••� O og l e WN tr 0. }— L ) U) GSLLI J (.] L) l U iv ro Pn V Q a a U) c� I � z E a � 03 ■ 3 L'i w cq cV I n I � LL aa � CL l ! o o i pp, a rc _� z LLJ 61, 86 In Z 4U y ,xj W ca Qti U3 uz b l� W a �z as z 3: rZ o WF- �9 LIJ % 4 Oa-- w � z P LL p� V, O d 33 ��33i 7 a A a a o W - w` r w to = _ > II�� o wtLn NC N at l/1 a+ + ° QW .-Nr D •- - 9OAw To C ct-o v °« ao _9 �m $'v o so LEI v ` VwN o e n � Lo no .o WLEI I - CY.1 _ ° vw" I jtW- Ww0 �+� OE mC Im _ 06°� H ® OO 1AV10 4m.Y Od J - _ ._ LN E c cw Lo O ac.w L cG c c mNl nam oUi- �O °}06L4am w LIE° H Eo U + 4wJ w o wE �n3 O P° ¢v win N T `°-' t K' a. o+c ouO f1Clo m °-am ° oo b gid` .a to a ° c�EE O oCL o aas.m° EE o ne6L w 00 +m� soma uiE a mmmm {n db _o�an° 4 w im EN+mEO aN UO bbnb d +N -To+-° Q T°a +a00o L7 a6 ap nnn o°3�e Q of V�o�cn _a O a X43 M Z Lnp �m w+I>+ . IC+ OC _o-mw k �� o N.on.3 naw d Svc -c'-_� o- m XZ O w mono wa m'-' o z c ~a°V-.--m Q u c4 P. .°c..c. sE ao wIn Z L Eoow or � v m �mo•4'3o ata F J LO I' -y t to m� ma iyJ Vl �w Vi a h ¢ °_ WWJ nw J oaoi� O !Z w Q i` o10 n# as � O m 4au nom- a Q E nim O N� a QJ-- HQ U F �O m�m �4� - O 7_a Ong F U n W7, ZQ,� ooMo a w� Z(o� �rcoC N C) <�w J W\[Y NOO LLI W�� 1.F4F _ja8-6 wO C wm T - C7O O�w Of proPd G O Z 1.. w G� W WLL m 2� +oa w o `a� oU o H - - m 6 vv dJUJ� c°tnmm w m � i aoY rns a _ W�Q�� •.oz W �d JPO O _ - u.C•- VI �-4dQ� m + o F I o T m - u Pio Ow ui m l ypz a_ wwmnmmw%mw hetiF jm Nw h• w °h--oo o v I €og� �� ° _o_oaacnnan _ �oyc _w $U� c X� __ooaoo ._ ii nca cc`off mp«663y L i G zo ig _ N w�«amio mn ` c7aa 4aY ox o Fw% �- P OLJQ do°�' - ° u� +° �o °6 mn 3wvan �`om m or mz ZOO Al_c oak v V)V) LLvd �� mmnw o� ¢aa3 � f C2 �o>o«S�- ozo a0 N0=u0o�OpC 8 �a 0.-�rn°C t+� V14a $E 1>1_ oc® �y5 OaJ °na � °7 00 �n nm m � `wa�nm °n owg 0�...J parr F +`r+ n v +ell U Sao �t °o sL- Q mo}e-° +`r°O+r6o4 xo he do ZILL/1� Z'Z' I- ZaLu a W CL. oym,a4bumiV own °+p + �pm� W o �re a- N eom•E®°°- -r .v e+ ¢ oa0 LLP 9 w••�- �m� ° <°- a•;1P•- mN +°'off«T`t Z U o m om- imo ou Ex V7 " oo °- off- m 60FF3NLO L Eo - Dnn CUlyZLi ■s J L�OOYm�Cmm mCd 4L�N�¢ LL o'Yl a ma}ai.3 m w oP OP - w0 +m O O uQUI Uf m°q LZ4 `mmo_�i+av`m @@� �woppIIaoaLoh® wa L�NnL*3Co3 ojo >,�EL9�`K ONd V C �°oi t W o �} 3 _ of nC�[EjzL nOE O0]Q U'✓�Fxeh�0.wr-,4 t �3., p 6 ®RiD-m+wOQg� o w a0 woo��nw-k Lm U." T OCu -nv�ur�6 avh "'-'QEw➢h y AM �-a U da`,mo wcwn c�a Z O o00 9oc'nna°� LU ��a oc' "ho _ d` o�w °c F1 n-c 9CDZw O aV) .CJ v- ti +cm XOOaL® C7 w t imo oo +n 4Y E+ _ F'y m3 WQ ZO- � O - mco p-vw-ono E.#] o ao- Z J_ in Qw _`. _y w team}`'� J ol9° ®ELrsmw°a�°` °mw V).L V1 Et-m m3-.... °... i G ■ c } i%1 Q NH w� �{a'+ Q`d� woteai+3 a m o a-c>`o`a Flo w ogv+voo _ WJ D C7 W _ W�ti a �a nn m-oa �W. i¢ ni, hrd ao � W ���Q w 3� �cnn�Dn� Q v t °�mg¢T�wt g��+ awn L1C O _ -'i. mwaw�, zw`o�•-riiEo«F gw7¢ O C)H �� - -c E =`nv°v ff W!" o W `"+--4°-'° �a io - �- �I 8$.m m Nu0 4 wZ Cf a Ov �°u$o-_ s�o W W N3L ��'3'3-�E- W C7?__ �vu� 3�n°a °o o wH,-,Ha ro0 +n;N L++ pp 3oai ti z §fi m +._o.- m Lm C V)JQm �L.. Z d Z 6U � J H+ E ¢ OU VNw ENN r a - n W yOnV m3 m .6L o uzvw a�mua°-<rawoo a�soLL=��cao�;naPB "F.. LI-zt�N�+-"i o n�amo•----m--o-i--� Q� �'-'�a'w^ u �'] 0. .w.m°a_s��-�am�Datiu-flm_3zs°ac`c.s � a_ nCve+ aQ dw.` L+`vmaa ' W OC m`-`= mdoom° t� QWW W i�ww-4Uw�'3rzoJ W �� ucc v.;yyda�a F LL- La L-w ` a -2 / am �zh9ta $'.gam' z [U] W wG iwF €S - ter SLL t w g� " Ix f :19 8 Pm H t fs a xaal I"IPIKII.S) II w s I * �`� uai'� 8 P 0 5ZS 0 I, b I ± ±_vx a d I ii G Q CJI � Lti - � in o if Ll g Ll a \E I E 4 * F Ixzmw w v 1 lip 10 p ZZ 1- 12a ULM � N N 4 lNiN7_! E iy I sl 531d:h I _ !I! I Nm w} s `s' �•, m I r$3 Er w�ffi K# x i Ld s SLSo 93 _ M '- W I a I I 41' �[ w 92 'x IIrff IsW F Z a Z 6z G �� o W F a rm1A��1 S 15 •. U H gUJ t < 5 E ff �c� ii �_o^. [r- `g' N I I�uI., m 1 m _ ua I 3� N r!" < 'maxrl� •�, Asa !r.6 s3€aPn � �� 'u'o•n I u 5 @ �> of ¢ 5 1 ' I van ail'+�/}SUE}Inaai aaaweP x aalraas Aoaamdil i^J io aioaial JKµo u6P'MPPa ±aW'PJUPua;s7o}u�aetla/at}}!sn•±4'e.WJ.a'{aA'+ /l:dk44 acejaaeo6a�if7=-F4-"L }o Jaia10@±1 14 K�sl; 1 . W[M€RcnJ-�az �ti 1.7�T _ aal7aoy bu;�eu;8u3 60%81.euro F9 Paw9"a6 4I n.m"4s'a±y7 Ja asn'n4L ann�co _. q. J W tA a .� z O •Wa O F W r 3:J SA 7 6 sw w m W¢ OW ¢zW r r u zd� � p � Wt ' u�w s �O W �o ulax W rIn s Ws u J z r x.-�r WOE w wm Nm N 5 wa 0.r u x 7. F Z4^ W r0 ZLL zMr w z an WW nzn @sn^ -sn nr5 z� o ZInw m o n za3a ^ D vs ViP A V: OW JW ZCL z."+C FO W € L3 4 ? 4 VS W J J d^ z fL.»J r w r 2 4 z J 2 O W z NJJ 2^ mll- O W ZF a4 w P t7 >.�.. N W ^W 401E Om w U d V1 z 4 O N S w J>.x z Z .�,,, .�.,.Z.I CLV O O ¢HrZ QOF F-4 W Y x6 RJa z Vr F UN w w : O Zs 5 x WQ *Oa � Uri 40 OZ ¢x ..iwJ ON¢ [t0 OS7_•- x.E R" rF u 4 Or OS ..1 V1Zw -� Pw a �W r zM R J i,.a F-- awaz zLLm F3_ _wl- G �g Oy vi r..0 ulL W O x x a xd Ow fG i]w $ W 4 iRF W J 2^xJ W W 3: W �a m.w(� rw0 xrr sW m x za v1rrJ z— m uz �yy wwJ rO W ZFZM nW r r J W gwu0.ix C) !C.z-' LL N J W^ W r Z CRI g'r'w R}r g p 4 r 4 g LL r F Z!2n1 Jin 4 r --2 Qygd, ¢Q � 0 mtl X }Wtt ^s9 -. OW m0 V1Yz r.. Q4LL -O WO Wx Zra 4 N w 0 W 4 W w—W M W — 4z W r O N o y a. 11 7 i� W 0 Vi q Z 0.W ¢w 0. N z r z } Z J O z z V 1 w W N w 4R QW ¢3 7_x^ W ZO 4.-' N 4@Y FZ �-W U3W a cc W o tt z 4^W W J03= V U Lila 2 Z¢2 �a Q 2 zt-Q w 7x 0e1.Z OF TrT¢ roaZ ¢S^4 0 Mw^ 4W F r eq e>r W W wM ']W W >-V r W w NQ W 4m W iil .0 Kx W mPOL OZ IX Z O NJ W Oz ylr W W ..•S x 4 z V-U Q w W eC J N LL ^O W Im r W R'2 Q W ¢a.2t o Y W F 3 NM-r PMZ (t In z x W 4 R� O W N•+xU O x g.r JM d4 0 d 0w W N Jo F^ ^r O¢ in rrrw U6r 4JV u14,W y„�� ¢ (7 r w$ r W U r d Me O J d U N • D y x Ow b u z@ N 4 0 e Z¢ u J Y r z W 04 W WW mRm LLN^ VI M F ¢¢.-b F M...11�x ¢¢¢ wx ¢:? mr O z Sr_ZF wkn VI¢ OO.--- :+MSM 04 wJRL t- O40 �r FOq 2 NiD 3F W Z4Zr ¢Ow ^ MSM r, �i a r0 Oww F-w N O wP J-+`+ V Q U]" z Rm44 Q 2 ON 21f1 W z J QU Sz$x 3 V R0 z ¢ zm— ^W 0 y.•Wj1 sr I Oem —ZZ MY+ Oy O ¢a O^� h- 7� Occw iL Jow VJO Ow 40 IIS ui¢ w I 0^x W J W N V Oa 06 YUI O`+a J 4W 4 w�q K ,W "2 " q.3 rrN m 4 x z w O N br zU0 i1.I C7 fl Zw wrr- 2 J WOn O4 U^•+ zrgz Omu Z ozar a Vff 404¢ x 4 -•z Oi < . w3 ^ffi Jxw rou u0 ¢ ow r•O z Oal-Q ".-CSW 4r7 Pa NIRra ¢4^ 4 wttt���N 2r Z'-'On O'-'u•+ T•aF uzwir zu6 ���1 ta.. G.F n 70Ra a � a aW w w^ Pr 4z rWW ua�s 4 vl rru wr^ Nr vs O xa WrFr lrzmb J¢ 4w JVl �yY Qz m a�Y 4 W w U ix, z 3 x U Z46 C7SF @ z U .Jd N5 Z_1Z bOOF &CAW w 6 b WZ .?.-.UU w 024 wKz agg¢d W¢¢ p� W4 O ww-+o 4 zc ren w ✓IP 4004 =02: �QO wO4 W zx W O Z a .'.e» �'- DU3 z LLdN r T UU [t�JJ r JNU0 #m V it 0ga 3w3 O Qm r 0 W Q C; _ [hi ." W N m9 m T _N VI of N In o f LLI ifl ~ V) f1 N cn In 1< m W ^ ONDVdS_iNtOr 13 91 z a Yi._ 0 W n^ 2 aw W21 4�I U .BI .BI n� O € _b CN19'9dS UVO 3I1 F- j J Lao Qz- OJ N N N wE aa� Z h- P a1 w u m w u tel W E 0 5 U n lA;N N[Lh .wa us¢r 3 N p S . z Z z r Q z r X Q - az z � F�o Om foo tk O O s 0 �- [R .-. m c W tD 'u0u Q� 0 OZz X k X H+ z W N J LO Q Il'7 w J [1]W PZ 0 i a ��rz o 4 co r � r r F O Q z x -zj mm >, tv13 j V 4m�m da N m cr z j 33 ,'m,",II u Z $ T m:0 F^ N ..j 8 z � � O'o Z O 1 t N p a "�" ZC7 2 Ou W ^. f€ ....E v w Z J a We J N 1 Y r vM, O'n iS W w IfI U m u Q Inv VI LSiz > LA V1 4 4 1..... b I zW S o n - sn :3113 *+1 �FRl�Ynae eebaonp�a¢Llnea�+�e.sxsi;Jnl m s+moio3�ay:[f of➢mPIA+e e141 Jo =104-^Ri41CJA1\ON i 's Qj W ede G 1[10 1 '�BRWe+�M BeUC�fq FW.+03 iU(114 110 BDOu PI W;x :31Y0 +mfd Aul�eiu;�•3 40�d1.8NL.(Q peV.�RoC B!P1Gp1e1+8 814+M aen e4E Itl3nItr17Sl� Vag Q � ' o rn N $ F. W o z o w cls.0 N p 7' 6> ^ I ' �--' F �I-I� W S pe {„� - x w v 04 8I W F wa C�7 uW oat r -w II Wc2 d•- o¢v 3NVi 13AV21i walCL 5¢ oQa z u W`+ U W_ a 0 a J a v a a o aIL w F a u C~.1 � !u � a• a•. � Z 2 i € i 111li IlillE € € 4 2 J z 4 EF111111 !- ¢ IIEIIIIE it IF1111 ,., 4 0 a O a fo I I € ! 1111 tl11 w„.• III IEIII E11I Ir11 pyo !I a 7�. ¢U L! LI LI LI L€ LI LI Z- d �,Xut ` ¢� w I x o a ° •° W C i 5. aoo a=mss Z t- a I �In ° \. r 1-u•� a .. ena Niw _� o -1 tn 4 q l W iM 4 U 4ow0rx .'�.. wOaa€S-.W SOW W^ m 0 €•• R ~ a€..3u VI N QJ O¢ W Jm NUI- WN tin Qww�Q •q ° .aa. 6 N m N:ol IJ! res x x a a o? a Ina ¢ f C3 IL W J N oma= x zw vi u d r-• II"'��ii o O m c�IY Y w Y h Z �-•4 Z O W V1 Z�-;E aazinwm. ¢ a �W C¢f Jb pa Q _ aw cc WOhwx W¢Q V S S J w o ¢O W N W �u0 i 0,w0 w ,hz, a. s¢ ¢Zzw C 0 Oz^ w0 „mow .r.. w �./1 41-W1rL Q ° !CI♦r �4i 441E�N W w 4 a f u]u Q{L,fIIN IL Z`i W 4' q C v h.0 W WILM In I- ' I w itm - w rw��w.1Wo p is ZZ 2frA O a q- a. Nin' zmzulnao ..dff Z 4 w oovI mO€N. C V 6 Z h rya 1iI N / �f w-\• w C w \ ¢x w or-r N u z O i in h 0-0W- I- -0 mW..w I- � a¢-Q Opw WIs rI -•-•2 •'• 1 ZO N W Q♦r N n• 2¢ U d 4 / ZY_Ma w7 JI- N .wi Qh Z 0. / •^+ wX W mQ wa 0. WNm w Iw,. Om z!x1 J Cy I z 2Oh J72 ~_ W J\O}W .Z. Z $wl-•w•�ZLR U• W w o w W - W wW ou 7 W -rx W ww i.• u4 7N-¢dz 1MSS U QF E- {x „ €QJ — 4Y� :J LO iU 00: N ¢ OOJfaI Z u w w � 0.s-aC ¢S I wYFh M2¢ L h QSY U ash W X tly50.0 OJ-J��wW J Q n m Q O r-I z o J - I. W w 4 J CL S x uufa NWt9 CCZ,O r21so n;n. N;u 400(.0tel-41 (X ILw W�O'J 4]wOFw• V4 hh� dZ�2 cl�W0 001V3 wu 40K N r] JLL :7W �o¢mwo w-.ea zy maF MawMo ax a n s/1 P)6u€♦€nsas seemleP�a s:lisss�lPei�P9u!SPI.le eclm�ol»yra a:P�CPuoys eiy/�o -37ls 9� ids€ :laI FOY€�1b�d Cul�eeui6u3�x81.1a4i�j7 PP4@�enpA eC b♦:s06w F.Ip�a�oul 4T€mjI 31 YQ +11m1V1751a ! # � 4 � ® LL- ; ! / ' / - � . z I44 & N-) bLLJ 66 ) ƒ | bES * \ § : ¥ 3 §§ | || / _ e : ociO ƒ / 2 j2 J. ® D Mr D � LD sit !° \\\LDO , 1 AN � \(/(\to! FS � Pill! W - Ul _ )m � C3 D O 2 w , e R g � _l� ! w �\ ! o . d _ O _ � R z e w � , § � _m � £ d � w Y w aw ! W 2 N �Z d�N-- o LJ o'N EEg "�W q' 0 a M . C) 0 {�{€ Q fn 33 z rc d uWJE- E CL a H JF-D a a 4 U = w~JQ .-. F-v`�i �¢Jz wow F-WIL.Q w :w 0 d ¢ u 4 jo M ON.Z.. wCD ee ByLL !.L w ^ e E U;32 22 U i as V f - - - - - I � a aLL= Wxp LU s ana�� CLIT I W - -------- a -- I z a U IR VIL UiP_ww La iz - rl. I r rl.. I L' I� I z rr i isW I - _� II jJ�� II �rl r i�l _ SII I V' • O I— ao IL 0.a j<o Z w O ¢Sy w!� J 4 a J D �¢U 4 W ti o — T R t U OwOF �� ' •N• � FSG n Z O O _ ¢ � _�� zOSZ V U U 10 Z I 1 LLJ w 0 =o f N E m =mom I w ---- ---------- -- ZO J f Q O w U d P. m I V) s I J a I U a I a. w - _ I E Qi 1 I I I I I I I I as 141 mud�I+In—cl6 P r s+3nsau+aauuoav!40)4o s4—.1 ua4+o u6P'l+as w+4'P�oPuo}s/o}ueoa�s/.x};/sn•x+•a+p+s•+pP--//.d4+y a! 0,0- ,0p �s s144{n vols�anueo ayy�o;F+!I!Oicuodsau ou c lO cM osV aV-d All—LMI Fa B—SI Pulte Fuo 11 F�uo��aaIN '.111 aa14—d 6ul Jaav!6u3 coxal.ay+Fq pau�.n s-p ouods ,utl w Bsfl I s III :N3R19l]510 Witl!dSIP 51]A1 _ yy I �~+- GF✓ .mac [V � i N o8 � �c � Y�* V � W � � � � n 011 1121:5-1 Pas o € X06 q c� laJ it flu av i min i 'gymlue Lis a a K 01; t SH Q MH — -- qo r mW�w g a ry g n l w E� 'fill's win IL�...._...____ F Z m lit Nf � f•.I r'1 � o�o� � �' o a .�.. 1E tv LO O rins L] kul 04 It m _aQ Qi WIL � 0 ilia .. ' .. V) a$ t�jjgl V(77 cin 311 S$�Ii e " I v, I �^ its El-- ` r nit Raw! V) $ 21 +c �j Ri 4' p gy��� 1311! -OBn>a�!agsl Ou:{IR9D�DH5auny�eilrea�iDa��mul poi staxml J 4o ak P,m��o.� s,tl}i°t1Dla :31tlp .G3'Y to Fos�a FFD;IEg3eu°cPBad ou Btva�A4o 1ppE�1rZ11-k tP uPa6.4M KIiC and 1fYJ�1 KA a7aw ai Au1H }i1P H .+9tl Dali�Jd Dulaaaul wx3 Z11-k aql Kq PeusDno6 De RmPllnia s143 to ann e41 sH3NlYl�SEtl 1� V) n g `oa g FY koS r 't, � m (n H o _ Sg 8� Q tJlf a r, o a P- ' CC CCz CDY 'p H o of s��� n� qu- _, T$SA 4 v a: Jai $'• -w� 0 ai �bw o P U ftP VU ops 98sa ' "pas sN § $ x< _ rL ti�m Lo LLJ U _ v3asvR' L `�' o� T\17 09D CCCCCCR tivS 3' `i,SS2i`--r$ Sa_$m+� a�EE°o CL —D r—U � vm•6wca+tea wv wv•-+ vw 4} baa-nwmv L nv � ccwe! CL n m c _ m[rs m— I J 'O LQ }W m•c g g5 mV 'DMnw 7 01 04-.-- L 0 _ d' 07UY00 1.. C1 ;plc� �. w CUC g2 �c LZtJ j Q v n+w m R R Z _____ a # L o NO Q r C of m_�sn A .� a 'f J -X, a � r f » + I �Hj • ���� oaz � ods :3,1! 'avn a vu�!0v11n --D- P.n v+llsv-+ovI�l .roi.+D 9+x+01 JW3aAla�a vlt{1 Ja wls 3110 - +[1301 as19G9v.1 W v®sFsa90 1 'lenua+��M V.—w 611 fOl io-M�4 9ansa 9IM2; '.+yY va[Fa�Jg bul.I�vu:6uy aoMaA.6ldb FO P+isn�o6 a:Penia v14+Fa vVl stl32YIY73S[0 a m _ - OD ��n _ � s Baa . { r- Aujt b3 ' 1 R�6�a � .Sgh �E.- c'a ��pa MMS 1 9sr_ rs�_ kb -g sly 4 ' .tatolNscl a Ovfu-log '$—o lJOY a `a $a I = o c-6 F I ' k a :joss 8 w - A Mme a� r-- -b Aiqq M Aga X bks �g� p4 _w mambo P 7n Q 6r� aPO k� I via ZEE '-8v-j—a f b v"k z WNW inllil# AS 41A CL lei nil � $g1. - & , 1. f L �y _'....�1,�'� Y6�~ Ll. Imo'! oo will Oil --------------.� lY i fir- --- -- 9 so Fn I I i I � .. I & _ '- -' � V �� - ,.{ SII„ _ r---�f.--•--•-.���f�--� f---�,�- ,-1�__� � �5 Ia ___�_-_•' Imo, I� M I „ f�'!�1 x I f ti 4r,♦ ' [ .� � \ � f 1 I ------------- ' 1 -}I I � a""L_ •�! r . ��IrI.r �f!L___-__._;1 M�a I_ ' 0 Afl -1 I!E 43133 •ean a}p up.y fwf lrreeu aaflcvnP.an a+Inea.l+p�p���ct+�'✓11 -x+6 �o vtnll.rof,�d ci p-IOWA m ek4r•d4 1i61a s3AY(F 'R�w!u Rik�'+..I�unw�O1:IgivC aSi�MBWBYp''e�pu16u91e xo a1�J+fq�pxlj�os'at�p�ln+s�iy{97o as'n tIV1 �lIHW[Y7753il LLI 2. g �s aa _ K x x C,N InI �`.,kolr.`�s'51 �� i m-"mai `" °•E •5 ao$�,:m � 4 La V)W 8— tn gg rah � og � �6Sgmba 8 �f�_Lg m PI, .-�-652 MHab m� �d � � fax 7 rt �m8a'-c m$k -Y 6Em3aaklal as = & 1- QCD sa ma-m-S3}m3 am w� a W - C7 � 92 ong P :t .UP x} T IN 8 _ O co I � m v 1 p Ta 69 L !x s - I ti w I � � I s mea k� }- I � r iI� 1 ff1f-T�i $4- fiV) OD gpq MIA 'e8n ell l�-LL Oal+InsO�Ba6alaP 9}i1189J}�9.Iw�li } 9ik>+l.W#JWWW of PgquOyB ellµW anis iaAtl� uc.W}Jai F3;11.4 --I+--Id -I -I 4e,lnsso A }a4a afZ1 d, gym#1dIJs1�0 a7>w! ! -41 !ham da Rilial.Jwt a!! .iaY oo,{w.ld-0nl�'JBu:On3 6aKBA•olk.C9 Awlena6 sl PmPlmLs e]t[F}o Wl 1tl3N1YL7518 � °sd•",_� �°flRw-5 is � � � - µ_ HE � 4� j �s a -_y•__� o -- 2-HR z �Ro �At o a� a own _� s� sr ti EwF S. LU o�$h— ��wV w�S'-fix —�9'�V�vO� � t� ���� k2i 9t B -66 -eau b - mx� mix. E7 �r � c � baa as -� - HU a a4 Q5 sa ���~es$��a�• � Wil. � �- ��.-= CL �qx �- u8Im"��� o v ! So W 5 p I ! ffi El 8 .: ! IM I E D N x L� f C -f- 44-) C C AJ} + " w a oo s aw i �s 9ji a �F-its ki HU's k 4.'3 �=.ass -ubB� 93113 •esn s+ aWJJ Mxl Inaca ad5olwo a 1naaJ+ov..11a:wl loJ ia'v.oJ Jay+o(4.P F BIV+Jo tesla J81CQ -� �4t-Wb oNllA;auunoi �a ms n0+�1 •aeneoci J*yaea¢+9YJ R9,w,+ad 1 91 l<a opW sl w:'1 69e3--1.a'4+xQ Aau�ano6 aS AIaAua"fl-44 do --M 1MVV50. Go x LLJ (n *r ash= 5� - '- y i s o WLnz� fi PS goL p 8dQligal dTF n _ a ra - qua€ r- Qv am €� ng € 6 z�w g 11 dam � o ��-P �� �'^0 N gs o z* - F � _ e a t a - n $ g -' �� _ = "s= � T € ss it as $ It gx x�r n 2M—Us��E-o a-�Pm� ��_� - :M-9a riM ff jM S A n P i s 1; 4 --- s � V) TIE 13 a mk -Fmj�tj zo 0' -N f! s =Ak11 F- -LR � ewi�C m g I $ D a uO O m o ° 0i $ � D aP cl fi � O Q p O :3 o _ 'a U) _ CL o" v LL N h P d r n L N D C7 Q r I g�� _ n8- O 4- C L 6 p L Er � _ 6 _A m n� � ca 4 C L _ x p!._ r3mx C Vl V CL V a 0 CL 12L u- 13113 •a4n BFI wJ}Cn!{{1lssil e93WW.10 8+3nBBJ iagJJnw1,00h n siauu 1 Jayic 6F pJcV�yy sl4F 3a uo38 �31VU -��nuaP JO��Fok1EG+ eat Jd bf11[J4BYJ� 1 •30M1BPGi9�l+BOPi1.R4f fife Jal 107«1 Fq -1 W7� 6v3 ental.+k7F�9 Panlano6 al P-a1+ePFs s14+}a can P41 e!{dRI7l]5[0 n zq4 ' cq o0 81 C) H I °aai]' 'r'4 83h>s e W g �Xn Q Q all.l I5 a � �c1 S ° a �R's«'12'n i mss ° ■ O Y UO LLI _ _� a� �; sa " �x Et3 zf .L c _° -S crn ulan mem ,3ti a €3W e� - g E,gqoa ��� '� LUAU �y �m � ��� ` ?E�,�. °chSn jsi ^' � 8§•3z �`•Y��c Y' E �X NX WX ; jx 9Xy �X P IXrn� 2C N VN �n1 Urt UN n 4 33 i-M aaDProtg y I � I i [ VS] ff �Df°al5 Q � � ��'•I � h��•� = 111 ,f�-'a --- a v �, � __ ffRS+' .ir■ risrrl rr rrrr�aa.:.riff ,.[� D.. )aPFPONS j t )agrags x65I� j gig: V AMA �rveoa E OT LLJ f � )aFln°45 I � I F �ff �PIPnµ9 aaaIM.45 � )epinaM3 D fXF i Nl Z# I3 dx pc Y g i an ql°%P}l f galnaa4 saMtu°p as silnsa4 Ma q ni w s;_j s 41°of Pmpunls s:4i la uo� '9LYa µ1+al.i}lp9 cuotb¢4 on sawmso f0 i'Isnea_ryn4a naaY�nd Eun)a!loWl 4q ap..sl pules %unaln Lluauas oM'„=R'oallonW buy°a u3 amri.akl x4 GauanaB cl DuoPw.}o n14V 3o asn a4ACj1'tlM'IySW N � L Y as 62 b � 2 o' o u w O s i - c � 4 D U W � a � a a 4 ¢ a o a a 4 Vl 4 ^O Z J �/ ti Z IWn U N uU E11 0 9L LLI W N O i Q � +=o m aln � as s w i�-a Cal iL O ¢a a 1 z v U U V onN A �� 0. Q ar udL Fm N z N a N U d u w O h I7 a n1 aw pg z fY X OLLU' Q w V d iL 0 W _0w w> F ¢ U U lj N J LL 0 p e C7 oir 7 U ¢ Ts WW OaZ� Oa w O x N... We- yp wmXY F h W O a m�-+SUNJ¢ OtZ O� Z 0a ZU as m N F 0 0 Q Y h a J 6 Y h O F <V, .z..N lJ r+ N W s w.,•.c-a --8 3 ,. zm CLohh x 32p O ON W f1:47 a0. Iwzw m m m Q x s O-+w w "C hJ m DZ WLL. u..,xa x W Q w w z x O N F•h uahuzrc w �u.u' rz r u xx a z wz W 0 Z zz ¢a OOwx u,, W..O s NN V" ur m 6Ch Q•+K r0W 3xh iy¢ V W a NM 0 WQO �2V7SZ w z W z u .U-� �r, (p.]FFpONH ¢w MM x CC ONQ 'u-'O u s Q N 6 W•a. J N nlfl .J-r l]r}- W`-' F(] on La P � 1�-Y ¢Ul�-� 3ng W D 4 YS/� Ua •+ Z LLZw Uwmuh-+3 w Wa N oz >w ¢ U WZIa_ Q w 0 5.7 WOO h""' L3; w N J U l., N a ..3 S 4 a w V I d`-F w iR.N z w x pr Z W U Z a1 U O 0 Q h0W W 40.`-'zw Ow F-A 4 W N r-rY F 0.3 Eti--' "' w to o O z Iy x On O. Z•-.UZ8 mo 2 1-OMI n R 4 W W x..- N N Q- J•+•+ U 2 =01N'F 0 u.�U n 2 J `-'N n 0 ES h rhn 2 Say-Www 0Y- Q s Wr �N � Fx a�-.is JFgx�an_ w Z u1WC z0LL a¢ xa W h J n J O U a 4 ¢ flp w d F w 2 IL o �- W n Z a X F] ¢ -z iK ¢z U'-r w 0 UTO V I w F .Z U l.- Z W iG o d aC]ZUZF FW FN h0Z 67Q w� 0m g u a 3 Lz a F z.u QC.-. K 2 Z�-. J dh 4? Z Ti O Z W Zal1 ¢ N6 TJX LJ .. 4.F 3U W >X -]wN ZQZz InJw JZ la. z JY g <_ Q � Ora 40 hw.-..J c]aO �.m_r r zam Jai ow � aL- N -�-0.6.[C D..Z4 LL�h Ov1 Q¢ O d �0Q zm z V a ¢+NfY } o Lt! FF W wU wU}7w LL 4 z„.p J 0NN F OF Y V [il w aW Z ¢ W C.3 ow-OW QrsazW Q7w sp, wWZ ZhW N [�.-� CL J w rO w u �U-O �^�^W OgnW NFA-. w owo OZh so aT FW IA U F.-. Ah S w ¢ hU�F OCzo-,o W U k to ¢:� S 3 ayi .Z-a � uo4 W¢ J _!au 42-r ��M OO Iw mih VCUJ YLF ire LJ LLA>L'W wJlnm rOO4 OF hO �] W �W F W w sO ¢ Q O ala_ za 4•^.AC'J w-+O V .a. V Q za .U^ <W XZ z Z J o x J7C rtl u' n•+ s Z NUNJN }F-Z In.-.0 YZ N2s _IX ow PS _ Nw 4 $ Jr 2s Q F n .-.wn C'/JnZ ZaW a.-. r.... JO QO¢ u ow tl'uU .r.m gg a0 Wn z nu z sz zowoo xoLL V1 Q wN w2 Q F¢ y ah¢ wrc JN[M1UO....1. JO0 QppW i�U Nh0 Fat S.Z. Wow �0 Q' w O V�ln }� a NF �+ �- w 4.N K24Wsu2 JUy! z.-.7 wu 26=U) !- Z ��S HD nN s Ow ¢ a NN h u Ow wahl�w.- ¢ s OrUI aJ-+ [6O p F a� WO III Q J >L 1- W z z J V ftUN ala.o f x W7 h�o 9^iLLi. NMh x�irJ 2 p ial V N O Nz ¢ Y UD N O w.-iz-- 4 zN LLww NJp Oa Z OC ...� ow U Uu O V 4 D7 Ute+_ W aN� mS a W 04 0 F r W OF Pw q.W w U z_lY O ¢ a x.-.w wa-. !-...12-r C? IY¢ qFa u L1.x..1 .x A. Inco TW2zmF sz pwQ Nw �- 00-+ W+ IJZ0 Nx w aii it k-w mJ zO Z U U ¢ hLL W W•+ O-- Q_N d2C7 K rur h hw x a U aq d w NW 4 ... .•• "" 0d'J dW a NnxF- O� OW N Z C 02 r Yz a ww .-.0 Y-.•. KN 4 1.[. W W ap YmmFZzw C Z wci 2 N 7 �» W w m� Ua C{) Q }Z X¢ Oa h W F �y X20= LLh MO-Rmg aLl r-. �pD }w NON pF Z 4 6� �O y,j WN z wLL zw ZN Z h.-r i- �-' wa0. 4 F tl S g Jux 'rz AtN W --'.`2N O �y F a w ig s I- a nwz rw Yd NQ z >- Ow h -Z z 0 w z0 0 ax a LL' r-wxU 0x¢wwuw 2' C7 D ix 00 n§ �0_ !- .4 cl u Zhxashm. UD.z CL in ¢3 4}vs cO.l cOi� Zmo dCi do at .9£ Ln o i s Ea.s•s I.s'£ oz I £a.s .Y W a a ss � I• V AA c c ° O .0 S V N �N •2 [[ `--�-- m w /R Sig N 1La v m�gE7 R = a_ F � n S rti 7 m13C _ com O L] 1 N a P o•-m v n V 3 4 0 H U -L p��uuoU Z�VuuPN L ° � •+ ¢p ¢¢ !Kp� •EO.m N# y C N LLYmmJ Ou06ro�aSc a nJ J ti LLJ U b.0 L] m a+ 0 U to J 0 eL-L D 0 } O O N J 2= N NW .S'i I w V C 4 J Z J r Z F O O O .962 0 l£• .il .I£' C m a r Z O U a 0-0 .1E' As'S .Yl•I .S Cpl• N D c V U LL Z � n 1 U O-O D r W N r d 9FLnff/^�ll ~ V O o O }0 jr) Oa CD m L ti q q z O vl J z c] _ 7 J C,y Z O W W 4 N Z O N P L> w N U 4 9 W I ^ O ^ O - I LU9C 0Qm �I � Dm°� oM� g m 0 0 0OL C M cc a o L C C.- = z o z w r5/�J� (�%�J� _ z W JI 13 A r V 00 V 7CWT ENP r d rc ¢ a z b LL U U L A a O N w Q 6 W m m �-L m M U n 2 D: M L U m D O U- a•-L} IY' lY ZY _Tw+# 04 C ifi' ifi' i6' 6 C C d d L rOa rn. C w p o 40i t o m } - m �cm PE� O y P In t ID i; ULC 3 0 a O 7LC7m L d CTU W D C.. 0d •-U•- t D U L 0L m 40 d•-L t - -- t•-+Ld r d y -> 4 P m O .-: i- b- 4 C_y C F--n>1- X DD C Um•- C+-•_D� 0 EU O m W L C yy O LLm U- O - +0 d mow -0 O •-C U QS d-D 0 C 0 w dD O Dw EC ¢ LLa•�- D UL + r0#•-CO 7m U LtL E •-C O Z +-CL7 b L U -= ¢ 0LL 0M D+0 ¢wO b•-3 OC 0 ID nn a°- O V, m 0 T t 00 0-- ¢.0 }Oy 0 C 04+'D D wz�c C- L U >OL - •-+7 J CL--7r } UD >L 0•-Or - •-E ]DCm d Dm0 yd -- +O •7-yb O Q •-t yU•- CE 00+ -Lr0 J 0C b7 O -L yC Q4 UPQ t 4 d 7 Ud•- LY C m 0 LEE aO�20 Oy++P -- 4 - D L•- DO y•-- 4 t0P dL>P0L 0O dL= y L t 4 •-Ew X Y 3+Ua, C O 0.c+ OE }UOI ym¢ O C O Oy D P O 411 LUC w 00 F-0 y4QF- ¢ bd0b O> y W U -L 4•++i- U-- L >OL C a,[00# Z ° 0 0 0 d d P b Q O P•-L L --N O +m W LL•-V PO + --O O n P N t W U N+U a C C C C- pp m"0 3 C L 0 0 D U - m W O+ N LL E Ci C >m •L U •-O•- 1 C L F P._ _ D a L c -O 0 •U L 7 }0 6•- 017 - 0. L t =t�yy b4Y > --0 Ch> +0 dC+-n_J E4 +C D -D- b - bd uT OE• L 4 L D d b C -00 C - Q Pp-U» 4 0 C p 0 C r L-D O O O•- 7+L L+ 4,OD00 w D EL 000= O•-E Uri d0 D OLE 7- P a•-C - •m L L 00 U H d L 3.0 C d } a L O•- ¢0 C L L •-O -7 �-W VI E'O O L 4 L 0 L t`�-'_-_P+ W LI- U-- O L m GL a ; U b d0dX t f- 0i-• 0 -- yZu C L O O Ono 0 D M L W N -%O -- OL D D L•-+ 0 0L L L•-M•- -•3 O D LK + Y n C 0DZM p Z TO 0 L U. r •pp+ DY-m ZL+L+r SU IUCC W N U 00 C M C LU O 0Q - E U 0 D 34 0 W+ D X O C m tl C 0 L 4 L D O m O D-D UTO y C X0.1-�L C - o DL -m0} U+ D } -P CO ,a d,C.- U IU - ;7 +Do7y L n00 O C- U L+ 7 dot Ua y +n-- +d C[ L Ca L OD O••-C 0 0 L Q T U } tp [+ OMC✓1 C- p+ [+ •-0 b C w003a• -O -O K W ++ > C C+ C-O b L m X 0 P•- #m m C•-D 2 0 7 ati •-O U C N•- a + 0U C D.O O7 0O•-0 M7+0¢U -E +L0 •-Pd O U•-Z 4L O - L.O )O m in d DL•- D UL PUO 7+C +COCLOC 0L mO+L Cb IM0 mL0 4a -- DT0 D•- - 0 0+C 4 U H 0. C L W COO --P70 W-WO y U-C+ CW 7 O,C V L+U O 7 ma W-d m Z L U w a -0+ L ppt -E•-CU + P0. C C 3 +C N + L C m -L U•-OD 0 L Q 04 MU D 0 U0 -L•- 7EL0 Dy•- 000 C O= •-0 000 Ill U0 t•- } UjE •- >COLO F O L - L d -r# O O T 0✓�¢•- •-- U L CLD ZO>a 001E C 41 4 O--7 V] O wy� +LP O CaD TPCLdOD C- LOCO w+ YcD pwE T -- 4L•- yY L+Pm w Dc m Q1•-0#+ OCO+L¢ L•- OU#4 D 00+ J•- O- C O OU+VOL _ pCCLE O 040 bN0 D CC C E•-U + OI 03 0xcw b + N OL-+- �- D yU L•-OCQO UOO�I•-yl L t L CC•^ DOPO� C ZC X 00La 0T --C CU7e O ym0 +Lz O%3 U C EY O 1 LU •-O> OmL-^E L L+�C�-•O L OF-y ULb L'1 l-•-- 3 � m 7 C mC- d W O d L d W y m -d C C r 2 P N O tl M O U N m t L U d Z O -N X V i-t O -D O L G •+ +U 0•- d m dV Lao O•- 'U #0L W t0 CL m0 •>00 '+�U- U O D 00 0 C L PC 0 =O DD4 7 L a•-C[°X U•- •-OD+ my•- Z d•- Z D •M •- D N dU C y C•-y dT -0 IF 0dn4# L U# 4 U Od> m0,9- [X4, - L- la! U 3•-O•-- C a++ L D pp ,[[ [O 0 0 0 Od0 00 <h 0 LWL TN •U dm L 0 L•-LO 0 p C C 0 y C C Q d+0 4 D C P [G D L L# -C d M-L D #l.O d G D Z+ A•- d >>0 m ~• mpp-Emm m > +LO�-0 DC U m0 nC4 CODU 'D00fi0'0 3� UPL C °L C-- }--N�#YL DY D ICLaC Z nD¢•>MU (y U4 d -- C--. 0 a ---0 0090L CDdmb + DO 7 bO +b0 W•- mC¢O dL - L+•-•- XL= dL•- 7 >D O P P 0p O •y• •-L m'WD W O L-O O yy L 0 U C b L M o m 0 0 0 L D ° pp N P 0 0 L O 4 a +0aCC •mw ao0 O#O C0- C 0L°Fu) LE Mp O4, c°i C O�Dw•- C •E, C_ 3009 W mTw+NO W 0 O•-+ 40•- O+2:2•- +dYOC da -d L 7L 00 do-m 6nL Od 4 YJLS.W L plll C L V) C a C p M a m L 0 0 y L+ -._ DI L L O M E 0 7 L O C C t U d U L -O LQ O 0- C4 0 Q 03: W'+ Z O O+ L a0U 000 L 0L C +O •---L U0 UP •-- t CO0 m0 L•- y O yL O. -0 C1 U •-cy U+ 0L L U 4U++0 .O 3:my Oa OLP O 4aU PLO aO:+ L L TO+ R O 4-°OL U X+O° C T4 d- 00 O Omm + - Ca L 3C mM + 4E m O O y 3 + +-O Q L OO>-P Dm UUX 04- pOC 20- C+EL 7Dd PW° a M 00' --0 0 Z d Cam T ; •-U•- C 7 0 O E L D C P VI O a C L+C TMC T•-- L%W N 0 W 0'+U V T m C1 C F] b 7 L O U-L Cr t aU 00 P•- 0 OD+U--O UTP -_OL+•- +00 0032'-[70 •-- U -- >- L+UL Z D+O= C+ L L0+ .-04v_ 0 C E°•- ## p L Uma1-i•-w+ >C Z- D-D H 0DC IDOL Q dUm-- Op- DUpp MdO - w D•-.L+L #M D.0 + Td+ MOW AmU d0 -d d W O'- �w D•-C+0 0O t•-E dD C° +w COO 0 LL .0 PC m LL -0 m D L 7Y T> LL 4l E L Dy0 U>•- O COD 0JOL;T 000 0•-•-D 000 C nUFOL 0 m UL U> 0 D0 W UTUE I- O•- Dow O0X m0 C 0m a AO m•--L Z L 1- O¢ •-� L d L U 0 m03L 4 COL_ UA C] •-r L ---a Lm LDO U---TO •30t T + CL+ W CC° 0 WL1s4-r DO C a- a IA OL•-= Cd Q L OC 0•- +UD + L •-nt0"i oO C+L� - CV3 a+•- C-0 d 4- - m v-a +7 -OL U L M 4•- >0 C•-C C-a L O tl•- L 0 U C tl 0 T1 •P'O T D L O m E 0 L 3 a•-4 D 0. •P N >0 D 0 a• y U-E d U dC 0 C D-O o 00. +D•--C a 130-0 a d4 •-tlCD 00a OJ;m TM + m C 0 •-A • W L C 0 0LD RiL U•-[ U U U{D -U00 v1 C U w 00 w[7•- OLy-- LD L r-a- aC+ w +M m•�LL O•" y•- # O OC 0-Dd•- [w 7Od d•- - [ > 0L yrC d._- d•-0p'Y0 lY m >m0 my d P 410 0 Day y dZ_'U•�UL> d>N -Co D d a XP0-LO U - m•> Oy70 L+0 CL C Q N 10IL-W F L F�•y F UL 'a U44n aLL L 0 CDL ND� 4U+S C n NM O ¢11••01°Yl 0 W W d•® FL-V C 7•L O •X. �•;t¢4U O N M 'NA 9+S—I°u141......5—p Xf 9yJ— _x IJ x 4—J-40 O+PmP1 0 414{JO i3llj RI.— ali 161 94111414UPOsa1 01t sO 100x1 'JenOOs4OW aaOOr°FUO nl 10°x1 Lq�'=41 PujM 31Y0 FuoJOAua0 l4--u6 '.+uY euI+OOJd 6U1 w1Ou3 euxal.WI F4 Pau—e sl PJOPuuiv s14i JO 4sil Wl :63nlTlM0 O u N � F P . ,o - g C F tA ui e Z Q4 v W v O a 9_a m m d: o a a o� x x x ono i.i C6�-4 333 33 v -,off wn { aY ao m`d wCS vC t n�C + J UI]d VUU _M1- d vd- d 66 } = N ° a° of ��m ¢o°� a` m z ., a `Jitm ren e o,°c- O6,ed> end °Ero PPYDo �d�o dup 4 O 0°2L - s. +w4xt oocV1i trL ddxJ tl v�" d�CLL wdC# �n O u �r yI Kw",n CL# d V o w ��- 1 ti O dL O D d• p - o N d g °� +Oxm d} * tldx OO pqp Y]®ONN JP - Lk uoIw+s°- 00+ oc- Up L Lwm + v �D Oa° IN IW- Unes a+n m-w0c3 .1 omo° +o m In! xR RO f --oo mem+,r m� o0 d z a w X7 w ` aOz xN o � °PC mpn m Y I rc O mt vl 4 °O a O d��-- yr ;- t°o }wm O ad u - ❑ ` r „ '3 w XS * " I w'-X U f X NJ w� Owl r * 1 - s w o o _ a ogpoE b� fi �� o F I O ao5o gm »_ €•`- +g a&'c5t° tea o ktZ.xaE gam ' a `[ N o a v m J a }-• fiK� S oN¢„gE a �_fi5�c` � � ESQ � � x' vd a + o f +Bga: X;4 R d C- x CO o�o moa°�q� ut L5 •u ns➢`Eo 91dAo x`+L+L'E •� P} V! ..odd ',oogwxmcYi�u w �s a o om It =too a R Fe "9'T �, ag•"-'mac -€go�sp°N�yy�r� ¢ �4aga �� W s•#6 N •a9f1 41!IWJJ bu!llo9aJ oDoD­p Jm 511°..1;aaJ...u! slmuiJpJ Jay}0 O#Pomp Dn g-M Jd -31Vv0a :3113 p ay;Jm;R}Il�q!sumtlsaJ au saunss°100x1 a°x{°yr.a9°d6M—J°J 100x1 xq Bpdp e! pJ!s line;p,C1WJJ9M oN •.1py ap!1pDJd 6ulJaaulpu3 e°xal.Jay+1q PauJan°6 sl P-pu°1s s!y;;0 axn 941 :13ftlm51p r Z tnW o uL ' Ytl ptA MgLat o z m a Q «o r m � ats � Q = Ee_ o `4er " o zo # tY # - I y xV� WyO c to { o Z Vyyy•E o f J � = �'O a + 1ti1 NJ I o' CO r F anL J v V 9 V1 0} T U o p lc # no d E o v N C O. CD >n V6 f � a =�" s pa n L � _a - d•`- a- I wLp� W j F �fC' _ 0 a U C 2 O 3 W LLI O O 6 W - c I N N O . -U V 90 a 0 0 NPo C O C•ti JO¢ d J Yv = L 9 L ¢@X a L W Q U c O +� to SNL H` +w } vd - Ec �PN sn O O a } N 0 a N 9 E OO `' o C L Ni- N 7❑ •-•- 960 QQ��O a OL UE OZTCp•�.- I..L T L N U N L t o p¢LN N @ C w P N a s V of o O pA � � N � 1 Na N N O N m •E'� O..— >N L — _ •}E •J OF O vo N L U3 - - LL. m n N - 22.T 0 N Q. p EE Q7 M.n w e mav' O•O c c •- O �u O C: N .L o cr NJQO Z CL O $m to U 4- U CL -u O d — L I Q a � L CD O W m IH V OY U a N C a d J L 0 I a� m• �II � �� r Sa - v>,•>> n c o 00 up 04 F-Nv O N U N U u L uj I � W o 0 W -i•- c•- p P L L F p�! m I C O O•- O # 7 O A3= � ON D d� J — E w O - - W > - y E p N E 3 E Ld L�.a w';m m In a9isoo Yaa w90 vc O d ` EOEo D W °n a#C O O p P+L d U N R y+ 9 6 d h a C 0 a # n 0 P J a C > a Y L C IIX C¢o ✓f#A•L O W w— c I- o _ _ o `� I W LC - o U g�N_ I a m9 a' oIItoL �3 } `moa N I� Z a b�?Y 9L U9 pw— J Ow N m& o I � Q •- W N L C A L L p =�-N L O+N N L L Q G A O L L L 6 C L O L m 0 ,_.f F}a O O 3r D a IA s+!ux»1 6ul+I nsa�sa6ouup 10 s}Intal iaa��npul�i 10 sia+��l�ay+o oy p�opuo}s s!yi;o '311 u0!s.e�u0usey}mol R}!I!9!suotlsB�du 6aultSSa 100x1 •�a�0osiolbs esodmtl Fuo mol 100x1 Ry aPuw a!pu!y -31Y!) Fuo io.0;uo��ow oN tl ea!{aold 6v1�aa.0-3 suxal„-V4 Rq P-----6 sl PAP-- yl :X3MIIPl]S Itl °aoa Q o S fi o i �ogQy U W .°tea AC- 5 � � � 2 gk 9 g gg & E o 71 1! --R-- m o 5€�a�co 8 `c Q V -6 ZIT 2 - _ 4 fii� mei-a g 8'g O .9 CLix I­ a# �m v� m ��odt� S, Mb € � € - d - �� F o&a� ism . ao r ar3 LL© a . Mb - - v e m 7.€m s € pro ks"= g _ $ p � � b� St o 8.+°p a a �mFina ' � m - to •eS n Sato ma« c�i or 8 ga ao •c-L8 ` �" o mob, v d �� k8 bY3oe�i� �\ °o_ M6 6 �ew_„� P�ps nag a � �" - « € � bs + mo onmo.om ps s- g d m� eaa fi �€ a € :ig FE m�manEao �._ a�a`o.�'sa� $a:wma �� =oe � Din ms`s =�� m -ib �r"€ o e� _ fig_ o- ��m vea ao '�x_ - - = a eon i= 1" - tl�9�8n,�e= =ao Wim° -«S kka awS58m a�E = - o `ma�''o" aoM o .a 89 w8 0€ ' $off Gd§� E we ps'l � a� '- Lg�k� e'mW�om+ -a>sx°S o5 _- hm'�`nmSf-moro`bc Fcom3m+ 4 aaa �Poati «a o o g5« $ a xc om a oea �kns«`sp F.fi-aokan+9 _ n - iw4� „� €mm 'Lo =®t`.t 5n'e d�+ mc+ a .-° .gym` - 8-kw e' ao" aaa&S �:Qo 5• ��00� dm +to gEfia m '-mafi °a' o;fi �8fi�d o` $ �t9NaRkF�a� Da L , o a= _ .- 3s9 go -~s F �kaoos s? € gefi - -2, Eto�•'°omw ���� T +o_ s «� nm°�. -a 90m� mdm� mo € rsmpmrA e�:o jog E s de$sfi+� -ear bmd €�'sEq € " k�sao aka Sa�o"ado�6S�m :-€ - Wm 9+m �° .� �Lo° .oLi wfi� =P8>- rdavEowe�oa._e�a mo °�mo-A o€a"„o I E _tea 'Sm.a+� kW`o, go �' °'°€8`-`-a.�� .._ �.° pfiS"o5 `. - �tab"kbYpofikgWc@ '-fifiE�o'+ «� 2 �oeeo agt -- k��o1, r3men �o a4” cwo'- �' :g°m._.�- 4am2fi�E:°.r:m.. °� - - -moo»Ra t :a�Fme}F«oa5aa � d�n.um e �Y�- 8kn:m°o ua - S'�aSo`i%off mo._m€` aomm «o @� _ °m 98dfi"ego - g-mz' _ Hu'."+h"9- � m S.}mea' �➢-s�d`9�� It 7- Y i'sxn°Ww=wS` c3 S�dfiaEi�otw , - d`�, a� '_ N or°3awt� »k�k�= +�-_w.- o owo �m r m -td - ohm"-°k`-�fi e a ° - F �mm.osa� 'atek�.e aka € m � oT sus}�«+Y� �_� ma-° wog"" ➢ofiS�B}�wn�mo t _ m s9€� 9e ��n€���� a��o o°_ta�Naoo x+ �@:t`S 5✓�+a+ V. « mmdo,_ mmaoommdso �} ��._-e➢,c`g-�-�.� �. xko ------ $- m�,`s�e:«d«�-b'�mfia- rc€}o=-3Fw p� aa`m� `° co m"nmghk- RE --mLcu--� _�-`, -�o��h��`mo�u'S mit-oho o�S_«5��-fi--N o moo > ��.°�°n uv °�+amu, m <$.nn��Wso m �s+��o:wmm_Qp am+t o�..��LLw.. w n c ✓. m �- m m - a N F w m y ut - .- 4.m C a t}9 �>�� ac names zv � mna a'a c.$�ai H �•8&m tfs Fw90 +`o o B- wwz >,'s�S_ as:ExD wAm29 S=an ° q �'- z `m°i +oum " wa - �. L _ -oEoR P) d Y _ Fw:cNF w m �aze°oo} --- n �go 4F caq-nnem ��m m ���fiw� 83"a w = - ? € motsar cmc«m- _ cP t » n+-o ter- _ Ei n� k age 4i SeZ. `ft z S m _ F-m+- z u fit � e �� ta} «g _ 8� ---- -tia N apAa pool lanpal J o $o �! a 2 o. 70 S fioo"i soa w o 9§f it a te ea v om J F\ - ��� . .�$og-2 � r I-S -2 MIN, C/ da � af3pa auPl lanP�l � _�$ _ :31I J sap°wpp�u s{Inset 1N u!J°}JC Y1gsJ°;layl°o}p�pp4p}9 914}lm s31V0 4-4- Jo3 4411 f9fsu°dea�ou s as°1U0x1 enpos;off eaw Guo�j 1p�x3 Gy aapu sl PuiK }uoyuax eN '.;up su14uoud 6u!Jaa.A-A-u i.Jau;GQ PaeJa 4!p.Cp4P19 4141 A- 4n aYl :u3W[vl3sjc :n 5¢ u- N+�o`�am UT "'zo'- 5.,�° 8° .�aE 1�— a g1 zoa p� 9e�m v - ��b n oo m t to D QIn a a �w Ut2�� � '�� a� mSo05 o m° C.1 Z' E ad+"�S � cod" W°Sad'�a $am .°. m o °° w o z0 •- ° CDoa.m"W W W Fa ooN9 O ��� W '� w9 �g m5 Q w 11 �;" gw �a 8 a ag"a wF 0.ga Q >K Q a :: Z ---- _-- wr a s �.. m ° o Z ' o EOEd H z/s ej vg " e 0 4 Q oa ib o -gam o$m ............................. ° oka tA ` Z/I ICI a� a ��•� UT •'b .-Z/l oz �� xa - '• z r j,Z/I L SLn ...................... —'ll moo° FlE5 ? m n N ! .Z/T 09W LLI Z V1 N W m a z a °$ m ct in -•� N Q ,n x - a$ g W -a a � O W O x d O = W Q � _ Q W s� Ln 99 U ..........:......... f t 4 r -w� 51 I"llB P +uu °w s} J 11y1°n{P—e°{s spy+i° 3lIf a ay{ 03 R{I[!9lauotlaea o 0 'Janeos}°yu asod,,t l RP°)100x1 R9 Ada ej Pu;y 3dVQ Funs;°R+ux°N '„}nq laNxl anS+°nod 6ue�aau;6u3 e°xaI aq}R9 Pa.M.s °�u° p�°pup+s un :aervlvz�s In Dig 1-- W.� o- 0 `6 �jJ W z o "e V)LLI U�t7 $ N J W U e 7 N rn N W*,a Baa moa voi °' z.F. p a w N W Q a m � J �•- .,x x n ax �� � �c4i � � � U7 .� 0 W 9 Q k CLNe m v tl a o * m O OL O e CD .N ffid fa 2 hyo & - � t a O v CV F- F H z w N os L - N °a a< Q1 In w a Nx Fo wr z N Hoax °➢. m V)- y m O w U J * W ga X. w J w p� ! LLJR :;i fi 6 U O K F x zX Z N UN W r C a �22 i PZnu�d arti O Y 2 DW wN y rdt �O'^wz c a �[S] Ox W XF UwK rm�j d4 Qw F F Z, E g d O 6 N Wz r 5 ¢ X o vis c c$B o a �mm� F5 i s �,� aWo= xw waX pro N J � r: w �<..<o- .. o¢ }OIL , o �¢ o w Nom'^ r � r wQ x°'x on• -0 N 0= o mz Fooaw = In x P a ¢wvw O fi w m oF� xFw cn i- ._ 8x vls�xc Q O owl %.,_J �u wm _ nrd c}$ Jw� r-w = _ + m w ¢ax wax o¢ odx z�x OLX ¢z'" Nw� 3 a mg o f _ _ o: x a J sn li dto = ` m m - od8= - p _ v 1- c xoazao Q >+ 111 0 _ m ` +_ Z 6 r u r a p o m mv�tX z z E E J L �r WW ZNLL Z.V.LL JLL KW a w m mW 23-. tnOWO g +`- _ra'e�€ppmtO oo .. o 0 O o:x rcaax o x w mx d^xo « � W"� OX Jx �zx �r wox ax Dain x F'^x mofi°s fia��n' cnw e. � "" J aolar owlF. Jw� ,N„z two_ Ntiw xN� Wim zwl` '" rvfi¢m�ya§ am �fi o °;_ a sz s=- a w fides S� °9 0 Z (D w0 JO XWJ -+J uF,� Jw -, w` J co [yJ 111 m a � zux .rVx ¢ T_ tNoi og}i.N $ p a o Wc' x�'F * I.i fNgg�eX c2o o Lemg = off. L d €� €;i o8 - o�mr U o NrL LLJ k9Z2a CR O �Ni-+ X F W N 4-ZN uZ� O�wN �N J}N X9N X s n}q m"xo J W O� OOz Oax O Z JO r,¢N O O O O a, � �no vSo �m'L � Aa�tia¢��"�W;A. �Fz - �➢ _ �� r Win« ±� i S 'o�P ` R. a.€e.o nCE ms-off+cQ S o o m- J mg kS� ao�ocdo wo o oc« ._..cc �O § § o�mce€° .omwm+�sg�oow�5� 2t2a��8 -S3 a& I -„ o oc T;62 � coot�fi�g9 ®m� c�am�o8 =g m a LL m - o w �M! °fidN"V-+w�om�Loeo6to om m➢Ew�'m�a'a wbr om'}mom€�:a°'�€m Q m � ofic off. �9m�tNno' o� T a �t�"'--omm'd9m - o _- a i -6%8,E am6ya8 � gNwc�a9- mom W°b`a+gmra��m fia m 3P gko�b�ad��wog�nta�Pgow° dS.ggg.�� ,gym cfi@@�e�m Doves d€ 5��d �&'S,-=_$ «P.g�ggw�� ox met t,-m n€fi 818 �.-9 a- im � mLLo --Wdo�m�m�"-�8Do�o�SSoo€�o6od�P�ga'S�@a� m m o -- 3lld n sil un�J 6ul+]Psa�sa6PmP�e silnsZ W A——1 1 ui PNq-P—S14t-}P :3140 uPl suanu°ussyi.°}Fy1F19!Sud+_Pu S....1D 3... 'lanae9loP a 0-!u°m}100x1 F9 ep sl WIN .Ivo 3°F}uPLPs PN '.1eY ail+PP�d 6u;}aau!6u3 sPKal_ay}Ry pauuan P6 s;pmpvNa a;44}°ash Pyl 'N3WIYlOS lO z w _ ea=° o a zµ�� roq� u o 'av • o cc V F a s• •s d - - ¢ nio F UJ E, �omw °O S 9 + mm •• •• •• �gg 'mr e w Q W Uy m,. m > „ gym O Crd' S w m • • m Vy F '2 St €ceE ���� N Z m aaa Sao@m `+ S�aN Ul n C d J ry c d m w y#Z $ �'5Ema a '�a O u_cm o _ €w� - 2 _? p � 1z S am Co Cr wx cc 29 1 NEW ° a.m�aa_ • • o �omm-ambo°°m E Q m _ m_°, ate° •s •• _ • � ° mA�'t o+"EBo o:� -n� r m .a a mh °m i_ + SWISS 3EAS gid aco 92amg8� +oa - o tL �Sa" ddo -b E `e Q cod v2 a.�z �mx °mc oum rn �� •-- �tdg�� o° a �}Dy86�`- L� >�& ooa o�tS • a€�Em"&`SaS$���- � ° Eon �� d= • • ••••e � m o ��,.®mU� • o'avL�000agx w i `«g'�� n +m o L a _ 'Evora goo -eH t m - °� ;� mem ._„q°4°� > v • • 9cm�m m�cAwrvdm» ¢a°-b _ .. n e • u ice- m of off 1 -LL - E�� +bee - 6. fL jNu d¢J¢ti-am srbi r W ti Mo - 2 n m g eo'# c p m C7 w u o �o oz's - a me m a m y -U Nib" 1�v .a L °�._8«a� °o6 �w Q m ;U111 QW a lit o �eo°m a on€ s�.4 ags o hod W 4 U.-. �g� n C �FLL 4 AD MBU If F F 3, HIRe'.Em� -m ao� '9pn I SaF I a °`mod a : m m °m"' 2-N U 2% Nle. M5- a o 8 � w .1 HE Soah6omP� m � �6���mPo'm9 C� o -a�mEoc w�d"o5o.,g � gin _om aim � 11it1;'. Sm v+ 'o8ma�t' +ga b -=5 ion F ;:116""Q A El"-op$�°� m� ,: o hh°jpq .€ = 0 4 mot�m. o .off E§° It - _§8g6lrTF z BIB in w in - 11 _x'-. t W `<t8 �6 `a E o�a _- m 'ag n Sao +o�o�§���tap i ggoomc�onY r `"+f' Val H °'g - g'm - MOVIE- � `'go-`U IS; rc lei = =aSoa Ns Q ==t�.��mtramE om"��a�a=a lit Etc d mmoao r m}o;L�_=' r '.�,.Fmmoa'- - s �L' 0080 6}d " `8 € N �.-�.-8� ,j1t x F"mm;-®o�m8 m .do6rrm��S ��.:� ao m mo °'gym '-a- '- m a5'c"�a+€mm=to j t 'HAT D juRn�. aw gad Wn "_b'..� ° ..ate m� = U �o '�®�� €mo z 8'>�m'�m z TSmmfTU E. z ��m'm§„-L�emmm Ne'b�ra.-�°}e- a.- � e°a����� s Mom al m _ mno' o �S" �v - W t €n w gg"o�HASE � IT118 e - �. 'gym HAac °F3= mmiles - N o am o ®K r ��oSm�' `ymmL�d omn � d mm� o :�o'�tm"oo�nmmv�E�a+oo'-o m =aR V i mm ------- - ----- -------- 13M s+!umJ;6u!+InsaJ sa6puop J s+I nsaJ+°aJJp°u!Jp; s+uaJp;Jay+°°+PJPPUD+s s!4i;P mvu LJ°igJaAvogaay}J°;F}?I!V!4up08aJ pU 80uN340 100x1 'JBABOStpun a6pOJM hW JO;104x1 RR BPDw Sy puyH !Lup;°F}upJJpT py '.+Py ap!+°PJd 6u!Jaau 16u3 spxal.ay+RR pavJenp6 el pJPpuP+s s!44}°asn ayl =sarvlvrosta � o a 6 a I-- t/3t- -a� t Ulal cc abiw 6 €v a« Sc -m O U b otp- av N & go n' mrg� sk oe o� m a? G LA La Q $# a N}c-Q+ 6nBS }mm zO r^ s €a +7 °-N %.- #mac° �_- � .➢ ua 4 O i �nw vrc '4 om uP-a -` ?G i1.m,-m �& m O� fix" " OOL PFcu md= " E ga-m mo 211 g oome �vt zJ x - �a�_ ��� _ - 8-2.2 22 • N tP La W .� 2 ELv10 <° 8m o - m aaa3 o Boa€fi o g a = $�a -_ S. x +gym P:om - _ $ {n oma >,oa - �KgNc€ ag,la x V S it L) Ir my�'m + o�g➢ _ m :® e t z v ME. o in m5 S56ae�mLm a €t_ v mm p n F ut - c$ t-wmno � LTco �a Emma. neo-+ ,u m6=Haag:m➢..0 §}"��� a -�a."a---�Bk�S m - _ S&t° }ago $ a gcSm�D;Baoas ost�.m o"mr oon`wt �k.qg m 53�'3s •E� So - a m offe> -�`g oo5y�o$-Don r e8m`mmynmmmo�gv�mm�g*e°m� - ., r }sm+}gismo moa n�a .e�noo�+ r r I I I saec g i So •� m cm m n, x°m aZY P 4p. $n - mea � e m m8m➢- u U p N n v m S. � F e 9&`fii a mS o Vx m 9- F o `F B PSw+•- gbS '.2 >* �� o o �5 4�-m a•`amm an m a a � �m5g•� o'- ��'� o� �e t=odm .wc �Q�ti Lma'-aa$ €�`��a�5 ��".BS �2 uk w_ m _ dor � sm�mua oamgg$ a m6 am o2 +off@ammo wg� -- '-4 mgg 5k gt 5@Soo 8So u AS ��d°S-vo9 `m - _ETA 58?0�� EdS6d k.k _ a 5 - SL4mm5�S50 N $mSdB�Se�--4m -vm� `s. n o�Ss"� �nBm aQrouo`g §ti d g o -ems ° u _ - gig: �-. dna-S �8''° _ Pib�ks`o�➢ y mid€ed w - aeSmeS��rn m&'= ���° SB�L� a y °Z.- €-�g4'F2t>.k �3`-'�Q n�m[d�k_.�u -� c�c Smm 8 5�'-m5o �- n a.-amS� � - ziBL��mm _- E4 §��S om W y oW�r o,o�SB ee�ne ogee �ga6aas�� m't sme oma-�osa yn =� 5a gym,-€ - ea_s m a e+n ��+� mn>. A w aSmma°moo m S°Sa� m_+p>m -o �a°�Em + at_�o- mac, __ =ne Npis aso�}who. �000eo = smrnn-_m 2. eE3o�=- mm s-+mr ° -sd=Sb mems �A �mEt m m, m oo�m+ woo i ods N➢� - .. o €n �rsm�a�rToe� og}s 2 --sl;m ° t�go6a� w o€ _2 m�meo��Ae +o°mm mm .m�.- a�>����n�'� xos ta�dtnsod�® N aa.AP'77; 9n6 .iq i aen.-m°to.m� e�E�waa Hoeg o��«� � emm�ao�a 2rFl000� mp oho �nmy Dem 33ra s+f un�b 6ul}InaaJ sa6cuoP s+I nsa�+ae��°au! sol.....aaL+e o+Pae31vO Kola 4anumase4F�oN 911.1 K..° °190x1 moa+e4'A esOdantl Fu°s°j 100.1 Fq BA-'9! Pe?x lum}m Ryu°s�°x mN -bl.ieV aalya°�d 0ur� ul6u3 s°xal..,a4+14 PsuJe s!P-PUP+a s!y.}m a .Nl .N3MrtP sla ��c� a,� g� Pm o 000 0 o cov Q.oi O x yyGm is Z -cc L61 V W �9 '$ka `a �5� mF, o� L'I cc C la Ln d H N O En W v o �I arcs- r "E m a goS !E W I.- Z u uC.7 � - �° +waslTWJ '-mac `nuc m€-'__ - v $�'��� -�� �:co'q°ivv :o:'Aci X X m p .l6 Z3 Ln I=n E W W m Nvo u, &! N Z p C Z a z v _ mlssi;Nsai t k-. o� ��� ss� �a U .4 two 14 ,d'mo-cSwcE w °.S k�° o o . o.:oPo:noin *m8 V, a � � W ~5oa .�aF'ga��mSom�84-Pow°;-o , ao8m�a�va �P���€d' on§iwo�o$5S m€fiaT a i PagtVw�'riwmm +o aao ,-a n,-aa° So� i `�a�5�a5ooa ��Oa'§oa�& aa�o g ° rfidnt g'.$ - N cc say% fi oa+� o mas u� moaeS$�agc� g n�g�m fi9'� d� o$�go �moPd �L � V HoLn tE c_ UG b` 36 00 � '-oo'Cgfiac do SN>+6o w�a p o n W+ °� °ao a�ao.N,c -m5 -J o to fi�-Z� m +yo�SS 8-'g N , oty a ➢& ¢ °k�tn�°msscc ° - >LaS�ae� 'mo�d .�s w 2° 2 ¢d �',U m o`a 'N 3'^ � _ z ❑ song o�em mt�°kn Q v N Q v $- m ° o a d^ $a o v ma n m �xFmhfib�8a og O Q .� �aL�gi� Z Dal N oma-rSto w =E'-av$o•Ee� ltd OJ , a .-m P. _ F ° A a#w J nm_v mLnv.aa gm kMin IEU2 m nfi&flava€l. ms � CJ J��tca g�[�i rd�r3� I„ APs 3°kn°Ns yJ rdi�� J ry n o ut ry n v .n W� 21 S7 .& C° :°m 7G - v n1.49 m Sa�ir dv fi 'S7mak" - m. `"62 E o �oo°env°3 .'v`d+ vp1�w my _ - m��agoob+` � �ba�ammS u! onM-.2,2 " g"aL N O 2= CL �o�e -°'6m4p E = o "> � Ln9mmd = .a.,mSfi€�" kmt�S �'°o_v o aoa #bad L.1 ra 9m5�S� om=aoo� €om^'° -6kgw'�wd Av ` .o p .cA.x an�� anP z �J. a '�seogz w° j oy o l oac °°+ I 4 Qo aPPP}slp'u W,9E Z _ t7 m 1/1 8g w mt F a :3113 s}I—11 0"111-11 IllrP 1s}Insa�+Va��P..i s.l m sl-4"a4+P o}P�PAUP+S 514}to :3AY0 "1',- 1',nwaaa4}-4 A}I 11gI9wdsaa°u gasnssP 100x1 '1aneP5}Pyx as° -Flo 1a}100x1 Fq apdu gI PvI�1 .CUP}P lµ.P -PN '.,}PY a°14.-d 0.[....10.3 5°x.1.144.Cq P-1110 91 P-P.P}5 5144 30 sRn a41 :N3WIY��S It) � � S kn WY mgn n a t/1 W •-- $ 5 w x` & __ o Z C 1 �P o = om�p eww $nw�t5�FSv J `� ➢E aE _ ?p- W '-�o - �Y.m� o C 0 OS - u im _ � E Il, a eu °i°moo +e m t +L co'a+ a kms r >�>g2o+8se a mss f/ �oG• go �oom;24r-va I �nu J 1 W '"m_omu p�-tt Itfl 0 ry o W � I a C m ® ® ® ®a N e L ° °- p � S xc o�w •xdu.11 -xau.P1 'xpu.PI J E E t .E � � o � �S'o �o w o a e @e '.2 lI u E E O oSv 6 i oar a }A Q t a a N o` ti 6t�mt..5 m w 5mm�o - a m? M -19 a-M- �o N§€o 03 0 F mm V o U o w .Y. 00 � X/Y CC�G�Cc Z m a eog IL r S�5t W w e�C P, - � c a d4s'm `�e � ❑ r 0.' I-So�aow �L'am W t N -- 9 E 9 P 9 „ moa �5 Ttlo § Mn�Fd-'SZo -"4 � � �•-' ba�p�ebam � vm �tQ ❑ ! o�c oBc o ,- '-9 n�uw` s _m � m� O WIL �i aa.mtige e�ee Pw U'.3-a➢m n mgYc oe_vaN�E�oca O w ua ~ C o n'LnLIJ ix-n o; �na�.�-rJ0. w 4 ® ® o§ L . mm�u"= ='go a eah°a6w=snd�aEa+Yg In �n -gym a �Eonvtie�nAE = gR � .-gym ISI a `uv $w$N�amUfF."K - 4t t0 n HI:Sa sVaE,-Qac,>Wmo�+ r- :3lld s+!vnJ}bu!+IRs a>sabunp u sFlnsa�+°aua°eu! a°}uP S+d°u0; P�44 SSY}J. :3I YO F''I-I S 11-u qu 4a 101x1 ags+oya 1--b-Ruo+P}100x1 R4 a..Si Pu1N .Cuo4}gal.+u°uu°w°N '.4PY aa!+gaud-L-15-1 s°xal.JSV+19 Pue�Sn°6 3!p�°Pu6+3 5.44;b aU3 dVl R13WIY135 i0 Va a a o o c o o xo w w m fim� s E m ='±$_ im Lal r u min m:u°Ca � d z r� w m a� os mmv W' W R a�gs x _ 7 Y �mg�m Y c �'a + tn o 1 w N o o g -- ¢� : y - ma= g od $w g'ag+�,` o. � W -- Y _ I-I-w �a hti �.o-m" m " In E: '- 'UM om a z w w "; >`'o o'� `o'w w�'o 7 m o 1 0 _' o o «o So demo ;.Z - _,- S G 6 MXp "F m�� z-m ma +pLo �' �ti um2-6 nb� F a� Tg� t nns N a moo Ro F €t G m3 �� Sh -5 �a �a •a - `sem Q� &23 - nF F as OF ooT9 a F W o E 8 }" �® 3 N xpoou o k 8 e5 z x � o§ o o� Ir E _ $ - � - w - --- n E 97 ¢ F aRZ o'by a k 2Oz aV 0 8 na o}g Eg'oo E ; N m- g�'o 22:E «o - � a Y o o�nmd� agms a 1 a s N h� o Z `= 8F0 9, m- wm�' o A =3llf 'Bs�6{Jun'6ul}InsBJ 6a0°anu0 s{Insau+uuuumuu� �°y�0 s}wuu°3 uay}°°4 Puu a°+e e144 lu -31Yt) A-1-4 ay{ of x{I 11416 4—�o °10011 Bs{oya u-5-Ruo xii 10011 F1 Pns. PUIK 1luU 30 Fiu°uu°m oN +°I a°fiu°ud Bul uaauy0u3 s°xal.Ja4+44 Pauuena6 sl P—Pu°+e e14+io a :k33WlvlIYl]SIO ❑ ooE O N a w Z 5 ° o °c o oom ir ❑ q o oon _ ❑ o °O ❑ Q Q t N a- Op ° O p o❑ m a ❑ w c V (Vow N wo �❑ 00 a 9 r o x U ` C) 0 0 A +^ °° a n w Q '� m Z r F P m x Ld 0 0 0 0 00 " ❑ �n m o N � a ao = ❑ 0. oLLI f ❑ m w g Ld 77 LLJ O Q g45 `q� „�� sd� ❑ I � � ❑61 °m�a J Z 4' 2- w w N N �„ J N w N J _ N �y>- �1 0 m 4 z w o a a ? ¢ m $n ti� oa g �mv o a w w w w o o LL _ r zz a w WY x�'o�dgm Cl Z Z go w J J J Z _ V X Z J 4 E a E C V 1 W N 7"w ° Yw N J In J 10 o ° v 0 r/� 4 O O lP H ee p °PQ tlp P P p p p6 p n °nap P = NpDo m0 0 O e T T w Fin o° a(T W ° ° r 4 0 0 0 0 0 0 0 D. /p6D. 0 N o Y a D. A p PP IaJ Q P n° 6 O° p0 p N w o LL e O O ± O¢ w a ee O P o p 6 ° } O A A Do S J N n Y p❑ W c 4 f rm oW 7 p Q e ° p O ° ° m °m Pp m°° Q _ n < P P a 4. n~ n / o o� o~ °o M n h op ° 6 ° o ° e h a } VJ ¢ Oo a ° (? ° z P ^ 0, w P q ° P4o4P P 404 J 6o4P4 1LL Ld— LLF o _j J Q d ar 0 L N Y Q uj N di J p 3 W C7 [{J w Q a t7 m r - Z O Z t o P -Z uj �j r I YI H m I I o m m W 4 op Z c Ld z ,r dY - - ��' -31[3 Oul}1—aaOPmp 31'—;P°JJOPu1 �°/�°94PuuP3 gay}P P}p�PpuP{a s,y};° ,31Y❑ -I...A00p9ay}JP3 F411191guPdg°�Pus SSP 100%1 snap}Pya aspn—FUP u°;100%1 Ry-pp—a!pu!% K_;°F{uPpuaa PN '.4PY—L4--Jd Ou11a°v!6e;...t.,2114 F9 pawanPB gS pu°puP{g 4144 4P a41 ;tl3NIVI]Slu W ; O �W tib JW Cy, d N m gp d S �i _ S •��♦��e y� g u gn kA— V $ B fPy9'1 W y '-Y t di r PN �0 m� mTy [+mm La ➢m z H 61 z �r oa of mmv ^� w mm 20 ti OJ O e N ayc N O -O N m m■■ p N ` - �.�. - .a } O F p b S P .-49 O.Eq. �3 9•m{ - _ v N a m e 'w mm ][°[�� m N g w w m ma 0 U m u Vl po W J p w D ¢�..0 S h '° - S [3'I ]m a : -_ a0o.y_a moa O n E L an 'a o Y £arc crc n [� w95 ^w ""o«rv3•-mm [:.� L L m+ 'Egg' -'m �m«� rca Joo flor=a N p g n o•o'� a o;u -m 4•m' W 4+ ro4a+ Pnv� LCm'w p a + +c99+ awm 00 �2°°T ga-mmv waam 4Y- ..� NN tNj O30_� c `a Ld o �mm gym$ m� c'3% �ti^ mLCL r . m Q o z � c>QN my �jv + r 0 ym 2 LU � R 2 Q Ca o u CZi D W m Y m W ID� 7-Lee �O M 7- W Cy+8 m m q m Qw z �> w 9 _ m 6 ���uv of � oxt_Xo 2 �aG v +0 b C N O• ' to n _ � a 2 m° OL Ld Q 'B9n Skl IWJ/dll+In-saow J9 9+l—+-1 JG} 94mun)JW'O 04 Wri9 9144 W �31i3 Fuoa}o F+POJ4W qj F+l I l�flsB'��ax-b�9J9a�:�Ali.Jan +o4a asodJM.Iw Jos SOdri R9 aPm9 91 P+IM =31Y4 + 3 1 WI 1[4 Pau,anon a:PJaPuo+9 a14+M ears a4l IH3n[YYISI° m- mg'^• coin in o in o o in o �` '_4 ���® Q. e� F�0g N O s E� yl. (��f�v NOO PO0 0 WSS OY� W ,^u c e 5 O 908- U L LN x• __N rl r Jf�p�-t0 P 4 O W c m g m « n ae uuuTii u 4 o f S+ mq �< ° 0000000000 1° wwW c 8� ppg mrmc.o_Nlnv M ,�.�. L7 L - • � 8-_~ 9 a V1 ~ m h o e 10 a�oQoo00Qg of Ao *YS�NNvi�i.�mi m c o S4� q r a P i+aYN� mG F n 4 U P j[ .Wj $y U ~• x* OMcn OJfO�P * *J � 4,96 u g S !K G c }- ° m� 9 p t+ 1°]� E mm m� •Q _ ° a C tl L pp h O C m a U °-+n a •m O n O O E O C - 4- ]L O. L L m T {V m m nu !t9 p O 6 a0i- L+ ]�Op m i Ln•-lm 9p o m - a c �r5` -wg n o-OO1 �° Zp+w F eO w m j m Ch-nmL• Jl}•mw O+O Eur •#i m�. •_•G u u O mpmo -L U- E L O J na TmbCW ¢p°4 OOC POLd �YhL OE# 6�C+C 0.0 L'o Tip°- Ort • mn7 mm Nm +C .gpL+ L].M[- LO m NNN m0 9 .n map Q p W i-•]aN O +p] 00® LO9 F� L O L ALU O D IL-L C Vl 'nm °v � c��a'-`�o °q'�o I-amo mm a& g_m•�.L c3s� Amo mqL '� F LM-° rcM4.09 2 mim L. 9�mmLp 2L . 5g°m ggw �o >,mne oho h.°mco m oCcw °m vi nvl a rcwLa� s � i+m }o9c 9c-a m '-'8 WZ LUOOm mC--}- vFq3umL@u@M° UmLEOfC CEp V °�_�L•EEUQQ E, L �C Lyy w bpLD qOGOHL qC[o Y+mOILnff° F+]Na£p �mo � G °a W Ao Ld a¢ N c Grc� x EY ®® 8 ♦ ��� ~Ym Coq umY' V• � a J � � O x x ziI z zil x x y� � a aaPw°MS ao 1iPl°wIs "� � � y+,,.••••�'•' III — Ill — — a — Ino o W � u �BPIhmMS �sPl ror•6 Ld z J 0 m "mm �mg K✓1s�S a� am p °wa vxC O% 00o s o0 00 La G hN JI in NN b w` SNA v D x x a x Awa a a Z r- u J � mom_ m m m m m W ma°m 5 m a o°tea R a`n sW m g x x zil x ziI x x x o f z a. J O 0 tn a �apFroyS SBP Ino45 `�L d • III III a r e Ln w e.-...-r_. ■ e rte.-- ■ ■m - SPI roMS �fPlroyS W Snco� � m Wim+• cm �m m� _ S1 a gmT Co- n s{i Ym 3 pJl{In9sJ 460dmp?C f{Inff!��ASJ!-107�°S{py,py ydM10 p1 p.+pPIIP+B sly{IN 131Ii L{Xia-MMm F+Ii�Yla° sldssp 10Oz1 n IoW asp°�n°Rup epi 100>fl RQ epau sl WIN 131P0 Ou3 f°aiy iy{lIQ p81faBA°6 Sl DJGpW{S SIM+}O p9n WI N13 IVIDSI0 Fgp c _ p W _ m�3. 9. p a N m + x a g V .61 LLJ a o z ti x QH-�Qr mo o mm N Q m � a pp C e P a P a P A P �g tS nh + = m �° of°m m'c cO E o b 2 WOC W 7 ®+c L a zl '� LL g w !— F n- o a a a O Lj.I o. Y L,cwF erg L � I gg 9. ° o� m5 ro��a of o r r r C' LLO O OoaDnn I,PF E N— 4� � �m Na an`Lo m° O �. 5+0+ Op D nm om d O aC mo�eo Dn n 3 w W L—a5C 'LL L m m 6� m LmmC o_CC O9+L� m U 'LpOoW L]��O OU �nV F NL `J° u F %hGFL-9LW NOZz FL — 00a L D m @ m O m m m p] U 8 $ D _ � n p-'P m EpO aUPN C pT pT C 13 w SF � tt� m_[ppi�a�■■ ..dp O�r� Se i G °a Uo m�0 m •mA s m-m LN c2 rc `m c � w o m c 'sd a �E3� .3 o�u,�`?H"oa ■o ■q pm 29 }UeeppO 8m � 4 v '— N � k+ �O °>pmm N•- /IL vE � I � CDUU 6p■pmp■�LLppD� ma ma LWW a w \ C C• �U F]WOL)�0 h5 h� h0 h a L 1 cc w # _ 1 s 102 aN $ o om —b—y w ' as o � r L8 a w p s� NI 1a �� 1 aI z m 11 4j �a o KI OI o I fA a z a o uu v y u a 4 g m a a e4; •- ..0 =3113 '¢¢n 9a!w]tJ ae!i ISN¢-¢¢Geode t¢•1 na¢�SO¢��OOu! �O3 ¢aou'Aa�¢Y1¢¢L ptois mas slut J9 Wls�anZ¢4t: Fa11191 s�s�w sawlDso laps �31va '�¢n¢¢¢aew 4¢¢tl�ntl RLe BOJ la&l A.Boom s:pelt,.fuo JO 1CtuoJJom Olt•,aOq blaOo�Gul.aB¢u;Gu]sesal.wa Fp paues�s!PaylDts slpt la san ayt Itl311vlGS 10 GR-01 60 00 Product Requirements CITY OF FORT WORTH WEST81DE V-PART 2-24&16-1NCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100378 Revised July 1,2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE V-PART 2-24&16-INCH WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMETgrS City Project No.100378 Revised July 1,2011 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED,0e-24-2CI7 STANDARD PRODUCTS LIST Approval Sec No. ClassslEcation Manufacturer Model No. National Spec Size WASTEWATER Manhole Inserts-Field Operations Use Only(Rev 2/3/1 * 33 OS 13 Manhole Insert Knutson Ent rises Made to Order-Plastic ASTM D 1248 For 24"did. _ 33 0513 Manhole Insert South Western Paeka pg Made to Order-Plastic ASTM D 1248 For 24"da. * 33 0513 Manhole been Noflow-Inflow Ma&to Order-Plasdc ASTM D 1248 F'o,24"dia. 09/23/96 33 05 13 Madrole 1n<.ert Southwestern Packing&Seals Inc. Lifesaver-Stainless Steel For 24"dia. 0923/96 33 0513 Manhole Insert Southwestern Parlors&Seals Ina TetherLok-Stainless SteelFor 24"dia Manholes&Bases/Frames&Covers/Rectangular 33-05-13(Rev 2/3/16) * 33 0113 Mathole Frames and Covers I Western Iron Works,Bass&Has Form 1001 24"x40"WD * 330'.13 Maahola Frames and Covers Vulcan Foun 6780 24"x4011WD Manholes&Bases/Frames&Covers/Standard(Round! 33-05-13(Rev 8/24/1 * 33 0513 Manhole Frames and Covers CI Western n-on Worn Dass&Has Foundry 30024 * 33 0513 Manhole Frames and Covers CI McICinle Iron W 24"Hear orks lnc. A 24 AM 24"Dia. * 33 05 13 Manhole Frames and Covers CI Neenah Coalin 24"Dia. 33 09 13 Manhole Frames and Covers CI Vulcan Faun' - 1342 ASTM_A 48 24"Dia. 33 05 13 Manhole Frames and Covers CI S' a Co oration MH-144N 33 05 13 Manhole Frames and Covers CI Si Corporation MH-144N 330513 Manhole Fremesand Covers Cl _ Pont-A-Mousson GTS-81D 2q••dia 33 05 13 Manhole Frornes and Covers CI Neenah Castu 24"dia 10/31/06 33 05 13 -Manhole Frames and Covers - ed CI Poweraeal Hi ed Ductile Iron Manhole ASTM A536 24"Dia. 725/03 33 0<_13 Manhole Frames and Covers CI Saint-Gobain Pt ehnes Pamencinexust RE32-R8FS 30"Dia. 01/31/06 33 OS 13 30"DI NIH Ring and Cover C[ east 7ordan Iron Works V1432-2 - and V1483 Designs AASHTO M30&04 30"Da, 11/02/10 33 05 13 30"DI DEE Ling and Cover C1 _ Si na Co .moon NM1651FWN&MHI6502 30"Eta V7/19/11 33 05 13 30"DI MH Rmand Cover CIstaz Pi eProducts MH32FTWSS-DC 30"Dia 08/10/I l 33 05 13 '..30"DI MH Rm and Cover Cl Accucast 220700 Heavy Duty with Gasket Rin 30-D. 30"ERGO XLAesembly 10/14/13 33 05 13 130"DI MH Ring and Cover(Hinged&Lockable)CI EastJordm iron Works with Can Lock/1VIPIC/T-Gasket ASSHTO M105&ASTM A536 30"Dia OdfflHn] 340513 M"DI h*l Rina and Cove lHmced&LockaMel Cl (SIP)brdswnn 2-30;3;"1 ASTMA-0 V"N. r SCVH 3000,q4,DbE}3mgn Nan,Mwmic Ring 11309 13.U1 30'41M}I Rana and Cuvsr{ElmeaA Lo[hl Camoostre Sv .tc er wd Ca.erw'Lark li[v17sP Camnnshe 30'Da Manholes&Bases/Frames&Covers/Water Tight&Pressure Tight 33-05-13(Rev 2/3/16 * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pzmti ht * 33 05 13 Manhole Frames and Covers _ Neenab. 24"Dia Castin " * 33 05 13 Manhole Frames and Covers Vulcan FoundryDia. 24 2342 ASTM A 48 24"Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works Bass&FIa Foundry 300-24P _ 2q"Dia * 33 05 13 Manhole Frames and Covers N.clCinle trop Works Inc. WPA24AM 03108/00 33 05 13 Manhole Frames and Covers - Awn , RC-2100 ASTM A48 06101/17 33 05 13 Manhole Frames and Covers SIP Indnatries 24"Dia. -------- 300-24-23.75 Ria and Cover 24" ASTM A 48 24"Dia. Manholes&Bases/NeW/Components 33-39-10(Rev 2/3/161 07'23/97 33 05 13 Urethane H&o tribe Warersto Asdd Ko o KK Adeka Ultra-Seal P-201 ASTM D2240/D412/0790 04!26/00 �3305 3 Offset Joint for 4'Dian.MH Hanson Concrete Prodw:ts DrawingNo.35-0048-001 04,'26/00 3 Profile Gasket for 4'Dista MH. Press-Seal Gasket Co 250-0G Gasket AS C-443,'[-361 SS MH 1/26/99 3 HDPE ManholeAdjustment Rungs...., Ladtech,Inc IH)PE Adjustment Rin Non-traffic area 5/13/05 330513 Manhole Exkmd Wm Canusa-CP$ Wra idl,cl Maffiat,P ca sulatiraI,,,— Manholes seemManholes&Bases/New/Precast Concrete(Rev 6/1/17) * 33 39 10 Mediale,Precast Concrete H dro Conduit Corp _ SPL Item N49 ASTM C 478 qg * 33 39 10 Manhole,Preeast Concrete Wall Concrete Pi e Co.o.1nc. ASTM.C-443 48" * 33 39 10 Machal Recast Concrete Fortarra Pormerl Gifford-Hfll Hanson) 0426/00 33 39 10 MH S'nele Offset Sed Jont ASTM C 478 48" Forcers fanner!Gif3nrd.rhll Hanson} T e F Dor 35 0048-001 ASTM C 478 48"Hiarn MH 09/23/96 33 3910 Manhole Precast Concrete _ _ Concrete Product Inc 48"I.D.Mad,ole w/32"Cone ASTM C 478 08/30/[6 33 39 10 Manhole Precas[Conorata 48"wl32"cone The Tomer Com an 48"I.D.Manhole w/24"Cone ASTM C 478 48" 1027/06 33 39 10 Madrelo,Pretest Concrete OldcasUe Precast Inc 48"I.D.M ole w/24"Cone ASTM C 478 48 Dam w 24"Rin 06/09/10 33 39 10 Mad ole Precast einforce Pol per Concrete US composite Pipe Reinforced P 1 r Concrete ASTM C-76 48"to 72" Manholes&BaseS/New/Fiber lass 33-39-13(1/8/13 1/26/99 33 39 13 FilEglaaaMarlulla Fluid Containment Inc. Flowtitc ASTM 3753 Non-traffic area 08/30/06 33 39 13 F b;ass Manhole L.F.Manufacturing Non-traffic area Manholes&Bases/Rehab Systems/Cementitious I... * E1-14Manhole Rehabs stems uadex 0423/01 E1-14 Manhole Rehab S stems Standard Cement Material Inc. Reliner MSP EI-14 Manhole Rehab SetaPenniform . 4/20/01 E1-14 Manhole RebabS stem Strop Comm Strou Seal MS2A Rehab 5 tem 5/12/03 E1-14 Manhole RelmbS stem inert Pol-tdolex Teclnrolo'ea MH re,air rodnet Costo infiltration ASTMD5813 08!30/06 General ConcreteR a¢ FlexKrete Tecimolo ies Pmy7 Pot ester Re air Product - Misa.Use Manholes&Bases/Rehab Svstems/NonCementmous - 0520/96 EI-14 .14aN,olo Rehabs stems SPED--2, S ra Wall PoI ethane CratingASTM D639/D790 * EI-14 Manhole Rehab S stems Sun Coast --- 12/14/01 Contin for Corrosion rotection ERTECH Series 20230 and 2100 01/31/06 Coafn a for Corrosion Protection Chesterton Are 791 S1HH Sl S2 8/28/20['6 Coatn for Corsosion Protection Acid Resistance Tel SewerA licalions Waren Envvonmental S-301 and M-301 SewerA Imatione 08/30/06 Coatln for Corrosron Prolecdmr Citadel SLS-30 Solids E ox SewerA hcahons e/New/Centrifu all Cast Fiberglass Reinforced PM133 7/21/97 33 31 73 Cent Caat Fiber ass SA,Inc. HoboPieeure ASTMD3262/D3754 0322/00 3331]3 Fibeur on Bndttd RPASTMD3262/D3754 10/30/03 Glaes-FiberAeinforoa,Pol per PieUSA Flowtrtc 4/14/05 Pol er Modified Concrete Pie USA Me er Pol trete Pie ASTM C33 A276 F477S"to]02"Class V 06/09/10 Read'orced Pel er Concrete n esite P e Reinforced Pol er Concrete Pi e ASTM C-76 Pi es/New/Concrete ----- -- * E1-04 Co—Pi—Reinforced Wal Concrete Pi a Co.Inc. * Conc.Pi e,Reinforced ASTM C i6 E1-04 Hydro Conduit Corporation Class III T&G SPL Item#77 ASTM C 76 * E1-04 Cone.Pi Rinforced _ Hanson Concrete Prod— SPL-F ABTM C 76 * EI-04I Conn.Pipe,Reinforced Concrete Pie&Products Co.Inc. ASTM C 76 Pipes./New/Ductile Iron 33-11-10 1/8/13 R,. B-24-17 P-1 CITY OF FORT WORTH WATER DEPARTMENT'S JPDATED,08-24-2017 STANDARD PRODUCTS LIST Approval Sec No. Classsificatloli Manufacturer Model No. National Spec Size * 33 11 1C Ductile Iron Pipe Griffin Pipe Products,Co. Super Bell-Tits Ductile Iron Pressure Pipe,Class AW WA C150,C151 3"dvu 24" 33 11 1C Ductile Iron Pipe Arneriean Ductile Iron Pipe Co. lnneriean Fastite Pipe AWWA C150,C151 4",8"&10" 33 11 11 puctile Iron Pipe U.S.Pipe and Foundry Co. AWWA C150,C151 33 11 10 DucClle Iron Pipe MIWane Cast Iron Pip,Co. AWWAC150,C151 Pe' New/PVC .essure 33-11-12 4/1/13 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipchig,Jetstream PVC Pressure Pipe AWWA C900 T d-12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe .AWWA C900 4"din,12" Pi es/New/HDPE P1 e Burstin/Sli linin 33-31-23(1/8/13 Hi -densi of eth lege i _ PtWli sDrisco i s,Inc. 0 ticora Ductile Pol etlt leve Pie ASTMD 1248 8" I-I. -densi of etlr lege i Flexes Inc, ASTM D 1249 _ a" Ii h-donsi of etlr leas Eve _ Poll Pi e,I¢a ASTM D 1248 R" * Figh-density polvethylons pipe CSR Hydro Condmt/Pipeline Systems _ .,..,McConnell Pie Enlaz a r- ASTM D 1248 Pines/New/PVC*33-31-20(7/1/131 33-31-20 PVC Sewer Pipe f Can-Tex,Industries .ASTM D 3034 4"tluu 12" 33-31-2U PVC Sewer Yi a Certain-Teed Products Coun .ASTM D 3034 4"that 15" 33-31-20 PVC Sewer Pie Na co Moatifin'tmg Corp ASTM D.1034,D 1784 4"&8" * 33-31-20 PVC Sewer Pi e J-M Manufacturing Co.,Inc.JM Eagle) .ASTM D 3034 __. _.._. 4"-15" 12/23/97* 33-31-20 PVC Sewer Pie Diamond Plastics Co oration SDR-26 and SDR-35 ASTM F 799,ASTM D 3034 4"thni 15" 33-31-20 PVC Sews,Pie Larrso¢V log Pie ASTM F 789 4"that 15" 04/04/07 33-31-20 PVC Sewer Pie _ Pi elife Jet Stream SDR-26 and SDr-35 .ASTM D 3034 4"d ru 15" 33-31-20 PVC Sewer Pie Ro Baldn Products Royal Seal Solid Well Pie SDR 26&35 ASTM 3034 4"[bra 15" 33-31-20 ,PVC Sewer Pia Extrusion Teclurolo'es,Inc A9TMD 3034 8"i0" 11/1*1/98 33-31-20 PVC Sewer Pipe _ Diamond Plastics CorporaRon_ "S"Cavi Sewer Pie AS'i'M F 679 18"to 27" * 3331-20PVC Sewer Pie _ J-M Manufaennar C.Ina.JMEa e ASTMF 679 '.8"-27" 09/11/12 33-31-2D PVC Sewer Pie Pi elife Jet Seam SDR-26 and SDr35 ASTM F-679 18" 05/06/05 33-31-2D PVC Solid Wall Pipe Diamond Plastics Corp ora tion P546 ASTM F-679 0427/06 33-31-20 PVC Sewer Fittings 1+co SDR-26 and SDR-35 Gasket Fisting' ASTM D-3034,D-1784,etc r 33-31-20 PVC Sewer Fittings Plastic Ioods,Ern Gasketed PVC Sewer Main Fittings ASTMD 3034 11/17/99 E100-2 Closed Profile PVC Pipe Diamond Plastics Corporation ASTM 1803/F794 IS"to 48" 18"to 48' _ 4"-15" Piues/New/Ribbed Open Profile Large Diameter 0926/91 E100-2 PVC Sewer Pi e,Ribbed Larson V lot Pie Carlon V log H.C.Closed Profile Pie ASTM F 679 09/26/91 E100-2 PVC Sewer Pi e,Ribbed Extrusion Tech¢olo'es,Ina Ulha-Rib 0 en Profile Sewer Pie ASTM F 679 18"to 48" E100-2 PVC Sewer Pi e,Ribbed U onor ETI Com an 11/10/30 E100-2 Pol ro lone YP�Sewer Pi e,Doable Wali Advanced Drama 05 smms ADS SmTite BP Double Wall(Corrugated) ASTMF 2736 _24"-30" ll/10/10 100 2 Pol .o lege PP`Sewer Pi e.Tri le Wall Advanced Drainage systems ADS StanTits HP Triple Wall Pie ASTMF 2764 30"to 60" 05/16/1.1 Steel Reinforced Polyethylene Pie C'.T h Conshucaon Products Dusmaxx ASTM F 2562 24 to 72' Pines/Rehab/CIDP 33-3L-12C01/18/13) Cored m Place Pi a Insituform Texark Jr. ASTM F 1216 D5/03/99 Cured m Place Pi a National Emirotech Grou National Liner,SPL Item#27 AS-MY-1216/D-5813 D529/96 Cured in Place Pie Re olds lu,'Tolner Technol Inlins,USA ]miner Technolo ASTMF 1216 Pipes/Rehab/Fold&Form Fold and Form Pi e Cullum Pie 5 stem Inc. 11/03/98 Foldand Foran Pia Lvsi[uform Teehnolo les Inc. Iasilvfbnn"NuPI e' ASTM F-1504 Fold and Fonn Pie American Pi e&Plastics Ina .Demo.Pn ase On'. 12/04/00 (Fold and Form Pie Ulnelao, _.... _... Ultraliner PVC Allo eliner ASTM F-1504 1871 1867 06/09/03 Fold and Fonn Pipe Miller Pipeline Co EX Method I ASTM F-1504,F-1947 Up to 18"diameter PiDe Enlarament S stem Method 33-31-23 01/18/13 PIM System PIM Ce oration Pol enr lone PIM Com.,Piscata Way.N.J. oved Previous) MCCm2c]S stems MoInt Conswction Pol etlr Iene Hourton,Texas A roved Prcviousl TR.SS stems I Trenchless Replacements stem Pol edt leve I Calgary.Canada A rovedlr—roust Pine Casino Sneers 33-05-24(07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems,Ina Carbon Steel Spacers,Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems,Inc. Stainless Steel Spacer,Model SSI 04/22/87 Casing Spacer, Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipalmc Sea]and Insulator Stnurless Steel Casing Spacer Up to 48"<I><2> 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulater Coated Steel Caser Spacers Up to 48"<1><2> OS/30/11 Stainless Steel Casing Spacer Pmerseal 4810 Powerchock Up to 48"<1x2> Coati n s E o 33-39-60 08!24/1 02/25/02 E o Lhan S Stam Sauereisen,Ina SawerGazd 21025 LA County tl210.L33 12/14/01 1 Epoxy Luang System Enech Technical Coatings Eireclr 2030 and 2100 Series 04/14/05 1 Interior Ductile It.Pipe Coating Iudmon Rotecto 401 AS71viS-117 Dnetile Iron Pipe Only Ole,1,06 i-arw for Cyr aPra 6. 51HiL41,S2 Add ldae—Tcvl S—Apylkow w2aRil06 Cm-fur Csae i-Rnee¢nn W-en F-..--W 4.301.A M.301 Sek+tir Ae fie oatings/Polvurethan0 WATER Pi es;'Valves&Fittin s/Combination Air Release 33-31-70 01/08/13 1 E1-11 1Combination Av Release Valve GA Ind suies,Inc. Empire Air and Vacuum Valve,Model 935 ASTM A 126 Class B,ASTM A 1"12" E1-11 Combination Air Release Valve Multi lex Menufactutin Co. C'spin Air and Vacuum Valves,Mode]No.A5, 12"1"&2" E1-11 I Comburation Aa Release Valve Valwandhur,r Co APCO#143C k145C and N147C 1", Pipes/Valves&Fittings/Ductile Iron Fittings 33-11-11(01/08/13) 07/23/92 E1-07 Ductile Iron Fittings _ Staz Pipe Products.Inc. Mechanical Joint Fittings A'I5'WA Cl53&C1s0 E1-07 Ductile Iron Flan Gtiffm Pipe Products,Co. Mechanical Joint Fittings AWWAC 110 E1-07 Ductile Iron Fittings McWene/T ler Pip./Union Utilities Divisio¢ Mechanical Joint Fittings,SSB Class 350 AWWA C 153 C 110 C 111 08/10/95 E1-07 MJ Fittins Si Co_ CIaa5350 C-153 MJ Fittings AWWAC153 4"-24" ss350C-153MJFitti 02/26/14 E1-07 M7 Flilings Accucnst Clsngs AWWAC153 4"-12" 08/16/06 E1-07 Mechanical Joint Fitan. SIP Industries Mechanical Joint Fittings AWWAC153 4"to 24" 7n keroa tor : • ! ' 05/14/98 E1-24 PVC Joint R.M to _� Ford Meter Bei Co/Uni-k1 c Um-Flange Series 1500 Circle-Look AW WA CI 11/,153 4"to 24"<4> 02/29/12 33-11-11 PVC PieMechmol Joint Restraint EBAA Lion loc. Me ug Series 2000 Cfor PVC Pipe) AWWACIl1/C116/053 4"to 24" Bulldog System(Diamond Lok 21&JM Eagle 10/12/10 E]-24 Interior Restrained Joint System S&3 Techncied Products Loc 900) ASTMF-1624 4"to 12" 08/16/06 E1-07 Mechanical loin[Fi s SIP Iudustties Meeharaoal Joint Fittings ---AWWAC153 0."to 241 11/07/16 33-11-11 Mechanical Joint Retainer Glantls _Star Pipe Products,Inc. PVC Swgdp Series 4000 _ 4"Y,24" 08/05/04 E1-07 Mechanical Joint Retainer Glands Si-ra Co. Sigma Oae-Lok Mechanical Joint Restrainer I AWWA Clll/C153 J'tn'e R.,.....B-24-17 P"a.2 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:08 24-2017 STANDARD PRODUCTS LIST Approval Spec No, Classsificatio_n Manufacturer Model No. National Spec Size MeetianiclloiruRedha}nrllluctileTron Fittinn�sforDIP33 7I 1I f68J14/171 05/14!98 E147 Ductile Iron 7omt Restraints Ford Meter Box Co./Uni-Flare Uri-Flange$ones 1400 AWWAC191/C153 4"to 36" 11/09104 E1-07 Ductile Iron Joint Restraints Da Bolt,Ire. One Bolt Restrained Joint Fitting 02/29!12 33-11-11 Ductile Iron Pre Mechanical Joint Restraint g AWWAClll/C116/C153 4"to 12" EBAA Lon,Inc. Pdegalug Sones 1100(for DI Pipe) AWWAClll/CI16/C153 4°to 42" 08/05'04 E1.07 Mechanical Joint Retainer Glands Sigma,Co. '.. Sigma One-Lok Mechanicid omt Restrmier I LAIV16 33.11.11 Mesh—1 16-1 Ket�ar Glenda AWWAClll/Ci53 4"to 74" 3wLsa!3Eodnorc m, PVC Swyrip Sad"3000 T-BOLTS.NUTS AND GASKETS 333-11-05(0//08/13) P1DesNalyes&Fittings/Resilient SeatedGate Valve*2;-12-20 05/13/1 Resrhent Wed ed Gate Valve w/no Geazs Amenean Flow Control _ Series 2500 Drawm 4 94-20247 12/13/02 Resilient Wee Gate Vzlva American Plow Control $erica 2530 and Sones 2536 E-d3l" 08/31/99 Rnslrant Wed e Gate Valve AWWA 5515 30" merican Flow Control Series 2520&2524 SD 94.20255 OS/]Si99 A Resilient Wed eGaM Valve AWWA C515 20"arid24" American Flow Control Series 2516 SD 94-20247 AWWA C515 16" 1024/00 EI-26 Resilieet Wzd e Gats Valve _ _ Ameacan Flow Connol Series 2500 uorila Iron AWWA 0515 05/05/00. Resilient Wed a Gate Valva 4"to 12" American Flow Control_ _ 42"and 48"AFC 2500 AW WA C515 0.2^and 48" 05/23/91 E]-26 Resilient wad eGata Valve NnenicanAVK Com an American AVK Resilient Scatted GV AWR'A C509 4"to 12" .01/24/02 EI-26 Resilient Wed eGate Valve American AVK Com an * EI-26 Resilient Seated Gate Va:ve 20"andsmaller Ken4" * E1-26 Resilient Seated Gate Valve &H -Ir " E1-26 Resilient Seated Gate Valve MuellerCo- V 12 11/08/99 Resilient Wed e Gate Valve Mueller Co. 4"-12 0123/03 Series A2361 SD 6647 R /lout Wed e Gate Varve Mueller Co. �-- AWWA C515 16" Series A2360 for 18"-24"$D 6709 05/13/05 Resilient Wed eGate Valve AWWA C515 _ 24"and smaller Mueller Co. Mueller 3C &36",C-515 AWWA C515 30"and 36" 01/31/06 Resilient Wed e Gate Valve _ Mueller Co. M-11 r 42"&48",C-515 01/28/88 E1-26 Resnlient Wed e Gate Valve AWWA C515 42"and 48" —TC/04/94 Clow Valve Co. AW W'A C509 f-12" R 'liens Wed e Gate Valve Clow Valve Wedge Gate lve Clow Valve Co.Co. I6"RS GV SD D-20995).. AWWA 0515 11/08/99 E1-26 Resilient Wedge Cate Valva Clow Valve Co. " 16" 11/29/04 Clow RV✓Valve SD D-21652) AW WA C515 24"and smaller R silent VaClow 30'&36'C 515 AWWA C515 30"and 36".Note 3 11/30/92 Resident Wedge Gate Valve _ Clow Valve Co. Clow Valve Mode'2638 05!08/91 E1-26 IR I nt Seated Gate ValveAWWA C515 24 to 48"(Note 3 $Sockham Valves&Flttmgs...., VJACA— 4 5n9,ANSI43J-ne� ".12" * E1-26 R 1 .Seated Gam Valve - Ag VA Co. Ivlenosea1250 nements SPL 974 3"to 15" ..10/26/',6 33-1220 A iii t$eated Gate Valve EJ East Jordan Iron Works EJ FlewMast Gate Valve&Boxes PipesNalves&Fittings Rubber Seated Butterfly Valve 33-12-21 07/10/1 * E130 Rubber Seated B tt�Valve He Pran Co. " E1-30 Rubber Seated B tteitl Valve AWWA C-504 24" 1/11/99 E1-30 Rubber Seated Borland Valve - ---- Mueller Co. AWWA C-504 24"and smaller 06/12/03EI-30 Valmatio fvnerieaa BatteA Valve Dezmilc Valves Ca AW WA C-504 24"and larger Vahnatic Vab2 and Manufactunn Ce Valmaac AS la4500&1450 45Valve. AW WA C-504 U to 84"diamzer 04;06/07 E1-30 Rubber Seated BM-1 Valve M&H Valve M&H1e 4500&1450 AWWA C-504 � 24"to 48" Sam lin Station 3/12/96 Water Sampling Station Water Plus B20 Water 9=21mg Station Dry Barrel Fire Hydrants 33-12-40(01/15/14) --- 10/01/87 E-1-12 Barrel Fire Hydrant Fnnerican-Darling Valve " 03/31/88 Dmwm9 Nas.90-18608,94-18560 E-1-12 D Bartel FveHdrant American Dania Valve AWWA C-502 09/30/87 Shop Drawin No.94-18791 ' E-I-]2 BamIF'ueH dant AWWA C-502 01/12/93 E-1-12 D Barn/Fire H dram Clow Co oration Sao Drawin Na.D-19895 AW WA C-502 0824/88- E-1-12 D Barra)Fire Hydrant—.... America'AVK CompanyModel 2100 AWWA C-502 E-I-12 D Barrel Fre H drant Clow Corporation Drawin D200.35 D20436,B20506 AWWA C-502 0924/87 E-1-12 ITT Keened Valve She D---,.No.D-80783FW Barrel Fite H dram AW WA C-502 M&H Valve Com anSao Drawing No.13475 AV✓VJA C-502 10/14/87 E-1-12 D Borrel FueH dant Saop Drawings No.6461 _.... Mueller Com an A-423 Centurion AWWA C-502 01/15/88 E1-12 D Barrel Fudram Mueller draShop Drawing FH-12 Mueller Com 10/09/87 E-1-12 D Banal Fire Hvdrant an A-423 Su er Cenlunon 200 _AWWA C-502 09/16/87 E-1-12 Barrel Fire Hydrant- U.S.Pi e&Foun Sho Urawin No.960250 AWWA.C-502 08/12/16 33-12-40 D Borrel Fue Hydrant Waterous Cam any She Drmvia No,SK740803 AWWAC-502 EJ t Jordan Iron Works WaterMaster 5CD250 Water urtenances33-12-10 07/01/13 08/28/0z Double Sha Saddle - ... 0723/12 33-12-10 Double Snap Service Saddle Smith Blair #317 N Ion Coated Double St, Saddle ' Mel 1027/87 Curb Ste s-Ball Meter Valves Mueller Com an DRS Double(S�tra DI Saddle AW WA C800 1"2"S VC u to 20."Pi e 10/27/87 McDonald 6100M 6100MT&610MT _ 3/4"and 1" Cmb Sto s-Ball Meter Valves McDonald 4603B 4604B,6100M 6100TrM and 6101M 01/26/00 Go t d Ta pin Saddle Steel) SS Sha s SCM Indu tries Inc. 1'h"and 2" 0/5/21/12 33.12-25 T m Sleeve Coated Steel) - #406 Double Sand SS Saddlo 1"-2'Ta 05/10/11 JCM Industries Inc. 412 Tap in,Sleeve ESS ps onu to 12" Ta ;n Sleeve Stainless Steell Powersml AWWA C-223 U to 30"w/12"Out 0229/12 33-12-25 To in Sleeve(Coated Steel 349CAS Man a&34901s9J4"-8"and 16" 0229/1"< 33-12-25 T- p Sleeve Skahiless Steel` Re.. FTS 240 AWWAC-223 U to w/24"Out 0229/12 33-12-25 T Romac SST Stainless Steel 05/10/11 $leew Stemless Steel Romac SST II Stainless Steel AWWA C-223 Uo to 24'w212"Out 7cmt Repair Clamp Powe. AW WA C-223 IT to 30"w212"Out Plastic Meter Box w/Composite Lid 3232 Bell Joint Repair Clam 4 to 30" Pl n^Meter Boxw/Com esite Lid DFW Plaefi sine. DFW37C-124EPAFFTW OS/30/06 Plane Meter Box w/Camnosrta Lid DFW Plastics Inc. DFN39C-121EPAFFTW Concrete Meter Box DFW Plastics Inc. DFW65C-14-IEPAFFTW Concrete Meter Bax Bass&Has CMB337- 1118 LID-9 Class"A" - B12 Concrete Meter Box Bass&Has CMB-18-Dual 1416 LID-9 POl eth lene Encasement 33-11-10 01/08/13 Ea s&Has CMB65-B65 1527 LID-9 05/12/05 EI-13 Pol eth Ione Encasment Flexsol Packs 05/12/05 EI-13 Fol edi Ione Eire—ent Pullen Ent nes AW WA C105 8Ind LLD 05/12/05 E1-13 Pol edi lone Eaceement Moimtam States Planners SP)and AEP Ltd. Standard Hardware AW WAC105 AEP Industries B'Astron by Cowtowm Bolt&GasketAWWACi05 8out LLD Meters 8 and LLD 02/05/93 E101-5 Detector Check Maker — fnnes.Com ori 08/05/04 Na eye Drive V Yicnl Turbine Model 1000 Detector Check Valve AW WA C550 4'-10" Herne M lobe Drive Vertical AW WA C701,Casal NOTF,S * From Ori incl Standard Products List <1>. Carrier Pipe ID. Q> .45ove 48"Ap rvoed on case b case basis <3> I 30-inch and lar"er mgu-B-Pass —. �4> Product A roved to 36"However C905 PVC Pipe is onl ap roved up to 24" e ort on' mer cparrment s onto d Products ist as eon Cove opo to mmamzc esu rmtta review 0 Specifications for specific products,ar I d d part of the Conshuchon Contract Documents,f pro acts a ort ort asci eparnneat c to pocmcayena unug uh try construcnon p cis. Standard Products List and a pro q e ragtrirements of the T hv'. 1 Sp fi auon will ovemde the Fort. W ter Done t'Standard Specifications and theFort Word:Water Daparuncot's approval ofth specific ducts gill ore based on the re uunmen;s ofine Tecrou-.Specification whether error the specific De artment's Standard Products List. P product meets the Fort Worta Water Department's Standard Specifications or is on the Fort Worth Water 3-24-17 3