Loading...
HomeMy WebLinkAboutContract 56293 CITY SECRET FORT WORTH m,-rmu HQ. � 45 PROJECT MANUAL FOR THE CONSTRUCTION OF NOR THSIDE II WATER TRANSMISSION MAIN RELOCATION SH 170, PART 3 (ALTA VISTA ROAD, WESTPORT PARKWAY, INDEPENDENCE PARKWAY, AND VICTORY) City Project No. 100261 Betsy Price David Cooke Mayor City Manager Chris Harder, P.E. Water Director Prepared for The City of Fort Worth OF r WATER DEPARTMENT February 202I * * � BETH A. KOCHUR - 1 13866 Prepared by: D. �ihS5 NN5E. :4 CP&.Y INC. 115 West 7v' Street 02-09-2021 Suite 1500 Fort Worth,Tx 76102 Texas Registered Engineering Firm F-1741 C P&YJ PerI 1K a iemr o —1ti el ule FTW 1600051.02 OFFICIAL RECORD CITY SECRETARY LET WORTH,TX FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 201 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 03/09/2020 0021 13 Instructions to Bidders 01/05/2021 nEngineer- 07 i�018 0032 15 Construction Project Schedule 07/20/2018 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 03/09/2020 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Pre qualifications 07/01/2011 0045 12 Pre qualification Statement 07/01/2011 0045 13 Bidder Pre qualification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Minority/Women Business Enterprise Goal 01/01/2021 00 52 43 Agreement 09/06/2019 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 0061 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/09/2020 00 73 00 Supplementary Conditions 03/09/2020 Division 01 -General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 32 16 Construction Progress Schedule 07/01/2011 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 12/20/2012 01 4523 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 7423 Cleaning 07/01/2011 01 77 19 Closeout Requirements 07/01/2011 CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City Project No.100261 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 01 7823 Operation and Maintenance Data __12/20/2012 01 78 39 Prpj ct Record Documents 07/01/2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 02-Existing Conditions Modified 0241 13 eeteetiye Site Pemekion 0 Division 03-Concrete 03 3&AB 033 4--19 03-3446 93-50-99 Division 26- Electrical 254-5,-99 cr.,,MOR ur,,,a, ReSU115 F_EleetFieat 26-9U 26-05-33 26 -44-3 Division 31-Earthwork 31--10 3' 3-1-23-23 dery MN08 fimbap&mews 3t 25 00 913600 G%6iofts 34-� 314100 Shoring 12-2020 Division 32-Exterior Im rovements 32 0 P 4241--U 32 01 29 Concrete Paving Repair 02-2021 3, 3244--29 9244-7-3 Asphalt Pa�Ang Cmek Sealants 7 1 32 132 3244 73 ;24-64-; CITY OF FORT WORTH NSII Water Transmission.Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Vichwy) Revised February 8,2021 City Project No. 100261 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 321723 32 1725 3 Ghai, >~er"e" era n"tess 32-34-426 W -e> er"es and G te-s 32-34� Wood T7en es l !'_.,tes 32 32 1'2 424"9 Topsoil Plae-ment and Finishing of Par4eways- 2 n7 1 Z 32 93 n 3 Trees and et,,.ubs Division 33- Utilities 33-"A 33 01 31 Closed Circuit Television CCTV Inspection 12-2020 33-034-A Bypass Pumping of Existing Sewer-Systi 3� nn ,n �o joint Bending and hleetfieal 1selatie-n- 3 nn 1 Gef fesio Geat Tes t est St.,t;e,,s -- 1ter 3304 12 Magnesium Anode Cathodic Protection System 12-2020 23 nn �n ��o 33 04 40 Cleaning and Acceptance Testing of Water Mains 04-2020 33--04-50 Gleaning of Sewef Maiiis- 330507.32 Shaft Construction 01-2021 33 05 07.33 Tunnel Construction 01-2021 3305 10 Utility Trench Excavation,Embedment,and Backfill 02-2021 3 nc 1 1 z� 33-� , 33 nc , n1 3305 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to 02-2021 Grade 33-05 P r „"..ete r,.l l 33 05 20 Auger Boring 01-2021 T,,.-..-.el T ; Plate 33 05 22 Steel Casing Pie 01-2021 33--05-23 Hand Tuiiffeli*g 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 02-2021 33 05 30 Location of Existing Utilities 12-2020 33444-5 Belts,Nuts, apml-Gasket-s 33 11 10 Ductile Iron Pie 01-2021 334444 33- z 3344—3 , , Steel GyliadeF4ype 33� Bur-ied Steel Pipe and Fittings 2 Z34 -i-.1r 3-3-� Resilient Seated G-Atee Valve 33� 'A Rubbef Seated BtA4ef1qyALaWes 33 1225 Connection to Existing Water Mains 01-2021 CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City Project No. 100261 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of R 33 1230 Combination Air Valve Assemblies for Potable Water Systems 01-2021 33--,LQ 3942-S9 344,L" 44-34-42 33.X� 33-344-5 33-31-M 333121 34-34-N 33--12-3 33-34-39 33 440 7! 43-39-M 77 333960 4 34 'Z 1 32 31 71nn 3 492 34-'P7�� Division 34-Transportation 7A 14 Al lR Rl Sr1rTO:yz _ 74 A 1 10.03 Z AAA 7,fit,1,� 1A -444-3 tl 3441220 ]A 412041 �-r—� �A At 7AA! zr�rsvvz 34 41 20 AZ Resdefitial LED Roadway Waminaifes Zd 2A Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htt :Ilfortworthtesas ovlt wlcontractorsl CITY OF FORT WORTH NS11 Water Transroissiou Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised Febtvary 9,2021 City Project No. 100261 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 or h t t y s://ap p s.fo rtw o rth tex as.izoy/Pro*ectRes ou rces/ Division 02-Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 1 2/20120 1 2 02 41 15 _]_Paving Removal 02/02/2016 Division 03-Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 0334 13 Controlled Low Strength Material CLSM 12/20/2012 0334 16 Concrete Rase Material for Trench R air 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26- Electrical 26 05 00 Common Work Results for Electrical 1 1/22/2013 264-5--19 13420.Q04-2 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 1 Communications Multi-Duct Conduit 02/26/2016 Division 31 -Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 0 1 12 8/20 1 3 31 2323 Borrow 01/28/2013 31 2400 Embankments 01/28/2013 31 2500 Erosion and Sediment Control 12/20/2012 '7 7� Gabiem ,212 ; 1l� gipfap 1717 i Division 32-Exterior Improvements 3201 17 Permanent As halt Paving Re air 12/20/2012 11 1100.00Q 42-04-29G(merete1 9 Y1�, Az, I4i 32 11 23 Flexible Base Courses 12/20/2012 3211 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 1 2120/20 1 2 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 324.�%, Asphalt Paying 4249404-2 3a43 12 4G404-2 32 13 13 Concrete Paving 1 2/20120 1 2 321320 Concrete Sidewalks,Drivewa s and Barrier Free Rams 06/05/2018 32 1373 Concrete Paving Joint Sealants 1 2/20120 1 2 1"1 17_C'7R 32 16 13 Concrete Curb and Gutters and Valley Gutters 1 0105120 1 6 32 1723 Pavement Markings 11/22/2013 44 GuFb Ad&ess Paiating 1 1 rn7 32 31 26 Wire Fences and Gates 1 2/2 0120 1 2 CITY OF FORT WORTH NSII Water Transmission Main Relocatio„s SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City Project No.100261 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pa8e 6 of S 32-34--P 12QO/2012 3232 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Parkways 1 2/20120 1 2 3292 13 Hydro-Mulching,Seeding,and Sodding 1 2/20120 1 2 32 93 43 Trees and Shrubs 12/20/2012 Division 33-Utilities 3344-39 Sewer and Manhole Testiffg 13.420.12012 334M-34 03 m Q 39-0340 1 z� _ 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33-84-49 6 leaning and ikeeeptanee Testing of Waser Ma 0 ns 02�9&9013 44-0" Gkeffiff"f Sewer-maim t 2400!20=1�1 7 2 S t 71'fasrsoiv W 3305 13 Frame,Cover and Grade Rings—Cast Iron 01/22/2016 33 05 13.10 Frame Cover and Grade Rio —Composite 0 1 122/20 1 6 Grade 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 12/20/2012 334SU AuROF BeFiRg1 41 Nl = 330521 Tuanel Liner Plate 12/20/2012 330&42 i 20!2QQ9 i2 33 05 23 Hand Tunnelin 12/20/2012 4CaFr-ier- Aff "11092.411 33 05 26 Utility MarkersiLocators 1 212 0/20 1 2 33-0540 LeeWon of +2LN01294.2 33 1105 Bolts Nuts and Gaskets 12/20/2012 994444 tin 434442 114,64019 394443 , 3} -}4 33444-6 92AV294Y ( � 33 1220 Resilient Seated Gate Valve 12/20/2012 33 1221 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33- ,3A-4 1'11 Mz 7 n 9 t rn�1�T 12 33 1260 Standard Blow-off Valve Assembly 06/19/2013 434142 13410=12 4441--13 CITY OF FORT WORTH NSII Water Transmission Main Relocations 511170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City Project No.100261 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 33 1 1 1 c t o n440 �� -rcrtvrsvrt 3 3 MGFavity 06/19 Q13 ,;.�.,t ri,t,,,.;,to (PVC) Closed Profile G,-.,. Se we c.,.,;+.,..., ..,o.- Ape 32 = 12,120,42012 32 zSanitafy 17�'Ir Q0 0Q 13 21 ci��i�n1-3� �on n4� 33-� 1 o i_, nz�P 33 39 20 Precast Concrete Manholes 12/20/2012 i�n�� n0Q 33-394,0 12,12042i nn io�20 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 2 23--4444 High Density Polyethylene(14DPE)Pipe faf StOiPm-Dvain 1 7 1201ter o ci � 1 1l n5 �'tV'tYl7 1 2/'m-svrzviz 07/0420iT 33--46-W T--ene Dr-,,ins n�ins r�,42011 3 �n Aaa unetio Bo os Q'1201120Q 3 nn 1nGti��ep 12120001� 33 49 40 Storm Drainage Headwalls and Win walls 07/01/2011 Division 34-Transportation 44-444-0 1 n i 1�� 34 n1 1nn1 n + r 12482nlc �-�r-rvvr rrti:$C �3c�s �.,6�3t�'6 e�' t rrr=vrzor� 34 n�1 1 n..0-2 antre afl no�2 3n n � Attaehment n10P 3,}4 4 44414444 -14-`t4-4-3 Removing T-r-affie Signals1 7/7rcrsviin - 3( 34-44-40 Roadway hImmination Assemblies 1 o ion, n�i 3 n n� 4-zv.01 06,115,12015 w 2� n�02 06/1 -5 34 n44-24.0-3Readway n�i1�5 3 4-44--3e Aluminum Signs 1 1 1z"r7-rsA243 34o41_50 ee 02i2 n 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City Project No. 100261 00 0a 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page$of 8 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women awned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH NSH Water Trzrt�ission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February S,2021 City Project No. 100261 City of Fort Worth, Texas Mayor and Council Communication DATE: 08/03/21 M&C FILE NUMBER: M&C 21-0537 LOG NAME: 60NSIISH170301NWLP3-CPY&MOUNTAINC SUBJECT (CD 7)Authorize Execution of Amendment No.5 in the Amount of$178,980.00 to an Engineering Agreement with CP&Y, Inc.for the Northside II Water Main Along State Highway 170 Project,Authorize Execution of a Contract with Mountain Cascade of Texas LLC,in the Amount of $4,788,432.00 for the Northside II Water Main Along State Highway 170,Adopt Attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt,and Adopt Attached Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No.5 to City Secretary Contract No.48423,and engineering agreement with C P&Y, Inc.in the amount of $178,980.00 for the Northside II Water Main Along State Highway 170 project for a revised contract amount of$964,483.36; 2. Authorize execution of a contract with Mountain Cascade of Texas LLC,in the amount of$4,788,432.00 for Northeast Northside II 30-inch Water Transmission Main Along State Highway 170-Part 3; 3. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Northside II Water Main Along State Highway 10 project;and 4. Adopt attached appropriation ordinance adjusting appropriations in the Water and Sewer Commercial Paper Fund in the amount of $5,398,659.00 by increasing appropriations in the Northside II Water Main Along State Highway 170-Part 3 project(City Project No. 100261),and decreasing appropriations in the Unspecified project(City Project No. UNSPEC) by the same amount. DISCUSSION: On November 8,2016, Mayor and Council Communication (M&C C-27985),the City Council authorized the execution of an Engineering Agreement with CP&Y, Inc., (City Secretary No.48423)in the amount of$456,340.00 for the preparation of plans and specifications for the Northeast Northside II 30-inch Water Transmission Main.The agreement was subsequently revised by Amendment No. 1 in the amount of $13,098.36 administratively authorized July 3,2017 that provided for additional design on the project.On April 7,2020, Mayor and Council Communication (M&C 20-0168),the City Council adopted an appropriation ordinance in the Water and Sewer Capital Projects Fund for the amount$2,264,435.00 and authorized the execution of Amendment No.2 in the amount of$168,985.00 for the Northeast Northside II Water Main along SH 170 from 0.5 miles east of IH 35W to Trophy Club Lake Drive to accommodate the Texas Department of Transportation's construction of the SH 170 four mai lanes and associated improvements which require relocation of four water mains at Beach Street,Alta Vista Road,Westport Parkway and Independence Parkway.Amendment No.3 in the amount of$99,815.00 was administratively authorized November 13,2020 and provided additional design services for the necessary relocations at the four conflict locations and Amendment No.4 in the amount of $47,265.00,authorized by M&C 21-0375 provided for additional construction services for Part 2 of the project and additional easement. In accordance with the terms of a Utility Agreement between TXDOT and the City,TXDOT will reimburse the City of all costs incurred with the relocation of the Beach Street crossing because the water main was installed in an easement.The relocation of the water main conflict at Beach Street is currently underway(CSC 54748).Amendment No.5 provides for additional services for the relocation of the conflicts at the SH 170 and Alta Vista Road,Westport Parkway and Independence Parkway intersections. Construction of the project was advertised for bid on February 25,2021 and March 4,2021 in the Fort Worth Star-Telegram.On April 8,2021 the following bids were received: Bidder Time of Amount Completion 250 Mountain Cascade of Texas LLC $4,788,432.00 Calendar Days SJ Louis Construction of Texas, Ltd. $5,100,771.22� William J.Schultz Inc.dba Circle C $5,207,380.00� Construction Company In addition to the contract cost,$287,594.00 is required for project management,inspection and material testing and$143,653.00 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. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached reimbursement resolution.Under federal law,debt must be issued within approximately three years in order for these expenses to be reimbursable.Adoption of the attached resolution does not obligate the City to sell bonds,but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. Appropriations for the Northeast Northside II 30-inch Water Transmission Main Along SH170 from North Beach Street to US 377 project are as depicted below: Fund Existing Additional Project Total* Appropriations Appropriations W&S Capital Projects-Fund $2,887,171.00 $0.00 $2,887,171.00 56002 W&S Commercial Paper-Fund $0.00 $5,398,659.00 $5,398,659.00 56020 Water Capital- $7,455,480.00 $0.00 $7,455,480.00 Fund 59601 Project Toot;all$10,342,651.00 $5,398,659.00 $15,741,310.00 *Numbers rounded for presentation. This project will have no impact on the Water Department's operating budget when completed. Business Equity: Mountain Cascade of Texas,is in compliance with the City's Business Equity Ordinance by committing to two percent Business Equity participation and documenting good faith effort.Mountain Cascade of Texas identified several subcontracting and supplier opportunities. However,the firms contacted in the areas identified did not respond.The City's Business Equity goal on this project is 19 percent. Business Equity:CP&Y, Inc,a waiver of the goal for Business Equity subcontracting requirements was requested,and approved by the DVIN,in accordance with the applicable Ordinance,because the purchase of goods or service is from sources where subcontracting or supplier opportunities are negligible. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the UNSPEC project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance,funds will be available in the W&S Commercial Paper Fund for the NSII Water Main Along SH 170 project to support the approval of the above recommendation and execution of the amendment to agreement and contract.Prior to an expenditure being incurred,the Water Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office b Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Scott Taylor 7240 / r Ln 9 $ k \ \ U § \ 2 70 g 2 f C k - e � _ J 2 } \ k J j $ m w ® k % w ' 6 tR g G o C L a � & k k K k $ / k $ 5 _ P ® - / $ \ � 2 2 2 ) a w w m rl � \ k k ) k k k \ S ) _ W w 2 G S G G � \ \ § § k k ) § \ k G ° a 8 8 2 8 \ \ / \ \ j \ \ § R@ rn ¥ m§ m » g\ � § ) 3 § R Q B N o n S S § )S S ° S ) ° m � Ln m u) m Ln km In Ln \ ƒ rq N a m m 2 z � m m w w _ 0005 10- 1 MAYOR AND COUNCIL COIvIMLPNICATION( M&C) Page 1 of I SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION{M&Q END OF SECTION CfIY OF FORT WORTIi NSH Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECOFICATION DOCUMENTS (Alta Vista,Westport,Independence,and VicmTy) Revised July 1,2011 City Projoct No. 100261 0005 15-1 ADDENDA Page i of i SECTION OD 0515 ADDENDA END OF SECTION CITY OF FORT WORTH NSiI Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 ADDENDUM NO. 1 FOR NORTH SIDE II WATER TRANSMISSION Main Relocation SH 170, PART 3 (Alta Vista Road, Westport Parkway, Independence Parkway, and Victory) City Project No. 100261 Addendum No. 1 Issue Date: March 23, 2021 Original Bid Receipt Date: March 25, 2021 Revised Bid Receipt Date: April 1, 2021 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Please acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside cover). Please note receipt of the Addendum in the Bid Form and on the outer envelope of your bid. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. INFORMATION TO BIDDERS Prospective bidders are hereby informed that the bid opening date for the project has been changed to April 1, 2021. ATTACHMENTS TO THIS ADDENDUM: None PLEASE MAKE NOTE OF THE FOLLOWING REVISIONS: QUESTIONS FROM PRE-BID MEETING 1. Question 1 — Is there an engineer's estimate for the project? Answer: The engineer's estimate for the project is between $6-7 million. 2. Question 2 — Cathodic protection will need to be designed by the Contractor as well, is that correct? Answer: Yes, the Contractor will be responsible for the design of the cathodic protection system based on testing per the specs. 3. When is the last day of questions? Answer: Friday, March 191" QUESTIONS RECEIVED SINCE PRE-BID MEETING 1. Is liner plate an acceptable alternative to steel casing for the BOTOC crossings at SH170? Answer: It is our intent to allow liner plate or steel casing for BOTOC crossings. A revised bid form will be issued in Addendum No. 2. 1 of 2 NSII 30-Inch Water Transmission Part 3 (Alta Vista Road, Westport Parkway, Independence Parkway, and Victory) ADDENDUM NO. 1 RECEIPT ACKNOWLEDGED CHRIS HARDER, P.E. An rew .. u oc i. ice rests ent ❑IRECTOR,WATER DEPARTMENT Tony Sholola, P.E. Assistant Director Water Department Capital Delivery 2 of 2 NSII 30-Inch Water Transmission Part 3 (Alta Vista Road,Westport Parkway, Independence Parkway, and Victory) ADDENDUM N0. 1 ADDENDUM NO. 2 FOR NORTH SIDE II WATER TRANSMISSION MAIN RELOCATION SH 170, PART 3 (Alta Vista Road, Westport Parkway, Independence Parkway, and Victory) City Project No, 100261 Addendum No. 2 Issue Date: March 31, 2021 Original Bid Receipt Date: March 25, 2021 Revised Bid Receipt Date: April 8, 2021 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Please acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside cover). Please note receipt of the Addendum in the Bid Form and on the outer envelope of your bid. Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. INFORMATION TO BIDDERS Prospective bidders are hereby informed that the bid opening date for the project has been changed to April 8, 2021. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. ATTACHMENTS TO THIS ADDENDUM: RECEIPT ACKNOWLEDGED CHRIS HARDER, P.E. Andrew L. u oc ice Presi ent DIRECTOR, WATER DEP RTMENT By: S�r� Tony Sholola, P.E. Assistant Director Water Department Capital Delivery 1 of 1 N511 30-Inch Water Transmission Part 3 (Alta Vista Road,Westport Parkway, Independence Parkway,and Victory) ADDENDUM NO. 2 ADDENDUM NO. 3 FOR NORTH SIDE II WATER TRANSMISSION Main Relocation SH 170, PART 3 (Alta Vista Road, Westport Parkway, Independence Parkway, and Victory) City Project No. 100261 Addendum No. 3 Issue Date: April 6, 2021 Original Bid Receipt Date: March 25, 2021 Revised Bid Receipt Date: April 8, 2021 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Please acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside cover). Please note receipt of the Addendum in the Bid Form and on the outer envelope of your bid. Failure to acknowledge the receipt of Addendum No. 3 could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. ATTACHMENTS TO THIS ADDENDUM: City of Fort Worth Standard Detail D107 — Water Carrier Pipe Installation in Tunnel Liner Plate PLEASE MAKE NOTE OF THE FOLLOWING REVISIONS: SPECIFICATION AND CONTRACT DOCUMENTS 1. Specification 00 42 43 Proposal Form — Replace proposal form with revised version. 2. Specification 33 05 07.33 Tunnel Construction — Replace specification with revised version. 3. Specification 33 05 21 Tunnel Liner Plate — Insert Specification Section 33 05 21 Tunnel Liner Plate CONSTRUCTION PLANS: 4. Revised Plan Sheets: a. Replace sheet 16 with revised drawing. Easement and alignment south of SH 170 was shifted 30 feet north to neighbor the existing 20' utility easement. b. Replace sheet 17 with revised drawing. Easement and alignment south of SH 170 was shifted 30 feet north to neighbor the existing 20' utility easement. c. Replace sheet 18 with revised drawing. Easement and alignment south of SH 170 was shifted 30 feet north to neighbor the existing 20' utility easement. 1 of 2 NSII 30-Inch Water Transmission Part 3 (Alta Vista Road, Westport Parkway, Independence Parkway, and Victory) ADDENDUM NO. 2 aETH A. KCCHUR 10°.' 1 13866 . � ICE 4-6-2021 RECEIPT ACKNOWLEDGED CHRIS HARDER, P.E. DIRECTOR, WATER DEPARTMENT gy; o►� ni Ton'l Sholola, P.E. Assistant Director Water Department Capital Delivery 2 of 2 NSI1 30-Inch Water Transmission Part 3 (Alta Vista Road, Westport Parkway, Independence Parkway, and Victory) ADDENDUM NO. 2 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Due to the COVID 19 Emergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, sealed bids for the construction of Northside II Water Transmission Main Relocation SH 170,Part 3 (Alta Vista Road, Westport Parkway, Independence Parkway, and Victory Avenue), City Project No. 100261 ("Project")will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday,March 25, 2021 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: 1. US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing Department staff person will be available to accept the bid and provide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or time other than the designated Thursday,the bidder must contact the Purchasing Department during normal working hours at 817-392-2462 to make an appointment to meet a Purchasing Department employee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102,where the bid(s)will be received and time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and broadcast through live stream and CFW public television which can be accessed at hitp://fortworthtexas.gov/fwtv/. The general public will not be allowed in the City Council Chambers. In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office, bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2:00 p.m. on the second City business day after the bid opening date,exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the following: • Alta Vista Road 0 104 linear-feet of 16"water line by open cut 0 491 linear-feet of 16"carrier pipe and 30"steel casing pipe by other than open cut 0 2 connections to existing 24"water lines by use of cut-in tees. • Westport Parkway 0 172 linear-feet of 30"water line by open cut 0 591 linear-feet of 30"carrier pipe and 48"steel casing pipe by other than open cut CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista,Westport,Independence,and Victory) Temporarily Revised April 6,2020 due to COVIDI9 Emergency City Project No. 100261 0011 13 INVITATION TO BIDDERS Page 2 of 3 o 2 connections to existing 30"water lines by use of cut-in tees and fittings. ■ Independence Parkway a 765 linear-feet of 24"water line by open cut. 0 775 linear-feet of 24"carrier pipe and 42"steel casing pipe by other than open cut. 0 2 connections to existing 16"water lines by use of cut-in tees and fittings. o Connection to existing 12"water line by use of cut-in fittings Victory o Approximately 30 linear-feet of concrete cap on an existing 12"water line PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined in the Section 00 21 13 -INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line as of Friday, February 26'by visiting the City of Fort Worth's BIM 360 site. The Contract Documents may be downloaded,Viewed,and printed by interested contractors and/or suppliers. Plans and specifications can he accessed from the City of Fort Worth's BIM 360 site Via the link below: httr)s://docs-b36O-autodesk-c:c)miproiects,'5744f4c8-5749-4738-afdc- 685602bf968b/folders/urn.ddsk.wipprod:15.folder.co.WpuPF6mcQH2is5bKV7WvvQ Copies of the Bidding and Contract Documents may also be purchased from CP&Y, Inc., 115 West Th Street, Suite 1500, Fort Worth,Texas 76102 as of Monday, March I'. Phone number: (817)-354-0189. Call a minimum of 24 hours in advance to schedule pick up. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $70 Set of Bidding and Contract Documents with half size(if available)drawings: $50 PREBID CONFERENCE A prebid conference may be held as discussed in Section 00 21 13 -INSTRUCTIONS TO BIDDERS at the following date,and time via a web conferencing application: DATE: 3/18/2021 TIME: 1:30 PM If a prebid conference will be held online via a web conferencing application, invitations will be distributed directly to those who have submitted Fxpressions of Interest in the project to the City Project Manager and/or the Design Engineer. The presentation given at the prebid conference and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held,prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s)at the e-mail addresses listed below. Emailed questions will suffice as"questions in writing"and the requirement to formally mail questions is suspended. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista,Wes"rt,Independence,and Victory) Temporarily Revised April 6,2020 due to COVIDI9 Emergency City Project No.100261 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from rcvcnues generated from the City and reserved by the City for the Project. INQUIRIES All inquiries relative to this procurement should be,addressed to the following: Attn: Scott Taylor F.E.,City of Fort Worth Email: Scott.Taylor@fortworthtexas_gov Phone: (817)-392-7240 AND/OR Attn: Beth Kochur P.E.,CP&Y,Inc. Email: bkochur@cpyi.com Phone: (214)-589-6934 The deadline for submitting questions will be Friday,March 19,2020. EXPRESSION OF INTEREST To ensure bidders are kept up to date of any new information pertinent to this project or the COVID 19 emergency declaration,as amended,as it may relate to this project,bidders are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the bidder's company name,contact person, that individuals email address and phone number.All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at littp://fortwortlitexas.gov/purchasing:' PLAN HOLDERS To ensure you are kept up to date of any new information pertinent to this project such as when an addenda is issued,download the Plan Holder Registration form to your computer,complete and email it to the City Project Manager or the Design Engineer. The City Project Manager and design Engineer are responsible to upload the Plans Holder Registration form to the Plan Holders folder in BIM360. Mail your completed Plan Holder Registration form to those listed in INQUIRIES above. ADVERTISEMENT DATES • February 25,2021 • March 4,2021 END OF SECTION CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista,Westport,Independence,and Victory) Temporarily Revised April 6,2020 due to COVID 19 Emergeney City Project No.100261 0021 13 INSTRUCTIONS TO BIDDERS Page 1 of 11 SECTION 00 2113 INSTRUCTIONS TO BIDDERS DUE TO EMERGENCY ORDERS ISSUED REGARDING THE COVID-19 PANDEMIC CHANGES TO THE PREQUALIFICATION SECTION HAVE BEEN TEMPORARILY INSTITUTED. PLEASE SEE SECTION 3 FOR DETAILS. 1. Refined Terms 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 00-GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person,firm,partnership, company,association, or corporation acting directly through a duly authorized representative,submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person,firm,partnership,company, association,or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided)makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2.City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 3.1.All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified shall not be opened and,even if inadvertently opened,shal I not be considered. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https://apps.fornvorthtexas.gov/PromectRcsources/ 3.1.1. Paving- Requirements document located at: CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista,Westport,Independence,and Victory) Temporarily Rev iseCUpdated January 05,2021 due to COV1D19 Emergency City Project No. 100261 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 11 https://apps.fonworthtexas. o�jectRf,sgumes_tResourcesP/02%20- %20Con truction°/20D umen C ntractor"/2OPre ualification/T?W%2OPavin %20Cantractor4/o20Frequalification0/o20ProscramlPIZEOUALIFICAT[ON°[°20 RED URREM I;N TS%20FOR°/o20PA V ING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting Requirements document located at: h ttps://app s.fortwonhtexas.gov/Proiec t Rcspurc es/ResourcesP/¢2°/020- %20Construction%20Documents/Contractor%20Prequalification/TP W%20Roadwa ° 2 ° Pedestrian°/20Li hti ° 2 Pr uglification°/2 Pr ml TREET°/a 20 LIGHT°a20PREOUAL%20REOM NTS.pdf 3.1.3. Water and Sanitary Sewer—Requirements document located at; h s://a s,fortworthtexas. ov oiectResources/Resource P/02° 20- %20C4nstruc_ti-on%20Documents/Contractor%20PrequalificationlWater%20and°/°2 OSanit /o20Scwer"/g20Contractor° 20Pr ualification°/20Pro m1WSS°/2 re guaN20reaui remenutif 3.2.Each Bidder,unless currently prequalified,must submit to City at least seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 45 11,BIDDERS PREQUALIFICATIONS. 3.2.1.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.2.2.TEMPORARY PROCEDURES DUE TO COVID-19: A Bidder whose prequalification has expired during the time period where a valid emergency order is in place(federal,state, local)and for 30 days past the expiration of the emergency order with the furthest expiration date—by day and mouth,will not be automatically disqualified from having the Bidder's bid opened.A Bidder in this situation will have its bid opened and read aloud and will be allowed 5 business days (close of business on the 5'"day)to submit a complete prequalification renewal package. Failure to timely submit,or submittal of an incomplete package, will render the Bidder's bid non-responsive. If the prequalification renewal documents show the Bidder as now not-qualified, the bid will be rendered non- responsive. A Bidder may not use this exception to seek a prequalification status greater than that which was in place of the date of expiration. A Bidder who seeks to increase its prequalification status must follow the traditional submittal/revicw process. CITY OF FORT WORTH NS1I Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista NVestport,Indepu:dence,and Victory) Tempora ily ReAmd/Updated January 05,2021 due to COViD19 Emergency City Project No. 100261 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of I I 3.3.The City reserves the right to require any prc-qualified contractor who is the apparent low bidder(s)for a project to submit such additional information as the City, in its sole discretion may require,including but not limited to manpower and equipment records, information about key personnel to be assigned to the project,and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information,a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information,if requested,may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4.In addition to prequalification,additional requirements for qualification may be required within various sections of the Contract Documents. 3.5.Special qualifications required for this project include the following: • Augur Boring-Greater than 24-inch Diameter Casing and Greater a Tunneling-36-lnchcs-60-Inches,and greater than 350 LF ■ Water Transmission Urban/Renewal,30-Inches and smaller ■ Cathodic Protection a CCTV--42-inches and Smaller e Concrete Pavement Construction/Reconstruction(Less than 15,000 square yards) 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 4.1.Before submitting a Bid,each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents(including"technical data"referred to in Paragraph 4.2. below).No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto,shall be binding upon the City. 4.1.2.Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost,progress,performance or furnishing of the Work. 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost, progress,performance or furnishing of the Work. 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities)that have been identified in the Contract Documents as containing reliable"technical data" and(ii)reports and drawings of Hazardous Environmental Conditions,if any, at the Site that have been identified in the Contract Documents as containing reliable"technical data." CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista,Westport,Independence,and Victory) Temporarily Revised/Updated January 05,2021 due to COVID 19 Emergency City Project No. 10026l 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 11 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto,shall be binding upon the City. 4.1.6. Perform independent research, investigations,tests, borings,and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request,City may provide each Bidder access to the site to conduct such examinations, investigations, explorations,tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations,investigations,tests and studies. 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work,time required for its completion,and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates,investigation, research, tests,explorations,and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents.The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section aD 73 Da—Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have bccn utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. CITY OF FORT WORT11 NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista,Westport,Independence,and Victory) Temporarily Revised/Updated January 05,2021 due to COVID19 Emergency City Project No. 100261 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents,but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) that Bidder has complied with every requirement of this Paragraph 4, (ii)that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means,methods, techniques, sequences or procedures of construction(if any)that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc.,have not been resolved through the interpretations by City as described in Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work,Etc. 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista,Westport,Independence,and Victory) Temporarily Revised/Updated January 05,2021 due to COVID19 Emergency City Project No. 100261 0021 13 INSTRUCT70NS TO BIDDERS Page 6 of 11 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m.,the Friday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Scott Taylor P.E.,Water Department Fax: 817-392-8195 Email.- 9 co rt.Ta y l orCafortworth tex as.gov Phone:(682)-263-4318 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3.Addenda or clarifications may be posted via the City's electronic document management and collaboration system at httos:lldocs.b360.a u todesk.comlprojects,'5744f4c8-5749-4738-afdc- 685602bf968blfolderslumsadsk.wipprodjfs.folder-co WIzuPF6icQH2is5bKV7WwQ 6A.A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will he present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and w711 not be binding or legally effective. 7. Bid Security 7.1.Each Rid must be accompanied by Bid Bond made payable to City in an amount of five (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 71.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award,City may consider Bidder to be in default, rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will he retained by City until final contract execution. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista,Westport,independence,and Victory) Temporarily RevisedlUpdated January 03,2021 due to COVIDI9 Emergency City Project No.100261 0021 I3 INSTRUCTIONS TO BIDDERS Page 7 of 11 8. Contract Times The number of days within which,or the dates by which,Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract,if awarded,will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute"or"or- equal" item of material or equipment may be fwmished or used by Contractor if acceptable to City,application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C.of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors,Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No. 24534-11-2020 the City has goals for the participation of minority business and/or women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the Business Equity Utilization Form,Business Equity Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Business Equity Joint Venture Form,as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST,on the second business day after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non-responsive. Business Equity Ordinance No. 24534-1 I-2020 htWs://apps.fortworthtexas. ou v/ProjectResources/ResourcesP/60°/a20- %20M W B E NE W%20Busi ness°/o20Egui!y%o2OOrdinance/Ordi nancel/o2024534-1 l- 2020.pdf 11.2. No Contractor shall be required to employ any Subcontractor,Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents;additional copies may be obtained from the City. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista,Westport,Independence,and Victory) Temporarily RevisedlUpdated January 03,2021 due to COVIDI9 Emergency City Project No.100261 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 11 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit price item listed therein, In the case of optional alternatives,the words"No Bid," "No Change," or"Not Applicable"may be entered. Bidder shall state the prices, written in ink in both words and numerals,for which the Bidder proposes to do the work contemplated or famish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals,the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner,whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed envelope,marked with the City Project Number,Project title,the name and address of Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope with the notation"BID ENCLOSED"on the face of it. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT tAlta Vista,Westport,Independence,and victory) Temporarily RevisedfUpdated January 05,2021 due to C0V1D 19 Emergency City Project No.100261 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 11 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates(if any)will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion,release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder,whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract,Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista,Westport,Independence,and Victory) Temporarily Revised/Updated January 05,2021 due to COVIDI9 Emergency City Project No. 100261 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 11 17.2. City may consider the qualifications and experience of Subcontractors,Suppliers,and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors,Suppliers,and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs,maintenance requirements,performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility,qualifications,and financial ability of Bidders,proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time, 17.4. Contractor shall perform with his own organization,work of a value not less than 35%of the value embraced on the Contract,unless otherwise approved by the City. 17.5. If the Contract is to be awarded,it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded,City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.7.1.The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must he submitted to the Project Manager before the contract will he presented to the City Council.The form can be obtained at https:/Iww".ethics.state.tx.us/data/forms11295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds,Certificates of Insurance, and all other required documentation. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista,Westport,Independence,and Victory) Temporarily Revised/Updated January 05,2021 due to COVID19 Emergency City Project No.100261 0021 13 INSTRUCTIONS TO BIDDERS Page lI of I I 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT (Alta Vista,Westport,Independence,and Victory) Temporarily RevisedlUpdmed January 05,2021 due to COVID 19 Emergency City Project No. 100261 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 SECTION 00 32 15 CONSTRUCTION PROJECT SCHEDULE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal,updating, status reporting and management of the Construction Project Schedule B. Deviations from this City of Fort Worth Standard Specification 1. Section 1.4.I—Added project milestones for each crossing. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements D. Purpose The City of Fort Worth(City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor(Contractor)in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler)responsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Project Schedules Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work,the Contractor CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City Project No. 100261 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. I. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and he Critical Path Method (CPM)based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P5(City's scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule)to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size,complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered"approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project,and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the"tiers". l. Tier 1: Small Size and Short Duration Project(design not required) The City develops and maintains a Master Project Schedule for the project.No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as-needed basis. 2, Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project.The Contractor identifies"start"and"finish"milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City,updates to the"start"and"finish"dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration The City develops and maintains a Master Project Schedule for the project. The Contactor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail (generally Level 3)and in CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February S,2021 City Project No. 100261 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 alignment with the WBS structure in Section 1.4.14 as agreed by the Project Manager. The Contractor issues to the City,updates of their respective schedule(Progress Schedule)at the end of each month throughout the life of their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below. The City develops and maintains a Master Project Schedule as a"baseline"schedule and issue monthly updates to the City Project Manager(end of each month) as a "progress"schedule. The Contractor prepares and submits each schedule type to fulfill their contractual requirements. 1. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the"Baseline"schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule,the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 00 32 15.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is referred to as the"Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable,the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non-acceptance notification. An example of a Progress Schedule is provided in Specification 00 32 15.2 Construction Project Schedule Progress Example. 1.4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. A. Schedule Framework The schedule will be based on the defined scope of work and follow the(Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. B. Schedule File Name CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City Project No. 100261 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline(if a baseline schedule)or the year and month (if a progress schedule),as shown below. • Baseline Schedule File Name Format: City Project Number_Project Name—Baseline Example: 101376_North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number_Project Name_YYYY-MM Example: 101376_North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number—Project Name_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC_PN 2018_01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically,the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. ■ Arterials • Aviation • Neighborhood Streets • Sidewalks(later) ■ Quiet Zones(later) • Street Lights(later) • Intersection Improvements(later) ■ Parks • Storm water ■ Street Maintenance • Traffic • Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays(New Years,Martin Luther King,Memorial,Independence,Labor,Thanksgiving,day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule.Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS&Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure(WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CrrY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City Project No.100261 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. 1. Contractor is required to utilize the City's WBS structure and respective project type template for"Construction"as shown in Section 1.4.H below. Additional activities may be added to Levels 1 -4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution"that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.I below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. F. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start"and"project finish"milestones. The activity duration is based on the physical amount of work to be performed for the stated activity,with a maximum duration of 20 working days. If the work for any one activity exceeds 20 days,break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. G. Change Orders When a Change Order is issued by the City,the impact is incorporated into the previously accepted baseline schedule as an update,to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed,unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. H. City's Work Breakdown Structure CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City Project No. 100261 0032 15-0 CONSTRUCTION PROGRESS SCHEDULE. Page 6 of 10 WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXX.XXX.30.10 Design Contractor Agreement XC.30.20 Conceptual Design(30%) XXXXXX.30.30 Preliminary Design(60%) XXXXXX.30.40 Final Design XXXXXX_30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits-Identification XXXXXX.30.60.20 Permits-Review/Approve XXXXXX.40 ROW&Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX,80 Construction XXXXXX,80.81 Bid and Award XXXXXX.80.83 Construction Execution XX XXXX,80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX 90.10 Construction Contract Close-out XXXX X.90.40 Design Contract Closure 1. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed -Design Engineer 3100 Design Kick-off'Meeting 3120 Submit Conceptual Plans to Utilities,ROW,Traffic,Parks,Storm Water, Water&Sewer 3150 Peer Review Meeting/Design Review meeting(technical) 3160 Conduct Design Public Meeting#1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities,ROW,Traffic, Parks, Storm Water,Water& Sewer 3250 Conduct Design Public Meeting#2(required) 3260 Preliminary Design Complete CITY OF FORT WORTH NSH Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City Project No.100261 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water& Sewer 3330 Conduct Design Public Meeting#3 (if required) 3360 Final Design Complete ROW& Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting#4 Pre-Construction 8350 Construction Start 8351 Construction Start—Alta Vista 8352 Construction Start—Westport 8353 Construction Start—Independence 8354 Construction Start-Victory 8370 Substantial Completion 8371 Substantial Completion-Alta Vista 8372 Substantial Completion—Westport 8373 Substantial Completion—Independence 8374 Substantial Completion-Victory 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.5 SUBMITTALS A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. 1. Schedule Format The Contractor will submit each schedule in two electronic forms,one in native file format(.xer,.xml,.mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes,the schedule information must be submitted in.xls or.xlsx format in compliance with the sample layout(See Specification 00 32 115.1 CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City Project No. 100261 003215-U CONSTRUCTION PROGRESS SCHEDUI.F•. Page R of 10 Construction Project Schedule Baseline Example),including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form(in the file formats noted above), in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice of Award. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format& WBS structure. Following the City's review,feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing(within five workdays)their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule(Progress Schedule)by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete,the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same.The Contractor re-submits the corrected Progress Schedule within S workdays,following the submittal process noted above.The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. a Baseline Start date • Baseline Finish Date • %Complete • Float ■ Activity Logic(dependencies) ■ Critical Path • Activities added or deleted Expected Baseline Finish date • Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report(referred to as a progress narrative)at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: • Reflect the current status of the work for the reporting period(including actual activities started and/or completed during the reporting period) • Explain variances from the baseline on critical path activities CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Wcstport,Independence.and Victory) Revised February 8,2021 City Project No. 100261 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process • Schedules and Monthly Construction Status Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Construction Project Schedule Submittal Process. • Once the project has been completed and Final Acceptance has been issued by the City,no further progress schedules or construction status reports are required from the Contractor. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the Contractor's Project Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the Contractor's scope of work. C. The Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 15.2 Construction Project Schedule Progress Example Spec 00 32 15.3 Construction Project Schedule Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City Project No. 100261 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 Revision Log DATE NAME SUMMARV OF CHANGE July 20,2018 M.Jarrell Initial Issue CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 8,2021 City l"jeet tio. 100261 00 32 15.1-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 1 of SECTION 00 32 15.1 CONSTRUCTION PROJECT SCHEDULE—BASELINE EXAMPLE PART1 - GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a"baseline"schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,lndependence,and Victory) Revised RMY 20,2019 City Project No.100261 DO 32 15.1 -0 CONMUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 2 of 5 —4--- ----------- ........... -&—I Md 0 to o x L, li r I V V V 'N It T IS V V !p 19 5 9 W 'c 51 4R Vv i S z 7� PQ go elf 6 -T CL rF I E, x w- w o R K 0 6 S - ex - It F -P r, 2 a B CL VU 2 N Z -a 1p out I!j I "f V 2 ;,1, 6 g p IR No R LU 9 m 40 CITY OF FORT WORTH NSTI 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,lndqmdcmm and Victory) Revised JULY 20,2019 City Project No. 100261 0032 15A -0 CONSTRUCTION PROGRESS SCHEDULE-BASELINE EXAMPLE Page 10175 4...... 4- 13 LO 8, 12 L 6697M"m L16d T1 I t I I I i I I n ,a t.L t a a.. C eA*,- 0 n0 0 4m 1. m gig 9 0 0 0 a n 0 6 C. c C f? 2 v -9 w 0 2 5z Alk41 "1 A I.; n 1, 4 9 " � Z 'v'w w 0 .1 9 V) 4, I;k 0 n 0 0 0 0 0 P 0 n I Wk 4D 0 —0 !P:0 C T ■ C C C E a 0 R CL v T it f 5m;a C Cw 40 M go 4-1 A u 0 g IL JJ 06 k it > " I C� rz r F, EL J1 5 ai -u Ic 2 ' FRS N A ;z LJ: CITY OF FORT WORTH NS11 30-inch Watc-r Transmission Main Relocations Ski 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised JULY 20,2018 City Project No. 100261 00 32 B.] -0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 4 of 5 v rn ri C e g � 4 m t� w a5 �s C 11 � � W H rr W P P O P P A P Y Y V M H n N N N to 3 4 Y r L) 6- IL L) S Q te • ♦ • w CL p C VVV G •- 0-0at t` i nn r n*i 7 Q I I I CITY OF FORT WORTH NSII 30-Inch Water'Fransmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westpvn,Independence,and Victory) Revised MY 20,2018 C ity Project No. 100261 0032 15.1 -0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAIVE SUMMARY OF CHANGE July 20,20 18 M.Jarrell Initial Issue CITY OF FORT WORTH NSII 30-inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised JULY 20,2018 City Project Na.100261 00 32 151-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 1 of 4 SECTION 00 32 15.2 CONSTRUCTION PROJECT SCHEDULE—PROGRESS EXAMPLE PART ] - GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a"progress"schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STKNDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised JULY 20,2019 City Project ilia. 100261 00 32 151-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 2 of 4 F C%J C4 LE j t ------— CL t 6-9 On 6 6 u U,m 0 9 IN'IRV rig :t 'nab Z V 4 L U adIt 0 t: w A z am IL zi iriA X A C� a can R F IjAA JJq K 3 L0 ts 0 A� 0 AR 0 g J 0 0 4 1 A f g P A f F SO 2 S 14 9 d9 0- 6- IL p n L) it! A Ln 6AV) Pul CL _J CITY OF FORT WORTH NS11 30-Inch Water Transmksicm Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS {Alta Vista,Westport,Independence,and Victory} Revised JULY 20,2018 City Project No. 100261 003215.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 3 of 4 0 CN ........ 0 ......... F- N L m E 0- 1-. u r.V.u za a 0110 00.0 00 0 0 0 0 ono coo 0 0 -0 a 0 4:* ma 14 -4 !D C60 L. W R flIg P 0 CL R qfl; i A 9 A 7; 6 R a I" 'u, 1. ILI a CL iF q R v 14 4 IJ g 4 6 46 vk y s as - L r all 12 ;�I i ri j u 'JR � RPR -�. " -�9 2 0 A'R s 2 kR f ni I CITY OF FORT WORTH NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS {Alta Vista,Westport.Independence,and Victory} Revised JULY 20,2018 C4 Project No.100261 0032 15.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue CITY OF FORT WORTH NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised JULY 20,2018 City Project No. 100261 00 32 15.3-0 —PROGRESS NARRATIVE Page 1 of 1 SECTION 00 32 15.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Company Name: City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. List of activities accomplished in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List of activities to be accomplished in the next reporting period 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) C. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) D. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth,Texas NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 Construction Project Schedule Narrative Report for CFW Projects (Alta Vista,Westport,Independence,and Victory) TPW Official Release Date:7.20.2018 City Project No. 100261 Page 1 of 1 00 32 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 1 of 7 SECTION 00 32 15.4 CONSTRUCTION PROJECT SCHEDULE—SUBMITTAL PROCESS PART1 - GENERAL The following information provides the process steps for the Contractor to follow for submitting a project baseline or progress schedule for a capital project to the City of Fort Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. I£you are not a registered CFW Buxasaw user,please email or contact: Fred Griffin,Buzzsaw Administrator City of Fort Worth FfecLGriffin@fortworthgov.org 817-392-8868 Using your registered username and password log into the City's Buzzsaw Site h s:ll ro'ect int.buzzsaw.cornlclientlfortwarth ov Frmffim a Navigate to your Project Folder. Verify that your Project 1D and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 0070l-Flaxseed Drainage Improvements project is used for illustration. CTTY OF FORT WORTH NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCIUMENTS (Alta Vista,Westport,Independence,and Victory) Revised JULY 20,2018 City Project No. 100261 003215A-0 CONSTRUCTION PROGRESS SCHEDULE—"MrrTAL PROCESS Page 2 of 7 EM L& )tom lack Ho Papa — - titrass. f r�s w')oi.Ha:aeec 0'rwW 1+va r e^ *dole wR,or I sae . J ad fw� sc+earr e�m.a I..d Grft A.31+ +ea 6bl w-.- . J ed itrorr.es t J Cn r*+cd" + J CnrsAwls Car•eaca�r+w • J P.ecM Cw*stt Dooire o arc S, • J Pro)ectDa..gs • .J PLbk P"eto + J RaN PrWtrn �1lwues •lb coos-Lr6w doer,C: tro Ckstu s 0070S-imotm des Cw"Ckow ovm-LWbEn V%g"SE a.rr Berry . `oome uer,Vk"st Ck*W rrr + 00731• %NMM Rd JW4 C1 r�17 + (�00M•DAU Red•lrnt Trn fa ht + XTA-Leta.chrrw • `0p7m ka cfto as'v Sd, + `0078 7•Q~aoed-Airs ti Jk a mto'.er.µyrM fn.utiw� aw tw arr.i m mrdt D%W'WC I*Kwvk rft-t*Kom*dw1t f suer)"_-�1i lfi7 .IMP ...... - Two files will be uploaded for each submittal.A native schedule file format either Primavera .xer or MS Project .mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 54git Project ID,Project Name,and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00 701-F1 ax s eedDrainagelmprovemcnts-B asel i n e Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY_MM' for example: 00701-F l axseedDra i n a ge Improvements-2 009_01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Select DAdd Document CITY OF FORT WORTH NSH 30-Inch Water Transmission Main Rclocations SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised JULY 20,2019 City Project No.100261 0032 15.4-0 CONSTRUCTION PROGRFSS SCHEDULE-SUBMITTAL PROCESS Page 3 of 7 F1�Y �1uS ® Dr.rw,y 1ltutsaw m *61 Fddm - eut 00701-Fkueed Name "W 0 Fpyer , 1 ad Ftr CStyles k.*.* Fred Gft 16,M4 MmNaR W Reww*n + cmn%[zw + �CmMtar� ,�Cantracmr Carr�ordv� • J wrrrr Eamon t]onxeens Wd 5pev . pLhk Meetr� • �R.r�n Selydles Wex.ds udo" �oo7as-ursr+re.<jrac.ncra.�sat ou gas-croon�r_entfaf�sar . ■OO7I6-t,ban rya sE ar.etr f..I,., . o0rx-smowysera Raub Comma u_ t0o7Ss-Mez¢seRRd=4CVrear 1 pea Co&I-Drls Rued-trrrnt Iran b Garb . ` Done-moo.e,rnd • ,ou 7e6.5 nnr UNA s srcrrrxe sdmd p i 1 { AN ,fiealr HI4 Select Browse and go to the location of the files on your desktop. Select o en s< ❑s�doearRr�to add m the trv)ecr aKh�.rare an elro-add m a Lueefwst Re¢ete'[eP�'wi A1ud Lannert! FkhM Pb Lu awn M-f.. s,c w�rav�im Unkin Dares >r h�k"t7or.�enenet �M►get Mrt�ertegtr�] ►q Co moo Murcatw Fkrr W Reorl hvhn k daces ]acw.R njees Dommwft ado ACobat 6 PrAmour d ~'IRardrtgPa.pd} �I.C.,,ovos �CkarTrye rw,q f 4dd In 9ursraw 2L10HCaol Reaxd Edi ors CMD•MIIa VF" $ trrwtd J rJ PW Exam Sn 7.t C^�•: 6-kM Chem ,�Crow Ra=terd z= +�v74 Emil, Dd QAdt Re4ir Gjda.Rdf VVWV VtExPFr* �DskDehegmte P'umegert or a rs. r Free Sustd RaoQder AD-F sokj n Cry Ofr,�.ese supmeco wo fl-o a s—o IrGn�MR im TVus j n FG eo rersm W2 erne W eeooe �ntrtxerrs MyNmhmk Fk rrrrr: s Rs of type: m tfin C.7 • emw The file will appear in the Buzzsaw Add to Project--Select Documents window Select Next CITY OF FORT WORTH NS1I 30-Inch Wuer Transmission Maul Relocations 5H 170,Part 3 STANDARD CONMUCTION SPECIFICATION DOCUMENTS (Alfa Vista,Westport,Independence,and Victory) Revised JULY 20,2019 City Project No. 1002,61 003215.4-0 CONSTRIICTTON PROGRESS SCHEDULE—SUBMrrrA I.PROCESS Page 4 of 7 ❑o not select Finish at this time, t. c c ❑ Sekct 000.rrwn to add m ttv p*W nb Wft..Tau cm ako add m a Caamer t itewtff[opaonal,. Wwkoc AutoCAD e�refs mces wti Altad+Corfexnt Fk Nwle --_. -. Fk 1AGLun _ Modf... Si* _ �00701�ieedDr�vpet _2004}an.�v C:'paarrtatOard... 1(7rL.. 7y,I97 Send 9nai t�1flS�tim r AM to Aoommit R#41std: -Said a Doc+rnerrtAegkebr r Add atutw-es to the upbsded hies in the LOOMd YAWd r Cantra,e Mlttioat addnp&wtx1" <lock we You will be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Log. Enter the Project ID-Project Name-Submittal in the Subject Line. Type Submittal and Company Name into the Comment window along with Contact Name and Contact Phone]number. Select New. PCreates comment tha t beco ne the verton desepdm and first dsamton ttm far An berg added. Tfir sip a op wry i stiect txcu)WMtz 1 F Sid aonn,enrao new �-d—w-u� II f � ,_, soon f t ARtsch[:arrwwent F_ I' J f it � t J send&nai SLAOd. u071714%owed)r4.ngeiryroreme 4s1FrK S.4rmtW from Tonoany name. 1 Fwlei[t Hann =PhWr Update 5duDh Sbrntd from rCwvWq NNW for rcrk Do Fol d up to 3WLWr]L.2009 Cionted Pimm Sid Prprd CrrY OF FORT WORTH NSII 30-Ittch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRI WTION SPECIFICATION DOCUMENTS (Alto Vista,Westport,Independence,and Victory) Revised JULY 20,2018 City Project No. 100261 00 32 15.4-0 CONSTRUCTION PROGRESS SCHEDULE-SUBMITTAL PROCESS Page 5of7 You will be placed into the Send Email Notification window. Select To and the Select Recipients window will appear with a list of Project Contacts. Select the Project Manager as the To Recipient and the Project Controls Group as the Copy Recipient. .a r. T. , a *.nr s... T... s.rn d_. va.. n.-.. wrr... r... T... ea.. �.. R.. YR.. ww-• ... Te...i... �... Ir... Tim... ell--- .... 'MM... Y... �... eq W... ltiq R... ►... 4.. ate. V1... i., +w i• to w�.�.. .. Select the Paste Comment button to copy the Comment into the body of the email Select Finish. CITY OF FORT WORTH NSI2 30-hwl Water Transmission Main Relocations SFI 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Ales Vista,Westport,Independence,and Victory) Revised JULY 20,2018 City Project No. 100261 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page G of 7 Add to Project Send Email Notificatior cc W d er ai m ether arolect ttwrbesn*ufv p them of the rem or wdab!d Am Tw■fp a apbonal Se�r�Dao+m+lz ��ree mMrra� ►,:ach Canna+t �+ -C.OJ 2-J A,J ©snw fr fi Lz ftw Q^1 «caliwetwL �.. fair Teen fire. S&W&k S.drrM*='f.Crr Wy Alanr' conwd Nlan! Concoct Ph" indelp S&edie S-butW*w Txwp"Iio ke for matt performed up to 3erusy 31,M9 Ma Nam tart Ph" The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. flye � �.• zoo tab &WNW • F� c O ra►rw sd w Fe abw r m.e snth ss.a. H.-+ems dbe w.. t vt tlsw a i n sa p wabren �4 tru me P" LMaw t o I. cw4b,~ •,�Ganbecdr r•�Gewr[enb cr rer..�+e.a w+e sP.a + J 09"d Dr� Cl Q"i9 OWN _,•�7 se■dLr, m1aLf9�sudfke/vpe5.peyeie �sc,e►.r�+� 0 mAs-Let—� L.er-r,e r rCk skt oom,-~wo..rrtr urR$Melt • M?% V O99N MR}ia 00YU- ftWIN 04"4C7P TM 1 On p67M•ty41 rMr•Yeb+t LH+m o-ba •`0a77e•Law.Olbm/ � t A e > Hll Upload the PDF file using the same guideline. END OF SECTION CITY OF FORT WORTH NS11 30-Inch Water Transmiasicm Main HtlocaRons SI1 170,Put 3 STANDARD CONSTPUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised JULY 20,2018 City Project No. 100261 0032 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMrTTAL PROCESS Pa$c 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue CITY OF FORT WORTH NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS [Alta Vista.Westport,Independence,and Victory] Revised JULY 20,2018 City Project No. 100261 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page I of I SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder,offeror,or respondent to a City of Fort Worth procurement is required to complete a Conflict of interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council,any one or more of the City Manager or Assistant City Managers,or an agent of the City who exercises discretion in the planning,recommending, selecting or contracting with a bidder,offeror or respondent is affiliated with your company,then a Local Government Officer Conflicts Disclosure Statement(CIS)may be required. The referenced forms may be downloaded from the links provided below. https-//www.ethics.state.tx.us/data/forrns/conflict/CIO.pdf https.//wm-w.ethics.state.tx.us/data/forms/co-oflict/CIS,pdf 0 CIQ Form is on file with City Secretary Q CIQ Form is being provided to the City Secretary 0 CIS Form does not apply [] CIS Form is on File with City Secretary X� CIS Form is being provided to the City Secretary BIDDER: Mountain Cascade of Ted LLC, By: Andrew L.McCulloch Company (Pleas Prin 11729 E.FM 917 Signature: Address Alvarado,TX 76009 Title'. Vice President City/State/Zip (Please Print) END OF SECTION C"OF FORT WORTH NS11 Water Transmission Main Relocations S11 170.Part 3 STANDAKDCONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised August 21,2012 City Project No. 100261 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Govemmenl Code, by a vendor who Dale Received has a business relationship as defined by Secticn 176.001(1-a) with a local governmental entity and the vendor moets requirements under Section 176.0061a). 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`acts that require the statement to be liled. See Section 176.006(a-1),Local Government Code. A vendor commits an offense if the vendor kncwirgly violates Section 176.006, Local Governmeni Code.An offense under this section is a misdemeanor. Name of vendor who has a business relationship with local governmental entity. N/A z ❑ 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 net 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 officerabout whom the Information is being disclosed. NIA Name of Cf ficer 41 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 8 for each employment or business relationship described. Attach additional pages to this Form 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, Tram the vendor? F1Yes MNo 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 Fx I No 5 Describe each employment or business relationship that the vendor named in Section 1 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. NIA s ElCheck this box if the vendor has given the local goverrment officer or a family member of the officer one or more gifts as described in Section 176.003(a){2)l(13), excluding gifts described in Section 176.003(a-1). 7 418Jz021 Signature of ve doing t:usiness with the governmental entity Date Form provided by Texas Ethics Commission www.eIhics.state.Ix.us Revised 1/1/2021 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176-htm, For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1—a): "Business relationship"means a connection between two or more parties based on commercial activity cf one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2){A and B : (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relalionshipwith the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12 month period preceding the date the officer becomes aware that' (i) a contract between the local governmental entity and vendor has been executed;or (i) the local governmental entity is considering entering into a contract with the vendor. Local Government Code$176.006(a)and 0-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176A03(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form proAded by Texas Ethics Commission www.ethies.stale.tx.us Revised 111/2021 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: Northside II Water Transmission Main Relocation SH 170, Part 3 (Alta Vista Road, Westport Parkway, Independence Parkway, and Victory) City Project No.: 100261 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 February 4,2021 004• oa BID FORM Page 2 M 3 3. Prequalifcatlon The Bidder acknowledges that the following work types must be performed only by prequalifled contractors and subcontractors: a. Auger Boring -Greater than 24-Inch Diameter Casing and Greater In, Tunneling-36-Inches-60-Inches, and Greater than 350 LF c. Water Transmission UrbanlRenewal, 30-Inches and Smaller d. Cathodic Protection e. CCTV-42-Inches and Smaller f. Concrete Pavement Constructior/Reconstruction[Less than 15,000 square yards] 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 250 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Statement, Section 00 35 13 'If necessary, Ci❑ 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 5.1. Bidder wilt 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. C[TYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised Febriary 4,2021 004100 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on April 8, 2021 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial follcwin Addenda: Addendum No. I: {Signatura) Addendum No. 2: Addendum No. 3 Andrew L. McCulloch jAddendum No.4: (Printed Name) Title: Vice President Company; Mountain Cascade of Texas,LLC Corporate Seal: Address: 11729 E. FM 917 Alvarado,TX 76009 State of Incorporation: Texas Email: ]asonwPrnountaincascade.com Phone: 817-783-3094 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPCCIFICATION DOCUMENTS Form Revised Fetvuary4.2021 11 11, nlnra F•.,I SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application project ticln tufarntetion Bidders PrapoW Didlist liern specification Unit of BidL1u ncscrip[iwt iI Pli�e Bid Value Np. ScYlion No. pleasure Quantity t 30'DIP Restrained Joint Water Canter Pipe{Pressure 33 05 24 LF 591 $300.00 $177,300.00 Class 150 Installed In Casing 2 30'DIP Restrained Joint Waier Pipe(Pressure Class 1SO) 33 11 00 tF 121 $475.00 $57,476.00 Installed in Trench with Accaptable Backfi I 3 24"DIP Res tralned Joint Water Carrier Pipe(Pressure 330524 LF 745 $225.00 $167,625.00 Class 200)installed In Casing 4 24"DIP Restrained Joint Water Pipe(Pressure Class 33 11 00 LF 745 $280.00 S208,600.00 200)Installed In Trench with Acceptable Badcflll 5 16"DIP Restrained Joint Water Carrier Pipe(Pressure 330524 LF 491 $155.00 $76,105.00 Class 250)Installed In Casing 6 16"DIP Restrained Joint Water Pipe(Pressure Class 250) 331100 LF 106 $315.D0 $33,390.00 Installed In Trench with Acce table 112 11'O 7 to Casing w Minimum a nessBy 330,522 LF 475 5980.00 $465,500.00 Other Than Open Cut Note:Bidder shall select an one❑ Ion a nr h Material option shall be consistent lhr hoot pr af- ee as rig w n mum a c mesa o - 330.522 LF 73R $1,330.00 $973.560.00 By Other Than Open Cut 42"Tunnel Liner Plate wl MlnlmUm Wall Thickness o Bb 0.1345'By Other Than Open Cut 1 33 05 21 LF 732 Note:Bidder shall select only one o plion a or b.Material q Alon shall be c-onslslent throug hour Mosall. 9a 54"Steel Casing wl Minimum Wall Thickness of 33 05 22 LF 563 $1.600.DO $,W,A()O rrl 0.6875"By Other Then Open Cut 54''Tunnel Liner Plate wl Minimum Wall Thickness of 9b 0.1345"By Other Than Open Cut 33 05 21 LF 563 10 Ductile Iron Water Fittings wl Restraint 3311 11 Tons 14.0 $3,300,00 $46.200.00 11 Connection to Existing 12'Water Ma In 33 12 25 EA 1 $9,000.00 $9,000.00 12 Connection to Exisling 16'Water Main 331225 EA 3 $30.000.00 $90.000.00 13 Connection to Existing 24'Wstar Main 33 i2 25 EA 1 $11,000.DO $11,000.00 14 Connection to Existing 30'Water Main 331225 EA 2 $42,000.00 $84,000.00 15 Cathodic Protection System Design for Ductile Iron Pipe 3304 12 JEA 1 315,000.00 $15,000,00 16 Cathodic Protection System Installation 3304 12t $75.000.00 $75.000,00 17 16'Gate Valye wl Vault 331221 1 $27,000.00 327,000.00 18 24"Gate Valve wl Vault 33 12 21 FA 2 $45,000.00 $90fiX 0 19 30'Butterfly Valve wl Vault 33 12 21 EA 2 $70,0D0.00 SWAW.00 20 24'x15'Tapping Saddle with Gate Vahie 331225 EA 1 $45,ODD.00 $45,000.00 21 Tunnel Blow off Valve 12"Combination Air Vafye 331230 EA 1 $25.000.00 S25,000.00 Assembly 22 Tunnel 8'0law off Valve 13'Combination Air Valve 33 12 30 EA 2 $35,000,00 $70,000.00 Assem 23 Tunnel Blow off Valve 14"Combination Alr Valve 33 12 30 EA 2 $37,000.00 $74,00D.00 Assembl 24 2'Combination Air Valve Assembly 331230 EA 1 $13,000.00 $13,000.00 25 8"Blow Off Valve wl Vault 331260 EA 1 $25,000.00 $25.000.00 26 Abandonment of 16'Water Line by Cut and Installation of 0241 14 EA 8 $5,000.00 $40,000.00 Abandonment Mu Cnv or FORT WORT]I 5TANDIR000W:TRLK"n(w 9 PECIF IC ATION txhR.'atEFrts F—R n•iiim 20 1 M 1 M a 42 4t R r0 PRO".a r. r'Jje A of 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item klfomulion Biddcfr Proposal Hidiist llem Srccification Unit of Aid Ll❑cKnYiipn nil Pr[r Bid Valuc No. Section Na. Measure Quar.[iry 27 Abandonment of 30"Water Line by Cut and Installation of 0241 14 EA 4 $8,000.00 $32,000.00 Abandonment Plug 28 Water Line Abandonment by Grouting 0241 14 CY 143 $175.00 S25,025.00 29 16"Gate Valve Removal and Salvage 0241 14 EA 1 $11600.00 $1,500.00 30 30'Gate Valve Removal and Salvage 0241 14 EA 1 $2,200.00 $2,200.00 31 Construction Staking 01 71 23 LS 1 $10.000.00 $10,000.00 32 Construction Survey(As-built red Inc survey) 01 71 23 LS 1 $2,000.00 $2,000.00 33 Litany Markers 33 05 26 LS 1 $1.800.00 $1,800.00 34 Exploratory Excavation of Existing Utittles; 33 05 30 EA 17 $1,500.00 S25,500.00 35 Trench Safety 33 05 10 LF 972 $1.00 $972.00 35 Post-CCTV Inspecdon 33 01 31 LF 763 $10.00 $7.630.00 37 Storm Water Polutdon Prevention Plan t 1 acre 31 25 00 LS 1 $21,000.00 $21,000.00 36 Seeding,HydromtkA 329213 SY 2300 $1.00 $21300.00 39 Block Sod Placerneni 32 92 13 SY 2050 $5.00 $10,250.00 40 16`(Pressure pass 250)Vertical Ductile Iran Pipe 33 11 10 LF 27 $2,400.00 $64,800,00 41 24"(Pressure Class 200)Vert k al Ductile Iron Pipe 3311 10 LF 46 $4.000.00 $184.000.00 42 30"(Pressures Class 160)Vertical Ductile iron Pipe 3311 10 LF 51 $4200.00 $214,200.00 43 Concrete Cap 33 05 10 CY 3,0 $3,300.00 $9,900.00 44 Manhole-Major Adjustment 33 05 14 EA 1 $8,900.D0 $8.900.00 45 Installation of Traffic Control Devices 34 71 13 Month 1 $40.0D0.00 $40,A00.00 46 Portable Message Signs 3471 13 Weeks 4 $600.00 $2,400,00 47 Concrete Paving Repair 3201 29 SY 85 $300.00 $25,500.00 48 Ground Water Control 33 05 10 L5 1 $7.000.00 $7.000.00 ConisTru[tion ContwWncy All owanoe to Cover Costs of -- 49 Improvements not Previously Itemized.All work to be 00 73 00 LS 1 $150.000,00 $150,000.00 completed under lids item must be pre-approved by the Owner via an allo%r, nce form.. 8Ld Summary Northildr II►►'a I e k Trkn trill ssloa Nta In Relocation SH 170.Pan 3[Alta Viva,Weir ary I n dependence.said►Teter Tara1 Bid $4,788,432.00 END OF SECTION CITY OF FORT WORTH 5TAN'D--UIO CONSTRUCTION SPECIFICATR Y.Y DCKVhJLN 15 F—Re w420I2r)tW 0043 1] BIB BOND Page f of? SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Mountain Cascade of Texas,LLC known as 'Bidder"herein and Liberty Mutual Insurance Company a corporate surety duly authorized to do business in the Stale of Texas,known as"Surely'herein,are held and firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of Texas,known as"City"herein.in the penal sum offive percent(5%)of Bidder's maximum bid price.in lawful money of the United Slates.to be paid in Fort Worth, Tarrant County,Texas for the payment of which sum well and truly 10 be made,we bind ourselves, our heirs,executors, administrators, successors and assigns,jointly and severally,firmly by these presents, WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Northside II Water Transmission Main Relocation 5H 170,Part 3(Alta Vista Road,Westport Parkway, Independence Parkway,and Victory),City Project No. 100261 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same. then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City. without recourse of the Principal and/or Surely, not to exceed the penally hereof, and shall be used to compensate City for (lie difference between Principal's total bid amount and ltle next selected bidder's total bid amounl, PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County, Texas or the United Slates District Court for the Northern district of Texas, Fort Worth Division, IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duty authorized agents and officers on this the 1 1 th day of March 2021. PRINCIPAL: Mountain Cascade of Texas, LLC BY: Sign e ATTESTS p o [r WilneS5 as 10 Principal Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPFC:IF ICATION 00CUMFNTS Ferin Revised 20171109 0043 13 AID ROOD Pngv 7 of 7 Address: 11729 East FM 917 Alvarado, TX 76009 SURETY Liberty Mutual Insurance Company BY- t�kQND&A20i Signature Hillary D, Shepard,Atlorney-in-Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 Witne s as o Surety me A. BrItiorney-in-Facl Telephone Number [617]357-9500 Attach ower of Attorney tSurely)for 'N a If signed by an officer of The Surely Company,there must be on file a certified extract from The by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must he provided The date of the bond shall not be prior to the date the Contract is awarded. END OF SEA-HON CITY Of FORT WORTH STANDARD CONSTAUCTION SPECIFICATION UOCUMCNTS Form Revised 20171109 ALL-PURPOSE ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or vaIldity of that document. STATE OF Arizona }SS COUNTY OF Markopa J} On March 11,2021 before me, Sarah Bracy µ , Notary Public, personally appeared Hillary D.Shepard who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within instrument and acknowledged to me that heJshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the persons), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Arizona that the foregoing paragraph is true and correct. WITNESS my hand and official seal. &4xm BRACy Nowt'Pi to-8U1110 d ft" Zrm= Xj Signature � This area for official notarial seal. OPTIONAL SECTION - NOT PART OF NOTARY ACKNOWLEDGEMENT CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below,doing so may prove invaluable to persons relying on the documents. ❑ INDIVIDUAL 0 CORPORATE OFFICER(S) TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑x ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIANJCONSERVATOR 0 OTHER SIGNER IS REPRESENTING: Liberty Mutual Insurance Company Name of Person or Entity T�^ Name of Person or Entity OPTIONAL SECTION - NOT PART OF NOTARY ACKNOWLEDGEMENT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED BELOW TITLE OR TYPE OF DOCUMENT: NUMBER OF PAGES DATE OF DOCUMENT SIGNERS) OTHER THAN NAMED ABOVE __� Reproduced by First American Title Cwnpany 11/7007 This Power of Attorney IimHs the acts of those named herein,and they have no authority to bind the Company except in the manner and Io the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual• The Ohre Casualty Insurance Company Certificate No:82029"-024127 mer West Aican nsurance 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 Me Insurance Company is a corporation duly organized under the laws of the Slate of Massachuseits.and West American Insurance Company Is a corporaliori duly organized under the fawn of the State of Indiana(herein oeledrvely called the'Companies*).pursuant to and by authority herein set forth,does hereby name,constitule and appoint, faunas A. Bracy;Sarah IIrauy;Terry Cru1l,David G.]cnscn,E fit luy D.5lhcpard,Kristin[).Thurber all of the city of scoltulale stale of A7. each fndividualy it there be more than one named,its true and lawM attomeyln-face 10 make, execute,seat,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings.bonds,recognimnces and other surety oblige I ion s,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 WTNESS WHEREOF,Ihis Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been a'fiixed thereto this Ibth day of January 2020 Liberty Motu at InsuranceCompany Vt. P%:LY INA& tN s URA The Ohc Casualty Insura ice Company ha ` eon{rR hc, yv coeroq�f� .VP c�►eflk*r yn West ArrWican Insurance Company 1912 cC, 1919 na 1991 o fir N Y y 4! =S • p a. �'i d,+��Acwu+��bvare+<Ffi h rkorAis� be r ►� t=a David M.Carey,Assistant Secretary `—M State of PENNSYLVANIA County of MONTGOMERY o On this 1601 day of January , 2020 before me personally appeared David M.Carey,who acknowledged himself to be the Ass IstonI Secretary of Liberty Mutual Insurance L M 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 �� 2 therein contained by signing on behalf of the corporallors by himself as a dully authorized officer. NM � IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed rrry notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. Q rc _O COMMONWEALTH of PE N N S YLVANIA ASWIa t ah$elf Tresa /. L+ 02 e T-p.. wo my c ff/J My Cnmmssbn F.pras March 7e.2021 erem Pastella,Notary Public 1104 Ql N ve-ev.Pennsxwa ua Assonato N Nolar.es Q r/7 d73 This Power of Attorney is rnOdle and executed pursuant to and by awhonly of the lollo+nrg By4aws and Aulho zaWns of The(3No Casualty Insurance l ompany,Liberty NI ulual Insurance IM O•� Company,and West American In Company which resolutions are now in full force and 0act reading as follows: o ARTICLE IV—OFFICERS:Section 12.Power of Attomey. Any officer or other olflcial of the Corporation authorized for Ihat purpose in wrifi g by the Chairman or the President,and subject to suds limitation as the Chairman or the President U may prescribe,shall appoint such attomeys-In•fact,as may be necessary to ad in behalf of the Corporation to make,execute,seal,aduhowledge and deliver as suety any and all Ztp j undertakings,bonds,recagnizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full p power to bind the Corporation by their signature and execution of arty such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shwa Z 0 be as binding as it signed by the President and attested to by the 5ecrelary.Any power or authority granted to any representative or atlomay-in-fact wrier the provisions of this article may be revoked at any time by the Board,the Chairman,the Presldenl or by the officer or officers granting such power or aullionty. r ARTICLE XIII—Execution of Cantracts<:Section 5.Surety Bonds and Undertakings. p� Any officer of the Company authorized for that purpose in wring by the chairman or the president,and subject 10 such limitations as the chairman or the president may prescribe, r shall aapoint such adomeys�n-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, fronds.reeognizanaes and other surety obligations.Such atlomeysAn•fact subject to the llmrtations 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 shag be as binding as if signed by the president and attested by the secretary. Cori ificato of Designation—The President of the Co raperry,acting pursuant 10 the Bylaws of the Compary,auf iorizes David M.Carey,Assistant Secretary to appoint such attorreys•irr fact as may be necessary to act on behalf of the Company to make,axwAde,seal,acknowledge and deliver as surety any and at undertakings,bonds,recogn izan ces and other surety obligalions. Authorization—Ey unanimous coresent of the Companies Board of Oirectors,the Company consents Mat facsimile or mechanically reproduced signature of any assistant secretary al the Company,wherever appeasing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shalt be valid and binding upon thhe Company wlth the same force and effed as trough menuaiy affixed. I,Renee C.Ueweltyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Issuance Company,and Wesl Ar itAran Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full,true and correct copy of the Power of Atto may executed by said Companies.is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have he set my hand and affixed the seals of said Companies this 111h day of March 2021 ►NSUp_ t'l INS& INSUR 114 .y'pRrory�'Y J�oaroly f'Qy P pro 4,y w+tea orb r+ 1912 r, 0 1919 h 1991 0 By: "A"P'K�3n rs3�°*" db Rep oe C_Llewellyn,Assistant Secretary LhAS-12673 LRtiC OCIC WAIL klutb Co 12r19 Figure: 28 TAC §1.601(a)(3) 1 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacibn o para someter una queja: 2 You may contact Home Office Surety at Usted puede contactar a servicio de la 1-510-832-8240 oficina principal de Surety at: 1-610-832-8240 3 You may call (company)'s toll-free telephone Usted puede Ilamar at n6mero de telefono number for information or to make a complaint gratis de (company)'s para informacion❑ at: para someter una queja al: (800) 472-5357 Surety Option #7 (800)472-5357 Surety Opci6n ❑e#7 4 You -nay also write to Liberty Mutual Surety Usted tambifn puede escribir a Liberty at: Mutual Surety 175 Berkeley Street 175 Berkeley Street Boston, MA 02116 Boston, MA 02116 5 You may contact the Texas Department of Puede comunicarse con el Departmento de Insurance to obtain information on companies, Seguros de Texas para obtener informacibn coverages, rights or complaints at: acerca de comparVas, coberturas, derechos o quejas al (800) 252-3439 (000) 252-3439 6 You may write the Texas Department of Puede escribir al Departamento de Seguros Insurance: de Texas: P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax: (512)475-1771 Fax: (512) 475-1771 Web: http:11www.tdi.state.Ix.us Web: htlpJ/www.tdi_state_tx.us E-mail:ConsumerProtection@tdi.state.tx.us E-mail:ConsumerProtection@tdi.state.lx.us 7 PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your Si tiene una.disputa concerniente a su prima o a premium or about a claim you should contact un reclamo, debe comunicarse con el (agente)(la the(agent)(company) (agent or the company) compania) (agente o la compania)primero. & no first. If the dispute is not resolved, you may se resuelve la disputa, puede entonces contact the Texas Department of Insurance. comunicarse con el departamento(TDI). 8 ATTACH THIS NOTICE TO YOUR POLICY: U N A EST AVIS0 A SU POLIZA: This notice is for information only and does not Este aviso become a part or condition of the attached document. 5-612.81LM 7107 xor' 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 tc be awarded a contract as tow 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 Tiled 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. El BIDDER: Mountain Cascade of Texas, LLC Bv: Andrew L. McCulloch 11729 E. FM 917 1 Alvarado,TX 76009 (Signature) Title: Vice President Date: 4/8/2021 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION OOCU&CNTS Form Revised 20110627 004511-1 BIDDERS PREQUALIFICATIONS Page I of 3 SECTION 00 4511 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s)listed with their Bid.Any contractor or subcontractor who is not prequalified for the work type{s) listed must submit Section 40 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor.The information must be submitted seven(7)days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application,the following must accompany the submission. a, A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents(Corporate Charter,Articles of incorporation,Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.usltaxpermirl and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun &Bradstreet. This number is used by the City for required reporting on Federal Aid projects.The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. xtnancial Statements. Financial statement submission must be prodded in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CrrY OF FORT WORTH NSII Water Tram missium Wain Relocations S11 170.Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independestce,and Victory) Revised July 1,2011 City Project No. 100261 004511 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory,the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual,corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not,in fact,independent, (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or(2)express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital=current assets—current liabilities)by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (14) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalificarion Application. A Bidder Prequal ification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report,the notation of "None"or"NIA"should be inserted. (2) A minimum of five(5)references of related work must be provided, (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification, The schedule must include the manufacturer,model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Rid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject,suspend,or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH NSII water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independcnce,and Victory) Re%ised July 1,2011 City Project No. 100261 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 004512-1 PREQUAWFICATION STATEMENT Page 1 of I SECTION 00 45 12 PREQUALIFTCATION 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 Prequalification CornpanX Name Expiration Date Auger Boring—Greater than 24-inch Diameter Casing LP Sundance Construction 4/30/2021 and Greater Tunneling—36-Inches—60- Inches,and Greater than LP Sundance Construction 4130J2021 350 LF Water Transmission, Urban/Renewal, 30-Inches )Mountain Cascade of Texas,LLC 1/31/2022 and Smaller Cathodic Protection Mountain Cascade of Texas, LLC 1/31/2022 CCTV—42-Inches and Ace Pipe Cleaning 2/28/2022 Smaller Concrete Pavement Construction/Reconstruction Reyes Group 4/1/2022 (Less than 15,000 square yards) 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: Andrew L.McCulloch Company (Please Print) 11729 E. FM 917 _ Signature: Address Jyarado.TX 76009 _ _ Title: Vice President City/State/Zip (Please Print) Date; 4/8/2021 END OF SECTION CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independeace,end Victory) Revised July 1,20T I City Project No.100261 FORTWORTH 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" 0045 13 BIDDER PREQUAI.IFICATTON APPLICA-F[ON 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 lcft blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR ❑ Does not meet the criteria for being designated a small business as provided in Section 2006,001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches-- 60—inches, and 350 LF or less Tunneling- 36-Inches—60—inches,and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling—66"and greater,350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal,8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development, 24-inches and smaller Water Transmission, Urban/Renewal,24-inches and smaller Water Transmission,Development, 42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission, Development, All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches--36-inches Sewer Bypass Plumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inchcs 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 NSII 30-Inch Rater Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista.Westport,Independence,and Victory) Revised March 9,2020 City Project No.100261 0045 13 BIDDER PREQUALJFICATION APPLICATION Pagc 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 Sixes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH NSH 3"nch Water Transmission Main Relocations SI1 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Wcoort,Independence,and Victory) Revised March 9,2020 City Project No.100251 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Project No. 100261 0045 13 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 NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Project No.100261 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. 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 NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Project No. 100261 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET 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 NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Project No. 100261 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH NSI130-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Project No. 100261 00 45 26.1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.0%(a),as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No, 100261 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: hl w/jorit&AM--e 0, By: Company (Please Print Signature: - Address 67 �+LY�li & , �T T��! Title: �l - CitylStatel'Lip (Please Print) THE STATE OF TEXAS § COUNTY OF TARR-ANT § BEFORf ME,the undersigned authority,on this day personally appeared �Q r_YS W\r vi lto6 - ,known to me to be the person whose name is subscribed to the foregoing in trument,ind a owledg ed to me that he/she executed the same as the act and deed of qtt i (cp--;a { p I for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this l'�`t day of 201�.( Not lie 1n and or the State of Texas WANDA SITE JARRELL END OF SECTION �'�- `t Notary Public,State of Texas 'a: '�: Comm.Expires 06.29.2024 Notary ID 11952407 CITY OF FORT WORTH NSII Water Transmission Main Relocations Sri 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No.100261 00 45 40- 1 Ausiness Equity Ordinance Specifications Page 1 of 2 SECTION 00 45 40 11-111P0ItARY REVIS10N [CON'ID-14] Business Equity Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than$100,000, then a Business Equity goal is applicable. A Business Equity Firms refers to certified Minority-,and/or Women-,owned Business Enterprises (M/WBE). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Finns when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Equity Ordinance No.24534-1 1-2020 apply to this bid. MBE PROJECT GOALS The City's M/WBF. goal on this project is 19% of the total bid value of the contract (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts $100,000 or more where a Business Equity Goal is applied, offerors are required to comply with the intent of the City's Business Equity Ordinance by meeting or exceeding the above stated goal through one of the following methods: 1. Business Equity subcontracting participation, or; 2. Commercial useful function services performed by the Business Equity Prime to count towards the goal, or; 3. Combination of Business Equity Prime services and Business Equity subcontracting participation, or; 4. Business Equity Joint Venture participation, or; 5. Good Faith Effort documentation,or; 6. Prime Waiver documentation. SUBMITTAL OF REOUIRED DOCUMENTATION The Utilization flan shall be due at the time specified in the solicitation. The applicable documents must be received by the Purchasing Di%ision, within the time allocated, in order for the entire bid to be considered responsive to the specifications. The offerer shall EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or Department Designee. Documents are to be received no later than 2.00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date.A faxed copy will not be accented. The Offeror must submit one of the following documentation: 1. Utilization Form, if the goal is met or exceeded, 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal,or no Business Equity participation is accomplished, 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all subcontracting/supplier opportunities, 4. Joint Venture Form,if goal is met or excccded with a Joint Venture. These forms can be found on-line at: Business Equity Utilization Form Jtps://al2ps.fomvorthtexac. o�lectResources/ResourcesP/60%20- °/a20M WBETIE W°/`2OBuo.i ness%2 0 Egu i tv_%20()rd i nance!Bus iness°/`2OEquitv%20 Util ization°/o2OForm. Pf CITY OF FORT WORTH NS11 Water Transmission Main Rck"iom SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Indepmdernce,and Victory) Revised June 9,2015 City Project Na 100261 004540-2 Susineco;Equity Ordinance Specificazions Page 2 of 2 Business Equity Prime Contractor Waiver Form h tt2s://apg s_fortwort hte K as.gnu/Pro j ec tResources/Resourc eSP/60yg20- %20M W BETIEW%2OBu�iness%2OEquity%2OOrdinanceBusiness%2DEquity%2OPrime%2OContractur %20Waiver.pd Business Equity Good Faith Effort Form htt2s://asps.forrwarthtex w.gnylWicc tR e�ources/RCSpurcesP/60°/n2O- %20 M W B E/N E W%2OBusiness%2OEqu i ty%200rdi nanceBusiness%2OEquity%2OGood%2O Fai th%2OEf fort%20Form.pdf Business Equity Joint Venture Form https://apps.fortworthte x as.gov[P ro j ectResourc es/Res o u rc e s P/60"/020- %20MWBTJNEW%2OBusiness%20Eauity"/o2OGrdinance/Business°/o2OEquity%2OJoi nt%2OVenture.2df FAILURE TO COMPLY WITH THE CITY'S BUSINESS EQUITY ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTTY DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any Questions,Please Contact The Business Equity Division at(817)392-2674. END OF SECTION CITY OF FORT WORTH NSII Water Transmissiou Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista Westport,Independence,and Victory) Revised June 9.2015 City Project No.100261 00 52 43-1 Agreement Page 1 of 7 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 08/03/21, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Mountain Cascade of Texas, LLC, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2.PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Northside II Water Transmission Main Relocation SH 170,Part 3 City Proiect No. 100261 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Four Million, Seven Hundred Eighty-Eight Thousand,Four Hundred Thirty-Two Dollars ($4,788,432.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Substantial Completion and Final Acceptance. The Work shall be substantially complete within 225 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. Contractor shall achieve Final Acceptance of the Work, including all punch list items, within 250 days from the date of Substantial Completion. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s)specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Northside II Water Transmission Main Relocation SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised 6/2021 00 52 43-2 Agreement Page 2 of 7 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6.INDEMNIFICATION CITY OF FORT WORTH Northside II Water Transmission Main Relocation SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised 6/2021 005243-3 Agreement Page 3 of 7 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city,its officers,servants and employees,from and against any and all loss,damage or destruction of property of the city,arising out of,or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act,omission or negligence of the city. Article 7.MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Northside It Water Transmission Main Relocation SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised 6/2021 00 52 43-4 Agreement Page 4 of 7 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and(2)will not boycott Israel during the term of the contract. The terms "boycott Israel"and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor. (1) does not boycott Israel; and(2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code-(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. CITY OF FORT WORTH Northside II Water Transmission Main Relocation SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised 6/2021 005243-5 Agreement Page 5 of 7 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. CITY OF FORT WORTH Northside II Water Transmission Main Relocation SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised 6/2021 00 52 43-6 Agreement Page 6 of 7 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH Northside II Water Transmission Main Relocation SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised 6/2021 005243-7 Agreement Page 7 of? IN WITNFSS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager {"Effective Date"). Contractor: Mountain Cascade of Texas,LLC City of Fort Worth BY: By: Dr�nA SuraHdo{f o,n.rw�i,inn>s�i cor; Signa Dana Burghdoff A/gw ,r Assistant City Manager (Printed Name) (� Sep 3,2021 Date Title F�14T� Address % ld P.Gonzales,Acting 1 S D 11729 East FM 917 " U � z City/statelzip (Seal) # Alvarado T l 76009 ' wa Date Date: 08/03/21 Form 1295 No.:2021-762544 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. /--/C zt- Scott Ts tor,P. Project Manager Approved as to Form and Legality: Douglas W.Black Sr.Assistant City Attorney APPROVAL RECOMMENDED: Chris Harder, P.E.,Director Water Department OFFICIAL RECORD CITY OF FORT WORTH Non hside II Waler Tranam43i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS + � Sl Revised&2021 j FT. WORTH,TX Issued In duplicate 006113.1 PERFOILMANCE nOND Page I of 7 Bond No. 070214346 SECTION 00 6113 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALI.BY THESE PRESENTS: COUNTY OF TARRANT § That we, Mounter Cascade of Texas,Li_C known as "Principal"herein and. Liberty Mutual Insurance Company ,a corporate surety(sureties,if more than one)duty authorized to do business in the State of Texas, known as "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of Texas,known as"City"herein, in the penal sum of. Four mdo serer rarmin d eaotay4ght fiquWrd four hurdrad y 4wd and oon 00 Dollars ($ 4.788,432,00_ ),lawful money of the United States,to be paid in Fort Worth, Tarrant County,Texas for the payment of which sum well and truly to be made,we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has entered into a certain written contract with the City awarded the 3rd day of August ,2021 ,which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Northside 11 Water Transmission Main Relocations Sll 170,Part 3 (Alta Vista Road, Westport Parkway, Independence Parkway,and Victory),City Project No. 100261. NOW,THEREFORE,the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders,under the Contract,according to the plans, specifications,and contract documents therein referred to,and as well during any period of extension of the Contract that may be granted on the part of the City,then this obligation shall be and become null and void,otherwise to remain in full force and effect. PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall Iic in Tan,ant County,Texas or the United States District Court for the Northern District.of Texas, Fort Worth Division. CM OF FORT WORTH NS11 Water Transmission Main Relocations SH 170,Pan 3 STANDARD]CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Visit,Westport,lndepeodente,and Victory) Revised July 1,2011 City Project No. 100261 006113.2 PERFORMANCE BOND Page 2 or 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended,and all liabilities on this bond shall be determined in accordance with the provisions of said statue, IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13th day of August ,20 211 PRINCIPAL: Mountain Cascade of Texas, LLC S' a[ilre ATTEST: 0'{tincipai]Secretary Name and-Title Address: 11729 East FM 917 Alvarado, TX 76009 tness o Pp SURETY: �berty Mutual Insurance omiany BY: SigrTature _-_ Alexis Apostolidis Attome -in-F@cL Name and Tidc Address: 175 Berkeley Street Boston, MA 02116 Witness as to Surery Chri an R rydxy Telephone Number; (617)357-9500 *Note: If signed by an officer of the Surety Company, there must be on fife a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Pert 3 STANDARD CONSTRUCTION SPECIFICATION DOCUN.ENPS (Ali&Vista,Wes(port,Independerim and Vierory) Revised July 1,2011 City Project No.100261 This Power of Attorney Iimits the acts of those named herein,and they have nv authozey iv bind the Company except in the manner and to the extent herein stated. L��ibertyl Liberty Mutual Insurance Company Mutual The Ohio Casualty Insurance Company Cert"cate No: 8206027466949 -SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS-Thai The Oh:o Casualty insurance Company is a corpo ation duly organized urder the laws of the State of New Hampshire,that Liberty Mutual insurance Company is a corporatior duly organized under the laws of the State of Massachusetts,and West American Insurarce Company Is a corporation duly organized under the laws of f m State of Indiana(herein collecively railed the'Companies'),pursuant to and by auffloriy herein set forth•does hereby name,constitute and appoint, Aimee R Pcrondine-Alexis Apostohdis;Bethany Stevenson;Brendan Fletcher;$ryan M-Caneschi;Cassandra Bacz,13ionna M Planets;Eric Strba;Jacqueline Susco,Jw= Wright',Joshua Sanford;Kathryn Pryor:Michelle Anne McMahon;14tchnlas Turecam -,Phillip Knower,Rebecca M.Stevenson;TanynNguyen all W the city of Hanford stale of C'r each individualy if there be more than fine named,its true a hd lawful attomeyin-fact tc make, execute,Seal,acknowledge and deliver.for and on its behalf as surety and as its act and deed,arty and all undertakings,bonds,mcognizances and other surely obligations,in pursuance of these presents and shall be as binding upon the Companes as if they have been duly signed by the president and ansted by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power o'Attorney has bean subsaibet;by an authorized officer or official of the Companies and the corpora le seals of the Companies have been affixed thereto his 28hh day of July 2021 Liberty Mutuai In surance Company uNslrRq PLSY IkgVq ►NSIrRq The Ohio Casualty Insurance Company ] px.oR,DymJpR40raY_n 3G�Poyro¢m Wost America n Insurance Company 1912 ry o 1919 3� i 1991 tNti r� Jot C 8r7 * tt► 3h1 * > +T,q * >� By ' e David M.Carey.Assistant Secretary Lg m State of PENNSYLVANIA C SSCounty ofMONTGOMERYtM ❑ 4) On this 28th day of July 2021 before me personally appeared David M.Caney,who acknowledged himself lobe the Assistant Secre'ary of Liberty Mutual Insurance to Company,The Ohio Casualty Company,and West Armenian Insurance Company,and that he,as such being authorized so to do,execute the foregoing Instrument for the purposes — a Iherem contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF,I have hereunto subscribed my rame and afTixec my notarial seat at King of Prussia,Pennsylvania,on the day and year first above written- �N O 5P PAgP q. ON W lit Cpn.,gw,yym of Pdrwr.a�w-Notary Seek 6 O o =i Thhnrea Aaerate,Nd9ry Rit+k y OF alPr,mrnrm ntwn tA"20.20M 4 Corimason oumber 11260" 4 ID� rid 0 4' Abu.pa, %I a Atwiatim a NDIr Teresa Pastella,Notary Public cpJ CA in 'TAB' V C Y This Power of Attorney is made and executed pursuard to and by authonty of the folknvirg Bylaws and Authorizations of The Ohio Casually Insurance Company,Li berry Mutual Insurance E•� Company,and West American Insurance Comparry which resolutions are now in full force and effect reading as follows: ARTICLE IV—OFFICERS:Section 12.Power of Attorney. O E! Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the Presidenl,and su blect to such imitation as the Chairman or the President may prescribe,shall appoint such attorneys-intact,as may be necessary to act in behalf of the Corporation to crake,execute.seal,ackrtowiedge and deliver as suretyany and all M C undertakings,bonds.reuNnrcances and other surety oblgations.Such attomeys•in-fact,subject to the 11mltatibrlS set forth in their respective powers of attorney.shall have ful a power to bind the Corporation by their sgr.ature and execution of arty such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall 2 c be as binding as if signed by the President and attested to by the Secretary-Any power or authonty grarded to any representative or altarrley-in fact urder the provisions of this ii[�1 ande may be revoked at any time by the Beard,the Chairman,the Presidenl or by the o%cer or officers granting such power or aulrorlty. Lr-a ARTICLE All—Execution of Contracts'Section 5-Surely Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to s+.uh limitations as the chairman or tie president may prescribe, shall appoint such attorneys n•fact,as may be necessary to ad inbehalf of the Company to make,execute,seal,acknowledge anc deliver as surety any and all undertakngs bonds,recognizances and other surety obligations.Such attomeys-fn-fact suhjecl to the limitations set forth in their respective powers of attorney.shall have full power to bind the Company by*heir signature and execution of any such instruments and to adach therelo the seal of the Comparry.When so executed such instruments sha11 be as binding as it signed by the president and attested by the secrelary. Cert ficate of Deslgnation—The President of the Company,acting pursuanl to the Bylaws of the Company.authorizes David N.Carey,Assistant Secretary to appoint such atlomeysln- 'art as may bP necessary to act on behaF of the Company to make,execute.seal.acknowledge and deliver as surety any an all undertakings,bonds,recognizances and other sorety obligations. Authorvabon—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced sgnature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attomey issued by the Company in nonnectlan with surety bonds,shall be valid and binding upon the Company with rho same force and affect as though manually affixed. I,Renee C-Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual lnsJFance Company,and West American Insurance Company d❑ hereby certify that the original power of attorney of which the foregoing is a kill,We 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 13th day of August 2021 fro iNSU O'l INS& 1NSUR4 J `onto yn yJ�oxPDR�r�Sy 4p e°P°'r*T yn 1912 G 1919 1991 R lw��rlr` y�a d�~da,fwuaa3 5�yFk�,NP\��O r Iwo sw� a� �' - gzy * ��M * *aa Renee C.Llewellyn,Assistant Secretary LUS-12873 LMIC OChC WAIL Mvlb coo 0241 Issued In Duplicate 0061 la-1 PAYMENT BOND Page t of 2 Bond No. 070214346 SECTION 00 6114 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Mountain Cascade of Texas,LLC known as "Principal" herein, and t it)erty Mutual insurance_C9mpany_.. a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City"herein, Four million seven hundred ei ht ei ht thousand four hundred thirty-two and 001100 in the penal swm of 9 v� 9 `�- Dollars ($ 4,788,432.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County,Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 3rd day of AU9ust___- ____, 20 21 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Northside II Water Transmission Main Relocations SH 170, Part 3 (Alta Vista Road, Westport Parkway, Independence Parkway, and Victory), City Project No. 100261. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTIJ NSIJ Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 0061 14-2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13th day of August ,20 21 PRINCIPAL: Mountain Cascade of Texas. LLC ATTFST: BY: Si60 { ncipal)5 tary Name and Title Address: _ 11729 East FM 917 Alvarado,TX 76009 Witnc s as t cipa SURETY: Liberty Mutual Insurance Company ATTEST: BY: Signature _Alex_is-Appstolidis,Attvmey-.in-Fact (Surety)Secretary Name and Title Address: 175 Berkelev Street Boston, MA 02116 Witness as' Surety Ch 2a�Porydz, Telephone Number: _L61 7)357-95pp Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address,both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH NSi1 Walet Transmission.Morin Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independonm and Victory) Revised July 1,2011 City Pmject No-100261 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. 60 Liberty Liberty Mutual Insurance Company mutual The Ohio Casualty Insurance Company Certificate No: 8206027-986949 SURETY West American Insurance Company 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 Amen can Insurance Company is a corporator 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, Aimee R Perondine;Alexis AposioIidis,Bethany Stevenson,Brendan Fletcher;Bryan M-Caneschi;Cassandra Baez;Donna M-Planets;Eric Strba;Jacqueline Susco,Jance Wright;Joshua Sanford;ICarhryn Pryor,Michelle Anne McMahon;Nicholas Turecamo;Phillip Knower,Rebecca M.Stevenson;Tanya Nguyen all 0`the city of Hartford state of CT earn individually if there be more than one named,its true and lawful attomeyin-fad to make, execute,seal,acknowledge and deliver.for and on its behalf as surety and as its act and deed,any and all undertakings,banes,recognizances and other surety obligations,in pursuance of these presents aid shall be as binding upon the Companies as if they have been duty signed by the president and attested by the secetary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power o'Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed therelo�his 28ih dayof July 2021 Liberty Matual Insurance Company tustr P`tr INS& % So The 0 hic,Casualty Insurance Company a,J ea"'Qi4,e n q`� ,aR9D1ti,�y fhi w '4r'sic West American Insurance Company 1912 in o 1919 s 1991 rn alxwr' b •� David M.Carey.Asslslart Secretary M State of PENNSYLVANIA - :3 Countyof MONTGOMERY ss On this 28th dayof July 2021 before me personally appeared David M.Carey,who ackvlolNedged himself to be the Assistant Setretary of Liberly Mutual Insurance (6 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such.being authorized so to do,execute the fomprg instrument for die purposes a therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF,I have hereunto subscibed my name and affixed miry notarial seal at ding o'Prussia,Pennsylvania,on the day and year f rst above writen. 4 •7 t�i] v +) $ pas'ww Q� �o"we C` roerrairrearn Or PE�a6yMa 1- 7 scan ji G &Va° �i Tanw Pxatans,Notary Pub is �] 0 of W owwwabn aom Msoh 29.2025 BY:�7 Ca mws w n s ber 1120044 - L�> kiliffi,bil PaT%,I-W AM-c on d Wunea Teresa Pastella,Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The On*Casualty Insurance Company,Uberty Mutual Insurance Comparry,and West American Insurance Company which resolutions are now in full force and effect reading as fo4iows: RN $ rS ARTICLE IV—OFFICERS:Section 12-Power of Attorney. b '0 Any off'cer or otner 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 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 — j undertakings,bonds mcognizances and other surety obligations.Such attomeys-in•fact,subject to the limitations set forth in their respective powers of attorney,shall have full 0 power to bind the Corporation by theirs gnafure and execution of any such instruments and to attach thereto the seal at the Corporation.When so executed,such instruments sha11 Z chi be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to arty representative or attorney-in-fact under the provisions of this art,de may be revoked a:any time by the Board,the Chairman,the President or by the officer or officers granting such power or audit;nly. ARTICLE All—Execution of Contracts:Section 5.Surety Bonds and Ur•dertaldngs- 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 prescri shall appoint such attomeys-in-fact,as may be necessary to ail in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizancas and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to hind 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 d signed by the presidenl Ind attested by the secretary. Cetfficate of Designation—The President of the Company,acting pursuant to the Bylaws of In Company,authorizes David M.Carey,Assistant Secretary to appoint such a►tomeys-in- 'act as may be necessary to act on behalf of the Company to rrake,execute seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizan ce s and other surety obligabons. Authorlon—By unanimous consent of the Company's Board of Directors,the Company consents that farsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a rertrffed copy of any power of attorney issued by the Company in cnnnectinn with surety bonds,shall be valid and binding upon the Ccrnpany wth the same force and affect as(hough manually affixed. 1,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Mio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance arnpany do hereby certify that the original power of attorney of which the foregoing is a full,[rue and owed ropy of the Power of Attomey executed by said Companies,is in ftA force and effect and has not been revoked- W TESTIMONY WHEREOF,4 have hereunto set my hand and affixed the seals of said Companies this t 3th day of August 2021 1N3$j L11 INS& 10so J a.'�ymC� .1912 o d 1919P 1991�tl x ° { BY: -4 �b Renee C.Llewellyn,Assistant Secretary LUS-12973 LMIC OCIC WAIC MuL Cc=1 Liberty Mutual SURETY TEXAS TEXAS FWORTANT 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 ]lamar a] numero de telefono gratis make a complaint at para information o para someter una qucja al 1-877-751-2640 l-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 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir a] Departarrento de Seguros Consumer Protection (l 11-1 A) de Texas Consumer Protection(1 11-1 A) P. ❑. 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.Roy Web: hgp://www.tdi.texas.gov E-mail: ConsumerProtection(a)tdi.texas.pov E-mail: C_onsumerProtection )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 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 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 �W_15292 1p115 Issued in Duplicate 0061 19-1 MAINTENANCE BOND Pagel of 3 Bond No.070214346M SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Mountain Cascade of Texas,LLC __ , known as "Principal"herein and Liberty Mutual Insurance Company ,a corporate surety (sureties, if more than one)duly authorized to do business in the State of Texas,known as "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of the State of"Texas, known as"City"herein, Four million seven hundred eighty-eight thousand four hundred in the sum of thirty-two and 001100 Dollars ($ 4,788,432.00 _),lawful money of the United States,to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors,we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has entered into a certain written contract with the City awarded the 3rd day of August , 20 21 ,which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories as defined by law,in the prosecution of the Work,including any Work resulting from a duly authorized Change Order(collectively herein, the"Work")as provided for in said contract and designated as Northside 11 Water Transmission Main Relocations SH 170,Part 3 (Alta Vista Road,Westport Parkway,Independence Parkway, and Victory),City Project No. 100261.;and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans,specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two(2)years after the date of Final Acceptance of the Work by the City("Maintenance Period");and WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July I,2011 City Project No.100261 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE,the condition of this obligation is such that if Principal shall remedy any defective Work,for which timely notice was provided by City,to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division; and PROVIDED FURTHER,that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No.100261 006119.3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13th day of August 24 21 PRINCIPAL: Mountain Cascade of Texas.LLC BY: ATTEST: r Si turc (::2_znA (Pri ipal)Secretary Name and Title Addt-ess: 11729 East FM 917 Alvarado,TX__., -_ ,'__ Wi as w rincipal -- su>zETY; Liberty Mutual Insurance Company BY: Signature Alexis Apostolidis,Attomey-in-Fact ATTEST: R Name and Title Address:175 Berkeley Street p anle k rvey,Witness Boston, MA 02116 wim s to Surety Ch!0tMrKPorydzy Telephone Number: (617)357-99500_ *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH NSIl Water Tranwrikounn Main Relneasietx Sld 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Wcupon,indepurdence,and Victory) Revised July 1,2011 City Project No.100261 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. Liberty Liberty Mutual Insurance Company Mutual® The Ohio Casualty Insurance Company Certificate No: 8206027-985949 SURETY West American Insurance Company 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, Aimee R. Perondine;Alexis Apostolidis;Bethany Stevenson;Brendan Fletcher;Bryan M.Caneschi,Cassandra Baez;Donna M.Planeta;Eric Strba;Jacqueline Susco,Janee Wright;Joshua Sanford,Kathryn Pryor;Michelle Anne McMahon,Nicholas Turecamo;Phillip Knower;Rebecca M.Stevenson;Tanya Nguyen all of the city of Hartford state of CT 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 28th day of July 2021 Liberty Mutual Insurance Company P�tNsu� �tv INS& d %Nsugq The Ohio Casualty Insurance Company B o oa R+rF��, yJ°°"PO`�ry �c,P°°a°°'t+ro, West American Insurance Company J 3 o m ui � s1912go 0 = 1919W � s 1991 YrdJ19S`QA CHU`��aa� yO RkNAMP`��aa� �s ��'DIANP aa� iN 'C m David M.Carey,Assistant Secretary ia N State of PENNSYLVANIA ss 4)rn County of MONTGOMERY = On this 28th day of July 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o co 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 N> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. = 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. c•N m a gas O P{ Commonwealth of Pennsylvania-Notary Seal O Teresa Pastella,tgomer Notary Publicbj- 5 Montgomery County O Y " My commission expires March 28,2025 _ Commission number 1126044 By Member.Pennsylvania Assocotmn of Notaries Teresa Pastella,Notary Public �0 N Y 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 cQ E•� Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: O 4 ARTICLE IV—OFFICERS:Section 12.Power of Attorney. 2 '0 M 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 a a may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporaton to make,execute,seal,acknowledge and deliver as surety any and all c-i j C undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attomey,shall have full t} o 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 Z U 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 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. 22 ARTICLE Mill—Execution of Contracts:Section 5.Surety Bonds and Undertakings. 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 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 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 13th day of August , 2021 \NSU SV INS& to %HSU,q Co OP,r�yC+ gJ�oa°°rtyr�9y \C�P4oarorryr�y� 1912 0 0 1919 s 1991 "�(,yr.., d O By rd�'sS4c„use da O kNA M`��aa� �s 4V-0, aa$ Renee C.Llewellyn,Assistant Y , Secretary LMS-12873 LMIC OCIC WAIC Multi Co 0221 Liberty Mutual. SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para informacion 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 el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion 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 (I I I-I A) de Texas Consumer Protection(I I I-1 A) P. O. Box 149091 P. O. Box I49091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512)490-1007 FAX# (512)490-1007 Web: http:llwww.tdi.texas.gov Web: http:llwww.tdi.texas.gov E-mail: ConsumerProtection(iDtdi.texas.gov E-mail: ConsumerProtection(a,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 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 informacion y become a part or condition of the attached no se convierte en parte o condicion del document. documento adjunto. NP70680901 LMS-15292 10/15 - 0061 25-I CERTIFICATE OF INSURANCE Page 1 of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 POLICY NUMBER: AlCG06911807 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 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) Location(s) 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 04 13 © 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 III—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 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: A1CGO6911807 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 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 © Insurance Services Office, Inc., 2012 Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING. COM ME RCIAL GEN E RAL LIABI L ITY COVERAGE FORM Name of Additional Insured Person(s) 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 above, will be shown in the Declarations. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance of a like kind available to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above for the same operation and job location. If so,we will share with that other insurance by the method described in paragraph 4.c.of Section IV —Commercial General Liability Conditions. All other terms and conditions remain unchanged. Named Insured Mountain Cascade of Texas, LLC Policy Number AlCGO6911807 Endorsement No. 000 Policy Period 10/0112020 to 10/01/2021 Endorsement Effective Date: 10/01/2020 Producer's Name: Alliant Insurance Services, Inc. Producer Number: 10101/2020 AUTHORIZED REPRESENTATIVE DATE CG EN GN 0029 09 06 POLICY NUMBER: A1CGO6911807 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): EACH OF YOUR CONSTRUCTION PROJECTS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by 'occur- damages or under Coverage C for medical rences" under Section I — Coverage A, and for all expenses shall reduce the Designated Con- medical expenses caused by accidents under struction Project General Aggregate Limit for Section I — Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con- 1. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily injury" or rations, such limits will be subject to the appli- "property damage" included in the "products- cable Designated Construction Project Gen- completed operations hazard", and for medi- eral Aggregate Limit. cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 13 B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by 'occur- "products-completed operations hazard" is pro- rences" under Section I —Coverage A, and for all vided, any payments for damages because of medical expenses caused by accidents under "bodily injury" or "property damage" included in Section I — Coverage C, which cannot be at- the "products-completed operations hazard" will tributed only to ongoing operations at a single reduce the Products-completed Operations Ag- designated construction project shown in the gregate Limit, and not reduce the General Ag- Schedule above: gregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized contract- Products-completed Operations Aggregate ing parties deviate from plans, blueprints, de- Limit, whichever is applicable; and signs, specifications or timetables, the project will 2. Such payments shall not reduce any Desig- still be deemed to be the same construction pro- nated Construction Project General Aggre- ject. gate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 ❑ POLICY NUMBER: AlCGO6911807 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER 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. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 13 POLICY NUMBER: AlCA06911807 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Mountain Cascade of Texas, LLC Endorsement Effective Date: 10/0112020 SCHEDULE Name Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: AlCA06911807 COMMERCIAL AUTO CA04441013 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: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Mountain Cascade of Texas, LLC Endorsement Effective Date: 10/01/2020 SCHEDULE Name(s) Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others 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 "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 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' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work ender a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHEN REQUIRED BY WRITTEN CONTRACT. Named Insured Mountain Cascade of Texas, LLC Policy Number AICW06911807 Endorsement No. 000 Policy Period 10101/20 to 10101/21 Endorsement Effective Date: 10/01/20 Producer's Name- Alliant Insurance Services, Inc. Producer Number: 10101/20 AUTHORIZED REPRESENTATIVE DATE WC 99 03 15 (09106) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Mazoh 9,2020 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................6 Article 2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent, Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents................................................................................................................... 10 3.06 Electronic Data............................................................................................................................11 Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions............................................................. 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5 —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:March 9,2020 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 Pennits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification........................,......................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................4...............................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.......................................,.................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests,and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities................,......................................................................37 8.08 Undisclosed Hazardous Environmental Condition...................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revi6m MWCh 9.2( 0 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.........................................................................................................................4 I 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision-March 9,2020 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 CONSTRUC 110N SPECIFICATION DOCUMENTS Revision:Mamh%= 0072o0-1 GENERAL CONDITIONS Page 1 of 53 ARTICLE I —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 wards denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms, 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 1 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, b. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any,and the Bid Form with any supplements. 10. Business Day - A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day— A day consisting of 24 hours measured from midnight to the next midnight. CfrY OF FORT WORT]I STANDARD CONSTRUCTION SPECIFICATION rX)CUMF.NTS Revision:Mach 4,2020 00 72 00- I GFNERAL CONDITIONS Pagr 2 of 61 12. Change Order -A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney - The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager -- The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract 'Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements, whether written or oral. 19. Contract Documents--Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement(subject to the provisions of Paragraph 11,03 in the case of Unit Price Work). 21, Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 22, Contractor—The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work- See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revisior.:Madi9,2020 007200-I GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:March9,2020 00 72 00-1 GENERAL CONDITIONS Page 4 ot63 37. Final Inspection - Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. I1azardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. hazardous Waste--Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations�­Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42, Lien&---Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item-- An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 44. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45, Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City ,xi II sign and deliver the Agreement. 46. Notice to Proceed A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans See definition of Drawings. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:March 9,2020 00 72 00-1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project—The Work to be performed under the Contract Documents. 52. Project Manager—The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 56. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way,permits,and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:March 9,2020 oa 72 Uo-I GENERAL CONDITIONS Page 6 of 63 62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. 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. 65. Supplementary Conditions- -That part of the Contract Documents which amends or supplements these General Conditions. 66. 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. 67. 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. 68 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 69. Weekend Working Hours - Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 70. 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. 71. 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.E 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 STANDARACONSrRUMON SPECIFICATION DOCUMENTS Revision:Mseh 9,2n O 00y200-1 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 theme is a specific statement indicating otherwise), C. Defective: I. 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: I. 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 filmish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the L?rawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CrIYOFFORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:March 9,2020 oa 72 00•I GENERAL CONDITIONS Page 8 of63 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 Cn'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Mach 9,NIX 00 72 00-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes,Laws, and Regulations 1. Reference to standards, specifications,manuals, or codes of any technical society,organization, or association,or to Laws or Regulations,whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work. Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b)any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CrrY OF FORT WORT}t STANDARD CONSTRUCTION SPECIFICATION DOCUMRNTS Revision:March9,2020 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier{whether or not specifically incorporated by reference in the Contract Documents}. 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terns 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. CTCY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Marh9,20) 00'n00.I GENERAL CONDITIONS Page i I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or ternunation 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 fumished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy bctwccn 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 anids 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 SPECIFTCAnON DOCUMENT'S Revision:Ma&9,2020 00 72 00-I GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions, Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STA-NDARD CONSTRUCTION SPECIFICATION DOCI.lMENTS Revision:Mach 4,2020 0{]72 00-l 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: I. 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 orIndicated: 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 SPEC11=1CAMN DOCUMENTS Revision:Mach 9,nO 00 72 00-l 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 Document`s 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 Iazardous Environmental Condition at Site A. Reports andDrawings: 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 wOP,M STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisiwn Mad 9,2020 00 72 00-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown Or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work.Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii)stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (i ii) 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 pernuts 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 casts) arising out of or relating to a Hazardous Environmental Condition created by Contractor orb 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. Cn'Y OF FORT WORTH STANDARD CONSTREJCTtON SPECIFICATION DOCUMENTS Revision:M=h 9,2MG 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 lirnits 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 Bands 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 attomey-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification,provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions,certificates of insurance(other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured"on all liability policies. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisinn:Much o,2121 007200-1 GENERAL CONDITIONS Page 17 of63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City, In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/etigitteer 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 CrrY OF FORT WORTH STANDARDCONSTRU(TION SPECIFICATION DOCUMENTS Revision:March 9,20M 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 pro-'ride 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, productslcomplcted operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision!Mark 9,2020 00 72 00-I GENERAL CONDITIONS Page 19 of63 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 premiseslopera6ons, 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 5—CONTRACTOR'S RESPOti SIBILITIES 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 1br the means, methods,techniques,sequences, and procedures of construction. MY OF FORT WORTH STANDARDCONSTRU(MON SPECIFICATION DOCUMENTS Revision:M4,2020 00 72 00-1 GENERAL CONDITIONS Page 20 of 53 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 lours 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 warranfies 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. CrIT OF FOR'r woR7m STANDAR.DCONSTRUC-nON SPECLFICATION DOCUMENTS Revision:Mach 9,MW 00724D-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other iterms of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: if in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar s❑ 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 STANnARD CONSTR t 1CTION SPECIFICATION DOCUMENTS Revision:March 9,2MO 007200-I GENERAL CONDITIONS Page 22 of63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Mvdi9,2= 00 72 0a-I 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 acceptabil ity. 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 dctermination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.053, 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 fmm the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION r]OCt:MENTS Revision:Mark 9,2020 00 72 40-I 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 he 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 MSF Ordinance(as amended)by the following: 1. 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 he grounds for termination of the Contract in accordance with Paragraph 15.02.A.Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revssior Msrh4,2020 007200-1 GENERAL CONDITIONS Page 25 of63 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 he 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 S60 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 31st 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 dctcrminabon of the violation. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvisiow Math 4,2020 00 72 00-1 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 l5th day after the date the City makes its initial determination pursuant to Paragraph C above. if the persons required to arbitrate under this section do not agree on an arbitrator before the 1 1 th 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 andlor 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECffICATION DOCUMENTS Revision:Morh 9,2Q20 no 72 as-i GENERAL CONDITIONS Page 27 of63 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 6.093. 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 wiI l obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH S";ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:41aeh 9,2= 00 72 00-I 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 151.301-33 5 (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 R tit ing .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: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711; or 2. http:llw%%-"'.wlndo%N,.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Arenas A, Limitation on Use of Site and Other Areas.- 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 casement 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 STANDARDCONSTHUCTION SPECIFICATION DOCUMENTS Revision:Mwrh9,2= 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 621, 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 CrrY OF FORT WORTH STANDARDCONSTRUC'TI{3N SPECIFICATION DOCUMENTS Revision!March 9,= 007200-f 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:Msdt9,2020 oa 72 OU•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 detenmines 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. S. 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:Mach 9,20MO 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 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision-Much 9,2020 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless,at its own expense,the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:March9,2020 00 72 00.1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY IIti—TENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT iS ALLEGED OR EROVEN THAT ALL OR S(IME OF THE DAMAGES BEVjG SOUGHT RE CAUSED; IN 3Y,H92LE OR IN PART, BV ANY ACT, OMISSION 0 NE�&IGENCF 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 linvted 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 CrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvision:March 9,no 00"2 00-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race,color,or national origin. B. Title X1, 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 perfomung 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. Cn"YOFFORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision:March 9,2020 00 72 00-l GENERAL CONDITIONS Page 36 of 63 7.02 Coordinalion 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 Communicalions 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 Vests 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 uti[ized 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, Pests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CrrY OF FORT WORTH STANDAPM CONSTRUCTION SPECIFICATION DOCUMENTS Reis om March 9,200 00 72 00-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:March 9,2020 007200-1 GENERAL CONDITIONS Page 38 of63 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 Timc and are compatible Arith the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision %011 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 10.05, 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 Revisimhlrchg' 0 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i)ordered by City pursuant to Paragraph 10.01.A, (ii)required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:March 9,2020 00 72 00-1 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 staring 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 l 2.01. 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. CrIY OF FORT WORTH STANfDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:Math9,2020 00 72 00-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:March 9,2020 00 72 00- 1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable,and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor,any Subcontractor,or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities,fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Ma-h 4,2MD 007200-I GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Mamh9,2020 00 72 00-1 GENERAL CONDITIONS Page 4d of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as par(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. Cr1Y OF FORT WORTH STANDARDCONSTRUCTiON SPECIFICATION DOCUMENTS Revision:March 9.2= 007200-I 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:March9,2020 00 72 00-[ GENERAL CONDITIONS Page 46 of Al E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANCE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved(subject to the provisions of Paragraph 11.03); or 2, where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.(11.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.E 1.B.2, on the basis of the Cost of the Work(determined as provided in Paragraph 11.01)plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee. The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: l) 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%); l) 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 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Mw:h9,2M0 00 72 00-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:March 9,2020 00V2W•I GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections,tests,retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Dcpartment 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Mafrh 9,2MD 00 72 00-I 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:Man;h9,2020 00 72 00-1 GENERAL CONDITIONS Page 50 of 53 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 Defeclive Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule,whether or not fabricated,installed, or completed,or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any,on said Work. 13.07 Correction Period A. If within two (2)years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2, correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs)arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Ntudi 9,2Q20 00 72 00-1 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 CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision:March 9,2= 00 72 0a• I GENERAL CONDITIONS Page 52 of 53 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 farm 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. CrIY OF FORT WORTH STANDARD CONSTRUC710N SPECIFICATION DOCUMENTS Revision:March 9,2020 00 72 00.1 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 ofCity"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 CrrY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Mach 9,2020 00 72 00.1 GENERAL CONDITIONS Page 54 of 63 c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Relainage: 1, For contracts less than $400,000 at the time of execution, retainage shall be ten percent (l 0%). 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, F. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2, 1f 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. CrrY Of four WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Marc h 9,2020 00 72 00-1 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:Mach 9,2020 00 72 O6-l GENERAL CONDITIONS Page 56 of63 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 Laity 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 Clain-is 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 5.42, the written consent of the surety to the payment of the balance due for that CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:[Mach 9.2W 00 72 00-1 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 STMDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:Mm69,2MO 00 72 00-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate far 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: l. 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 #20020-1 2-20 1 1 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City;or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CTFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION I)OC UMENIS Revision:MmU 9,202D 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof,may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:March 9,2020 00 72 00- 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, tenrinate 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 shalt be deemed conclusively presumed and established when the letter is placed in the United Stakes Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B, After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall; 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City; a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination;and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 34 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Mz&9,2020 OU 72 Oil-I 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 perfbrming services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it,the amount,if any,due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06D 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 Maeh 4,202U 00 72 06-1 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 parry 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 STANDAROCONSTRUCTION SPECIFICATION DOCUMENTS Revision:March 9,2MO 00 72 00-I 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:March 9,2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 7 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions,unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2,"Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1.,"Availability of Lands" The following is a list of known outstanding right-of-way,and/or easements to be acquired, if any as of February 3, 2021: Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 04302435 ADL Development L.P. 04-01-2021 07830262 Lost Spurs Ranch DST. 04-01-2021 05959454 ADL Development L.P. 04-01-2021 04910761 AIL Investment L.P. 04-01-2021 07345836 AT Industrial Owner 3 HoldCo L.P. 04-01-2021 41410424 ADL Development L.P. 04-01-2021 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Project No. 100261 00 73 00 SUPPLEMENTARY CONDPTIONS Page 2 of 7 If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five(5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2,"Availability of Lands" Utllities or obstructions to be removed,adjusted,and/or relocated The following is list of utilities and/or obstructions that have not been removed,adjusted,andlor relocated as of February 3,2021: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, and do not bind the City. SC-4.02A.,"Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report No.94205131 dated 6115/2020,prepared Terracon a sub-consultant of CP&Y, Inc., a consultant of the City,providing additional information on the subsurface exploration findings and geotechnical engineering recommendations concerning earthwork,excavation and dewatering,trench shoring and trenchless construction. The following are drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site of the Work: • None SC-4.06A.,"Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City.- * None SC-5.03A.,"Certificates of Insurance" The entities listed below are"additional insureds as their interest may appear" including their respective officers,directors, agents and employees. (1) City (2) Consultant: CP&Y,Inc. (3) Other: None SC-5.04A.,"Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A.Workers'Compensation,under Paragraph GC-5.04A. Statutory limits CTCY OF FORT WORTH NSH Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECE'ICATION DOCUMENTS tAlta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Project No.100261 0073 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 Employer's liability $100,000 each accident/occurrence $100,000 Disease-each employee $500,000 Disease-policy limit SC-5.04B.,"Contractor's Insurance" 5.0413.Commercial General Liability,under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide"X", "C", and"U"coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C.,"Contractor's Insurance" 5.04C. Automobile Liability,under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", defined as autos owned,hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person/ $500,000 Bodily Injury per accident/ $100,000 Property Damage SC-5.04D.,"Contractor's Insurance" The Contractor's construction activities will require its employees, agents,subcontractors,equipment,and material deliveries to cross railroad properties and tracks • None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement"with the particular railroad company or companies involved,and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry(if any)required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts,issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy,or touch railroad property: (I) General Aggregate: $0 CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Project No. 100261 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 (2) Each Occurrence: $a Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements,the following small govern: 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in the name of the railroad company, However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required,each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. a. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named,as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04.,"Project Schedule" Project schedule shall be tier 3 for the project.Project schedule shall meet the milestones listed below: ■ Victory shall be substantially complete with concrete cap installed no later than October 11,2021. ■ Alta Vista Road shall be substantially complete with the finalization of the tie-in to the existing system no later than November 21,2021. ■ Westport Parkway shall be substantially complete with the finalization of the tie-in to the existing system no later than January 1,2022. ■ Independence Parkway shall be substantially complete with the finalization of the tie-in to the existing system no later than February 17,2022. SC-6.07.,"Wage Rates" The following is the prevailing wage rate table(s)applicable to this project and is provided in the Appendixes: ■ Davis-Bacon Act WDPTX20210026 CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Pmjeet No.100261 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 7 A copy of the table is also available by accessing the City's website at: https://apps.fortworth texas.govfProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/DivOO General Conditions SC-6.09.,"Permits and Utilitiee SC-6.09A.,"Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Storm Water Pollution Prevention Plan with TCEQ 2. TXDOT Right-of-Way Permit 3. Gas/Utility Easement Encroachment Agreements 4. City of Fort Worth Tree Removal Pernut SC-6.09B."City obtained peirraits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. TXDOT Standard Permit SC-6.09C."Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired,if any as of February 3, 2021: Outstanding Permits and/or licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION TXDOT Standard Utility Agreement 3/1/2021 SC-6.24B., "Title V1,Civil Rights Act of 1964 as amended" During the performance of this Contract,the Contractor, for itself, its assignees and successors in interest {hereinafter referred to as the"Contractor"}agrees as follows: 1_ Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, "DOT']Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part of this contract. 2, Nondiscrimination; The Contractor,with regard to the work performed by it during the contract,shall not discriminate on the grounds of race,color,or national origin,in the selcction and retention of subcontractors,including procurements of materials and leases of equipment.The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the Regulations,including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equiprnent: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract,including procurements of materials or leases of equipment,each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations CITY OF FORT WORTH NSII Water Transmission.fain Relocations SH 170,Part 3 STANDARD CONs,rRt1CT1ON SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Project No.100261 00 73 00 St1PPI.F.MFNTARY CONDrTIONS Page 6 of 7 under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or national origin. 4. Information and Reports:The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto,and shall permit access to its books,records, accounts,other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City,or the Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including,but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies,and/or b. cancellation,termination or suspension of the Contract,in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs(I)through {6)in every subcontract,including procurements of materials and leases of equipment, unless exempt by the Regulations,or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however,that, in the event a contractor becomes involved in,or is threatened with,litigation with a subcontractor or supplier as a result of such direction,the contractor may request City to enter into such litigation to protect the interests of City,and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02.,"Coordination' The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority 1XD0T Contractor(TBD) Construction of SH 170 Roadway LXDDT' SC-8.01,"Communications to Contractor" Contractor to contact all existing utility providers to verify locations and depths of utilities. SC-9.01.,"City's Project Manager" The C'ity's Project Manager for this Contract is Scott Taylor,or his/her successor pursuant to written notification from the Director of Water 5C-13.03C.,"'Pests and Inspections" a None CITY OF FORT WORTH NS11 Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUC'nON SPECIFICATION DOCUMENTS (Alta Visor,Westport,independence,and Victory) Revised Match 9,2020 City Project No. 100261 00 73 00 SUPPLEMENFTARY CONDITIONS Page 7 of 7 SC-16.41C.1,"Methods and Procedures" • None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F.Griffin SC-9.01.,"City's Project Representative"warding changed to Citys Project Manager. 319/2020 O.V.Magarfla 5C 6,07, Updated the link such that files can Be accessed via the City's website. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westpw,Independence,and Victory) Revised March 9,2020 City Project No.100261 01it00-1 SUMMARY OF WORK Pagel of4 SECTION 01 1100 SUMMARY OF WORK PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents. Refer to Supplementary Conditions for interim milestone requirements. The major work will consist of the following_ • Alta Vista Road 0 104 linear-feet of 16"water line by open cut 0 491 linear-feet of 16"carrier pipe and 30"steel casing pipe by other than open cut 0 2 connections to existing 24"water lines by use of cut-in tees. • Westport Parkway 0 172 linear-feet of 30"water line by open cut 0 591 linear-feet of 30"carrier pipe and 48"steel casing pipe by other than open cut 0 2 connections to existing 30"water lines by use of cut-in tees and fittings. • Independence Parkway 0 765 linear-feet of 24"water line by open cut. 0 777 linear-feet of 24"carrier pipe and 42"steel casing pipe by other than open cut. 0 2 connections to existing 16"water lines by use of cut-in tees and fittings. o Connection to existing 12"water line by use of cut-in fittings. • Victory o Approximately 30 linear-feet of concrete cap on an existing 12"water line B. Deviations from this City of Fort Worth Standard Specification 1. Section 1.LA—Added summary of major work. 2. Section 1.4.0—Modified language to require coordination with TXDOT. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 01 11 00-2 SUMMARY OF WORK Page 2 of 4 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials,and equipment,and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project,such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work,the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City and TXDOT. 2. Project site is an active TXDOT construction site.Contractor must coordinate with TXDOT for wing of materials,access to proiect site,and traffic control. 3. Demobilization and remobilization_due to TXDOT activities will be considered incidental to the work with no additional payment or compensation. 4. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 5. Use and occupy only portions of the public streets and alleys,or other public places or other rights-of-way as provided for in the ordinances of the City,as shown in the Contract Documents,or as may be specifically authorized in writing by the City. a. A reasonable amount of tools,materials, and equipment for construction purposes may be stored in such space,but no more than is necessary to avoid delay in the construction operations. b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks,the Work shall be carried on in such mat-ner as not to interfere With the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise,clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFWAMN DOCUMENTS (Alta Vista,Westport,independence,and Victory) Revised December 20,2012 City Project No.100261 01 11 00-3 SUMMARY OF WORK Page 3 of 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, lawns,fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines,to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement,shall be subsidiary to the various items bid in the project proposal,unless a bid item is specifically provided in the proposal. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 01 1100-4 SUMMARY OF WORK Page 4 of 4 DA I l-, NAME SUMMARY OF CHANCE CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,independence,and Victory) Revised December 20,2012 City Project No.100261 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not"or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution- General 1. Within 30 days after award of Contract(unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors,trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers,provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No.100261 012500.2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form(attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution,including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including,but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods- 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved,the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECtFICATION DOCUMENTS (Alta Vista,Westport,Independence,and victory) Revised July 1,2011 City Project No.100261 012500-3 SUBSTrrUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion,acceptance will require substantial revision of the original design d. In the City's opinion,substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTAILSANFORMATIONAL SUBMITTALS INOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product,the Contractor represents that the Contractor: I. Has investigated proposed product,and has determined that it is adequate or superior in all respects to that specified,and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work,to include building modifications if necessary,making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USEDI PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision I.og DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No.100261 01 25 00-4 SUBSTnriLMON PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better(explain on attachment) The undersigned states that the function, appearance and quality arc equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No.100261 01 31 19-I PRECONSTRUCTION MEETING Page 1 of 3 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor,subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting,prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised August 17,2012 City Project No. 100261 0131 19-2 PRECONSTRUCTION MEETD;G Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way,utility clearances,easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenicnce p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Fvaluation 7. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MIWBE or MBEISBE procedures hh. Final Acceptance ii. Final Payment jj Questions or Continents CITY OF FORT WORTH NSII Water TrAncmissian Main Relocations SII 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised August 17,2012 City Project No.100261 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised August 17,2012 City Project No. 100261 013170-1 PROJECT MEETINGS Page 1 of 3 SECTION Ol 31 20 PROJECT MEETINGS PARTI - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule,attend and administer as specified, periodic progress meetings,and specially called meetings throughout progress of the Work. 2. Representatives of Contractor,subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings,in addition to those specified in this Section,may be held when requested by the City,Engineer or Contractor. B. Pre-Construction Neighborhood Meeting . After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule,including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Wcstport,Independence,and Victory)} Revised July 1,2011 City Project No. 100261 013120-2 PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general,the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include,but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings,prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to he circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent C. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others,as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations,problems,conflicts c. Items which impede construction schedule d. Review of off-site fabrication,delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress,schedule, during succeeding Work period ii. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions tn. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CrrY OF FLIRT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory)) Revised My 1,2011 City Project No. 100261 01 31 20-3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable,meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory)) Revised July 1,2011 City Project No. 100261 01 32 16-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. Section 1.4.E.3 —Added section regarding coordination with TXDOT schedule. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 -No schedule submittal required by contract. Small,brief duration projects b. Tier 2 -No schedule submittal required by contract,but will require some milestone dates. Small,brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule- Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule -Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 01 32 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes,expected delays,key schedule issues, critical path items,etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method(CI'-i)as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule:with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative(Project Scheduler)responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a, Incorporate approved change orders,resulting in a change of contract time,in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance l. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met,or when so directed by the City,make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day,working days per week,the amount of construction equipment,or any combination of the foregoing,sufficiently to substantially eliminate the backlog of work 4) Reschedule actir7tics to achieve maximum practical concurrency of accomplishment of activities,and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City,the City may direct the Contractor to increase the level of effort in manpower(trades),equipment and work schedule(overtime,weekend and holiday work, etc.)to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. C'rTY OF FORT WORTH NSH Water Transmission Main Relocations sil 170,Pat 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista.Westport,Independence,and Victory) Rcvised July 1,2011 City Project No. 100261 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence,make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions,weather, technical difficulties, strikes,unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time,will not have any effect upon contract completion times, providing that the actual delay does not exceed the Boat time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts,the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors,the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases,the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 3. Project site is an active TXDOT construction site. Contractor must coordinate with TXDOT schedule for staging of materials,access to project site,and traffic control. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera(Pfi or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH NSU Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 0132 16-5 CONSTRUCTIONN PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS INOT USEDI 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USEDI 1.11 FIELD [SITE1 CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANCIE CITY OF FORT WORTH NSH Water Transmission Main Relocations SH 170,Pat[3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independcnce,and Victory) Revised July 1,2011 City Project No. 1 M261 013233- I PRECONSTRUCTION VIDEO Page 1 of2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 013300-1 SUBMITTALS Page 1 of 8 SECTION 0133 00 SUBMITTALS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data(including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare,prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including,but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No.100261 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule,and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering l. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner. a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter,A-Z, indicating the resubmission of the same drawing(I.e. A=2nd submission,B=3rd submission, C�4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission(second resubmission)of that particular shop drawing C. Contractor Certification 1. Review shop drawings,product data and samples, including those by subcontractors,prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing,sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria,materials,dimensions, catalog numbers and similar data and 1 have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 t/2 inches x 11 inches to 8 1/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items/Table of Contents c. Product Data/Shop Drawings/Samples/Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions Crl'Y OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,independence,and Victory) Revised December 20,2012 City Project No. 100261 013300-3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product,with the Specification Section number,page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes,but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation(working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products(sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No.100261 01 3300-4 SUBMrrTALS Page 4 of 8 7) Standard wiring diagrams S) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections,include,but are not necessarily limited to: a, Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect S) Graphic symbols and units of Work to be used by the City for independent inspection and testing,as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. l. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication,and installations in conformance with approved shop drawings,applicable samples,and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City, b. Shop Drawings l) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples,where required,to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions,and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance,the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 013300-6 SU13MTI"rALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however,all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments,omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal, d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. !. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 34 Calendar Days for all such fees invoiced by the City. c. The need for more than I resubmission or any other delay in obtaining City's review of submittals,will not entitle the Contractor to an extension of Contract Time. 7, Partial Submittals a. City reserves the right to not review submittals deemed partial,at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor,and will be considered"Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,20I2 City Project tic. 100261 013300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to,complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information(RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information(RFI)form provided by the City. 3. Numbering of RFI a. Prefix with"RFI"followed by series number, "-xxx",beginning with"01"and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required,the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 01 33 00-8 SUBMITTALS Page 8 of 8 PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 013513-1 SPECIAL PROTECT PROCEDURES Page I of 8 SECTION 01 35 13 SPECIAL PROJECT PROCEDURES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedures for special project circumstances that includes,but is not limited to: a. Coordination with the Texas Department of Transportation b. Work new High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives,Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3_ Section 33 12 25—Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item wilt be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH NSII Water Transmission Main Relocations SE 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 1002fi1 01 35 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety,Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG)—Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation(TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code,Title 9, Subtitle A, Chapter 752, 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within b feet of high voltage electric lines CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,independence,and Victory) Revised December 20,2012 City Project No.100261 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of S a. Notification shall be given to: 1) The power company(example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m.to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality(TCEQ), in coordination with the National Weather Service,will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However,the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour,or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions,or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 G. Water Department Coordination CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed,obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required,coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition,the Contractor will assume all liabilities and responsibilities as a result of these actions. 11. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis,prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction.The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No(CPN) c) Scope of Project(i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction stab and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. I, Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction,prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. CITY of FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION L)OCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City P'mject No.100261 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required,meet all requirements set forth in each designated railroad permit. This includes, but is not limited to,provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No.100261 0135 13-6 SPECIAL PROSECT PROCEDURES Pagc 6 of 8 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY[NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B—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 TCF.Q Air Permit CITY OF FORT WORTH '1511 Water Transmission Main Relocations SH 170,Part 3 STANDAR)CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 0135 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORT WORTH DOE NO.XXXX Project Manw. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 01 4523 TESTING AND INSPECFION SERVICES Page l of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1 - GENERAL 1.1 SUMMARI' A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0--Bidding Requirements,Contract Forms and Conditions of the Contract 1 Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing,coordinating,and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails,the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 13 REFERENCES [NOT USED) 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City,notify City,sufficiently in advance,when testing is needed. b. When testing is required to be completed by the Contractor,notify City, sufficiently in advance, that testing will be performed. 3, Distribution of Testing Reports a. Electronic Distribution I) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system,or another external FTP site approved by the City. CITY OF FORT WORTH NS1I 30-inch Water Transmission Main Relocations 5H 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS {Alfa Vista,Westpori,Independence,and Victory) Revised March 9,2020 City Project No.100261 01 4523 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) I copy for all submittals submitted to the Project Representative b. Hard Copy Distribution(if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE ]NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 1.11 FIELD ]SITE] CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS {NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V.Mabana Removed reference to Buz-rsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH NSI130-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Project No.100261 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including,but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light,heat and other utility services necessary for execution,completion,testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 0] 5000-2 TEMPORARY FACII.rrIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting,operation of equipment,or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site, 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health, 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Ilaul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. b. Remove building from site prior to Final Acceptance. ❑. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH NSiI Water Transmission Main Relocatioas SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No.100261 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 015000-4 TEMPORARY FAC=IES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.I2 PROTECTION [NUT USED[ 3.13 MAINTENANCE [NOT USED 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NSIi Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Alta Vista,Westport,Indepen&mee,and Victory] Revised July 1,2011 City Project No.100261 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART i - GENERAL, 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but arc not necessarily limited to. 1. Division D—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division I —General Requirements 3. Section 34 71 13—Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings,provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. l) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control,a City Street Use Permit is required. a. To obtain Street Use Permit,submit Traffic Control Flans to City Transportation and Public Works Department. CITY OF FORT WORTH NSII Water Transmission Main Relocations 5H 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS {Alta Vista,Westport,Indgmdence,and Victory} Revised July 1,2011 City Project No. 100261 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit,such that construction is not delayed. C. Modification to Approved Tragic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit,such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices(MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled,contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS INOT USED[ 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITI'AI.S SNOT USED] 1,7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS INOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED PART 3- EXECUTION [NOT USEDI END OF SECTION CITY OF FORT WORTH NS11 Water Transmission:Hain Relocations SH 170.Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 10025 I 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 015713- I STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 3125 00—Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management(iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division,(817)392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division,(817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NO[ 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division,(817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section Of 33 00,except as stated herein. a. Prior to the Preconstrtiction Meeting,submit a draft copy of SWPPP to the City as follows- 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH NS11 Water Transmission Main Relocations 5H 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Pmject No.100261 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 015813-1 TEMPORARY PROJECT SIGNAGE Pagel of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES,AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 015913-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of-%-inch fir plywood,grade A-C(exterior)or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED[ 33 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide Vertical installation at extents of project. 2. Relocate sign as needed,upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR 1 RESTORATION [NOT USED] 3.5 RE-INSTALLATION [NOT USED[ 3.7 FIELD 1r,R] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED 3.11 CLOSEOUT ACTIVITIES [NOT USED[ 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH NSH Water Transtaismon Mam Relocttioua SH 170.Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Weagort,butependemm and Victory) Re%ised July 1,2011 City Project No. 100261 01 59 13-3 TEMPORARY PROJECT SIGNAOE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No.100261 01 6000 PRODUCT REQUIREMENTS Page 1 of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/and following the directory path; 02 -Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List,not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Project No. 100261 01 6000 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 3/9/2020 D.V.Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH NSI130-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 9,2020 City Project No. 100261 016600-1 PRODUCT STORAGE AND HANDLING REQUMEMENTS Page I of4 SECTION 4166 04 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: l. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to.- 1. Division U---Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.14 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Atta Vista,Westport,Independence,aril Victory) Revised July 1,2011 City Project No.IG0261 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer,item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors,public travel,adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings,or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns,grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7, Store in manufacturers' unopened containers. S. Neatly,safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH N511 Water Transmission Wain Relocations SH 170,Part 3 STANDARD CONSTRUCTION$PECEFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July t,2011 0ty Project No. 100261 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USEDI 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USEDI PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USEDI 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USEDI 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USEDI 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged,used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEDI 3.10 CLEANING [NOT USEDI 3.11 CLOSEOUT ACTIVITIES [NOT USEDI 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel,equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment,and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised November 22,2016 City Project No. 100261 017000-2 MOBILIZATION AND RKMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel,equipment,and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contrac(or's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel,equipment,and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division Q— Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials famished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement l) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Rernobllization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time,or lost profits associated this Item. CITY OF FORT WORTH NS11 Rater Transmission Main Relocasions SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised November 22,2016 City Project No. 100261 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price per each"Work Order Emergency Mobilization"in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised November 22,2016 City Project No. 100261 01 70 00-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised November 22,2016 City Project No.100261 01 71 23-1 CONSTRUCTION STAKING AND SURVEY Page I of S SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. belated Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sure. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for"Construction Staking". 2) Payment for"Construction Staking"shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c, The price bid shall include, but not be limited to the fallowing: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of"cut sheets"using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for"As-Built Survey". CITY OF FORT WORTH NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [.Alta Vista,Westpon,Independence,and Victory] Revised February 14,2018 City Project No.100261 01 71 23-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for"Construction Staking"shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:. 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey -The survey measurements made prior to or while construction is in progress to control elevation,horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survey—The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of project. 3. Construction Staking—The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey"Field Checks"--Measurements made after construction staking is completed and before construction work bcgins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References I. City of Fort Worth—Construction Staking Standards (available on City's Buxzsaw website) —01 71 23.16.01_Attachment A—Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library(fxl)files(available on City's Bu�.saw webs te). 3. Texas Department of Transportation(TxDQT)Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land Surveying in the State of Texas,Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254(qualifications based selection)for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH NSn 30-Inch Water Transmission Main Relocations Sli 170,Put 3 STANDARD CONSTRUCTION SPECffICATION DOCUMENT'S (Alta Vista,Westport,Independence,and Victory) Reel"February 14,2018 City Project No.100261 01 71 23-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit"Cut-Sheets"conforming to the standard template provided by the City (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor(RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A —Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing Submittal one(1)week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason,the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to,the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH NSII 30-Inch Watcr Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 14,2018 City Project No. 100261 0171 23-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades,if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested,to Verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it,as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances(as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to he buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12"and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3, General a. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City)of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet,including (2) Horizontal and vertical points of inflection,curvature, etc. (3) Fire line tee (4) Plugs,stub-outs,dead-end lines (5) Casing pipe (each end)and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines(non-gravity facilities)at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater—Not Applicable CITY OF FORT WORTH NSII 30-Ioch Water Transmission Main Relocations SH 170,Part 3 STANDARp CONSTRUCTION SPECEFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February I4,2018 City Project No. 100261 01 71 23-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as-built survey including the elevation and location(and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves(gate,butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater—Not Applicable 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce,but will not be limited to: 1. Recovery of relevant control points,points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations(benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers,floors, grade beams,parking areas,utilities, streets,highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing,when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent(817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD(.dwg) b. ESRI Shapefile(.shp) CITY OF FORT WORTH NSII 30-Inch Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 14,2018 City Project No. 100261 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file(.esv), formatted with X and Y coordinates in separate columns(use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3- EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental.The tolerances listed hereafter are based on generalities and,under certain circumstances, shall yield to specific requirements.The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for carthwork or rough cut should not exceed 0.1 ft, vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance, b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. c. Paving or concrete for streets,curbs,gutters,parking areas,drives,alleys and walkways shall be located within the confines of the site boundaries and, occasionally,along a boundary or any other restrictive line.Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft, tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas,water,telephone and electric lines,shall be located horizontally within their prescribed areas or casements.Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. c. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained, Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance:. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every f months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions,corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH NSII 30-Inch Water Transmission Main Rciocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 14,201R City Project No.100261 01 7123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR/RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City,the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey"Field Check"of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RF INSTALLATION [NOT USED] 3.7 FIELD[are] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS]NOT USED] END OF SECTION Revision Lod 71 CITY OF FORT WORTH NSII 30-Inch Water Tramsmimion Main Relocations SH 170,Part 3 STANDAKD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista~Westport,Independence,and Victory) Revised February 14,1018 City Project No.100261 01 71 23-8 CONSTRUCTTO'4 STAKING AND SURVEY Page 8 of a DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added $13112fl17 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text';revised measurement and payment sections for Construction Staking and As-9uih Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format CITY OF FORT WORTH NS[1 30-Inch Water Transmission Main Relocations SH 170.Part 3 STANDARD COVSTRUCr[ON SPECffICATION DOCUMENTS (Alta Vista,Wesgxrt,Independence,and Victory) Revised February 14,2019 City Project No. 100261 017423-1 CLEANING Page 1 of 4 SECTION 0174 23 CLEANING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 01 74 23-2 CLEANING Page 2 of 4 1.11 FIELD ]SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED 10111 OWNER-SUPPLIEDPRODUCTS [NOT USEDI 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USEDI 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT irSFn[ 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD[oit] SITE QUALITY CONTROL ]NOT USED] 3.8 SYSTEM STARTUP ]NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of Volatile wastes such as mineral spirits,oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH NSIl Water Transmission!Main Relocations St 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 01 7423-3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items,which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning l. Remove grease,mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors,lenses,lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts,blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior(Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, junction boxes and inlets. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 01 74 23-4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities,and upon approval by City,remove erosion control from site. 5. Clean signs,lights,signals,etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CrrY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 01 77 19-1 CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees,bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 1NFOR.NATIONAL SUBMITTALS[NOT USED1 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 41 78 39 2. Operation and Maintenance Data,if required, in accordance with Section 41 78 23 B. Prior to requesting Final inspection, perform final cleaning in accordance with Section 41 7423. C. Final Inspection 1. After final cleaning,provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection,the City will notify the Contractor,in writing within 10 business days,of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice,inform the City,that the required Work has been completed. Upon receipt of this notice,the City, in the presence of the Contractor,will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include,but are not limited to; a. Specified spare parts h. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwhcels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH NS11 Water Transmission Main Relocations S14 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Wes3ort,Independence,and Victory) Revised July 1,2011 City Project No. 100261 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report(if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised July 1,2011 City Project No. 100261 01 78 23-1 OPERATION AND MAMT>NANCE DAI'A Page I of 5 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include,but arc not limited to: a. Butterfly Valves b. Gate Valves c. Combination Air Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USEDI 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form I. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 '/2 inches x l 1 inches b. Paper 1) 40 pound minimum,white, for typed pages 2) Holes reinforced with plastic,cloth or metal c. Text: Manufacturer's printed data,or neatly typewritten CITY OF FORT WORTH NSII Wafer Transmirmion Main Relocations SH 170.Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 01 78 23-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product,or each piece of operating equipment. 1) Provide typed description of product,and major component parts of equipment. 2) Provide indexed tabs. f. Cover I) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used,correlate the data into related consistent groupings. 4. If available,provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume,arranged in systematic order a. Contractor, name of responsible principal,address and telephone number b. A list of each product required to be included,indexed to content of the volume c. List,with each product: 1) The name,address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text,as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORT" N511 Water Ttangnission Main Relocations Sn 170.Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty,bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data,giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data,giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection,maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content,for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function,normal operating characteristics and limiting conditions 2) Performance curves,engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in,routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 01 78 23-4 OPERATION AND MAINTENANCE DATA Page 4 of 3 i. Charts of valve tag numbers,with location and function of each valve j. List of original manufacturer's spare parts,manufacturer's current prices,and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system,as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves,engineering data and tests 3) Complete nomenclature and commercial number of replaceable pans b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly,repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices,and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH NS11 Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUMON SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 01 7823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 01 78 39.1 PROJECT RECORD DOCUMENTS Page i of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PANT 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents,including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division I General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES INOT USED[ 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUB NIITTALSII N FORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED[ 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents,making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECiF1CAT]ION DOCUMENTS (Alta Vista,Westpon,lndependence,and Victory) Revised July 1,2011 City Project No. 100261 01 78 39-2 PROJECT RECOR-D DOCUMENTS Page 2 of 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work,both concealed and visible,to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data,use means necessary to again secure the data to the City's approval, a. In such case,provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS SNOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED IoR] OWNER-SUPPLIED PRODUCTS [NOT USED 2.2 RECORD DOCUMENTS A. .lob set 1. Promptly following receipt of the Notice to Proceed,secure from the City, at no charge to the Contractor, I complete set of all Documents comprising the Contract, R. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection,provide the City 1 complete set of a]I Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title,"RECORD DOCUMENTS-JOB SET". CITY OF FORT WORTH MH Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,independence,and Victory) Revised July 1,2411 City Project No. 100261 01 78 34-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must he taken out for new entries and for examination, and the conditions under which these activities will be performed,devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City,until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes,use different colors for the overlapping changes. S. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits,circuits,piping, ducts,and similar items,are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor,subject to the City's approval. 2) However,design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the:Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch,the centerline of each run of items. ) Final physical arrangement is determined by the Contractor, subject to the City's approval, 2) Show,by symbol or note, the vertical location of the Item("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may he related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment,conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents,coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction,and the actual location of items. CITY OF FORT WORTII NSII Water Transmission Main ReIncatinns SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,independence,and Vichy) Revised July 1,2011 City Project No.100261 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly,consistently and with the proper media to assure longevity and clear reproduction, 2. Transfer of data to other Documents a. If the Documents,other than Drawings, have been kept clean during progress of the Work,and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings,will be accepted as final Record Documents. b. If any such Document is not so approved by the City,secure a new copy of that Document from the City at the City's usual charge for reproduction and handling,and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR 1 RESTORATION [NOT USED 3.5 RE-INSTALLATION [NOT USED] 3.7 FIELD loaf SITE QUALITY CONTROL (NOT USEDI 3.8 SYSTEM STARTUP INOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION INOT USED 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED] END OF SECTION 1zevision Log DATE NAME SUMMARY OF CHANCPF CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170.Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS tAita Vista,Westport,Independence,and Victory] Revised July 1,2011 City Project No. 100261 31 41 00- 1 SHORING Page I of 5 SECTION 31 4100 SHORING PARTI - GENERAL 1.1 SCOPE OF WORK A. Work in this section shall consist of furnishing all equipment,materials and labor for a structural safety system meeting appropriate requirements established in the Occupational Safety and Health Administration(OSHA) Safety and Health Regulations, Part 1926,Subpart P - Excavations,Trenching and Shoring, and other applicable regulations. 1.2 RELATED WORK A. Section QI 33 Od—Submittals B. Section 33 05 07.33—Tunnei Construction C. Section 33 05 10—Utility Trench Excavation, Embedment,and BackfilI. 13 SUBMITTALS A. Submit the following in accordance with the requirements of the General Conditions and Division I — General Requirements: I. The Contractor shall retain the services of Professional Engineer,licensed in the State of Texas and having experience in soils and structural engineering, to design and prepare the structural excavation safety systems. The structural excavation safety system design Professional Engineer shall have designed complex systems similar in size in the United States to the one specified for the structures to be constructed in this contract. Such comparable systems shall have been successfully completed without endangering adjoining structures or utilities. 1 he plans shal I include shoring systems,systems to protect existing utilities,slope stability monitoring and dewatering. 2. Contractor's structural safety system engineer shall have a minimum of 10 years experience in the design and implementation of system. 3. Submit a plan for all structural excavations of a depth 5 feet or greater,with a bottom width less than twice the total depth of the excavation, where an existing structure or utility falls within a 2 horizontal to 1 vertical (2.1) slope from the bottom of the excavation,or where conditions dictate a plan be developed based on the structural safety engineer's analysis. Structural safety system plan will be kept in the Owner's Representative's file for reference purposes only. No review will he made nor is any responsibility for the plan assumed by the Owner, or Engineer. 4. Submit qualification, list of the projects, and references for the Contractor's Structural Safety System design engineer. 5. Submit certified copy of the structural Excavation Safety Engineers' weekly site visit reports. 6. Submit load testing procedure and test results of soil nails/anchors. NSII Water Transrnmion Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) Reviser)January 20?1 City Project No.100261 3] 4100-2 SI OPLING Page 2 of 5 1.4 REFERENCE STANDARDS A. OSHA Safety and Health Regulations, Part 1926, Subpart P— Excavations,Trenching and Shoring, 1.5 QUALITY ASSURANCE A. Engineers responsible for design of trench safety systems,structural excavation plans and existing utility and structure protection systems shall be Professional Engineers licensed in the state where the project is located. Such engineers must also demonstrate experience in soil mechanics,structural engineering and design of trench safety systems. 1.6 SYSTEM DESCRIPTIONIDESIGN REQUIREMENTS A. Structural Excavation Plan: The Contractor shall have a structural excavation plan prepared. This excavation plan must illustrate proposed safety and excavation requirements specifically designed for this project and must be designed, signed,dated and sealed by a Professional Engineer licensed in the state where the project is located with professional experience in soil mechanics and design of structural excavation safety systems. The Contractor is responsible for obtaining additional soil borings and soil analysis as required for design. The structural excavation plan is to be designed in conformance with OSIIA standards and other applicable regulations. H. A signed,dated and sealed copy of the structural excavation plan shall be maintained at the project site for the Contractor's use during construction. In addition, a signed, dated and sealed copy of the structural excavation plan shall be maintained at the project site in the contractor's records. No work in excavations in excess of five feet deep is to be performed until this plan is prepared and implemented.The Contractor shall not deviate from the structural excavation plan without written authorization from the engineer who prepared the plan. This written authorization shall be signed,dated and sealed by the engineer. Contractor accepts sole responsibility for compliance with all applicable safety requirements.The structural excavation plan does not relieve Contractor from responsibility for any or all construction means,methods,techniques and procedures. Furthermore the Contractor shall indemnify the Owner, the Owner's Representatives, and Engineer from any and all claims due to any property damage or bodily injury(including death) that arises from use or misuse of the structural excavation plan, or from Contractor's negligence in performance of the contract work. 1.7 DELIVERY, HANDLING AND STORAGE[NOT USED] 1.8 MAINTENANCE/SPARE PARTS(NOT USED) 1,9 EXTENDED WARRANTY(NOT USED) 1.10 DEFINITION A. For the purposes of this project,a structural excavation is any excavation exceeding a depth of 5 feet that requires vertical or steep slopes that can not sufficiently ensure the safety of existing structures,utilities or workers. NSII Water Transmission Main Relocations S14 170,Pan 3 (Alta Vista,Westport,Independence,and Victory) Revised January 2021 City Project No, ]00261 314100-3 SHORING) Page 3 or 5 PART 2- PRODUCTS 2.1 PROJECT SPECIFIC REQUIREMENTS A. LOAD TESTING 1. Any structural safety system,shoring or earth retention system that requires the use of tie- back anchors or soil nails must include verification load testing prior to installation of any anchors or production nails. Proof-testing of production anchors or nails will also be required periodically during construction. 2. Pre-construction verification load tests on individual anchors or nails must be loaded to 200%of the Design Test Load in accordance with acceptable standards and procedures established by the applicable industry. This must include prolonged creep testing at 150% of the Design Test Load. A minimum of four(4) load verification tests shall be performed at locations selected by the Owner's Representative. Pre-construction load tests shall demonstrate that long-term creep will not occur at 150%of the Design Test Load and that the maximum test load exceeds 200%of the Design Test Load. 3. Proof'Testing of Production Nails or Anchors will be required on 5%of the production nails/anchors in each row or a minimum of one per row. The test locations shall be designated by the Design Engineer and approved by the Owner's Representative.Proof testing of production nails/anchors must be in accordance with acceptable standards and procedures established by the applicable industry. Proof testing of production nails shall be performed to at least 150%of the Design Test Load. 4. Acceptance or rejection of verification load tests, nails/anchors and production nails/anchors will be in accordance with applicable standards for the industry. 5. All load testing procedures and acceptance or rejection criteria shall be included in the Pre- Construction Submittal with the Retention Plan for review and acceptance by the Owner's Representative. This submittal shall include required grout strength and the proposed grout mix. The submittal shall be submitted for review at least 8 weeks prior to the start of the Transfer Station Building construction. 2.2 FABRICATION (NOT USED) 2.3 CONTROLS(NOT USED) 2.4 FACTORY TESTS(NOT USED) PART 3 - EXECUTION 3.1 GENERAL A. The structural excavation safety system shall be constructed, installed and maintained in accordance with the details shown in the design prepared by the Contractor's licensed Professional Engineer to prevent death or injury to personnel or damage to structures or utilities in or near these structural excavations.Materials excavated to be stored no closer to the edge of the excavation than one-half the depth of the excavation. N S I I Warer Trarkvnission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Indeperdense,and Victory) Revised January 2021 City Project No. 100261 31 41 00-4 SHORING Page 4 of 5 3.2 PROTECTION OF FACILITIES A. Before the start of earthwork operations, adequately protect structures,utilities, trees, shrubs and other permanent objects.Costs resulting from damage to permanent facilities due to negligence or lack of adequate protection will be charged to the Contractor. Excavations near existing structures or utilities must be instrumented to verify no impact to the existing facilities. B. Provide surface drainage during the period of construction to protect the work and to avoid nuisance to adjoining property. C. The Contractor shall conduct his operations in such fashion that trucks and other vehicles do not create a dirt nuisance in the streets. The truck beds shall be sufficiently tight,and shall be loaded in such a manner that objectionable materials will not be spilled onto the streets.Any dirt,mud, or other materials that are spilled onto the streets or deposited onto the streets by the tires of vehicles shall be promptly cleared away by the Contractor. 3.3 SUPERVISION A. Contractor shall provide competent supervisory personnel at each structural excavation while work is in progress to ensure Contractor's excavation safety methods,procedures,equipment and materials meet the requirements of OSHA standards and the structural excavation plan. 3.4 INSPECTION A. Contractor shall make daily inspection of structural excavation system to ensure that the system meets OSHA requirements and the requirements of the safety plan. Daily inspection is to be made by qualified personnel. If evidence of possible cave-ins, slides or other conditions of concern is apparent,all work in the excavation shall cease until necessary precautions have been taken to safeguard personnel entering the excavation and protect adjacent structures and utilities. Contractor shall maintain permanent record of daily inspections.The Contractor's Structural Excavation Safety Engineer shall make periodic site visits(at the start of each new excavation and at least once per week for all open excavations). Within two(2)days after each visit,the Contractor's Structural Excavation Safety Engineer shall make a written report to the Owner certifying that the structural excavation plan and safety construction practices are being followed. The Contractor's Structural Excavation Safety Engineer shall immediately report any unsafe construction practices to the Owner and Contractor. 3.5 MAINTENANCE OF SAFETY SYSTEM A. The safety system shall be maintained in the condition as specified by the Contractor's Trench Safety Engineer.The Contractor shall take all necessary precautions to ensure the safety systems are not damaged during their use. If at any time during its use a safety system is damaged, personnel shall be immediately removed from the excavation area and the safety system repaired. The Contractor shall take all necessary precautions to ensure no loads,except those included in the safety system,design,are imposed upon the excavation. NSIt Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westpom Independence,and Victory) Revised January 2021 City Project No. 1 D02 61 314100-5 SHORING Page 5 of 5 3.6 REMOVAL A. Bed and backfill structural excavation to a point at least one foot above the structure prior to removal of any portion of the structural safety system. Bedding and backfill to be in accordance to other applicable specification sections. Backfilling and removal of structural excavation supports shall progress together from bottom of excavation upward. Remove no braces or supports until all personnel have evacuated the excavation. Backfill excavation to within five feet of natural ground prior to removal of entire safety system. END OF SECTION NSII Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) Revised January 2021 City Project No. 100261 3201 29-1 CONCRETE PAVING REPAIR Page 1 of 4 SECTION 32 0129 CONCRETE PAVING REPAIR PART1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete pavement repair to include,but not limited to: a. Utility cuts (water, sanitary sewer, drainage, etc.) b. Warranty work c. Repairs of damage caused by Contractor d. Any other concrete pavement repair needed during the course of construction B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A.1.b.I —Specified that concrete pavement repair shall only be performed on Independence Parkway. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 32 01 18 - Temporary Asphalt Paving Repair 4. Section 32 12 16 -Asphalt Paving 5. Section 32 13 13 -Concrete Paving 6. Section 33 05 10 -Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Pavement Repair a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Pavement Repair for various: a) Street types 2) Limits of repair will be based on the time of service of the existing pavement. The age of the pavement will need to be determined by the Engineer through coordination with the City. For pavement ages: a) 10 years or less: repair entire panel b) Greater than 10 years: repair to limits per Drawings b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" shall be paid for at the unit price bid per square yard of Concrete Pavement Repair. Payment to the Contractor shall only be provided for the crossinfzs at Independence Parkway. c. The price bid shall include: 1) Shaping and fine grading the placement area 2) Furnishing and applying all water required CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 320129.2 CONCRETE PAVINU REPAIR Page 2 of 3) Furnishing, loading and unloading, storing, hauling and handling all concrete 4) Furnishing, loading and unloading,storing, hauling and handling all base material 5) Mixing, placing, finishing and curing all concrete 6) Furnishing and installing reinforcing steel 7) Furnishing all materials and placing longitudinal,warping, expansion and contraction joints, including all steel dowels,dowel caps and load transmission units required,wire and devices for placing,holding and supporting the steel bar, load transmission units,and joint filler in the proper position; for coating steel bars where required by the Drawings S) Sealing joints 9) Monolithically poured curb 10) Cleanup 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Pub]is Works Department in conformance with current ordinances. 2. Transportation and Public Works Department will inspect paving repair after construction. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 1.7 CLOSEOUT SUBMITTALS ]NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 ❑ELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Place concrete as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Embedment and Backfill: see Section 33 05 10. B. Base material: Concrete base: see Section 32 13 13. CITY OF FORT WORTH NSII Water Transrwswn Matn Relocations SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 320129-3 CONCRETE PAVING REPAIR Page 3 of 4 C. Concrete: see Section 32 13 13. 1. Concrete paving: Class H or Class HES. 2. Replace concrete to the specified thickness. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. B. If the cut is to be covered,use steel plates of sufficient strength and thickness to support traffic. 1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate to the existing pavement to create a smooth riding surface. a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. C. Surface Preparation: mark pavement cut repairs for approval by the City. 3.4 INSTALLATION A. Sawing 1. General a. Saw cut perpendicular to the surface to full pavement depth. b. Saw cut the edges of pavement and appurtenances damaged subsequent to sawing to remove damaged areas. c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 2. Sawing equipment a. Power-driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or facture concrete adjacent to the repair area 3. Repairs: In true and straight lines to dimensions shown on the Drawings 4. Utility Cuts a. In a true and straight line on both sides of the trench b. Minimum of 12 inches outside the trench walls 5. Prevent dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal 1. Use care in removing concrete to be repaired to prevent spalling or fracturing concrete adjacent to the repair area. C. Base: as specified in Drawings CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 32 01 29-4 CONCRETE PAVING REPAIR Page 4 of 4 D. Concrete Paving 1. Concrete placement: in accordance with Section 32 13 13. 2. Reinforce concrete replacement:as specified in Drawings 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USEDI 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING INOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log I]A I N NAME SUMMARY OF CHANGE I.2.A Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair 2.2.C.1 Changed to Class P to Class H CITY OF FORT WOWrif NSII Water Transmssion Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alfa Vista,Westport,Indeprndence,and Victory) Revised December 20,2012 City Project No. 100261 330131-1 CLOSED CIRCUIT TELEVISION{CCTV)INSPECTION Page 1 of 7 SECTION 33 0131 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements and procedures for Closed Circuit Television(CCTV)Inspection of water mains 30-inches and lamer,sanitary sewer or storm sewer mains 2. For sanitary sewer projects all(existing: Pre-CCTV,proposed: Post-CCTV)main shall be inspected. B. Deviations from this City of Fort Worth Standard Specification 1. 1.1 A.1-Add Water Mains 30-inches and Larger 2. [.1 C.4-Add Section 33 04 40 3. 1.3 A.2-Referenced Ciiy of Fort Worth's standard specifications for file locations 4. 1.4 A.1-Add Water Mains 30-inches and Larger 5. 1.5 D-Referenced City of Fort Worth's standard specifications for file locations 6. 1.7 A.3-Referenced City of Fort Worth's standard specifications for file locations 7. 3.3 C-Add Water Mains 30-inches and Larger 8. 3.4 D.1-Add Water Mains 30-inches and Lamer g. 3.10 A-Add Section 33 04 40 C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0--Bidding Requirements,Contract Fogs,and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 33 03 10-Bypass Pumping of Existing Sewer Systems 4. Section 33 04 40-Cleaning and Acceptance Testing of Water Mains 5. Section 33 04 50--Cleaning of Sewer Mains 6. Section 01 32 16--Construction Progress Schedule 1.2 PRICE AND PAYMENT PROCEDURES A. Pre-CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot for"Pre-CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 3,2016 City Project No. 100261 330131-2 CLOSED CIRC.Irr TELEVISION(CCTV)INSPECTION Page 2 of 7 a. Mobilization b. Cleaning c. Digital file B. Post-CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot for"Past-CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file 1.3 REFERENCES A. Reference Standards L Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. City of Fort Worth Water Department a. City of Port Worth Water Department CCTV Inspection and Defect Coding Program(CCTV Manual). Refer to the Ci 's standardspecifications for the location of the CCTV Manual. b. City of Fort Worth Water Department CCTV Spread Sheet Log. Refer to the City's standard specifications for the location of the CCTV Spreadsheet Log. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Water Mains 30-inches and Larger and Sanitary Sewer Lines a. Meet with City of Fort Worth Water Department staff to confirm that the appropriate equipment, software, standard templates, defect codes and defect rankings are being used, if required. 2. Storm Sewer Lines a. '.Meet with City of Fort Worth TTansportation/Public Works Department staff to confirm that the appropriate equipment,software, standard templates, defect codes and defect rankings are being used, if required. B. Schedule 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule per Section 0132 16. 2. Include time for City review(2 weeks minimum--Notification needs to be send out to Project Manager& Field Operation). CrrY OF FORT WORTH NSH Water Transmission Main Relocaliflns SH 170,Part 3 STATNMARr1 CONSTRUCTInNi SPEC IT TCATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Re,yised March 3,2016 Laity Project No. 100261 33 01 31 -3 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 3 of 7 3. If CCTV is accepted by City,proceed with work. If rejected, coordinate with City per Part 1.4 A. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide video data per the CCTV Manual. Provide additional copy of video in Windows Media AudioNideo (.wmv) format for City Inspection review. D. If inspected with other software provide video data in Windows Media AudioNideo (.wmv) format. Provide CCTV log in EXCEL spread sheet format—Refer to the City's standard specifications for the location of the CCTV Spreadsheet Log E. Inspection Report shall include: 1. Asset a. Date b. City c. Address and/or Project Name d. Main Number—GIS ID (If Available) e. Upstream Manhole GIS ID(If Available) f. Downstream Manhole GIS ID (If Available) g. Pipe Diameter h. Material i. Pipe Length j. Mapsco Location Number k. Date Constructed 1. Pipe Wall Thickness 2. Inspection a. Inspection Number(i.e. lst,2",etc...) b. Crew Number c. Operator Name d. Operator Comments e. Reason for Inspection f. Equipment Number g. Camera Travel Direction(Upstream/Downstream) h. Inspected Length(feet) i. Work Order Number(if required) j. City Project Number(if required) k. City Contract Name 1. DOE/TPW Number(if required) In. Consultant Company Name n. Consultant Contact Name o. Consultant Contact Phone Number p. Contractor Company Name q. Contractor Contact Name r. Contractor Contact Phone Number CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 3,2016 City Project No. 100261 33 01 31 -4 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 4 of 7 1.6 INFORMATIONAL SUBMITTALS A. Pre-CCTV submittals 1. 2 copies of CCTV video results an USB drive 2. 2 hard copies of Inspection Report and one pdf copy on USB drive B. Additional information that may be requested by the City 1. Listing of cleaning equipment and procedures 2. Listing of flow diversion procedures if required 3- Listing of CCTV equipment 4. Listing of backup and standby equipment 5. Listing of safety precautions and traffic control measures 1.7 CLOSEOUT SUBMITTALS A. Post-CCTV submittals i. 2 copies of CCTV video results on USB drive 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to the City Inspector for review prior to scheduling a project final walk through. 3. CCTV speadsheet log in EXCEL format—Refer to the Ci 's standard s cifications for the location of the CCTV Spreadsheet Log. 4. Construction Plans identifying the line segments that were videoed. Include cover sheet, overall line layout sheet(s),and plan and profile sheet(s). 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USEDI PART 2 - PRODUCTS A. Equipment- 1. Closed Circuit Television Camera a. The television camera used shall be one specifically designed and constructed for sewer inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100 percent humidity/submerged conditions. The equipment will provide a view of the pipe ahead of the equipment and of features to the side of the equipment through turning and rotation of the lens. The camera shall be capable of tilting at right angles along the axis of the pipe while panning the camera lens through a full circle about the circumference of the pipe. The lights on the camera shall also be capable of panning 90-degrees to the axis of the pipe. CITY OF FORT WORTH NSII Water Transmission Main Relocations SI1 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 3,2016 City Projea No.100261 33 01 31-5 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 5 of 7 b. The radial view camera must be solid state color and have remote control of the rotational lens. The camera shall be capable of viewing the complete circumference of the pipe and manhole structure, including the cone-section or corbel. The camera lens shall be an auto-iris type with remote controlled manual override. 2. Video Capture System a. The video and audio recordings of the sewer inspections shall be made using digital video equipment. A video enhancer may be used in conjunction with, but not in lieu of, the required equipment. The digital recording equipment shall capture sewer inspection on USB drive, with each sewer segment(from upstream manhole to downstream manhole)inspection recorded as an individual file in Windows Media Audio/Video(.wmv) format. City has a right to change the format from.WMV media to .MP4 b. The system shall be capable of printing pipeline inspection reports with captured images of defects or other related significant visual information on a standard color printer. c. The system shall store digitized color picture images and be saved in digital format on a USB drive. d. The system shall be able to produce data reports to include, at a minimum, all observation points and pertinent data. All data reports shall match the defect severity codes outlined in the City's CCTV manual. e. Camera footage, date&manhole numbers shall be maintained in real time and shall be displayed on the video monitor as well as the video character generators illuminated footage display at the control console. PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Prior to inspection obtain pipe and manhole asset identification numbers from the plans or City to be used during inspections. Inspections performed using identification numbers other than the plans or from assigned numbers from the City will be rejected. 2. Inspection shall not commence until the sewer section to be televised has been completely cleaned in conformance with Section 33 04 50. (Sewer system should be connected to existing sewer system and should be active) 3. Inspection of newly installed sewers (not yet in service) shall not begin prior to completion of the following: a. Pipe testing b. All manhole work is complete c. Installation of all lateral services d. Vacuum test of manholes 4. Temporary Bypass Pumping(if required) shall conform to Section 33 03 10. B. Storm Sewer Lines CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 3,2016 City Project No. 100261 330131-6 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 6 of 7 1. Coordinate with City of Fort Worth Transportation/Public Works Department for CC"I'V equipment and cleaning requirements. C. Water Mains 30-inches and Lar er 1. Coordinate with City of Fort Worth Transportation/water Department for CCTV etuipment and cleaning requirements. 3.4 INSPECTION(CCTV) A. General 1. Begin inspection immediately after cleaning of the main. 2. Move camera through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the main's condition. 3. Do not move camera at a speed greater than 30 feet per minute. 4. Use manual winches,power winches,TV cable,and power rewinds that do not obstruct the camera mew,allowing for proper evaluation. 5. During investigation stop camera at each defect along the main. a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 6. Pan and tilt the camera to provide additional detail at: a. Manholes,Include condition of manhole in its entirety and interior corrosion protection(if applicable)(Camera should pan the entire manhole from top as well as while lowering into manhole,also show complete view of invert) b. Service connections, Pan the Camera to get a complete overview of service connection including zooming into service connection Include location(i.e.3 o'clock,9 ❑'clock,etc...) c. Joints, Include comment on condition,signs of damage, etc... d. Visible pipe defects such as cracks, broken or deformed pipe,holes,offset joints,obstructions or debris(show as%of pipe diameter). If debris has been found in the pipe during the post-CCTV inspection,additional cleaning is required and pipe shall be re-televised. e. Irtliltration/Inflow locations f. Pipe material transitions g. Other locations that do not appear to be typical for normal pipe conditions h. Note locations where camera is underwater and level as a%of pipe diameter. T Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1110 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main on more than l USB drive. b. A single segment is defined from manhole to manhole. B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection,the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. 3. Provisions for repairing or replacing the impassable location are addressed in Section 33 3120, Section 33 31 21 and Section 33 3122. CITY OF FORT WORTH NSH Water Traasmismon Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Viclnry) Revised Mxch 3,2016 City Project No. 100261 3301 31 •7 CLOSED CIRCUIT TELEVf5lON(CCTV)INSPECTION Page 7 of 7 C. Post-Installation Inspection 1. Complete manhole installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 0450. D. Documentation of CCTV Inspection 1. Sanitary Sewer Lines and Water Mains 30-inches and Larger a. Follow the CCTV Manual(CCTV standard manual supplied by City upon request) for the inspection video,data logging and reporting or Part 1.5 E of this section. 2. Storm Sewer Lines a. Provided documentation for video,data logging,and reporting in accordance with City of Fort Worth Transportation/Public Works Department requirements. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD loa] SITE QUALITY CONTROL. [NOT USED] 3.8 SYSTEM STARTUP INOT USED[ 3.9 ADJUSTING [NUT USED] 3,10 CLEANING A. See Section 33 04 50 and 33 04 40. 3.11 CLOSEOUT ACTIVITIES INOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 2/20120 1 2 D.Johnson Various-Added requirements for coordination with TIPW for Storm Sewer CC rV 0 310 312 0 1 6 J Kasavich Various-Altemative to CCTV Manual,modified submittal detail requirements CITY OF FORT WORTH NSII WaterTransrnission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised March 3,2016 City Prot No. 100261 330412- 1 MAGNESIUM ANODE CATHODIC PROTECTION Page i of 10 SECTION 33 04 12 MAGNESIUM ANODE CATHODIC PROTECTION PARTI - GENERAL 1.1 SUMMARY A. Section Includes: l. Requirements for Cathodic Protection Systems on concrete cylinder pipes,carbon steel pipes and ductile iron pipes using Magnesium Anodes 2. The Cathodic Protection System shall include,but not be limited to the following: a. Materials and installation b. Post-installation survey c. Final Report to include recommendations B. Deviations from this City of Fort Worth Standard Specification 1. L02.A.3.a— Design of System shall be included in price bid. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division]. —General Requirements 3. Section 33 05 26—Utility Markers/Locators 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment for Installation 1. Measure a. Measurement for this Item shall be by lump sum. 2. Payment: a. The work performed and materials furnished in accordance w7th this item shall be paid for at the lump sum price bid for"Cathodic Protection System Installation"for each material of utility pipe bid. 3. The price bid shall include: a. Mobilization b. Anode groundbeds c. Anode test stations d. Excavation e. Furnishing,placement,and compaction of backfill f. Field welding g. Connections h. Adjustments i. Testing j. Clean-up k. Start-up/Commissioning B. Measurement and Payment for Design 1. Measure a. Measurement for this Item shall be by luu ip sum. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330412.2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 2. Payment: a. The work performed in accordance with this Item shall be paid for at the lump sum price bid fo "Cathodic Protection System DesigLi for Ductile Iron Ping" upon completion and acceVtance of system design. 3. The price.bid shall include: a. Design of Cathodic Protection System including the final report on recommendations and field testing as outlined in section_1_.7. 1.3 REFERENCES A. Abbreviations and Acronyms 1. AWG: American Wire Gauge 2. CSE: CopperlCopper Sulfate Reference Electrode 3. HMWPE: High Molecular Weight Polyethylene B. Definitions 1. Anode:The electrode of an electrochemical cell at which oxidation occurs. 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 3. Cathode: The electrode of an electrochemical cell at which reduction is the principal reaction. 4. Cathodic Polarization: The change of electrode potential in the negative direction caused by direct current(DC)flow across the electrode/electrolyte interface. 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by making that surface the cathode of an electrochemical cell. 6. Corrosion: Degradation of a material,usually a metal,that results from a reaction with its environment. T Corrosion Control Engineer: MACE certified,licensed engineer in the state of Texas,employed by a Corrosion Engineering Firm. 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection design on behalf of the Contractor. 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection System, 10. Current: Flow of electric charge. It. Electrode: A conductor used to establish contact with an electrolyte and through which current is transferred to or from an electrolyte. 12. Electrolyte: A chemical substance containing ions that migrate in an electric field (i.e., soil or water). 13. Foreign Structure: Any metallic structure that is not intended as a part of a system under Cathodic Protection. 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is less active(more noble)when electrically coupled in an electrolyte. 15. Interference: Any electrical disturbance on a metallic structure as a result of stray current. 16. Pipe-to-Electrolyte Potential: The potential difference between the pipe and the electrolyte that is measured with reference to an electrode in contact with the electrolyte. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH I70,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista.Westport,Independence,and Victory) Revised December 20,2012 City Project No, 100261 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 17. Polarized Potential: The potential across the structure/electrolyte interface that is the sum of the free corrosion potential and the cathodic polarization 18. Reference Electrode: An electrode whose opcn-circuit potential is constant under similar conditions of measurement and is used to measure the relative potentials of othcr electrodes 19. Stray Current: Current flow through paths other than the intended circuit. 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. C. Reference Standards 1. NACE International (NACE). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be 1n accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data 1. Submit product data for all components of the Cathodic Protection System. Data submitted shall include: a. Anodes b. Anode Test Stations c, Wiring d. Splicing Materials c. Thermitc Weld Materials f. Weld Coatings 1.7 CLOSEOUT SUBMITTALS A. The results of all testing procedures shall be submitted to the Engineer or the City for review and approval. Testing information required includes: l. Anode groundbed current outputs 2. Pipe-to-soil potentials 3. Results of interference testing 4. Results of electrical isolation joint tests S. Operating and maintenance instructions B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. C. Provide written documentation from the Corrosion Control Engineer of any deficiencies discovered during the post installation inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Cathodic Protection installer shall show adequate documented experience in the type of Cathodic Protection work required for the project. CITY OF FORT WORTH NSH Water Transmission Main Relocations SH 170.Put 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMEKTS (Alta Vism,Westport,Independence,and victory) Revised December 20,2012 City Project No. 100261 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 B. Certifications 1. The Contractor shall, upon request by City, furnish manufacturer's certified test reports that indicate that anodes meet Specifications and that all tests have been performed in accordance with the applicable standards. 1.10 DELIVERY,STORAGE,AND HANDLING A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. C. Packaging Waste Management 1. Dispose of anode and thermite weld material packaging properly and remove from the job site after installation is complete. 1.11 FIELD ]SITE] CONDITIONS ]NOT USED1 1.12 WARRANTY ]NUT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED loll] CIWNER-SUPPLIEDPRODUCTS ]NOT' USED1 2.2 MATERIALS A. Sacrificial Anodes- Magnesium 1. Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes. b. The metallurgical composition of the Magnesium Anodes shall conform to the fallowing: Element Content(% Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 1 0.05 Each or 0.3 Maximum(Total) Ma nesi I Remainder 2. Magnesium Anode Current Capacity a. Magnesium Anodes require a current capacity of no less than 500 amp-hours per pound of magnesium. 3. Anode Rackfill Material a. Use chemical backftll material around all galvanic anodes. CITY OF FORT WORTH NS1I Water Transmission!Hain Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Indcperdernce,and Victory) Revised December 20,2012 City Project No, I00261 3304 12-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 16 b, Backfill provides a reduced contact resistance to earth,provides a uniform environment surrounding the anode,retains moisture around the anode and prevents passivation of the anode. c. All galvanic anodes shall come prepackaged in a backfill material conforming to the following composition: 1) Ground hydrated gypsum: 75 percent 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent 4) Have a grain size backfill such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. d. Completely surround the anode with the backfill mixture within a cotton bag. e. For cast magnesium ingots,the required weight of backfill shall be as follows: Anode Weight Backfill Weight Total Weight Pounds Pounds Pounds 17 44 61 20 50 70 32 58 90 40 65 105 48 49 96 60 70 130 4. Anode Lead Wires a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 AWG solid copper wire equipped with TW of THW insulation. 5. Lead Wire Connection to Magnesium Anode a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. b. Extend 1 end of the core beyond the anode for the lead wire connection. c. Silver-solder the lead wire to the core and fully insulate the connection, B. Splicing Tape 1. Tape used for covering anode lead wine to anode header cable connections shall be 2 layers of Scotch 130C rubber splicing tape,then 2 layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch,or approved equal. 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. C. Crimping Lugs 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No.YC IOC 10 as manufactured by Burndy,or approved equal. D. Anode Header Cable 1. Anode header cables routed between the anode groundbed and the test stations shall be#10 AWG stranded copper conductors with type 1lMWPE insulation(black). E. Anode Test Stations 1. Test stations shall consist of test wires,a terminal head and a traffic box as shown on the Drawings. 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as manufactured by CP Test Services, or approved equal. CITY OF FORT WORTH NS11 Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330d12-6 MAGN SIUM ANODE CATHODIC PROTFrnON Page 6 of 10 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked"CP Test" as manufactured by Brooks Products, Inc,or approved equal. 4. If the area is not paved,the test station shall be installed in a 24-inch x 24-inch x 6- inch square concrete pad. 5_ Install a marker sign adjacent to all flush-mounted test stations. F. Shunt 1. Monitoring shunt shall be a 0,01 ohin Type RS shunt as manufactured by Holloway,or approved equal. 2. There shall be at least 1 shunt in each Magnesium Anode test station. G. Test Lead Wire 1. Test station lead wires shall be 412 AWG stranded copper cable with type TW, THW or THHN insulation,black in color. H. Permanent Reference Electrode 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package, as manufactured by Corrpro Companies, Inc.,or approved equal. 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HM W PE insulation of suitable length to attach to the terminal board of the test station. 1. Marker Sign 1. Provide marker sign in accordance with Section 33 05 26, 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Installation of Sacrificial Anodes 1. Placement a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep hole or by trench maintaining the same spacing as shown on the Drawings. b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of the pipe. c. Anodes shall be installed within the pipeline right-of-way. 2. Augured Hole a. The anode hole diameter shall easily accommodate the anode. 3. Backfilling CITY OF FORT WORTH NSU Water Transmission Main Relocatirms SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No.100261 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 a. After the hole is augured,the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. b. Pour a minimum of 5 gallons of water into the anode hole. c. Backfill the remainder of the anode hole. 4. Anode Lead Wire a. Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. b. Each anode lead wire shall be connected to an anode header cable as indicated on the Drawings. 5. Handling a. Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. B. Installation of Permanent Anode 1. Location a. Install 1 permanent copper sulfate reference electrode at each anode ground bed. b. The permanent reference electrode shall be within 6 inches of the pipe at pipe depth. c. Prepare and install the permanent reference electrode in strict accordance with the manufacturer's recommendations. 2. Placement a. Place the permanent reference electrode in the same ditch with the water line and carefully covered with the same soil as the pipeline backfill. 3. Lead Wire a. Protect the permanent reference electrode lead wire during backfill operations and route to the test station along with the water line test leads and anode ground bed cables. C. Installation of Wire and Cable 1. Depth a. All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. 2. Anode Header Cable a. Each anode lead wire shall be connected to a#10 AWG/HMWPE header cable which shall be routed into a flush-to-grade test station. 3. Anode Lead Wire to Header Cable Connection a. Each anode lead wire to header cable connection shall be made using a copper compression connector. b. Each connection shall be taped using rubber tape,vinyl tape and coated with Scotchkote electrical coating as shown on the Drawings. 4. Anode-to-Pipeline Connection a. Connect each group of anodes to the pipeline through a test station as shown on the Drawings. b. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the Drawings. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No.100261 330412-8 MAGNESrUM ANODE CATHODIC PROTECTION Page 8 of 10 5. A 3-inch wide,yellow,non-detectable warning tape labeled"Cathodic Protection Cable Buried Below"shall be buried at a depth of 18 inches below the surface and along the length of all Cathodic Protection cable trenches. D. Test Lead Wise Attachment 1. Test lead cables shall be attached to the pipe by thermite welding. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. A grinding wheel shall be used to remove all coating,mill scale,oxide,grease and dirt from the pipe over an area approximately 3 inches square. a. The surface shall be cleaned to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end,exposing clean, oxide-free copper for welding. 5. Charges and Molds a. Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. b. Care shall be taken during installation to be sure correct charges are used. c. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. b. Using the proper size thermite weld mold as recommended by the manufacturer,the wire shall be placed between the graphite mold and the prepared metal surface. 7. The metal disk shall be placed in the bottom of the mold. 8. The cap from the weld charge container shall be removed and the contents poured into the mold. 9. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. 10. Close the mold cover and ignite the starting powder with a flint gun. The mold should be held firmly in place until all of the charge has burned and the weld has cooled slightly. 11. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 12. Pull on the wire to assure a secure connection. 13. If the weld is not secure or the wire breaks,repeat the procedure. 14, If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape,or approved equal. E. Flush-to-Grade Anode Test Stations 1. Flush-to-grade anode test stations shall be installed as shown on the Drawings. 2. Test stations shall be instal led in a 24-inch x 24-inch x 5-inch square concrete pad. 3, Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 12 inches above the top of the concrete pad for test purposes. F. Post Installation Backfilling of Cables 1. General a. During the backfilling operation,cables shall be protected to prevent damage to the wire insulation and conductor integrity. CHY OF FORT WORTH NSl1 Water Traustnission Main Relocations SH 170,Part 3 STANDARD CONSTRUCITON SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 3.5 REPAIR A. Cut wires shall be spliced by using a copper compression connector. 1. The connection shall be completely sealed against moisture penetration by the use of rubber tape,vinyl tape and Scotchkote electrical coating. B. Damaged or missing test station components shall be replaced by equal components. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. All components of the Cathodic Protection System shall be visually inspected by the City prior to commissioning of the system. 3.8 SYSTEM STARTUP A. General 1. The Cathodic Protection System shall be inspected, energized and adjusted (commissioned)as soon as possible after the Cathodic Protection equipment has been installed. B. Equipment 1. All Cathodic Protection testing instruments shall be in proper working order and calibrated according to factory specifications. C. Commissioning 1. The commissioning of the Cathodic Protection System shall be performed by, or under the direct supervision of, the Corrosion Engineering Firm qualified to verify compliance with this Specification and with the referenced corrosion control standards set forth by NACE International. D. Method 1. Measure native state structure-to-soil potentials along the water line using the permanent reference electrodes at each anode test station and a portable reference electrode at all other test stations and at above grade pipeline appurtenances. 2. Energize the Cathodic Protection System by connecting each Magnesium Anode groundbed to the pipeline lead in the test station junction box by means of a 0.01 ohm shunt. 3. Record each anode groundbed current using the shunt. 4. Allow sufficient time for the pipeline to polarize. 5. Adjust, if necessary,the Cathodic Protection current output in each anode test station to satisfy the 100-mV polarization shift criterion or the -850 millivolts-CSE polarized potential criterion as established by NACE International standards. 6. Record all final current outputs measured at each test station. 7. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. 8. Verify that interference does not exist with foreign structures. 9. Perform joint tests with owners of the foreign structures (if any) and mitigate any interference detected. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 33 04 12-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 10 10. If necessary,install resistance bonds to mitigate interference. 11. Interference testing coordination with the owners of foreign structures is the responsibility of the Cathodic Protection tester. E. Verification and Responsibilities 1. Contractor shall correct,at his expense,any deficiencies in materials or installation procedures discovered during the post-installation inspection. 39 ADJUSTING [NOT USED] 3.10 CLEANING INOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NSR Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No.100261 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS PART1 - GENERAL 1.1 SUMMARY A. General 1. Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department's Water Distribution System,it shall be cleaned (purged)and tested,or cleaned,disinfected,and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code(TAC) established by the Texas Commission on Environmental Quality(TCEQ). B. Deviations from this City of Fort Worth Standard Specification 1. 3.10 E.1.D.11 C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the Contract 2. Division 1 --General Requirements 3. Section 33 01 31—Closed Circuit Television(CCTV) Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning,disinfection,hydrostatic testing,and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place,and no other compensation will be allowed 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Water Works Association/American(AWWA); a. C301,Prestressed Concrete Pressure Pipe,Steel-Cylinder Type. b. C303,Concrete Pressure Pipe,Bar-Wrapped, Steel-Cylinder Type. c. C651,Disinfecting Water Mains. d. C655,Field De-Chlorination. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCIYON SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Vietary) Revised Fekuny 6,2013 City Project No. 100261 330440-2 CLEANING AND ACCEPTANCE.TFSTING OF WATER MAINS Page 2 of R 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals For 24-inch and larger water mains,provide the following: 1. Cleaning Plan- Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: a. A detailed description of cleaning procedures b. Pigging entry and exit ports c. Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. ❑isinfection Plan prior to the start of construction submit a disinfection plaza including. a. The method mixing and introducing chlorine b. Flushing c. De-chlorination d. Sampling 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS[NOT USEDI 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 ❑ELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED IoRI OWNER-SUPPLIED PRODUCTS [NOT USEDI 2.2 PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted,unless expressly approved by the City in writing for the particular application. 5. Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 6,2013 City Project No. 100261 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, tees, crosses,wyes,and gate valves. 2.3 ACCESSORIES INOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED) 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD loft[ SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STA FUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig all 36-inch and smaller water mains. b. Pig or manually sweep 42-inch and larger mains. c. Flushing is only permitted when specially designated in the Drawings,or if pigging is not practical and approved by the City. 13. Pigging Method 1. If the method of pigging is to be used,prepare the main for the installation and removal of a pig, including: a. Furnish all equipment,material and labor to satisfactorily expose cleaning wye, remove cleaning Wye covers, etc. b. Where expulsion of the pig is required through a dead-ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete! 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH NSII Water Transmission.lain Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 6,2013 City project No. 100261 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MANS Page 4 of 8 3) Plug and place blocking at other openings. 4) Rackfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method 1. Prepare the main by installing blow-offs at appropriate locations,of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow-off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main-1/4-inch blow-off 2) 14-inch through 12-inch main— 1-inch blow-off 3) 16-inch and greater main 2-inch blow-off' b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete: l) Corporations stops used for flushing shall be plugged. D. Daily main cleaning I. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an extended period of work stoppage. E. Hydrostatic Testing 1. All water main that is to be under pressure,shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shal I be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) 1'est pressures should meet the following criteria, unless otherwise indicated on the plans: a) Not less than 1.25 (187 psi minimum)times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less than 1.5 (225 psi minimum)times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fire hydrant valve. CrIY OF FORT WORTH NSII Water Transmissim Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 6,2013 City Project No.100261 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve,then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch-pound units, L= SD�P 148,000 Where: L=testing allowance (make up water), gallons per hour S=length of pipe tested, ft. D=nominal diameter of pipe, in. P=average test pressure during the hydrostatic test,psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail,the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection 1. General a. Disinfection of the main shall be accomplished by the"continuous feed" method or the"slug"method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 6,2013 City Project No. 100261 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 o!8 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. 2) At a point not more than 10 feet downstream from the beginning of the new main,water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum,or as required by TCEQ,whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg/L free chlorine, minimum, for the treated water in all portions of the main, 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 m&/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks,or other approved storage facility,and treat the water with Sodium Bisulfate,or another de-chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main,water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum,or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or"slug"of chlorinated water that shall expose all interior surfaces to the"slug"for at least 3 hours. 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City, 6) Upon completion,test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/l or less should be maintained. 2. Contractor Requirements a. Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling. CITY OF FORT WORTH NSII Water Transmission Main Relneations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 6,2013 City Project No.100261 330-440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 b. Make all necessary taps into the main to accomplish chlorination of a new line, unless otherwise specified in the Contract Documents. c. After satisfactory completion of the disinfection operation,as determined by the City, remove surplus pipe at the chlorination and sampling points,plug the remaining pipe, backfiII and complete all appurtenant work necessary to secure the main. G. Dechlorination 1. General. All chlorinated water shall be de-chlorinated before discharge to the environment. Chemical amounts,as listed in ANSIIAWWA C651: "Disinfecting Water Mains",shall be used to neutralize the residual chlorine concentrations using de-chlorination procedures listed in ANSIIAWWA C655: "Field De-Chlorination". De-Chlorination shall continue until chlorine residual is non-detectable. 2. Testing. Contractor shall continuously test for the chlorine residual level inunediately downstream of the de-chlorination process,during the entire discharge of the chlorinated water. Contractor shall periodically conduct chlorine residual testing and check for possible fish kills at locations where discharged water enters the existing watershed. 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the distribution system or any other construction activities: a. The Contract shall immediately alter activities to prevent further fish kills. b. The Contractor shall immediately notify Water Department Field Operations Dispatch. c. The Contractor shall coordinate with City to properly notify TCEQ. d. Any fines assessed by the TCEQ(or local, state of federal agencies)for fish kills shall be the responsibility of the Contractor. H. Bacteriological Testing (Water Sampling) 1. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City's laboratory,unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with A W WA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thjosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond l,M0 linear feet as designated by the City),plus l set from the end of the line and at least 1 set from each branch. e. if trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main,obtain bacteriological samples at intervals of approximately 200 linear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. CF[Y OF FORT WORTH NSII Water Transmission Mam Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised I'ebruary 6,2013 City Projeet No.100261 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 3. Repetition of Sampling a. Unsatisfactory test results require a repeat of the disinfection process and re- sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME: SUMMARY OF CHANGE 12/20/2012 D.Johnson 3.1 O.E.I e.-Added service lines to hydrostatic testing requirements I.3.A.2,d Added AWWA C655 Field De-Chlorination as reference 2/6/2013 D'rownsend 3.1O.G—Added Ile-Chlorination Requirement CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS {Alta Vista,Westport,Independence,and Victory} Revised February 6,2013 City Project No. L00261 330507.32-1 SHAFT CONSTRUCTION Page I of 3 SECTION 33 05 07.32 SHAFT CONSTRUCTION PART 1 -GENERAL 1.1 SCOPE OF WORK A. Construction,maintenance,and backfilling requirements of tunnel shafts. 1.2 RELATED WORK A. Section 01 33 00—Submittals B. Section 33 05 07.33 - Tunnel Construction C. Section 33 05 20—Auger Boring D. Section 33 05 10—Utility Trench Excavation, Embedment, and Backfill E. Section 33 05 23 —Hand Tunneling 1.3 SUBMITTALS A. Conform to requirements of Section 01 33 00 - Submittal Procedures. B. Shaft design submittals by Contractor shall be signed and sealed by Professional Engineer licensed in the State of Texas. If trench box is used in tunnel shaft and such utilization is in a manner other than what is indicated and certified in manufacturer's technical data, submit trench box manufacturer certification ofproposedusage. C. Submit temporary shoring/retention system plans of tunnel shaft for Owner's Representative's record. 1.4 REFERENCE STANDARDS(NOT USED) 1.5 QUALITY ASSURANCE A. Conform to Construction Quality Management Plan. 1.6 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Shaft design must include allowance for Contractor's equipment and stored material and spoil stockpile as appropriate. Design must also allow for HS-20 highway loading if located in the vicinity of a paved area, and/or allow for Cooper E-80 locomotive loading if located in the vicinity of a railroad. B. Design shaft to withstand full hydrostatic head without failure. 1.7 DELIVERY,HANDLING AND STORAGE(NOT USED) 1.8 MAINTENANCE/SPARE PARTS (NOT USED) 1.9 EXTENDED WARRANTY(NOT USED) NSII Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) Revised January 2021 City Project No. 100261 33 05 07.32•2 SHAFT CONSTRUCTION Page 2 of 3 PART 2- - PRODUCTS (NOT USED) PART 3- -EXECUTION 3.1 LOCATION OF ACCESS SHAFTS A. Locate shafts and associated work areas to avoid blocking driveways and cross streets, and to mini-mize disruption to business and commercial interests. Avoid shaft locations near areas identified as residential or potentially contaminated. B. Plan shaft locations to minimise interference with storm drainage channels, ditches, water lines, sanitary sewers, storm water sewers or culverts, which, when damaged, could result in ground washout or flooding of shafts andtunnels. 3.2 SHAFT CONSTRUCTION A. Conform to the following for ground support systems: 1. Ensure bracing and shoring are in contact with liner to provide full support. 2. Provide a seal slab if groundwater or unstable soil conditions are encountered or if required by Contractor's methods. When required, install seal slab as soon as final depth and stable bottom conditions have been reached and accepted by Owner's Representative. Construct seal slab capable of withstanding full piezometric pressure, with adequate factor of safety, either by pressure relief using under drains, or in case of more permeable ground condition,by use of structural reinforced slab. 3. Securely breast and shore face of starter or back tunnels to resist both soil and hydrostatic pressure. 4. When applicable, pressure grout voids or seepage paths around shafts and adjoining tunnels in accordance with Section 33 05 07.34 - Tunnel Grouting. Perform secondary or "back grouting"as ground measurement,voids or deformation of shaft liner are detected. H. Install suitable thrust or reaction blocks as required for pipe jacking equipment. C. Surface Water control: 1. Divert surface water runoff and discharge from dewatering system away from shaft. Protect shafts from infiltration or flooding. 2. Maintain the water level such that no danger to structures can occur because of buildup of excessive hydrostatic pressure. 3. Well points are not to be removed by the dewatering operation. D. Protect shaft,when not in use by second security fence at perimeter of shaft. E. Provide portable concrete traffic barriers at locations where work site is situated adjacent to highway, road, driveway, or parking lot. Angle traffic barriers in direction of lane flow. Do not place perpendicular to on-coming traffic. Properly maintain barrier throughout period shaft remains open. F. Repair broken boards, supports, and structural members in accordance with regulations(Local, County, State, etc.). Provide ladder with safety cage, when required by OSHA, in each shaft. Provide security barrier for each access shaft in which there is no construction activity or which is unattended by Contractor's personnel. NSII Water Tntnsmission Ruin Relocations SH 170,Part 3 (Alta Vista,Westport,Inde{rendence,and Victory) Revised January 2021 City Project No.100261 330507.32-3 SHAFT CONSTRUCTION Page 3 of 3 3.3 MONITORING A. Install and maintain instrumentation system to monitor and detect movement of ground surface and adjacent structures. Establish Vertical survey control points at distance from construction area that voids disturbance due to ground settlement. END OF SECTION NSII Water Tranarnission Main Relocations SH 170,Part 3 {Alta Vista,Westp)rt,Independence,and Victory} Revised January 2021 City Project No. 100261 33 05 07.33-1 TUNNEL CONSTRUCTION Page 1 of I 1 SECTION 33 05 07.33 TUNNEL CONSTRUCTION PART 1 - GENERAL 1.1 SCOPE OF WORK A. This Section includes tunnel construction operation with installation of tunnel liner followed by placement of water line inside tunnel after completion of tunnel construction. This Section is intended to be primarily functional in nature and to define in general terms work to be accomplished. Contractor is granted full discretion to select method of tunnel construction, Subject to review by Engineer. 1.2 RELATED WORT{ A. Section 01 33 00— Submittals. B. Section 33 05 20—Auger Boring C. Section 33 05 10—Utility Trench Excavation, Embedment,and Back filI D. Section 33 05 22—Steel Casing Pipe E. Section 33 05 23—Hand Tunneling 1.3 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Section 01 33 00 Submittal Procedures. B. Tunnel design submittals by Contractor shall be signed and sealed by a Professional Fngineer licensed in the State of Texas. C. Submit structural design parameters, calculations and drawings showing the proposed tunnel support system. D. Pre-construction survey at the tunnel crossing locations. E. Contractor shall maintain and submit on a daily basis shift records that include the following: 1. Starting and ending stations for each shift. 2. Starting and ending time for each shift. 3. Type,quantity,and location of support installed. 1.4 REFERENCE STANDARDS A. American Association of State Highway and Transportation Officials(AASHTO). B. Standard Specifications for Construction of Highways and Bridges—Texas Department of Transportation. C. American Railway Engineering and Maintenance-of--Way Association(AREMA)Manual for Railway Engineering(applicable sections). D. American Society for Testing and Materials(ASTM): 1. ASTM A36- Standard Specifications for Carbon Structural Steel. 2. ASTM A283 - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. NSI1 Water Transmission Main Relocations 5H 170,Part 3 (Alta Vista,Westport,Independence,and Victory) Revised April 2021 City Project No. I D0261 330507,31-2 TUNNEL CONSTRUCTION Page 2 or 11 3. ASTM A307-Standard Specification for Carbon Steel Bolts, Studs,and Threaded Rod 60000 PSI Tensile Strength. 4. ASTM A328 - Standard Specifications for Steel Sheet Piling. 5. ASTM A354-Standard Specifications for Quenched and"l'empered Alloy Steel Bolts, Studs,and Other Externally Threaded Fasteners. 6. ASTM A449-Standard Specifications for Hex Cap Screws,Bolts and Studs,Steel, Heat Treated, 120/105/90 ksi Minimum Tensile Strength,General Use. 7. ASTM A496-Standard Specification for Deformed Steel Wire for Concrete Reinforcement. 8. ASTM A615 -Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement, 9. ASTM A1011 - Standard Specifications for Steel, Sheet and Strip, Hot-Rolled,Carbon, Structural,High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength. 10. ASTM A1064-Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete. 11. ASTM C33 - Standard Specification for Concrete Aggregates. 12. ASTM C 150- Standard Specifications for Portland Cement. 13. ASTM D198 -Standard Test Methods of Static'Pests of Lumber in Structural Sizes. E. American Water Works Association(AWWA): AWWA C200-Steel Water Pipe, 6-inch and Larger. F. American Welding Society(AWS): 1. AWS D1.1 - Structural Welding Code-Steel. 2. AWS D7.0- Standard for Field Welding of Steel Water Pipe Joints, G. Occupational Safety and Health Administration(OSHA): Particular attention is called to 1926 Subpart S of OSHA Standards- 29 CFR,published by U.S. Department of Labor. 1.5 QUALITY ASSURANCE A. Conform to Construction Quality Management Plan. B. Contractor shall be solely responsible for damage to properties,buildings or structures,railroad, pavements, sidewalks and other utilities and work that may result from his operations to install pipe by tunneling methods. C. Contractor shall be solely responsible for the proper design and structural integrity of the various construction systems used during the u=et work. Such systems shall include, but not limited to the following: 1. Suitable shafts or trench excavated for the purpose of conducting the tunneling operations. 2. The design and installation of a temporary dewatering and drainage system to control surface water and groundwater during construction. D. Design review and field observation by Owners Representative shall not relieve the Contractor of responsibilities for the Work. NSIi Water Transmission Main Relocations 5H 170,Put 3 (Alta Vista,Westport,independence,and Victory) Revised April 2021 City Project No. 100261 330507.33-3 TUNNEL CONSTRUCTION Page 3 of 11 1.6 SYSTEM DESCRIPTION/DESIGN CRITERIA A. Design tunnel liner for appropriate loading conditions, including but not limited to: overburden and lateral earth pressures, handling and installation stresses, loads imposed by tunnel shield or tunnel boring machine thrust jacks, subsurface soil and water loads, grouting, and all other conditions of service. Contractor is responsible for design of tunnel liner to carry thrust of jacking or other construction forces or loads anticipated. B. Use Cooper E-90 locomotive loading distributions in accordance with AREMA specifications for tunnel liner for criteria at railroad crossings. Account for additive loadings for multiple tracks in design. Provide liner type for railroad crossings as specified or as otherwise required by railroad authority. Acceptable monitoring devices, such as closed circuit television,which permit continuous monitoring of conditions at face by qualified observers from outside tunnel,may be used. C. Use HS-20 vehicle loading distributions for truck loading criteria in accordance with AASHTO. D. Contractor shall be solely responsible to use best practices and address any settlement issues once the Owner or Owner's Representative identifies. E. Compatibility of Methods: 1. Use compatible methods of excavation, liner, and ground stabilization and ground water control. 2. Design tunnel liner, when used to provide thrust for propulsion of shield,to withstand this thrust without damage or distortion. Configure propulsion jacks on shield so that thrust is uniformly distributed and will not damage or distort tunnel liner. 3. Use compatible tunneling method with possible restrictions on work, such as influence on existing installations or potential ground water contamination. F. Contractor shall assume full and sole responsibility for the safety of the Work and the protection of personnel and property in the performance of the Work. Contractor shall be responsible for developing procedures to support the ground in a safe manner, for maintaining stability of the ground, and for safety during excavation and tunnel liner installation. G. The maximum settlement allowed at tunnel crossings are as follows: 1. Railroad Crossing: 0.25" 2. Highways: 0.75" 3. FM Roads and streets: 1.00" H. Soil Parameters shall be evaluated by the tunnel liner manufacturer. The thickness of the tunnel liner specified on drawings is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness,buckling strength and resistance to deflection. NSII Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) Revised April 2021 City Project No. 100261 33 05 07.33-4 TUNNEL CONSTRUCTION Pagc 4 of 11 1.7 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.8 MAINTENANCEISPAR.E PARTS (NOT USED) 1.9 EXTENDED WARRANTY(NOT USED) PART 2- PRODUCTS 2.1 GENERAL A. Use of various construction methods for tunnel excavation and ground support, such as tunnel boring machine(TBM), hand tunneling or shield,will be allowed. I. Contractor is responsible for final constructed products,materials and tools used,and for furnishing labor and qualified superintendents necessary for selected method of construction. 2. Demonstrate that chosen method will prevent flow of water or soil into tunnel, and provide stability of face under anticipated conditions. B. Furnish all items, such as TBM or shield with excavation equipment, spoil disposal systems, muck trains, hoist,grouting,signal systems,ventilation,safety equipment,and survey controls necessary to excavate and advance tunnel and construct tunnel liner by selected method. 2.2 LINER AND SUPPORTS A. Tunnel liner may consist of steel ring beams and lagging,steel liner plates, steel casing pipe, or combinations of these. Utilize additional support elements including shotcrete,additional steel sets, breasting,spilling, forepoling,crown bars, soil anchors,or fabrics,as required to provide stable excavation. B. Use steel liner plates,steel casing pipe or steel ring beams and lagging as tunnel liner for tunneling under Texas Department of Transportation rights-of-way. Use steel casing pipe as tunnel liner for tunneling under railroad rights-of--way. 2.3 MATERIALS A. Where use of the following materials is required,conform to requirements of the following minimum standards: Material Reference Standards Cement ASTM C 150 Reinforcing Steel Wire ASTM A 1064 or A496 Reinforcing Steel Wire Fabric ASTM A 1064 or A497 Reinforcing Steel Bars ASTM A615, Grade 60 Sand and Aggregate ASTM C33 Structural Steel ASTM A36 NSIT Water Transmission Main Reiocations 5H 170,Part 3 1Alta Vista,Westport,Independence,and Victory) Revised April 2021 City Project No. 100261 330507.33-5 TUNNEL CONSTRUCTION Page 5 of 11 Steel Piles, Sheets ASTM A328 Steel Ring Beams ASTM A36 Steel Plates ASTM A36 and A283 Steel Casing Pipe AWWA C200 B. Steel Casing Pipe: 1. Steel casing pipe shall be new uncoated welded steel pipe manufactured in accordance with AWWA C200. The pipe shall have a minimum yield strength of 35,000 psi. Steel casing pipe wall thickness shall be determined by the Contractor but shall not be less than what is called out on Drawings. Steel casing pipe shall be of the type and strength as indicated on Drawings. 2. Steel casing pipe shall be field welded in accordance with AWWA C206 and AWS D7.0. 3. Design deflection to be used in determining wall thickness of steel casing pipe shall not exceed 3 percent of nominal casing pipe size. 4. Steel casing pipe design shall also include stresses due to jacking forces when pipe is to be installed by jacking method. 5. Unless otherwise approved by Engineer, equip steel casing pipe with approximately 2-inch diameter grout holes furnished with plugs. Place holes in pattern so that each succeeding hole from top dead center is 60 degrees right,then 60 degrees left,then top dead center. Locate holes in each line no more than 4 feet apart. C. Steel Liner Plates: 1. General: a. Cold-formed steel liner plates shall be furnished to the dimensions required on the Drawings and accurately curved to suit the tunnel cross section. Maintain minimum thickness of metal for steel liner plates as shown on the Drawings, allowing for standard mill tolerances. b. For steel ring beams used with liner plates, conform to requirements of Paragraph 2.03. D, Steel Ring Beams and Lagging. c. Section properties shall conform to applicable requirements of Section 15 -Steel Tunnel Liner Plates in AASHTO Standard Specifications for Highway Bridges. d. Except as otherwise specified, Section properties shall conform to applicable requirements of Chapter 1, Section 4.21 -Construction of Tunnel Using Steel Tunnel Liner Plates in AREMA Manual for Railway Engineering. 2. Materials: a. Plates. 1) Provide steel liner plates manufactured by Contech Engineered Solutions(2- flange), DSI Underground Systems, Inc. (4-flange), or approved equal, and certified by manufacturer for compliance with specifications. Provide minimum tensile strength,yield strength and elongation of liner plates as follows: Tensile Strength = 42,000 psi Yield Strength = 28,000 psi Elongation,2 inch = 30 percent NSII Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) Revised April 2021 City Project No. 100261 330507,33-6 TUNNEL CONSTRUCTION Page 6 of 11 2) Provide design calculations for either 2-flange or 4-flange liner plates,as appropriate for Contractor's method of construction. All steel liner plate designs shall meet the following minimum factors of safety: Seam Strength " 3 Buckling - 2 Maximum Deflection = 3%(of nominal tunnel diameter) b. Bolts and Nuts. 1) Bolts and nuts used with lapped seam type(2-flange type) liner plates shall be not less than 5/8"(15 mm) in diameter. Bolts shall conform to ASTM A354 and ASTM A449 for plate thickness equal to or greater than 0.209 inch(5 mm),and ASTM A307 for plate thickness less than 0.209 inch(5 mm). Nuts shall conform to ASTM A307. 2) Bolts and nuts used with 4-flanged type shall be not less than 1/2"(12 mm) in diameter for plates 7 gauge or lighter, and not less than 518"(15 mm)in diameter for plates heavier than 7 gauge. Bolts and nuts shalt be quick acting coarse thread and shall conform to ASTM A307,Grade A. 3. Fabrication. Use new material for construction of liner plates. All plates shall be punched for bolting on both longitudinal and circumferential seams or joints,and shall be fabricated to permit complete erection from inside of the tunnel. All plates shall be of uniform fabrication,and those intended for one size tunnel shall be interchangeable. 4. Grout Holes. One half of the total number of the top liner plates shall be equipped with 2" (50 mm)diameter grout holes to facilitate grouting above and around the tunnel liner conduit. All grout holes shall be equipped with screw type plugs for final watertight closure of the grout holes. 5. Rejection. The presence of any or all of them in any individual liner plate or in general in any shipment shall constitute sufficient cause for rejection: a. Uneven laps. b. Elliptical shaping. c. Variation from a straight centerline. d. Ragged edges. e. Unevenly lined or spaced bolt holes. f. Dents or bends in the metal itself. D. Steel Ring Beams and Lagging: I. Materials a. Steel ring beams and auxiliary structural members shall be free of defects which may impair or reduce structural integrity. Steel ring beams shall be accurately curved to proper radius of tunnel section(or shaft section), and shall be bent by cold pressing in dies. The ring beam segments shall fit closely for bolted connections at segmental and transverse joints. b. Steel ring beams and lagging designs shall meet the following minimum factors of safety: Buckling — 2 Stiffness — 3 NSII Water Transmission Main Relocations 5H 170,Part 3 (Alt--Vista,Westport,Independence,and Victory) Re-vi sodApril 2021 City Project No. 100261 33 05 07.33-7 TUNNEL CONSTRUCTION Page 7 of 1 I c. Provide steel appurtenances required for installation of steel ring beams,such as tie.- rods,bolts,nuts,splice plates,steel spacers(dutchmen)and drift pins,with steel ring beams. d. The nuts shall conform to ASTM A307. The bolts shall conform to ASTM A449 for ring beam thickness equal to or greater than 0.209 inch(5 mm),and ASTM A307 for ring beam thickness less than 0,209 inch(5 mm). 2. Rejection: The materials may be rejected for failure to meet any of the requirements of this specification. F. Filter Fabric: 1. Material. Nonwoven,non-biodegradable, fabric consisting of continuous chain polymer filaments or yarns,at least 85 percent by weight polyolefins,polyesters or polyamide, formed into dimensionally stable network. 2. Install filter fabric and backer rods as required outside of tunnel liner to prevent migration of soil fines into excavated tunnel resulting in voids or settlement. PART 3 - EXECUTION 3.1 GENERAL A, Perform tunnel construction in the manner that will minimize disturbance to the ground in front of and surrounding tunnel,minimize the surface effects of tunnel excavation,and preserve the inherent strength of the ground in front of and surrounding tunnel. Prevent significant subsidence of surface and protect structures and utilities above,and in the vicinity of, tunnel from damage. B. Support ground continuously in the manner that will prevent loss of ground and keep perimeters and faces of tunnel and bottoms of shafts stable. Use filter-fabric and other means as necessary behind tunnel liner to prevent soil migration into tunnel. C. Provide approved mining instrumentation for testing quality of tunnel atmosphere and obtain samples,under working conditions,at prescribed intervals in accordance with OSHA, Federal, State and local requirements. D. Contractor shall furnish all materials and labor to install and maintain pumps,piping,drains and other facilities for the control,collection and disposal of groundwater and construction related water from inside the tunnel and shaft excavations. Water collected in the tunnel shall be directed to the tunnel shafts for disposal. 3.2 PREPARATION A. Execute work of excavating,lining,grouting,and construction of tunnel so that ground settlement or loss will be minimized. Completed tunnel liner shall have full bearing against earth with no voids or pockets left in work. Fill peripheral space between support elements and excavated surface no less frequently than after each shore or close by expanding support elements against ground as shield advances. B. Maintain clean working conditions inside tunnel and remove muck,debris,material spills, unusable supports,and other materials not required for tunneling. C. Evaluate condition of materials to be used immediately before their use to verify their ability to serve their intended function,including steel shapes,bars,fasteners,and accessories. Contractor shall ensure that all metal objects are free of scale,rust,mud,oil,grease,concrete and other objectionable materials and of true shape. NSII Water Transmission Main Relocations S14 170,Part 3 (Alta Vista,Westport,Independence,and Victory) Revised April 2021 City Project No.100261 33 05 07,33-8 TUNNEL.CONSTRUCTION Page 8 of I 1 D, Take proper precautions to avoid excavating earth,rock or shattering rock beyond the limits of excavation needed to install tunnel liner, E. Be aware that various existing soil borings,piezometers, or instrument wells may coincide with proposed tunnel alignment. These may or may not have been backfilled with grout therefore caution should be used in tunneling through these existing borings. Take mitigating measures to counter the effect that these boreholes,piezometers, or instrument wells may have on tunneling operations. I.-. Perform tunneling under railroad embankments,highways,or streets to prevent interference with operation of railroad, highways,or streets. 3.3 GROUNDWATER CONTROL AND GROUND STABILIZATION A. Provide necessary ground water control measures to perform work and to provide stable working conditions. Prevent excessive inflow of water into excavation during construction of tunnel, installation of carrier pipe and grouting of annular space(if applicable), Ground water control method shall provide means to prevent piping of fines into shafts or tunnel and other adverse effects due to groundwater inflow. Additional requirements are included in Section 33 05 10—Utility Trench Excavation,Embedment, and Backfill. 3.4 ANCILLARY SYSTEMS A. Air Quality: Contractor shall operate and maintain adequate ventilation for the duration of the tunnel work. The ventilation system shall conform to requirements of jurisdictional authorities. 1, Provide portable testing equipment for carbon monoxide gas, hydrogen sulfide gas,oxygen deficiency,and explosive gases. Monitoring for other constituents may be required while tunneling in potentially contaminated areas. 2. Provide audible automatic gas alarm on TBM to detect explosive gases. Locate alarm near tunnel face, 3. Equip motors and controls with automatic shutoff methane monitoring system. B. Lighting: Electric lights shall be used for illumination of completed portions of the tunnel used for passage and wherever lighting is needed for inspection of the work. Provide adequate lighting with lights at a maximum spacing of 50 feet in tunnel. Fixtures and wiring shall be in watertight enclosures with suitable guards. Provide separate circuits for lighting and for electrical equipment. C. Electrical System: Equip electrical systems utilized on TBM with appropriate ground fault system. Electrical systems are to be insulated,not permitting bare-wire exposures. Electrical components shall bear the Underwriters Laboratories(U.L.) label where applicable. D. Access: Provide clear and unobstructed access through tunnel. 3.5 SHAFTS A. Construction of Shafts: Conform work for all shafts,with or without permanent structures in them,to requirements of Section 33 05 07.32—Shaft Construction. 3.6 TUNNEL EXCAVATION AND TUNNEL LINERINSTALLATION A. Tunnel Excavation: 1. Contractor shall perform potholing or other methods to verify the presence of obstructions or utility conflicts not verified or shown on the drawings,prior to tunnel excavation. Notify Owner's Representative of obstructions found. N511 Water Transmission Main relocations SH 170,Part 3 (Alta vista,Westport,Independence,and Victory) rcvised April 2021 City Project No.100261 330507.33-9 TUNNEL CONSTRUCTION Page 9 of 11 2. Tunnel excavation shall not begin until the following have been completed: a. Owner's Representative has reviewed the required submittals. b. Support system for shaft has been installed. c. Groundwater control has been installed and is operating. d. A safety meeting has been conducted as required by OSHA. e. Pre-Construction survey has been performed and document has been submitted to the Owner's Representative. 3. Contractor shall continuously monitor,record,and control the rate of advance with the rate and volume of excavation to ensure that no over-excavation occurs. Promptly notify Owner's Representative if the loose volume of excavated materials exceeds the theoretical excavation volume. 4. During open-face excavation: a. Excavate face commencing at crown and proceed down to invert. Excavate both sides of heading simultaneously. Keep hood buried in soil ahead where soils include sands and silts. b. Keep face breasted or otherwise supported; employ other means as necessary to maintain face stability and prevent falls, excessive raveling, or erosion. Maintain standby face supports for immediate use when needed. c. During shut-down periods,support face of excavation by positive means;do not rely solely on hydraulic pressure for support. When face is untouched for more than 24 hours, fully breast face and shove shield tight against it. 5. During closed-face excavation: a. Carefully control and monitor volume of spoil removed. For earth-pressure balance TBM, balance spoil removed with advance rate and excavation rate. b. When cutting face is withdrawn, keep excavated face stabilized as required. 6. Advancing Shield: During forward movement of shield,provide sufficient support at excavation face to prevent movement of materials except materials as are physically displaced by elements of shield itself. Excavation shall not be advanced beyond the edge of the shield. 7. Install tunnel liner immediately after excavation of tunnel and as close to the heading as the work will permit. B. Tunnel Liner Installation: 1. Provide tunnel liner which is capable of supporting ground,and hydrostatic forces, and resisting construction loads until permanent carrier pipe has been installed and grouted in place. 2. Damaged or improperly installed tunnel liner shall be removed and replaced, or repaired immediately. 3. Welding shall conform to the applicable requirements of AWS D1.1. 4. Use methods that ensure full bearing of soil against tunnel liner without significant settlement or movement of surrounding soil. To fill void behind tunnel liner and limits of excavation,either expandable liner(e.g., steel ring beams and lagging) or non-expandable liner(e.g.,bolted steel liner plates) may be used provided grout is placed between nonexpendable liner and limits of excavation. 5. Grouting: Requirements pertaining to grout mix design and tunnel grouting are provided in Section 33 05 07.34 -Tunnel Grouting. 6. Steel ring beams and lagging NSII Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) Revised April 2021 City Project No. 100261 33 05 07.33-10 TUNNEL CONSTRUCTION Page 10 of 11 a. Steel ring beams shall be either expanded or blocked,as required to provide adequate ground support. b. Expanded steel ring beams shall achieve continuous contact with the surrounding ground. c. Secure ring beams against longitudinal movement or distortion. d. Fill voids between limits of excavation and ring beams and lagging with grout. 7. Expandable liner shall be continuous and shall be expanded to limits of excavation promptly after it is out of shield. 8. Install filter fabric around exterior of tunnel liner when using non-watertight liner or when tunneling through sandy or silty ground conditions. C. Hand lacking of Casing Pipe: 1. Provide heavy-duty jacks of capacity suitable for forcing casing pipe through ground. Provide suitable jacking frame and/or back stop. 2. Excavate ground material just ahead of casing pipe,and remove through casing pipe, Then force casing pipe through ground with jacks, into space thus provided. 3. Excavate heading so that both sides of heading are excavated simultaneously. 4. At end of each shift and whenever excavation is suspended or shut down,install breast boards,or other approved methods,across full face of heading. 3.7 CONTROL OF TUNNEL LINE AND GRADE A. Earth Movement: Contractor is responsible for damages due to settlement from construction- induced activities or occurrences. 1. In the event that ground movement is detected,correct problems causing or resulting from movement before proceeding. B. Tunnel Line and Grade: 1. Control excavation of tunnel and construction of tunnel liner to allow construction of carrier pipe within 6 inches on line and 4 inches on grade without causing damage to carrier pipe,and to maintain circular shape of tunnel, 3.8 MONITORING A. Monitoring Instrumentation: This specification establishes minimum instrumentation requirements for tunneling. 1. Install and maintain system of instrumentation to monitor tunneling operation and to detect movement in soil and adjacent structures. 2. All materials and instruments shall be new. 3. Instruments shall consist of no less than sufficient number of inclinometers and crack monitors at bridge and adjacent structures and sufficient piexometers. 4. Surface protection shall be flush with the ground surface in paved or other areas. For all instruments provide roadway boxes with a 5t/4-inch lock lid as indicated and manufactured by Tyler Pipe,Tyler, TX, or Bresnahan Foundry,Hatfield, MA,or approved equal. 5. The extensometer shall be Model 1600 manufactured by Geokon,Inc.,Lebanon,New Hampshire,or approved equal. 6. Provide inclinometer casing,probe,cable, readout unit,and accessories,as manufactured by Durham Geo Slope Indicator, Mukilteo,WA,or approved equal. NSII Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) Revised April 2021 City Project No.100261 33 05 07.33- 11 TUNNEL CONSTRUCTION Page 11 of 11 7. Protect instruments and monitoring equipment from damage during operations. Replace or repair damaged instruments or monitoring equipment prior to resuming operations. B. Settlement Surveying. This specification establishes minimum settlement survey requirements for structures where required. 1. Locate survey points on all structures within distance equal to depth of tunnel but at least 54 feet in plan from tunnel centerline. 2. Locate survey points at crossings under installations as follows: Roads: Road centerline and each shoulder of the road over the centerline of the tunnel Railroad: Top of each rail over centerline of the tunnel Top of each rail over the outside edges of the tunnel Top of each rail 25 feet from the outside edges of the tunnel Top of each rail 50 feet from the outside edges of the tunnel Utilities and Pipelines: Directly above, and 10 feet before and after intersection C. Establish vertical control points at distance from construction areas that avoids disturbance due to ground settlement. Measure and maintain records of deformation of tunnel liner. D. Reading Schedule 1. Take initial readings of surface points before tunnel or shaft construction is started. 2. Take daily readings from various instruments and survey points starting when construction is approaching or near critical structures(structures,bridge piers, pipelines,etc. that are partially or entirely located within distance equal to depth of tunnel but at least 50 feet in plan from tunnel centerline), and continuing until carrier pipe has been installed and shaft has been completely backfilled, and until no more detectable movement occurs. 3. Take immediate remedial action when movement,cracking, or settlement is detected. 4. At end of construction after carver pipe is installed, and dewatering is discontinued,make final survey of control points established for instrumentation and observation. 3.9 DISPOSAL OF EXCESS MATERIAL, A. Remove spoil from job site and dispose in accordance with Section 01 50 00 - Construction Facilities and Temporary Controls. END OF SECTION NSII Water Transmission Main Relocations 5H 170.Part 3 {Alta Vista.Westport,Independence,and Victory} Revised April 2021 City Project No.100261 3305 10-1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 1 of 21 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Concrete encasement for utility lines g. Concrete cap for utility lines h. Backfill i. Compaction B. Deviations from this City of Fort Worth Standard Specification 1. 1.1.A.2 jz—Included section for concrete caps on utility lines 2. 3.4 E.3 a-Add surface differentiation 3. 3.4 E.3 b-Add surface differentiation and compaction C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 02 41 13 —Selective Site Demolition 4. Section 02 41 15—Paving Removal 5. Section 02 41 14—Utility Removal/Abandonment 6. Section 03 30 00—Cast-in-place Concrete 7. Section 03 34 13 —Controlled Low Strength Material(CLSM) 8. Section 31 10 00—Site Clearing 9. Section 3125 00—Erosion and Sediment Control 10. Section 33 05 26—Utility Markers/Locators 11. Section 34 71 13 —Traffic Control CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No. 100261 330510-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 21 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipeline as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans.No other compensation will be allowed. 2. Imported Embedment or Iackfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment l) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre-bid item and measured as provided under`.Measurement"will be paid for at the unit price bid per cubic yard of"Imported EmbedmentlBackfill"delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placernent and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per cubic yard of"Concrete Encasement for Utility Lines"per plan quantity. c. The price bid shall include: 1) Furnishing,hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Concrete Cap for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Pavrnent - 1) The work perf�rrned and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per cubic yard of"Concrete Cap for Utility Lines"per plan uantit . c. The price bid sh4l I include: CITY OF FORT WORTH NSI1 Weer Transmission Main Relocations 511 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Aha Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No. 100261 330510-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND HACKFILL Page 3 of 2I 1) Excavation 2) CLSM fill 3) Furnishing,hauling,placing and finishing concrete in accordance with Section 03 30 00 4) Marker tame 5) CLSM Rackfill 6) Surface Restoration 5. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for"Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water f) Removal of ground water control system 6. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards(29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards(29 CFR Part 1926.650 Subpart P),including, but not limited to,all submittals, labor and equipment. 1.3 REFERENCES A. Definitions 1. General Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653,unless otherwise noted. 2. Definitions for trench width,backfill,embedment,initial backfill,pipe zone, haunching bedding,springline,pipe zone and foundation are defined as shown in the following schematic: CrrY OF FORT WORTH NSII Water Transmission Main Relocations 5H 170,Past 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS {Alta Visla,Westport,Independence,and Victory) Revised December 12,2016 City Project No.100261 330510-4 UTILTrY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 21 r\�\ PAVED AREAS UNPAVED AREAS \�\ \, Cx.] U f M Q m J INITIAL BACKFILL LLJ Uj SPRINGLINE W I I as HAUNCHING BEDDING 4 Iv FOADATION 00 CLEARANCE EXCAVATED TRENCH NOTH 3. Deleterious materials harmful materials such as clay lumps,silts and organic material 4. Excavated Trench Depth-- Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas--The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas—The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current rcfcrence standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C:136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d, ASTM ❑448-08 Standard Classification for Sizes of Aggregate for Road and ©ridge Construction. CITY OF FORT WORTH NSII Water Transmission Main Relocations 5H 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Vctory) Revised December 12,2016 City Project No. IOM61 33 05 10-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications k. ASTM D2922—Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods(Shallow Depth) 1. ASTM 3017- Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods(Shallow Depth) m. ASTM D4254- Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P -Excavations 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 1. Sequence work for each section of the pipe installed to complete the embedment and backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Provide detailed drawings and explanation for ground water and surface water control. 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- Excavations 3. Stockpiled excavation and/or backfill material CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No. 100261 330510-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 21 a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 1.7 CLOSEOUT SUBMITTALS ]NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE ]NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage 1. Within Existing Rights-of-Way(ROW) a. Spoil,imported embedment and backfill materials may be stored within existing ROW,easements or temporary construction easements,unless specifically disallowed in the Contract Documents. b. Do not block drainage ways,inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils,embedment or backfill materials within the ROW, easement or temporary construction easement,then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH NS11 Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS {Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No. 10026; 330510-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 21 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 2.2 MATERIALS A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill, and graded with following limits when tested in accordance with ASTM C136. Sieve Size Percent Retained 1/2» 0 1/4" 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No. 100261 330510-8 UTILITY TRENCH EXCAVATION,EMBF.DMF.NT,AND BACKFiLL Page 8 of 2 l e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In-situ or imported soils classified as CL,CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials,boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in-situ or imported acceptable backfiII material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials,boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In-situ soils classified as ML, MH,PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand(CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as S W, SP,or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps,ASTM.C 142,less than 0.5 percent (2) Lightweight pieces,ASTM C 123, less than 5.0 percent (3) Organic impurities,ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/11 portland cement c. Water 1) Potable water, free of soils,acids,alkalis,organic matter or other deleterious substances,meeting requirements of ASTM C94 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D1633,Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No.100261 330510-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 21 f. Random samples of delivered product will be taken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D 1632. 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch,nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High-tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 12. Concrete Encasement a. Conform to Section 03 30 00. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Review all known, identified or marked utilities,whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No.100261 33 OS 10-10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND SACKFILL Page 10 of 21 13, Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 3.3 PREPARATION A. Protection of In-Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement,provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00, d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. l) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic a, Maintain existing traffic, except as modified by the traffic control plan,and in accordance with Section 34 71 13. b, Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. b. Traffic Signal— Poles,Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles,mast arms, pull boxes,traffic cabinets, conduit and detector loops. Crr7 OF FORT WORTH NSH Water Transmission Main Relocations SH 170,Pori 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12.2016 City Pmject No.100261 33 05 10-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 11 of 21 c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms,pull boxes,traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.4 INSTALLATION A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in-situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in-situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City,the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In-situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification,then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 8. Rock—No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Bracing 1. Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish,put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No. 100261 3305 10-12 UTILrrY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 21 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil,to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control I. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement, c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) if in the sole judgment of the City,ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System, e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site,the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement,operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete,remove all ground water control equipment not called to he incorporated into the work. h. Water Disposal 1) Dispose of groundwater in accordance with City policy or drdinance. CITY OF FORT WORTH NSU Water Transmission Main Relocations SH 170.Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,[Westport,Indepeadenet,and Victory) Revised December 12,2016 City Project No. 100261 33 05 10-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 21 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm,uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade,unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches,but not more than 12 inches, above the pipe. i. Where gate valves are present,the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. Water Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm,uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents,then crushed rock shall be paid by the pre-bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No. 100261 3305 10- 14 UTILrrY TRENCH EXCAVATION,FMBEM ENT,AND BACKHLL Pagc 14 of 21 k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1, Where gate valves are present,the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfi I to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material an a firm trench bottom. e. Provide firm,uniform bedding. l) Additional bedding may he required if ground water is present in the trench. 2) if additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) 11 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backfill,to a minimum of 6 inches,but not more than 12 inches, above the pipe. k. Where gate valves are present,the initial backfill shall extend to up to the valve nut. I. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. m. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines(HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm,uniform bedding, CrrY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION 5PF-CIFiCATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No.I00261 3305 10-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 21 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents,then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. 1. Density test may be performed by City to verify that the compaction of embedment meets requirements. in. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26, 5. Storm Sewer(RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. Provide firm,uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents,then crushed rock shall be paid by the pre-bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe line shall be within f0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No. 100261 3305 10-16 UTILITY TRENCII EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of21 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe 1 ine. e. Provide firm, uniform bedding. I) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within}D.l inches of the etevation,and be consistent with the grade,shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Services(Less than 2 Inches in Diameter) a. The entire embedment lone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm,uniform bedding. 1) Additional bedding may be required if ground water is present in the trench, 2) If additional crushed rock is required which is not specifically identified in the Contract Documents,then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill,to a minimum of 6 inches, but not more than 12 inches,above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. F, Trench Back-fill 1. At a minimum,place backfill in such a manner that the required in-place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170.Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Indepeadence,and Victory) Revised December 12,20I6 City Project No. 100261 3305 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 21 2. Backfill Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material,or c) Select backfill material, CSS,or CLSM when specifically required b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 1) Backfill depth from 0 tol5 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material,or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 1) Backfill with: a) Acceptable backfill material, or b) Blended backfill material d. Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density a. Final backfill (depths less than 15 feet under unimproved surfaces) 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within-2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill (depths less than 15 feet under existing or future pavement) 1) Compact acceptable backfill material,blended backfill material or select backfill to a minimum of 98 percent Standard Proctor per ASTM D698 at moisture content within-2 to+5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. c. Final backfill (depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within-2 to+5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. d. Final backfill(depths 15 feet and greater/not under existing or future pavement) 1) Compact acceptable backfill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within-2 to+5 percent of the optimum moisture. 4. Saturated Soils a. If in-situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content,the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No. 100261 3305 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND SACKML Page 18 of 21 c. if saturated soils are identified in the Drawings or Geotechnical Report in the Appendix,Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Back-fill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. c. Compact only on top of initial backfill,undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g, install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6, Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D69$_ h. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions CrrY OF FORT WORTH NSII Water Transmission Main Relocations SH 170.Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independcnm and Victory) Revised December 12,2016 City Project No. 100261 3305 10-19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 21 a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths,the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place,move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill depths 15 feet and greater deep and under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. f. Make the excavation available for testing. g. The City will determine the location of the test. h. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No. 100261 3305 10-20 UTA,rrY TRENCH EXCAVATION,EMBEDMENT,AND BACKFR.L Page 20 of 21 i. A formal report will be posted to the City's Buusaw site within 48 hours. j. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 3. Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material,cement modified backfill material or select material will follow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. B. Non-Conforming Work 1. All non-conforming work shall be removed and replaced. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.110 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3,12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED[ 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2-Added Item for Concrete Encasement for Utility Lines Various Sections-Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A-Additional notes for pavement protection and positive drainage. 3.4.E-2-Added requirements for backfill of service lines. 3.4.E-5--Added language prohibiting flooding of trench 1.2.A.3-Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2,A-Added language for concrete encasement CITY OF FORT WORTH NSII Water Transmission Main Relocations SI1 170.Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Visa,Westport,Indcpendence,and Victory) Revised December 12,2016 City Project No. 100261 3305 10-21 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 21 of 21 12/12/16 Z.Arega 2.2.A.l.d Modify gradation for sand material CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 12,2016 City Project No. 100261 3305 14-1 AD ISTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 1 of 7 SECTION 33 05 14 ADJUSTING MANHOLES, INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE PARTI - GENERAL 1.1 SUMMARY A. Section Includes: 1. Vertical adjustments to manholes, drop inlets,valve boxes,cathodic protection test stations and other miscellaneous structures to a new grade B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A.2.c.5-S,pgcif]_ed concrete collars are included in price bid C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 2. Division 1 General Requirements 3. Section 32 01 17- Permanent Asphalt paving Repair 4. Section 32 01 29--Concrete Paving Repair 5. Section 33 05 10-Utility Trench Excavation, Embedment and Backfi11 6. Section 33 05 13-Frame,Cover and Grade Rings 7. Section 33 39 10-Cast-in-Place Concrete Manholes 8. Section 33 39 20-Precast Concrete Manholes 9. Section 33 12 20-Resilient Seated (Wedge)Gate Valve 10. Section 33 12 21 -A W W A Rubber-Seated Butterfly Valve 11. Section 33 04 11 -Corrosion Control Test Station 12. Section 33 04 12--Magnesium Anode Cathodic Protection System 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole-Minor Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment using only grade rings or other minor adjustment devices to raise or lower a manhole to a grade as specified on the Drawings. b. Payment l) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each"Manhole Adjustment, Minor"completed. c. The price bid shall include. 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH NSI]Water Transmission Main Relocations Sit 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS {Alta Vista,Westport,Independence,and Victory} Revised Febmiary 4,2021 City Project No.100263 3305 14-2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 7 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair,as required 10)Clean-up 2. Manhole- Major Adjustment a. Measurement 1) Measurement for this Item shall he per each adjustment requiring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major"completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications,grade rings or other adjustment device including concrete collars 6) Reuse of the existing manhole frame and cover 7) Furnishing,placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair,as required 10) Clean-up 3. Manhole- Major Adjustment with Frame and Cover a. Measurement 1) -Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified an the Drawings or structural modifications for a manhole requiring a new frame and cover,often for changes to cover diameter. b. Payment l) The work performed and the materials famished in accordance with this Item will be paid for at the unit price bid per each ".Manhole Adjustment, Major wl Cover"completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications,grade rings or other adjustment device 6) Frame and cover 7) Furnishing,placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair,as required 10) Clean-up 4. inlet CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170.Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport.Independence,and Victory) Revisal Fdxuary 4,2d21 Ciry Project No.ID0261 330514-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 3 of 7 a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to inlet to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each"Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing,placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration,permanent asphalt patch or concrete paving repair, as required 9) Clean-up 5. Valve Box a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each"Valve Box Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing,placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration,permanent asphalt patch or concrete paving repair,as required 9) Clean-up 6. Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each"Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 4,2021 City Project No. 100261 3305 14-4 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURM TO GRADE Page 4 of 4) Disposal of excess material 5) Adjustment device 6) Furnishing,placing and compaction of embedment and hackfill 7) Concrete base material, as required 8) Surface restoration,permanent asphalt patch or concrete paving repair,as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment l) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each"Fire Hydrant Stem Extension"completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing,placing and compaction of embedment and back-fill 7) Concrete base material,as required 8) Surface restoration, permanent asphalt patch or concrete paving repair,as required 9) Clean-up S. 'Miscellaneous Structure a. ':Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each"Miscellaneous Structure Adjustment"completed. c. The price hid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backf-ill 7) Concrete base material 8) Permanent asphalt patch or concrete paving repair,as required 9) Clean-up 1.3 REFERENCES A. Definitions 1. Minor Adjustment CITY OF FORT WORTH NSII Water Transmission Main Relocations 5H 170,Part 3 STANDARD CONSTRIJCTEON SPECIFICATION DOCUMENTS (Alta Vista,westpart,Independmce,and Victory) Revised February 4,2021 City Prnject No.100261 3305 14-5 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 5 of 7 a. Refers to a small elevation change performed on an existing manhole where the existing frame and cover are reused. 2. Major Adjustment a. Refers to a significant elevation change performed on an existing manhole which requires structural modification or when a 24-inch ring is changed to a 30-inch ring. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Texas Commission on Environmental Quality(TCEQ): a. Title 30, Part 1,Chapter 217, Subchapter C,Rule 217.55—Manholes and Related Structures. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED[ 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED[ 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 '.MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY{NOT USED[ PART 2- PRODUCTS 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIED PRODUCTS [NOT USED[ 2.2 MATERIALS A. Cast-in-Place Concrete 1. See Section 03 30 00. B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 05 13. D. Frame and Cover 1. See Section 33 05 13. E. Backfill material 1. See Section 33 05 10. CITY OF FORT WORTH NSII Water Tranamiuim Mam Relomtiow SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Nuts,Westport,Indgwmddnu,and Victory) Revised February 4,2021 City Project No.100261 33 0514-6 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURU TO GRADE Page 6 of 7 F. Water valve box extension 1. See Section 33 12 20. G. Corrosion Protection Test Station 1. See Section 33 04 11. H. Cast-in-Place Concrete Manholes I. See Section 33 39 10. I. Precast Concrete Manholes 1. See Section 33 39 20. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Examine existing structure to be adjusted,for damage or defects that may affect grade adjustment. a. Report issue to City for consideration before beginning adjustment. 3.3 PREPARATION A. Grade Verification 1. On major adjustments confirm any grade change noted on Drawings is consistent with field measurements. a. If not,coordinate with City to verify final grade before beginning adjustment. 3.4 ADJUSTMENT A. Manholes, Inlets, and Miscellaneous Structures 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outlet piping in during adjustments. a. ❑o not use any more than a 2-piece bottom. 3. Do not extend chimney portion of the manhole beyond 24 inches. 4, Use the least number of grade rings necessary to meet required grade. a. For example,if a 1-foot adjustment is required,use 2 6-inch rings,not 6 2-inch rings. B. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. CnY OF FORT WORTH NSII Water Transmission Main RelocAtlons SH 170.Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 4,2021 City Project No.100261 330514-7 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUC IAUES TO GRADE Page 7 of 7 C. Backfill and Grading 1. Backfill area of excavation surrounding each adjustment in accordance to Section 3305 10. D. Pavement Repair 1. If required pavement repair is to be performed in accordance with Section 32 01 17 or Section 32 0129. 3.5 REPAIR 1 RESTORATION [NOT USED1 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD[ord SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE. [NOT USEDI 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12.A-Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover,Added 1212012012 D.Johnson items to be includod in price bids; Blue text added for clarification for miscellaneous structure adjustments 3A-Pavement repair requirements were added CITY OF FORT WORTH NSH Water Transmission Maui Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,IndeWndettae,and Victory) Revised FeWuary 4,2021 City Project No.100261 330520-1 AUGER BORING Page 1 of 8 SECTION 33 05 20 AUGER BORING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. 1.1 C—Included additional references. 2. 2.2 B.3 —Added reference to Tunnel Construction specification for surface settlement requirements. 3. 3.3 A.2—Added reference to specification 33 05 07.32- Shaft Construction. 4. 3.4 C.I —Added reference to specification 33 05 07.32- Shaft Construction. C. Related Specification Sections include,but are not necessarily limited to: I. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I —General Requirements 3. Section 31 41 00—Shorin>? 4. Section 33 05 07.32—Shaft Construction 5. Section 33 05 07.33 —Tunnel Construction 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 7. Section 33 05 22—Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to steel casing pipe construction. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction,29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330520-2 AUGER BORiNO Page 2 of R 3. American Welding Society: a. AWS D1.1 —Structural Welding Code—Steel 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation 1. Provide written notice to the City at least 3 workings days in advance of the planned launch of auger boring operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Shop Drawings: 1. Indicate details of casing,jacking head, sheeting,and other falsework for trenches and pits, and other details to complete the Work. 2. Submit description of proposed construction plan,dewatering plan,and plan to establish and maintain vertical and horizontal alignment. B. Welder Certificates: Certify welders and welding procedures employed on Work, verifying AWS qualification within previous 12 months. C. Submit emergency response procedures to handle situations when conduit is compromised and jeopardizes safety or integrity of installation. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL.SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Contractor a. All boring work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 goring projects of similar diameter and ground conditions. 1) At least 1 of the projects shall have an individual boring length equal to or greater in length than the longest twine[on this project. 2) Submit details of referenced projects including owner's name and contact information,project superintendent and machine operators. b. The project superintendent shall have at least 5 years of experience supervising boring construction. 1) The Contractor may be required to submit details of referenced project including owner's name,contact information and project superintendent. c. The site safety representative and personnel responsible for air quality monitoring shall be experienced in tunnel construction and shall have current certification by OSIfA. 2. Welders: AWS qualified within previous 12 months for employed weld types. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330520-3 AUGER BORING Page 3 of 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY I NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description 1. Steel Casing Pipe shall be in accordance with Section 33 05 22. 2. Tunnel Liner Plate is not permitted for use with Auger Boring. E. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports anticipated 2. Tolerance a. Pressurized Carrier pipe 1) Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of I inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. b. Gravity Carrier Pipe l) Lateral variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of finch in 10 feet provided that such variation sha11 be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. 2) Grades shown on Drawings must be maintained vertically. 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities,facilities and improvements. a. Limit any ground movements(settlement/heave)to values that meet the requirements of Specification_33 05_07.33—Tunnel Construction(i.e. pavement,structures,railroad tracks,etc.) b. Repair any damage caused by ground movements at no cost to the City. CrrY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330520-4 AUGER BORING Page 4 of 8 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED) 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one-call system prior to any excavation to avoid interference with the existing conduits and utilities in accordance with Division 1. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicable. 2. Complete pit excavations and support systems for each drive in accordance with the requirements of SMification 33 05 07.32—Shaft Construction, 3.4 INSTALLATION A. General 1. Immediately notify the City if any problems are encountered with equipment or materials or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. 2. Where pipe is required to be installed under railroad embankments or under highways,streets or other facilities,construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway or other facility,and so as not to weaken or damage any embankment or structure. 3. During construction operations, furnish and maintain barricades and lights to safeguard traffic and pedestrians until such time as the backfill has been completed and then remove from the site. 4. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 5. Furnish all necessary equipment,power,water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 6. Promptly clean up,remove and dispose of any spoil or slurry spillage. 7. Do not disturb roadways, railroads,canal channels, adjacent structures, landscaped areas or existing utilities. C[TY OF FORT WORTH NSf[Water Transmission Main Relocations Sli 170,Prot 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,WcstpoM Independence,and Victory) Revised December 20,2012 City Project No.100261 330520-5 AUGER BORING Page 5 of 8 a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City. 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays,without interruption,until those conditions no longer jeopardize the stability of the Work. 9. Notify the Texas One Call system(900-245-4545)to request marking of utilities by utility owners/operators that subscribe to One Call, and shall individually notify all other known or suspected utilities to request marking of these utilities. a. Confirm that all requested locates are made prior to commencing boring operations. b. Visually confirm and stake necessary existing lines, cables, or other underground facilities including exposing necessary crossing utilities and utilities within 10 feet laterally of the designed tunnel. c. Control drilling and grouting practices to prevent damage to existing utilities. B. Boring Methods 1. Tunnel liner plate shall not be used for auger boring. 2. The Contractor shall be fully responsible for ensuring the methods used are adequate for the protection of workers,pipe, property and the public and to provide a finished product as required. 3. Blasting is not allowed. C. Pits and Trenches 1. If the grade of the pipe at the end is below the ground surface,pits or trenches shall be excavated in accordance with Specification 33 05 07.32—Shaft Construction for the purpose of conducting the jacking operations and for placing end joints of the pipe. 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. 3. The location of the pit shall meet the approval of the City. 4. The pits of trenches excavated to facilitate these operations shall be backfilled in accordance with Section 33 05 10 immediately after the casing and carrier pipe installation has been completed. D. Boring 1. Install steel casing pipe by boring hole with the earth auger and simultaneously jacking pipe into place. 2. The boring shall proceed from a pit provided for the boring equipment and workmen. 3. Pilot Hole, required for 24-inch and larger casings a. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. b. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330520-6 AUGER BORING Page 6 of g c. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Placed excavated material near the top of the working pit and disposed of as required. 1) if no room is available, immediate haul off is required. 4. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a. Jetting or sluicing will not be permitted. 5. In unconsolidated soil formations,a gel-forming colloidal drilling fluid consisting of at least 14 percent of high grade carefully processed bentonite may be used to: a. Consolidate cuttings of the bit b. Seal the walls of the hole c. Fumish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter 6. Allowable variation from the line and grade shall be as specified in this Specification. 7. All voids in excess of 2 inches between bore and Outside of casing shall be pressure grouted. E. Contact Grouting 1. Contact grout any voids caused by or encountered during the boring. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. P. Control of Line and Grade 1. Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2. If the pipe installation does not meet the specified tolerances,correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. 3.5 CLEANUP AND RESTORATION A. After completion of the boring,all construction debris,spoils, oil, grease and other materials shall be removed from the pipe,pits and all work areas. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. I. Restore and repair any damage resulting from surface settlement caused by shaft excavation or boring. 2. Any property damaged or destroyed shall be restored to a condition equal to or better than existing prior to construction. 3. Restoration shal I be completed no later than 30 days after boring is complete,or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. CITY OF FORT WORTH NS[I Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCT104 SPECIFICATION DOCUMENTS (Alta Vista,Westport.Independence,and Victory) Revised December 20,2012 City Project No. 100261 330520-7 AUGER BORING Page 7 of 8 3.6 RE-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Field Tests and Inspections 1. Allow access to the City and furnish necessary assistance and cooperation to aid in the observations,measurements, data and sample collection, including,but not limited to the following: a. The City shall have access to the boring system prior to, during and following all boring operations. b. The City shall have access to the tunneling shafts prior to, during and following all boring operations. 1) This shall include,but not be limited to,visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City shall have access to spoils removed from the boring excavation prior to, during and following all boring operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. B. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic, and air powered equipment are acceptable, subject to applicable local, State and Federal regulations. 3. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 4. Perform all work in accordance with all current applicable regulations and safety requirements of the Federal, State and Local agencies. 5. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P,Excavations. a. In the event of conflict,comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330520-8 AUGER BORING Page 8 of 8 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING INOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USEDI 3.14 ATTACHMENTS[NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NSII Water TranSmiSSiall Main Relocations SIi 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,IndepEndence,and Victory) Revised Deoemba 20,2012 City Project No.100261 330521 -1 TUNNEL LINER PLATE Page 1 of 5 SECTION 33 05 21 TUNNEL LINER PLATE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for manufacturing, furnishing and transporting Tunnel Liner Plate to be used for excavation support as installed By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. Section 1.2.A.3—Included information on tunnel liner plate thickness requirements. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 23 —Hand Tunneling 4. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment a. Measurement 1) Measured horizontally along the surface for the length of Tunnel Liner Plate installed b. Payment 1) The wer4E per-fefmed and ma�er-ials famished in aeeefda-mee-A4th this item an-, meas•caed as pfavide'tcx-'cmdef"Measiffement°will be paid qr-at the-ttait pi4ee bid per- of"Gasiag4ttnael Liner-Platy Other-than Open installed fef.: 2) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Tunnel Liner Plate, By Other than Open Cut"installed for: a) Various Sizes 3) Tunnel liner plate shall have a minimum thickness of 0.1345" (10 ga)for both 2-flange and 4-flange tunnel liner plates with diameters of 48" and 54". c. The price bid shall include: 1) Furnishing and installing Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330521 -2 TUNNEL LINER PLATE Page 2 of 5 6) Excavation 7) Hauling S) Disposal of excess material 9) Furnishing, placement,and compaction of backfilt 10) Clean-up 13 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials(AASHTO) a. LRFD, Bridge Design Manual, Section 12.13 b. M 190,Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe Arches. 3. American Society of Testing and Materials(ASTM): a. A 123, Standard Specification for Tine(Hot- Dip Galvanized)Coating on Iron and Steel Products. b. A153, Standard Specification for"Zinc Coating(Hot Dip)on Iron and Steel Hardware. c. A1011, Standard Specification for Steel, Sheet and Strip,Hot-Rolled,Carbon, Structural, High-Strength Low-Alloy and High-Strength Los-Alloy with Improved Formability,and Ultra-High Strength. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USEDi 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTAI.S A. Product Data 1, Tunnel Liner Plate and fasteners a. Material data 2. Exterior Coating a. Material data b. Field touch-up procedures 3. Grout Mix a. Material data B. Shop Drawings 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed Engineer in the State of Texas. 2, Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 3. Grout coupling location and spacing CITY OF FORT WORTH NS11 Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330521 -3 TUNNEL LINER PLATE Page 3 of 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING A. Deliver,handle and store Tunnel Liner Plate in accordance with the Manufacturees recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY[NOT USED] PART 2- PRODUCTS [NOT USED] 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00,and/or as specified herein. a. The manufacturer must comply with this Specification and related Sections. b. Manufactured by Contech Construction Products, Inc.,American Commercial Inc.,or approved equal. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Design Criteria a. Manufacturer to design Tunnel Liner Plate in accordance with the methods and criteria as specified in AASHTO LRFD, Bridge Design Manual, Section 12.13. b. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. c. Allow a maximum deflection of 3 percent. d. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength,stiffness, buckling strength and resistance to deflection, C. Materials 1. Tunnel Liner Plate a. Provide new,corrugated metal Tunnel Liner Plates made from steel sheets conforming to the requirements of ASTM A 1011. 1) Potable and Reclaimed Water carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception, (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. b) Coated (1) Plate to be coated with a bituminous coating meeting the performance requirements of AASHTO M 190 CITY OF FORT WORTH NSIT Water Transmission Main Relocatinns SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No, 100261 330521-4 TUNNEL LINER PLATE Page 4 of 5 (2) Uniformly coat pipe inside and out to minimum thickness of 0.05 inches,measured on crests of corrugations. 2) Sanitary Sewer carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A]23 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. b. Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO LRFD,Bridge Design Manual, Section 12.13. 1) Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the tunnel. 2) Bolts and nuts shall be galvanized to conform to ASTM A153. 3) Where groundwater is encountered gasketed liner plates shall be used. 4) Plates shall be of uniform fabrication and those intended for I size tunnel shall be interchangeable. 5) Field welding of Tunnel Liner Plate,including grout couplings shall not be allowed. 6) The material used for the construction of these plates shall be new,unused and suitable for the purpose intended. 7) Minimum thickness of Tunnel Liner Plate shall he as follows*: 2-Flanged liner 4-Flanged T.iner Tunnel Plate Thickness Plate Thickness Diameter (gauge) (gauge) inches By ry De the 8 feet—16 feet 48 14 12 54 14 12 60 14 11 66 12 10 72 12 8 Greater than 72 Project Specific Project Specific Design Design *The information in the above table is based on the following assumptions: AASHTO Section 16:"Steel Tunnel Liner Plates",H2O loading angle of 0 and bury depth of 8 feet to 16 feet. For projects not meeting these assumptions,a specific design should be performed to determine the appropriate thickness for the liner plate. 2. Casing Insulators a. Casing insulators shall be used for this proiect in accordance with Section 33 05 24. CITY OF FORT WORTH N51I Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 2%2012 City Project No,100261 330521-5 TUNNEL LINER PLATE Page 5 of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 33 05 23. B. Carrier pipe shall be installed inside Tunnel Liner Plate in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the Tunnel Liner Plate shall be performed in accordance with Section 33 05 23. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.3.A.3—AASHTO reference updated to current publication CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330522-1 STEEL CASING PIPE Page 1 of 7 SECTION 33 05 22 STEEL CASING PIPE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. Included additional related Specification Sections. 2. Included additional AWWA,ASTM, and SSPC references in Section 1.3. 3. Modified shop drawing requirements in Section 1.6.13. 4. Modified design criteria for steel casing in Section 2.2.A.3. 5. Modified references for steel casing material in Section 2.2.B. 6. Included additional reference specification for installation in Section 3.4. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 07.33 -Tunnel Construction 4. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 20—Auger Boring 6. Section 33 05 23—Hand Tunneling 7. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Casing,By Open Cut"installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330522-2 STEEL CASING PIPE Page 2 of 7 5) Hauling 6) Disposal of excess material 7) Furnishing, placement,and compaction of embedment 8) Furnishing,placement,and compaction of backf li 9) Clean-up 2. By Other than Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Casing/Tunnel I.iner Plate, By Other than Open Cut" installed for: a) Various Sixes 2) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of"Casing, By Other than Open Cut"installed for: a) Various Sixes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing,placement,and compaction of backflll 10) Clean-up 13 REFERENCES A. Reference Standards I, Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International(ASTM): a. A36,Standard Specification for Carbon Structural Steel. b. A 139, Standard Specification for Electric-Fusion(Arc)-Welded Steel Pipe (NPS Sixes 4 and Over). 3. American Water Works Association(AWWA): a. C200, Standard for Steel Water Pipe 6 in and I,arg_er. b. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape-Hot Applied. c. C206, Standard for Field Welding of Steel Water Pipe. d. C210, Standard for Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. e. C604. Installation of Buried Steel Water Pipe -4 in and Larger. f. M 11,Steel Pipe— A Guide for Design and Installation CTTY OF FORT WORTH NSTI Water Transmission Main Relocations SH 170.Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westpon,Independence,and Victory) Revised Tko tuber 20,20I2 City Project No. 100261 330522-3 STEEL CASING PIPE Page 3 of 7 4. The Society for Protective Coatings(SSPC) a. Good Painting;Practice,Volume 1. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data Submit manufacturer's information regarding steel casing pipe, showing sizes. 1. Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating a. Material data b. Field touch-up procedures B. Shop Drawings 1. For Auger Boring,provide the following: a. Furnish details for Steel Casing Pipe Outlining the Following_ 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating the pipe b. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 2. For Tunneling,provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. c. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 4) Calculations confirming that deflection of the steel casing is less than 3% CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330522-4 STEEL CASING PIPE Page 4 of 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED[ 1.9 QUALITY ASSURANCE [NOT USED[ 1,10 DELIVERY, STORAGE,AND HANDLING A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer,for protection during shipping and storage. 2. Deliver,handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems, 1.11 FIELD [SITE[ CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED loR]OWNER-SUPPLI I,DPR0DUCTS [NOT USED[ 2.2 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead Ioads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter Minimum Wall Thickness inches inches 14— 18 .3125 5116 20-24 .375 318 26-32 .5 112 34-42 .625 518 44-48 .6875 1 1/16) CYI'Y OF FORT WORTH NS11 Water Tmnsmission Main Relocations SH 170,Put 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMEK7S (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No.100261 330522-5 STEEL CASING PIPE Page 5 of 7 Greater than 48 Project specific design (Minimum 0.6875") 4. Steel casing pipe greater than 48 inches in diameter shall have a minimum wall thickness of 0.6875 inches. 5. The maximum deflection of steel casing pipe with a flexible lining shall not exceed 3%of the nominal casing ip ne size. 6. A minimum Deflection Lag Factor of 1.1 shall be used in calcul ati ng the required minimum wall thickness. 7. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 8. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 9. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments,however, shall be acceptable. 10. Provide outllubncant ports along the pipe at intervals of 10 feet or less for 48" and larger casin2. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth-wall,carbon steel pipe conforming to AWWA C200. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. 2) Outside circumference within 1.0 percent or 314 inch of the nominal circumference,whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1 4 inch, whichever is less, 5) Maximum allowable straightness deviation of 118 inch in any 10-foot length. 3. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 118 inch at any point front a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. CITY OF FORT WORTH NSII water Transmission Main Relocations SH 170,Pan 3 STANDARD CONSTRUCTION SPECFFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Vickry) Revised December 20,2012 City Project No. 100261 3305 22-6 STEEL CASING PIPE Page 6 of b. When pipe ends have to he beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of±21/2 degrees and with a width of root face 1116 inch i' 1132 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams or shall be spiral welded per A W WA C200. a. All girth weld scams shall be ground flush. C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those specified above. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED[ PART 3- EXECUTION 3.1 INSTALLERS [NUT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. 1. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press-fit connection(Permalok or equal)prior to installation of the pipe,depending on the type of carrier pipe. 2. Allowable joint types for each crossing are shown on the Drawings. 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4. Integral machined press-fit connections shall he installed in accordance with the manufacturer's installation procedures and recommendations. B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 33 05 23 or Section 33 05 20, CITY OF FORT WORTH NSII Water 1 rnnsmission Mein Relmations SI1 170,Put 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista Westport,Independence,and Victory) Revised December 20,2012 City Project No.100261 330522-7 STEEL CASING PIPE Page 7 of 7 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2•A—Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330524- 1 INSTALLATION OF CARRIER PIPE IN CASLVG OR TLWNEL LINER PLATE Page I of 10 SECTION 33 05 24 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner plate at locations shown on the Drawings B. Deviations from this City of Dort Worth Standard Specification 1. I.1 CA—Add Section 33 11 10 2. 1.1 C.5—Remove Section 33 11 13 3. 2.2 B.1 —Remove AWWA C301 and AWWA C303 4. 2.2 B.2—Grouting of annular space for water line installation is required. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the Co ntract 2. Division i --General Requirements 3. Section 33 0130-- Sewer and Manhole Testing 4. Section 33 11 10—Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Installation of Sanitary Sewer Carrier Pipe in Casingf funnel Liner Plate a• Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casingAiner to the end of the casing/liner b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"shall be paid for at the unit price hid per linear foot for"Sewer Carrier Pipe" complete in place for- a) Various Sixes c. The price bid shah include: 1) Furnishing and installing Sanitary Sewer Main(Pipe)in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Casing Spacers 5) End seals 5) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up CRY OF FORT WORTH NSII Water Transmission.lain Relocations SII 170.Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised June 19,2013 City Project No.100261 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 14 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement l) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner Payment b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"shall be paid for at the unit price bid per linear foot for"Water Carrier Pipe"complete in place for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Water Main(Pipe) in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Joint restraint 5) Casing Spacers 6) End seals 7) Excavation 8) Hauling 9) Disposal of excess material 10) Clean-up 1.3 REFERENCES A. Definitions 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the ground and provides a stable underground excavation for installation of the carrier pipe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Testing and Materials(ASTM) a. C39,Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. b. C 109, Standard Test Method for Compressive Strength of I lydraulic Cement Mortars(Using 2-in or[50 mm]Cube Specimens). c. D638,Standard Test Method for Tensile Properties of Plastics. 3. International Organization for Standardization(ISO): a. 9001,Quality Management Systems-Requirements. 4. Occupational Safety and Health Administration(OSHA) a. OSHA Regulations and Standards for Underground Construction,29 CFR Part 1926,Subpart S,Underground Construction and Subpart P, Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH NSTI Water Transmission Main Relocations St[ 176,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised Itr>=e 19,2013 City Project No. 100261 330524-3 INSTALLATION ATION OF CARRIER PIPE IN CASING OR TUNNEL I WER PLATE Page 3 of 10 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data 1. Casing Isolators/Spacers a. Material Data 2. Grout Mix a. Material Data B. Shop Drawings 1. Required for 24-inch and larger pipe installations 2. Submit Work Plan describing the carrier pipe installation equipment,materials and construction methods to be employed. 3. Casing Spacers/Isolators a, Detail drawings and manufacturer's information for the casing isolators/spacers that will be used. 1) Include dimension and component materials and documentation of manufacturer's ISO 9001:2000 certification. b. Alternatives to casing spacers/isolators may be allowed by the City on a case- by-case basis. c. For consideration of alternate method,submit a detailed description of method including details. 4. F,nd seal or bulkhead designs and locations for casing/liners. 5. Annular Space(between casing pipe and casing/tunnel liner plate) Grouting Work Plan and Methods including: a. Grouting methods b. Details of equipment c. Grouting procedures and sequences including: 1) Injection methods 2) Injection pressures 3) Monitoring and recording equipment 4) Pressure gauge calibration data 5) Materials d. Grout mix details including: 1) Proportions 2) Admixtures including a) Manufacturer's literature b) Laboratory test data Verifying the strength of the proposed grout mix c) Proposed grout densities d) Viscosity e) Initial set time of grout (1) Data for these requirements shall be derived from trial batches from an approved testing laboratory. e. Submit a minimum of 3 other similar projects where the proposed grout mix design was used. f Submit anticipated volumes of grout to be pumped for each application and reach grouted. CITY OF FORT WORTH NSR Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised June 19,2013 City Project No. 100261 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 g. For pipe installations greater than 36-inches, without hold down jacks or a restrained spacer,provide buoyant force calculations during grouting and measures to prevent flotation. 1) Calculations sealed by a licensed Engineer in the State of Texas, h. Description of methods and devices to prevent buckling of carrier pipe during grouting of annular space,if required 1.7 CLOSEOUT SUBMITTALS [NOT USED[ 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE A. Certifications 1. Casing isolator/spacer manufacturer shall be certified against the provisions of IS09001:2000. 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS SNOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED lore] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with t: is Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. The Casing Spacers/Isolators shall he new and the product of a manufacturer regularly engaged in the manufacturing of casing spacers/isolators. B. Design Criteria and Materials 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as indicated in PART 3 of this Specification, incorporating all support/insulator dimensions required. Diameter Specification inches Material Reference Water Line 6-12 DIP Restrained 33 11 10 DIP(Restrained) 33 11 10 16-20 AW WA C303 Restrained 33 11 13 ❑IP (Restrained) 33 11 10 A WW A (;404 (Re. s 34 24 and eater 33-1 1 14 Sanitary 8-16 DIP with Ceramic Epoxy) 33 11 10 CITY OF FOR-1 WOR I'H NSII Water T=stnisyion Main Relocations 5H 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised dune 19,2013 City Project No.100261 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE. Page 5 of 10 Sewer Un_e PVC C900 DR 14 3331 20 DIP(with Ceramic Epoxy) 33 11 10 18 and greater Fiberglass 33 31 13 2. Grout of annular space a. For gravity sewer carrier pipe installation: 1) fill all voids between the carrier pipe and the casing or liner with grout, 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces shall be in contact with the grout. b. For water line installation: 1} Ne amiilff speee fi 11 will be used. 1) Fill all voids between the carrier pipe and the casing with grout. 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces shall be in contact with the grout. 3. Grout Mixes a. Low Density Cellular Grout(LDCC) 1) Annular space(between sewer carrier pipe and casing/liner)grout shall be LDCC. 2) The LDCC shall be portland cement based grout mix with the addition of a foaming agent designed for this application. 3) Develop 1 or more grout mixes designed to completely fill the annular space based on the following requirements. a) Provide adequate retardation to completely fill the annular space in i monolithic pour. b) Provide less than 1 percent shrinkage by volume. c) Compressive Strength (1) Minimum strength of 10 psi in 24 hours,300 psi in 28 days d) Design grout mix with the proper density and use proper methods to prevent floating of the carrier pipe. e) proportion grout to flow and to completely fill all voids between the carrier pipe and the casing or liner, 4. End Seals a. Provide end seals at each end of the casing or liner to contain the grout backfill or to close the casing/liner ends to prevent the inflow of water or soil. 1) For water piping less than 24-inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal. 2) For water piping 24-inch diameter and greater,use pull-on, 118 inch thick, synthetic rubber end seals, Model C,as manufactured by Pipeline Seal and Insulator, Inc.or approved equal. 3) For sewer piping,no end seals are required since the annular space between the carrier pipe and the casing will be grouted. b. Design end seals to withstand the anticipated soil or grouting pressure and be watertight to prevent groundwater from entering the casing. 5. Casing Spacers/Insulators a. Provide casing spacers/insulators to support the carrier pipe during installation and grouting(where grout is used). 1) For concrete pressure pipe, mortar bands maybe allowed in lieu of casing spacers/isolators. 2) Mortar bands shall be in accordance with Section 33 1 t 13. CITY OF FORT WORTH NSII Water Transmission Main Rebcalioas SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised June 19,2013 City Project No. I00261 330524-6 INSTALLATION OF CARRIER PIPE IN CASIlVG OR TUNNFI.LINER PLATE Page 6 of 10 b. Casing Spacers4solators material and properties: 1) Shall be minimum 14 gage 2) For water pipe,utilize Stainless Steel. 3) For sewer pipe,utilize Coated Steel. 4) Suitable for supporting weight of carrier pipe without deformation or collapse during installation c. Provide restrained-style casing spacers to hold all pipes stable during grouting operations and prevent floating or movement. d. Provide dielectric strength sufficient to electrically isolate each component from one another and from the casing. e. Design risers for appropriate loads,and, as a minimum: 1) Provide 10 gage steel risers a) Provide stainless steel bands and risers for water installations. f. Hand material and criteria 1) Provide polyvinyl chloride inner liner with: a) Minimum thickness of 0.09 inches b) Durometer"A"of 85-90 hardness c) Minimum dielectric strength of 58,000 volts g, Runner material and criteria 1) Provide pressure-molded glass reinforced polymer or UHMW with: a) Minimum of 2 inches in width and a minimum of 11 inches in length. 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless steel studs. 3) Runner studs and nuts shall be recessed well below the wearing surface of the runner a) Fill recess with a corrosion inhibiting filler. h. Riser height 1) Provide sufficient height with attached runner allow a minimum clearance of 2 inches between the outside of carrier pipe.bells or couplings and the inside of the casing liner surface. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Carrier pipe installation shall not begin until the following tasks have been completed: a. All required submittals have been provided, reviewed and accepted. b. All casing/liner joints are watertight and no water is entering casing or liner from any sources. CITY OF FORT WORTH NSIi Water Transmksinn Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Wcs"rt,Independence,and Victory) Revised June 19,2013 City Project No. 100261 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 c. All contact grouting is complete. d. Casing/liner alignment record drawings have been submitted and accepted by City to document deviations due to casingllincr installation. e. Site safety representative has prepared a code of safe practices and an emergency plan in accordance with applicable requirements. 2. The carrier pipe shall be installed within the casings or liners between the limits indicated on the Drawings,to the specified lines and grades and utilizing methods which include due regard for safety of workers,adjacent structures and improvements,utilities and the public. N. Control of Line and Grade 1. Install Carrier pipe inside the steel casing within the following tolerances: a. Horizontal 1) 12 inches from design line b. Vertical 1) ±1 inch from design grade 2. Check line and grade set up prior to beginning carrier pipe installation. 3. Perform survey checks of line-and-grade of carrier pipe during installation operations. 4. The Contractor is fully responsible for the accuracy of the installation and the correction of it,as required. a. Where the carrier pipe installation does not satisfy the specified tolerances, correct the installation,including if necessary,redesign of the pipe or structures at no additional cost to City. C. Installation of Carrier Pipe I. Pipe Installation a. Remove all loose soil from casing or liner. b. Grind smooth all rough welds at casing joints. 2. Installation of Casing Spacers a. Provide casing spacers, insulators or other approved devices to prevent flotation,movement or damage to the pipe during installation and grout backfill placement. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. c. Correctly assemble,evenly tighten and prevent damage during tightening of the insulators and pipe insertion. d. Install spacers in accordance with manufacturer's recommendations. e. Install carrier pipe so that there is no metallic contact between the carrier pipe and the casing. f. Carrier pipe shall be installed without sliding or dragging it on the ground or in the casing/liner in a manner that could damage the pipe or coatings. 1) If guide rails are allowed, place cement mortar on both sides of the rails. g. Coat the casing spacer runners with a non-corrosive/environmentally safe lubricant to minimize friction when installing the carrier pipe. h. The carrier pipe shall be electrically isolated from the carricr pipe and from the casing. CITY OF FORT WORTH NSR Water Transmission Main Relocations SH 170,Part 3 5TAN' DARDCONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,independence,and Victory) Revised June 19,2013 City Project No. 100261 330524-8 INSTALLATION OF CARRIER PIPE IN CASING AR Tt7NNEL LINER PLATE Page 8 of 14 i. Grade the bottom of the trench adjacent to each end of the casing to provide a firm,uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade,place the backfill material in 6-inch lifts and compact each layer. j. After the casing or tunnel liner has been placed,pump dry and maintain dry until the casing spacers and end seals are installed. 3. Insulator Spacing a. Maximum distance between spacers is to be 6 feet. b. For 18 and 20 foot long joints,install a minimum of 4 spacers. 1) Install 2 spacers within 1 foot on each side of the bell or flange. 2) Remaining 2 spacers shall be spaced equally. c. If the casing or pipe is angled or bent,reduce the spacing. d. The end spacer must be within 6 inches of the end of the casing pipe,regardless of size of casing and pipe or type of spacer used. e. Install spacers on PVC;pipe at the insertion line to prevent over-insertion of the spigot into the bell. 4, After installation of the carrier pipe: a. Mortar inside and outside of the joints, as applicable b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 1) If continuity exists,remedy the short,by all means necessary including removing and reinstalling the carrier pipe,prior to applying cellular grout. c. If hold down jacks or casing spacers are used,seal or plug the ends of the casing. d. If steel pipe is used and not welded prior to installation in casing/liner,welding of pipe will only be allowed after grouting of annular space is complete. D. Installation of End Seals 1. For Water Pipes a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. b. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the casing. Securely fasten with stainless steel bands. 2. For Sewer Pipes a. Grout annular space between carrier pipe and casing as indicated in this Specification. I . Annular Space Grouting(For Sewer Only) 1. Prepare pipe as necessary to prevent the pipe from floating during grouting operation as necessary. 2. Mixing of Grout a. Mix material in equipment of sufficient size to provide the desired amount of grout material for each stage in a single operation. 1) The equipment shall be capable of mixing the grout at the required densities for the approved procedure and shall be capable of changing the densities as required by field conditions. 3. Backfill Annular Space with Grout a. Prior to filling of the annular space,test the carrier pipe in accordance with Section 33 01 30. b. Verify the maximum allowable pressure with the carrier pipe manufacturer and do not exceed this pressure. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,independence,and Victory) Revised June 19,2013 City Project No. 100261 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 or 10 c. After the installation of the carrier pipe,the remaining space (all voids) between the cuing/liner and the carrier shall be filled with LDCC grout. 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall be in contact with the grout. 2) Grout shall be pumped through a pipe or hose. 3) Use grout pipes,or other appropriate materials,to avoid damage to carrier pipe during grouting. 4. Injection of LDCC Grout a. Grout injection pressure shall not exceed the carrier pipe manufacturer's approved recommendations or 5 psi(whichever is lower). b. Pumping equipment shall be of a size sufficient to inject grout at a volume, velocity and pressure compatible with the size/volume of the annular space. c. Once grouting operations begin,grouting shall proceed uninterrupted,unless grouting procedures require multiple stages. d. Grout placements shall not be terminated until the estimated annular volume of grout has been injected. 5. Block the carrier pipe during grouting to prevent flotation during grout installation, 6. Protect and preserve the interior surfaces of the casing from damage. 3.5 REPAIR 1 RESTORATION ]NOT USED] 3.6 REANSTALLATION ]NOT USED] 3.7 FIELD [ore] SITE QUALITY CONTROL A. Reports and Records required for pipe installations greater than 48-inches and longer than 350 feet 1. Maintain and submit daily logs Of grouting operations. a. Include: l) Grouting locations 2) Pressures 3) Volumes 4) Grout mix pumped 5) Time of pumping 2. Note any problems or unusual observations on logs. B. Grout Strength Tests 1. City will perform testing for 24-hour and 28-day compressive strength tests for the cylinder molds or grout cubes Obtained during grouting operations. 2. City will perform field sampling during annular space grouting. a. City will collect at least l set of 4 cylinder molds or grout cubes for each 1 GG cubic yards of grout injected but not less than 1 set for each grouting shift. b. City will perform 24-hour and 28- ay compressive strength tests per ASTM C39(cylindrical specimens) or ASTM C109(cube specimens). c. Remaining samples shall be tested as directed by City. C. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport Independence,and Victory) Revised June 19,2013 City Project No. 100261 33 05 24-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving shafts/pits. a. Diesel, electrical,hydraulic and air powered equipment is acceptable, subject to applicable local, State and Federal regulations. 3. Methods of construction shall be such as to ensure the safety of the Work, Contractor's and other employees on site and the public. 4. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 5. Perform all Work in accordance with all current applicable regulations and safety requirements of the federal, state and local agencies. a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. b. In the event of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.B.1—Modified minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification 1.LC—Added Concrete Pressure Pipe Specification reference. 6/19/2013 D.Johnson 2.2.B.5—Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3—Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised June 19,2013 City Project No.100261 330530-1 LOCATION OF EXISTING UTILITIES Page 1 of4 SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. 1.2 A.2 c.11-Add Existing Utilities Report C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings,or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per each"Exploratory Excavation for Existing Utilities"specified. c. The price bid shall include: l) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing,placing and compaction of embedment 8) Furnishing,placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings,or as directed. b. Payment CITY OF FORT WORTH NSII Water Transmission Main Reloeations 5H 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No.I00261 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per each"Vacuum Excavation" specified. c. The price bid shall include: l) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing,placing and compaction of embedment 8) Furnishing,placing and compaction of backfill 9) Clean-up 10) Surface restoration 11) Submittal of Location of Existing Utilities Report per Section 1.3.13.2,a 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called"D-Hole"within the City,a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2, Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation, 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement, B. Sequencing 1_ Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations,the City may choose to be present during excavation. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS {Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No.100261 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 1. Verify location of existing utility at location denoted on the Drawings,or as directed by the City. 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies,as necessary to locate utility. 3. Perform excavation in general accordance with the reconunended practices and procedures described in ASCE Publication Cl/ASCE 38. C. Upon completion of the utility locating,submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and backfllI in accordance with Section 33 05 10. F. Once necessary data is obtained,immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR 1 RESTORATION]NOT USED] 3.6 RE-INSTALLATION SNOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USEDI 3.9 ADJUSTING [NOT USEDI 3.10 CLEANING [NOT USED[ 3.11 CLOSEOUT ACTIVITIES [NOT USEDI 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS 1NO'1' USED] END OF SECTION Revision Log DATE DAME SUMMARY OF CHANGE Title-Exploratory Excavation of Utilities changed to Location of Existing Utilities 1312412012 ❑-Johnson 1.2—Added Measurement of Payment for Vacuum Excavation 1.3 -Added Definitions 3A- Added requirements for Vacuum Excavation CITY OF FORT WORTH NSII Water Transmission Main Relocations 5H 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised Dectmber 20,2012 City Project No. 100261 33 11 10-1 DLUCM E IRON PIPE Page i of 14 SECTION 33 11 10 ❑UCTILE IRON PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. 1.2 A.2—Added separate measurement and payment section for Vertical ductile iron piM 2. 2.2 B.6 b.9 C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 4. Section 33 04 10—Joint Bonding and Electrical Isolation 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10—Utility Trench Excavation,Embedment and Back fill 7. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 8. Section 33 11 05—Bolts, Nuts, and Gaskets 9. Section 33 11 11 Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting,manhole, or appurtenance b. Payment l) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot for"DIP"installed for: a) Various sizes b) Various types of backf ll c) Various linings d) Various Depths,for miscellaneous sewer projects only e) Various restraints f) Various uses c. The price bid shall include: CrrY OF FORT WORTII NS11 Water Transmission Main Reloearions SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No.I OM61 33I1 10-2 DUCTILE IRON PIPE Page 2 of 14 l) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings 2) Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing,placement and compaction of embedment 10) Furnishing,placement and compaction of backfill 11)Trench water stops 12) Thrust restraint,if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 2, Vertical Ductile Iron Pine a. Measurement 1) Measured v rti a 1 along the surface from center line to center line of the fitting,manhole,or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Itcm and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot for"DIP"installed for: a) Various sizes b) Various types of backfill c) Various linings d) Various Depths e) Various restraints f) Various use c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawing 2) Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Haulins 8) Disposal of excess material 9) Controlled Law-Strength Material(,C:LSM) backfill 10) Concrete Encasement per the drawings 11) Furnishing,placement and compaction of embedment 12)Furnishing,placement and compaction of backfill 13)Trench water stops 14)Temporary bracing and suDROrt CITY OF FORT WORTH NS11 Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUC I[ON SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 3311 10-1 DUCTn.E IRON PIPE Page 3 of 14 15) Thrust restraint 16) Bolts and nuts 17) Gaskets 18) Clean-up 19) Cleanin . 20) Disinfection 21) Testine 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a, Non-restrained,mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards I. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2, American Association of State Highway and Transportation Officials(AASHTO). 3. American Society of Mechanical Engineers (ASME); a. B 16.1,Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 4, ASTM International(ASTM): a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A 194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. g. B633,Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association(AWWA): a. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines- Enamel and Tape - Hot Applied. b. C600, Installation of ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. 6. American Water Works Association/American National Standards Institute (AWWAIANSI): a. C 104/A21.4, Cement Mortar Lining for Ductile-Iron Pipe and Fittings. b. C1051A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. c. C1111A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. CITY OF FORT WORTH NSII Water Tran=issum Mdm Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Pmjw No. 100261 3311 10-4 DUCTILE IRON PIPE Page 4 of 14 d. Cl 1 SIA21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e. C150/A21.50,Thickness Design of Ductile-Iron Pipe. f, C1511A21.51,Ductile-Iron Pipe,Centrifugally Cast,for Water. g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 7. NSF International (NSF): a. 61, Drinking Water System Components- Health Effects. S. Society for Protective Coatings(SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Giages. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS 1 INFORNILATIONAL SUBMITTALS A. Product Data 1. Interior lining a. If it is other than cement mortar lining in accordance with AWWA/ANSI C 104/A21.4, including: 1) Material 2) Application recommendations 3) Field touch-up procedures 2. Thrust Restraint a. Retainer glands,thrust harnesses or any other means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings—Furnish for Ductile Iron Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters,including: I. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2, Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions CITY OF FORT WORT14 NS11 Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Pmject No. 100261 33 11 10-5 DUCTILE IRON PIPE Page 5 of 14 f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that al l Ductile iron Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made,and that all tests have been performed in accordance with AWWAIANSI C151/A21.51. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 1.7 CLOSEOUT SUBMITTALS [NOT USED[ 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED[ 1.9 QUALITY ASSURANCE A. Qualifications I. Manufacturers a. Finished pipe shall be the product of 1 manufacturer. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations(pipe,lining,and coatings)shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance with AWWAIANSI C 1511A21.51 a) Perform quality control tests and maintain results as outlined within standard to assure compliance. 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. B. Preconstruction Testing 1. The City may,at its own cost,subject random lengths of pipe for testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1,10 DELIVERY,STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as stated in AWWA M41. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. CITY OF FORT WORTH NSI1 Water Transmission Mam Relocauons.SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 33It 10-6 DUCTILE IRON PIPE Page 6 of 14 1.11 FIELD [SITE} CONDITIONS [NOT USED1 1.12 WARRANTY [NOT USE❑I PART 2- PRODUCTS 2.1 OWNER-FURINISHED [nca] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturcrs 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWAANSI CI I I/A21.I 1,AWWAIANSI C 1501A21.15, and AW WAJANSI C 1511A21.51. 2, All pipe shal I meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class,but in no case should they be less than the following: Diameter Min Pressure Class inches (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements ofAWWA/ANSI C1511A21.51. Minimum pipe markings shall he as follows: a. "DI"or"Ductile"shall be clearly labeled on each pipe b. Weight,pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. b. Pipe shall be designed according to the methods indicated in AWWA/ANSI C1501A21.50,AWWAIANSI C151/A21.51,and AWWA M41 for trench construction,using the following parameters: 1) Unit Weight of Fill (w)= 130 pcf CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Indq"dence,and Victory) Revised December 20,2012 City Project No. 100261 3311 10-7 DUCTILE IRON PIPE Page 7 of l4 2) Live Load=AASHTQ HS 20 3) Trench Depth= 12 feet minimum, or as indicated in Drawings 4) Bedding Conditions=Type 4 5) Working Pressure(P,,)— 150 psi 6) Surge Allowance(P,)= 100 psi 7) Design Internal Pressure(Pi)=P.+P,or 2:1 safety factor of the actual working pressure plus the actual surge pressure,whichever is greater. a) Test Pressure= (1) No less than 1.25 minimum times the stated working pressure(187 psi minimum)of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure(225 psi minimum)at the lowest elevation of the test section. 8) Maximum Calculated Deflection(D.)=3 percent 9) Restrained Joint Safety Factor(S f)=1 pel=ser t 20 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 7. Provisions for Thrust a. Thrust at bends,tees,plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means through casing and for a sufficient distance each side of casing_ c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints,when required,shall be used for a sufficient distance from each side of the bend,tee,plug,valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust,the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure(Pi)whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City's Standard Products List as shown in Section 01 60 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWWA M41,and the following: 1) The weight of earth(We)shalt be calculated as the weight of the projected soil prism above the pipe,for unsaturated soil conditions. 2) Soil density= 130 pcf(maximum value to be used),for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 8. Joints a. General—Comply with AWWAlANSi Cl I I/A21.1 1. b. Push-On Joints CITY OF FORT WORTH NSII Water Transmission Main Relocations S14 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory} Revised December 20,2012 City Project No. 100261 33 11 10-8 DUCTILE IRON PIPE Page 8 of 14 c. Mechanical Joints d. Push-On Restrained Joints 1) Restraining Push-on joints by means of a special gasket a) Only those products that are listed in Section 0160 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the Drawings 2) Push-on restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 01 60 00. b) Pressure rating shall exceed the working and test pressure of the pipe line. e. Flanged Joints—AWWAIANSI CI 151A21.15, ASME B 16.1,Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 10. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends 1) Meet requirements of AWWA Cl 15. a) Provide bolts and nuts in accordance with Section 33 11 05. 12. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05. 13. Ductile Iron Pipe Exterior Coatings a. All ductile iron shall have an asphaltic coating,minimum of 1 mil thick, on the pipe exterior,unless otherwise specified in the Contract Documents. 14. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section 01 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be S mil linear low density(LLD) polyethylene conforming to AWWAIANSI CIOYA21.5 or mil high density cross-laminated(HDCL)polyethylene encasement conforming to AWWAIANSI CI051A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length,the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark CITY OF FORT WORTH NSU Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No.100261 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning—Corrosion Protection—Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water,perform one of the following: a) Label polyethylene encasement with"RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater,perform one of the following: a) Label polyethylene encasement with"WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter Min.Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.04 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 l) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City's Standard Products List as shown in Section 01 60 00. 2) Apply lining at a minimum of 40 mils DFT. 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils norninai, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should betaken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) 'Pest the interior lining of all pipe barrels for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut,coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 23 ACCESSORIES [NOT USED[ 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAIMINATION [NUT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. install pipe,fittings, specials and appurtenances as specified herein,as specified in AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's recommendations. 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings, 3. Lay pipe to the lines and grades as indicated in the Drawings. 4. Excavate and backfill trenches in accordance with Section 33 05 10. 5. Embed Ductile iron Pipe in accordance with Section 33 05 10. CITY OF FORT WORTH NSII Water Transmission Main Relocations S11 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vists,Westport,Independence,and Victory) Revised December 20,2012 City Project No.100261 33 11 10-11 DUCTILE IRON PIPE Page 11 of 14 6. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the interior lining. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-on joints as defined in AWWA/ANSI CI I I/A21.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe,refinish the field cut and scarf to conform to AWWA C600. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay,mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 33 11 10-12 DUCTILE IRON PIPE Page 12 of 14 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug,but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. e. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type(Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe,centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint,make overlap of polyethylene tube,pull bunched polyethylene from preceding length of pipe,slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug,but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts,tears,punctures or other damage to polyethylene. i. Proceed with installation of next pipe in same manner. 3. Tubular Type(Method B) a. Cut polyethylene tune to length approximately 1 foot shorter than pipe section. b. Slip tube around pipe, centering it to provide 5 inches of bare pipe at each end. c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe,securing fold at quarter points; secure ends, d. Before making up joint,slip 3-foot length of polyethylene tube over end of proceeding pipe section,bunching it accordion-fashion lengthwise. e. After completing joint,pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot;make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide i-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe, d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint,make overlap and secure ends. CITY OF FORT WORTH NSII Water Transmission Main Relocations S14 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Ala Vkaa,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 33 11 10-13 DUCTILE IRON PIPE Page 13 of 14 h, Repair tuts,tears,punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe-Shaped Appurtenances a. Cover bends,reducers,offsets and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings. b. Odd-Shaped Appurtenances a. When it is not practical to wrap valves, tees,crosses, and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together,folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts,tears,punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area and secured in place. 8. Openings in Encasement a, Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed,tape slack securely to appurtenance and repair cut,as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene,with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Pipe: a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 3.5 REPAIRIRESTORATION A. Patching 1. Excessive field-patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general,there shall not be more than I patch on either the lining or the coating of any 1 joint of pipe. 4. Wherever necessary to patch the pipe: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. 5. Promptly remove rejected pipe from the site. CITY OF FORT WORTH NSI1 Water T ransmissinn Man Relocations SH 176,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,end Victory) Revised December 20,2012 City Project No.100261 33 11 10-14 DUCTILE IRON PIPE Page 14 of 14 3.6 REINSTALLATION [NOT USED] 3.7 FIELD lost) SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning,disinfection,hydrostatic testing and bacteriological testing of water mains a. Clean,flush,pig,disinfect,hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television(CCTV) Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING INOT USED] 3.10 CLEANING [NOT USEDI 3.1I CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED) 3.13 -MAINTENANCE (NOT USED) 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.Lb.—Updated Payment types 12/20/2012 D.Johnson 1.3—Added definitions of gland types for clarity 2.2.B9, 10, 11 and 12—Added reference to Section 33 11 05 and removed material specification for bolts,nuts and gaskets CITY OF FORT WORTH NS1I Water Transmission Main Rclocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,aid Victory) Revised Decemher 20,2012 City Project No.100261 33I225-1 CONNECTION TO EXISTING WATER MAPiS Page 1 of 8 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Connection to existing water mains to include,but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. 1.1 C.8 —Add Section 33 11 13 2, 1.1 C.9—Add Section 33 11 14 3. 3.4 B.5—Modify line C. Related Specification Sections include,but are not necessarily limited to- t. Division 0—Bidding Requirements,Contract Forms,and Conditions of the Contract 2. Division 1 ---General Requirements 3. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 5. Section 33 05 30--Location of Existing Utilities 6. Section 33 1105 —Bolts,Nuts,and Gaskets 7. Section 33 11 10---Ductile Iron Pipe 8. Section 33 1 113 —Concrete Pressure Pipe.Bar-Wrapped. Steel Cylinder Pie 9. Section 33 11 14- Buried Steel Pipe and Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Connection to an existing unpresstuized Fort Worth Water Distribution System Main that does not require the City to take pan of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place,and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment CITY OF FORT WORTH NSII Water Transmission Main Relocarions SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S (Alta Vista,Westport,Independence,and Victory) Revised February 6,2013 City Project No- 100261 331225-2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 I) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each"Connection to Existing Water Main"installed for: a) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including,but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation(as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 14) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17)Testing 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement l) Measurement for this Item shall be per each connection completed. b. Payment l} The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each""Tapping Sleeve and Valve"installed for: a) Various sixes of connecting main b) Various sixes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation(as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 10 Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Alta Vista,Westport,Independence,and Victory] Revised February 6,2013 City Project No. 100261 331225-3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International(ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications c. A 194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- and Intermediate-Tensile Strength. g. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. h. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association(AWWA): a. C200, Steel Water Pipe- 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service—Sizes 4 IN through 144 IN. c. C213,Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. CI05/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. c. CI 15A21/15,Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron Threaded Flanges. 6. NSF International (NSF): a. 61, Drinking Water System Components—Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 6,2013 City Project No. 100261 331225-4 CONNECTION TO EXISTING WATER KLUNS Page 4 of 8 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation Meetings 1. Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday,unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P,M, a minimum of I business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to he dewatered at the requested time,schedule work to allow the connection at an alternate time acceptable to the City. I) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor's request, 1.5 SUBMITTALS A, Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data,if applicable 1. Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions,weights,material list,and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size 13. Submittals CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRL]CTION SPECIFICATION DOCUMENTS (AHa Vista,Westport,Independence,and victory) Revised Febnvary 6,2013 City Projeci No. 100261 331225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates,upon request, in accordance with AWWA C200. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 6,2013 City Project No. 100261 33 12 25-6 CONNECTION TO EXISTfNG WATER MAINS Page 6 of 8 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Description 1. Regulatory Requirements a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NS F 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C,ASTM A285 Grade C,ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWAIANSI C1051A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B 16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 1105. 4. Gaskets a. Provide gaskets in accordance with Section 33 1105. 5. Test Plug a. %-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify by exploratory excavation,if needed,that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backfsll trench for the exploratory excavation in accordance with 33 05 10. CITY OF FORT WORTH NSII Water Transrnissian Main Relocatinns SH 170,Pan 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 6,2013 City Project No. 100261 331225-7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 2. Verify that all equipment and materials are available on—site prior to the shutdown of the existing main. 3. Pipe lines shall be completed,tested and authorized for connection to the existing system in accordance with Section 33 04 40. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If any discharge of chlorinated water occurs, discharged water shall be de- chlorinated in accordance with Section 33 04 40 5. Cut and remove, or hot tap as called out in the plans, existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used,the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment,backfill, soil,water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re-pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 6,2013 City Project No. 100261 33 1225-8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2•C.3 and 4—Added reference to Section 33 1105 and removed bolt,nut and gasket material specification 2/6/2013 D.Townsend 3.4.13.4 Modified to refer to Section 33 04040 CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised February 6,2013 City Project No. 100261 33 12 30-1 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Pagel of 8 SECTION 33 12 30 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. 2-inch through 8-inch Combination Air-Release and Air/Vacuum Valve Assemblies (Combination Air Valves) for potable water systems including: a. Combination air-release and air/vacuum valve b. Tap to water main c. Lead-free Inlet piping and appurtenances d. Vent piping and appurtenances e. Vault enclosure and appurtenances B. Deviations from this City of Fort Worth Standard Specification 1. Added pay item under section 1.2.13 for Blow-off Valve/Combination Air Valve assemblies at each end of the tunneled crossing. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 05 13 —Frame,Cover and Grade Rings 4. Section 33 11 10—Ductile Iron Pipe 5. Section 33 11 11 —Ductile Iron Fittings 6. Section 33 11 14—Buried Steel Pipe and Fittings 7. Section 33 12 10—Water Services 1-Inch to 2-Inch 8. Section 33 12 20—Resilient Seated(Wedge) Gate Valve 9. Section 33 39 20—Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Combination Air Valve Assembly 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per each"Water Air Release Valve&Vault"installed for: 1) Various inlet sizes 3. The price bid shall include: a. Furnishing and installing Combination Air Valves with appurtenances as specified in the Drawings b. Air valve vault and appurtenances c. Tapping the main CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 33 l2 30-2 C'OMBTKATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 2 of 8 d. Isolation valves e. Fittings f. Vent piping g. Vent cover and/or enclosure h. Vent enclosure and/or pipe bollard protection, if required i. Excavation and backfill B. Tunnel Blow-off Valve/Combination Air Valve Assembly 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid ger each"Tunnel Blow-off Valve/Combination Air Valve Assembly" installed. 3. The price bid shall include: a. Furnishing and installing Combination Air Valves with appurtenances as specified in the Drawings b. Air valve vault and appurtenances c. isolation valves d. Fittings e. Vent piping f. Vent cover and/or enclosure g. Vent enclosure and/or piN bollard protection, if required h. Excavation and backfill 1.3 REFERENCES A. Definitions 1. Combination Air Valve: A device having the features of both an air-release valve and an air/vacuum valve 2. Inlet: The opening at the base of the Combination Air Valve mechanism through which air and water from the pipeline enters 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet 4. Lead-free: Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act(P.L. 111-380). 5. Orifice: The opening in the Combination Air Valve mechanism through which air is expelled from or admitted into the pipeline or piping system. Some valves may have multiple orifices_ 6. Outlet: The opening at the top of Combination Air Valve mechanism,including the orifice,through which air enters or exits the Air Valve 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet to its termination point outside the vault B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. CITY OF FORT WORTH NS1I Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Indtipmdence,and victory) Revised December 20,2012 City Project No.100261 331230-3 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 3 of 8 2. American Iron and Steel Institute(AISI). 3. ASTM International(ASTM): a. A536, Standard Specification for Ductile Iron Castings. 4. American Water Works Association(AWWA): a. C512, Air-Release,Air/Vacuum,and Combination Air Valves for Waterworks Service. b. M51,Air-Release,AirlVacuum,and Combination Air Valves. S. NSF International(NSF): a. 61, Drinking Water System Components- Health Effects. 6. Reduction of Lead in Drinking Water Act a. Public I.aw 1 11-380(P.I.. 11 1-380) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Combination Air Valves a. Application type b. Working pressure rating c. Test pressure rating d. Surge pressure rating. e. Inlet size f. Small orifice size g. Large orifice sire 2. Valve vault and appurtenances 3. Tapping appurtenances 4. Isolation valves 5. Fittings 6. Vent piping 7. Vent cover and/or enclosure 8. Vent enclosure and/or pipe bollard protection 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERL4-L SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Combination Air Valves of the same size shall be the product of I manufacturer, unless approved by the City. b. Combination air valves shall be in conformance with AWWA C512. CITY OF FORT WORTH NSii Water Transmission Main Relocations Sit 170.Part 3 STANDARD CONSTRLIMON SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 331230-4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 4 of 8 B. Certifications I. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with AWWA C512. 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2, Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1, PART 2- PRODUCTS 2.1 OWNER-FURNISHED loR] OWNER-SUPPI.IEDPRODUCTS [NO'T USED] 2.2 EQUIPMENT, PRODUCT TYPES,AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. The Combination Air Valve shall be new and the product of a manufacturer regularly engaged in the manufacturing of air release/air vacuum valves having similar service and size. B. Description 1. Regulatory Requirements a. Combination Air Valves shall meet or exceed the latest revisions of AWWA C512 and shall meet or exceed the requirements of this Specification. b. All Combination Air Valve components in contact with potable water shall conform to the requirements of NSF 61. CITY OF FORT WORTH NSII Water Transmission Main Relocations SII 170,Part 3 STANDARD CONS3RUCnON SPECIFICATION DOCUMENTS (Alta Vi.m,Westport.Inderendence,and Victory) Revised December 20,2012 City Prviect No.100261 331230-5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 5 of 8 c. All materials shall conform to the Reduction of Lead in Drinking Water Act(P.L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. C. Performance/Design Criteria 1. Capacities a. Water Application=Potable Water b. Working Pressure from 10 psi to 150 psi c. Test Pressure=225 psi d. Surge Pressure= 100 psi minimum,unless stated otherwise in the Contract Documents e. Size 1) Each orifice size must be sufficient to meet the requirements set forth in AWWA M51 and indicated on the Drawings. 2. Function a. High volume discharge during pipeline filling b. High volume intake through the large orifice c. Pressurized air discharge d. Surge Dampening/Controlled discharge rates 1) The valve shall have an integral surge alleviation mechanism which shall operate automatically to limit transient pressure rise or shock induced by closure due to high velocity air discharge or the subsequent rejoining of the separated water columns.The limitation of the pressure rise shall be achieved by decelerating the approaching water prior to valve closure. D. Materials 1. Combination Air Valve a. Internal parts 1) Non-corroding material such as stainless steel or high density polyethylene b. Valve body 1) AISI 304 stainless steel or ASTM A536 ductile iron 2) Equipped with intake and discharge flanges c. Inlet/Discharge orifice area 1) Equal to the nominal size of the valve E. Finishes 1. Finish Materials a. Supply all ductile iron Combination Air Valves with a factory applied fusion bonded epoxy coating with a final coating thickness of 16 mils minimum. 2.3 ACCESSORIES A. For 2-inch Combination Air Valve Assemblies: 1. Tap a. Tapping saddle and 2-inch corporation valve (C.C. thread with flare) in accordance with Section 33 12 10 2. Inlet Piping a. 2-inch outlet between the tap and the isolation valve with the following: 1) Threaded, lead-free brass piping 2) Threaded, lead-free brass tee 3) Threaded, lead-free brass hand wheel valves CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 331230-6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 6 of 8 3, Vent Piping a. 4-inch minimum diameter,in accordance with the Drawings 4. Vent Screen a. Stainless Steel(AISI 304) 5. Dropover Enclosure a. Channel] SPH-1420 thermoplastic enclosure,or approved equal 6. Vault a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section 333920. b. Provide a 32-inch hinged cover with frame and grade ring in accordance with Section 33 05 13. c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Crnnell, or equal, in accordance with the Drawings H. For 3-inch to 8-inch Combination Air Valve Assemblies: 1. Tap a. For 24-inch diameter mains: l) Provide 24-inch blind flange outlet b. For mains with 30-inch and greater diameter: 1) Provide 30-inch blind flange outlet c. For ductile iron and PVC mains,provide mechanical joint x flange tee with tapped flange. 2. Inlet Piping a. Flanged ductile iron or steel,depending on main material, in accordance with Drawings b. Corporation stops shall be in accordance with Section 33 12 10 and with Drawings. 3. Isolation Valves a. Gate valve(flanged) in accordance with Section 33 12 20 with: 1) 2-inch operating nut, non-rising stem with enclosed miter gearing for 3- inch and larger gate valves 4. Vent Piping a. 4-inch minimum,ductile iron pipe, in accordance with Drawings 5, Vent Screen a. Stainless Steel(AISI 304) 6. Dropover Enclosure a, Charnell SPH-1420 thermoplastic enclosure, or approved equal 7. Vault a. Provide a flat top, concrete manhole in accordance with Section 33 39 20, b. Manhole dimensions shall be in accordance with drawings. c. Provide a 32-inch hinged cover with frame and grade ring in accordance with Section 33 05 13. d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Grinell,or equal, in accordance with the Drawings C. Finishes 1. Primer Materials CITY OF FORT WORTH NSII Water Tr ns"ssion Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No.100261 331230-7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 a. Prime Vent Piping within vault, as well as above ground, for finish with a product listed in on the City's Standard Products List in Section 01 60 00, unless otherwise stated in the Drawings. 2. Finish Materials a. Paint Vent Piping within vault, as well as above ground, with a product listed in on the City's Standard Products List in Section 0160 00, unless otherwise stated in the Drawings. b. Color to be selected by the City. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Combination Air Valves shall be in accordance with AWWA C512. B. Markings 1. Each Combination Air Valve shall be marked in accordance with AWWA C512. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install in accordance with manufacturer's recommendations and as shown on the Drawings. 2. Above ground and vault interior ductile iron piping and valves shall be painted in accordance with City requirements,unless otherwise stated in the Drawings. 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in accordance with Section 33 11 10 and Section 33 11 11 respectively. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Inspections 1. Pipe the large and small orifices directly to the vent piping.There direct discharge of an orifice to an underground vault. 2. The valve shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 3. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to inspect and operate the valve. 4. The City will assess the ease of access to the operating nut and ease of operating the corporation stop. CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,Westport,Independence,and Victory) Revised December 20,2012 City Project No. 100261 331230-8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 5. if access and operation of the valve and its appurtenances meet the City Standard Detail,then the valve will he accepted as installed. 6. The Combination Air Valve assembly shall be free from any leaks. B. Non-Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor Will remedy the situation until it meets the City's criteria,at the Contractor's expense. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION ]NOT USED] 3.13 MAINTENANCE [NOT USED[ 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12t201201 D.Johnson General:Modified specification to reflect materials and equipment in City Standard Detail;Removed cast-in-place manhole references CITY OF FORT WORTH NS1I Water Transmission Main Relocations SI1 170,Part 3 STANnARD CONSTRUCTION SPECIFICATION DOCUMENTS (Alta Vista,WesWrt,Independence,and Victory) Revised December 20,2012 Ciry Project No.100261 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised July 1,2011 � w Np <(`��c��•T'� w }',-� P Q� Ito Q toW a cu / � uLU 3iR ! gg - R, ( ^ 00 AlLF LL i ! � 4 r� 1 - - I �7 0; r • 1 co a-0'- OJ t D4s [� ' ` V 4 v v� v o � �� - o0 00 0o v •1 ••,,��. 1 `✓ n n n n W \�'• r 1 d • � Q 1 LU Ar c geac n '{ , TEMPORARY CONSTRUCTION EASEMENT AGREEMENT STATE OF TEXAS § COUNTY OF TARRANT § This Temporary Construction Easement Agreement(this "Agreement") is entered into as of the day of , 2021, between ADL Development, L.P., a Texas limited partnership ("Grantor"), and The City of Fort Worth, Texas, a municipal corporation of Tarrant County,Texas("Grantee"). For and in consideration of$10.00 and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, and in consideration of the covenants contained herein, Grantor and Grantee agree as follows: 1. Subject to the terms of this Agreement, Grantor hereby grants and conveys to Grantee a temporary easement (the "Temporary Easement") across the property described in Exhibit "A" attached hereto (the "Temporary Easement Properly"). This grant is subject to all matters of record affecting the Temporary Easement Property. 2. The Temporary Easement shall only be used for the purposes of construction staging, stockpiling materials, and access to and from the Temporary Easement Property as shown on the attached Exhibit"A" (the"Work"). 3. Grantor reserves and retains the right to grant other rights and easements across, over or under the Temporary Easement Property to such other persons as Grantor deems proper, provided such other grants do not unreasonably interfere with the use of the Temporary Easement Property by Grantee for the purpose set forth herein. 4. The Temporary Easement is not assignable by Grantee without the prior written consent of Grantor. 5. Grantor may use the Temporary Easement Property for any and all purposes which do not unreasonably interfere with or prevent the use by Grantee of the Temporary Easement Property for the purpose set forth herein. 6. The grant of the Temporary Easement shall automatically terminate on the earlier of December 31, 2021 or the completion of construction. 7. Grantee shall not make any alterations, additions, or improvements to the Temporary Easement Property without Grantor's prior written consent, which may be withheld in Grantor's sole and absolute discretion. Grantee shall at all times comply with all applicable laws, rules,and ordinances of any governmental agency or authority. Grantee shall stay within the limits of the Temporary Easement Property. No trespassing, ingress or egress is allowed on the adjacent property. Grantee shall enter the Temporary Easement Property only at locations provided by Grantor. Grantor shall be notified at least 48 hours (two business days)prior to initially entering the Temporary Easement Property, and Grantor's representative shall be present when Grantee initially enters the Temporary Easement Property. The Temporary Easement Property, and the Temporary Construction Easement Agreement 7893-TCEA-ADL-cofw Page 1 adjacent properties, are currently being used for agricultural operations and may be in cultivation and/or may have livestock running in the area. Temporary fences and gates shall be constructed to Grantor's specifications and will he required along the boundaries of the Temporary Easement Property to prevent livestock from entering upon the Temporary Easement Property. All gates shall be kept closed at all times. No hunting, fishing or other recreational activities are allowed at anv time. Grantee acknowledges receipt of the attached Exhibit "B" — Clarification and Understanding of the Terms and Conditions for Temporary Construction Easements on Hillwood Property. 8. Grantee shall, at no cost or expense to Grantor, promptly repair any damage to any improvements on the Temporary Easement Property and surrounding property and restore the surface (including, but not limited to, the removal of rocks, the replacement of topsoil to a minimum depth of twelve inches G2"),the reseeding and establishment of natural grasses, and the repair, reconstruction, or replacement of fences) of the Temporary Easement Property and surrounding property to the same condition as on the date of this Agreement. Upon the expiration or termination of this Agreement, the Temporary Easement Property shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. 9. Prior to any activity on the Temporary Easement Property, Grantor shall review the plans for activities on any portion of the Temporary Easement Property identified by Grantor and Grantee as a High Use Area(as hereinafter defined). A"High Use Area" includes any area of the Temporary Easement Property used for equipment storage,batching plants,roads,parking lots and any other activity that could reasonably be expected to involve the placement or discharge of foreign materials on the Temporary Easement Property. Upon the abandonment of any High Use Area,Grantee shall clean such abandoned area to the satisfaction of Grantor(including such testing as Grantor shall request). When Grantor is satisfied with such clean-up, the topsoil shall be replaced on the cleaned areas to a uniform depth of at least six inches, and natural grasses shall be re-established. 10. The Grantee shall not use the Temporary Easement Property, or permit use of the Temporary Easement Property by any other person, in a manner which violates any law or regulation, may be dangerous, or constitutes a public or private nuisance. The Grantee shall not, and shall not permit any of its employees,agents,contractors,subcontractors,suppliers,or invitees to, locate, generate, manufacture, use or dispose on or about the Temporary Easement Property any chemical, pollutant, waste or other substance that is the subject of any law or regulation pertaining to public health, safety,protection,or conservation of the environment or regulation of Hazardous Substances. "Hazardous Substances" means any and all pollutants,toxic substances or hazardous materials, substances or waste, including, but not limited to, petroleum, crude oil, or any fraction thereof. if Grantor in good faith believes that Hazardous Substances may have been located, generated, manufactured, used, or disposed of on or about the Temporary Easement Property by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers, or invitees, Grantor may have environmental studies of the Temporary Easement Property conducted as it deems appropriate and the Grantee shall be responsible for the cost thereof. 11. Grantor reserves the right, at any time and from time to time and at Grantor's expense, to relocate the Temporary Easement provided such relocation does not interfere unreasonably with the Work. 12. The Grantee shall indemnify and hold Grantor and any of Grantoes employees agents or representatives, harmless from any damage or liability resulting directly or indirectly from the Grantee's use of the Temporary Easement, including any costs of any removal,remedial Temporary Construction Eascmcot.Agrccmern 7893-TCEA-ADL-cofw Page 2 action, response or clean-up of Hazardous Substances made in response to any use, generation, manufacture,disposal,release,threatened release or spill of a Hazardous Substance by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees. Grantee shall cause any user of the Temporary Easement to indemnify and hold harmless Grantor and Grantor's employees, agents and representatives in accordance with the preceding sentence. 13. Grantee shall cause any user of the Temporary Easement to clean public rights-of- way used by Grantee in connection with the Work as reasonably necessary based on such user's activities. Grantee shall remove trash from the Temporary Easement Property and the rights-of- way described in the preceding sentence on a daily basis. 14. Grantee shall not bury any trash, construction debris or waste material of any kind on the Temporary Easement Property. 15. All notices required or permitted hereby shall be in writing and become effective after being deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by some other manner, when actually received. Notices to the parties shall be addressed as follows: To Grantor: ADL Development, L.P. 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attn: L. Russell Laughlin To Grantee: The City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Steve Cooke From time to time a party may designate a new address for the purpose of receiving notices hereunder by giving notice of its new address to the other party in the manner provided above. 16. The obligations of Grantee set forth herein shall survive any termination of this Agreement. Grantee agrees that they shall reimburse the Grantor for any costs incurred by Grantor for remediation or restoration of the easement Property to pre-construction condition. TO HAVE AND TO HOLD the above-described premises,together with all and singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns, forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all and singular, the said premises, subject to all matters now of record affecting said premises, unto Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor, but not otherwise. Temporary Construction Easement Agreement 7893-TCEA-ADL-cofw Page 3 EXECUTED to be effective as of the date first written above. GRANTOR: ADL Development, L.P., a Texas limited partnership By: Hillwood Operating, L.P., a Texas limited partnership, its general partner By: Hillwood Services GP,LLC, a Texas limited liability company, its general partner 14 Name: Title: ACCEPTED ON THE TERMS AND CONDITIONS CONTAINED HEREIN: CITY OF FORT WORTH By: Steve Cooke Property Management Director APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Temporary Cuastrw1on Easement Agreernent 7843-TCEA-ADL-0ofw Page 4 STATE OF TEXAS § COUNTY OF TARRANT § This instrument was acknowledged before me on 2021, by of Hillwood Services GP, LLC, a Texas limited liability company,on behalf of said limited liability company,in its capacity as general partner of Hillwood Operating, L.P., a Texas limited partnership, on behalf of said limited partnership, in its capacity as general partner of ADL Development, L.P., a Texas limited partnership, on behalf of said limited partnership. Notary Public, State of Texas THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Property Management Director of the City of Fort Worth,known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this_day of , 2021. Notary Public, State of Texas Temporary Construction Easement Agreement 7893-TCEA-ADL-wfw Page 5 Description of a Temporary Construction Easement BEING a tract of land situated in the S.T. Rhodes Survey,Abstract Number 1868, City of Fort Worth, Tarrant County, Texas and being a portion of that tract of land described by deed to ADL Development, L.P., recorded in Instrument Number D218054116,County Records,Tarrant County, Texas and being more particularly described by metes and bounds as follows: COMMENCING at a Texas Department of Transportation monument found at the south end of the northeast corner clip of the intersection of the south right-of-way line of State Highway 170 and the east right-of-way line of Alta Vista Road; THENCE N 45000'11"E,39.49 feet, with the south line of said State Highway 170, from which a Texas Department of Transportation monument(broken)found, bears N 58°58'40"W, 0.90 feet; THENCE N 660 l6'42"E,308.08 feet, with said south line, to the beginning of a curve to the left; THENCE with said south right-of-way line and said curve to the left, an arc distance of 30.00 feet, through a central angle of 00°08'59",having a radius of 11479.16 feet,the long chord which bears N 66'12'13"E, 3 0.00 feet; THENCE S 23052'l6"E, 35.00 feet, departing said south right-of-way line, to the POINT OF BEGINNING, being the beginning of a curve to the left; THENCE with said curve to the left, an arc distance of 40.00 feet,through a central angle of 00011!57",having a radius of 1 1514.16 feet,the long chord which bears N 66001'46"E, 40.00 feet; THENCE S 23°48'05"E, 46.00 feet,to the beginning of a curve to the right; THENCE with said curve to the right, an arc distance of40.00 feet,through a central angle of 009 P54",having a radius of 11560.16 feet,the long chord which bears S 66°01'46"W, 40.00 feet; THENCE N 23048'05"W,46.00 feet to the Point of Beginning and containing 1,840 square feet or 0.042 acres of land more or less. "Integral parts of this document" 1,Description 2.Exhibit Peloton Job No.UWA19098 Tracking No.AC:F*7393 sh170 January 07,2021 t3:VORUIWA190D8 SH1701MtASTERD V1_SURVEY5FASFUEN MLEGALSWWA19008_EA19.DOCX Page l of Z la Z 3OVd OZOZ'LZ M 31V0 sa$Pyg 1:,48 03J1:)3HO S"Q'WA9 NfAHkl0 RNGiVAW it BOf ova nre�irw u��e s+nra�wrar�uad OiZ 3AN'rR'AYM74fYr dill'Ml�i OO�R CGIRL or t++oilnivs owr� ' i p n 1 y +I N 010-1 3 dlop Oyn3 p t , WYF; C En vcN Z U-)040 pp E0nnQ-a pMH c Q N it II p5 r p� N CV pXI Sell x ca v,a ce 16 1 �1 " ova 7 •. L3 r.-._ - - - I 1 La Cc w �, o o V) l n 4-0 V)d � !L, 1 �v n LO o Q j r.� ! ! x eta 1 � Li � � o b N +, r nQ + �4 ca� I � o a Q i LLJ j ilk o rn � 01 01 ❑ Cr -j-j ,� a �rgix U �qr� j " d I _ wF ❑ �� ❑cx �1 00c oa I N ��Le) ,-r M � o Nn�1 I i r W U LnCd co Ln ~ LAJ I - E07- a W J ' 1 [��',-r 7- r4 Z j Ailb Lo ti CD UA Z A ,_ __ J ��r� '=L,~iy• d.. -mil $ 0 / }ikr QZ A Div Irv, •� rS"'..•i0% ''f �, Q EXHIBIT 'fg" Clarification and Understanding of the Terms and Conditions for Temporary Construction Easements on Hillwood Property In addition to the terms and conditions contained in the Temporary Construction Easement Agreement, the following conditions shall apply: The Grantor must approve all routes used to access the work areas. Any gates accessed by the contractor shall be kept closed at all times, and locked whenever the contractor is not on-site. Contractor shall limit all construction operations(including the storage of any construction materials) to the Easement Tract. Erosion control silt fence (or other approved silt control material) is required along the length and boundary of the construction area,as well as in all channels,swales or other low areas. All vegetated and grassed areas damaged or disturbed by construction shall be restored to pre-construction condition. [`masses must be established immediately upon completion of construction operations. In areas where the primary grasses are Coastal Bermuda ("Coastal"), the grass must be reestablished by "plugging," and not by broadcast seeding. If weather Conditions warrant, an approved winter rye mix may be planted in lieu of the Coastal, with the Coastal being properly planted in the following spring(this requires that the winter rye be killed by use of an approved herbicide, that the ground be stripped and plowed [no rock is allowed on, or 2' below the surface of,the finished grade],and that the Coastal be plugged and irrigated until such time that 70% coverage has been established). In all cases, the grass shall be fertilized and irrigated until the appropriate coverage is attained. All fences damaged by construction shall be replaced to Grantor's standards (7-strand barbed wire on steel posts placed at 8' centers, steel pipe line posts at 100' centers, steel pipe"H" Braces at 600' centers, and steel pipe corner braces as required). Temporary fences in grazing pastures shall be 7-strand barbed wire on steel T-posts spaced at S' centers. Any gates or cattle guards damaged by construction shall be replaced to the Grantor's satisfaction. This includes replacement of all damaged materials, painting, and any other work required to return the gate or cattle guard to pre-construction condition. All trash and debris shall be collected and disposed of on a daily basis. Grantor can supply a list of approved contractors and vendors regularly used for clean-up, repair and re-vegetation on I Iillwood property. Exhibit"n" Page l Contractor shall provide contact information (24 hours a day/7 days a week) for field supervisors and office personnel who can be contacted should any problems arise on the construction site. Hillwood Contact Information: Joe Schneider Land Development 817-224-6054 (Office) 817-360-5611 (Cell) 817-224-6061 (Fax) Russell Laughlin Land Development 817-224-6017 (Office) 214-505-3481 (Cell) 817-224-6061 (Fax) Brett Burton Land and Cattle Operations 817-430-2305 (Office) 817-454-9398 (Cell) 817-430-2395 (Fax) Exhibit"B" Page 2 CONTROL DATA INFORMATION Check One: Deed Easement x Plat Document ID: ACF #7894 Document Dated: 1210312024 Project: SH 174 City of Fort Worth Water Line Location:" SH 170 Description: Water Line Esmt Prepay By: Peloton Land Solutions Future Infrastructure Needs Reviewed By: Grantor: ADL Development, L.P. Grantee: Cit of Fort Worth Delivered To: date Delivered: Status: D Draft E Executad by Grantor and forwarded to Grantee for execution R Recorded by county(s) City of Fort Worth Required Easement Information Project Name: Parcel DOES: Address: Lot: Block: Addition: AC Alliance Crossing ACN Alliance Center North ACC Alliance Commerce Center AGS Alliance Gateway South ACE Alliance Center East AHTG HertGpd Aallarice Town Carter ACTR Circle T Ranch ATC Alliance Technology Center ACW Alliance Center Went AWP Alliance Westport AGC Alliance Gateway Commercial HNTR Hunter Ranch AGN Alliance Gateway North Mi5C Miscellaneous Project Name: Parcel Doe#: THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER LINE EASEMENT DATE: 2021 GRANTOR: ADL DEVELOPMENT,L.P. GRANTOR'S MAILING ADDRESS (including County): 9800 HILLWOOD PARKWAY,SUITE 300 FORT WORTH,TARRANT COUNTY,TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAUJNG ADDRESS (including County): 200 TEXAS STREET FORT WORTH,TARRANT COUNTY,TX 76102 CONSIDERATION: Ten Dollar ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a tract of land situated in the S.T. Rhodes Survey, Abstract Number 1868, City of Fort Worth, Tarrant County, Texas and being a portion of that tract of land described by deed to ADL Development, L.P., recorded in Instrument Number D218054116, County Records, Tarrant County, Texas and being more particularly described by metes and bounds as described on Exhibit A. Pcsmment WaW tine Easw=t 7894-wakr liK esaema 40-ca!'w-2071 Pagel 1. Grantor,for the consideration 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 Water Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents,lateral line connections,pipelines,junction boxes in, upon,under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes,together with the right and privilege at any and all times to enter the Property,or any part thereof, for the purpose of constructing,operating, maintaining,replacing,upgrading, and repairing said Facility. 2. In no event shall Grantor(I)use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (1I) erect or permit to be erected within the easement property a permanent structure or building,including, but not limited to, monument sign,pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However,Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee,and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee,its successor and assigns,against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between the Addendum and this easement, the provisions of the Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGES] Permanent water Lice EasenwM 7894-wear line easement-adl-ra6&2021 Par GRANTOR: ADL Development, L.P., a Texas limited partnership By: Hillwood Operating, L.P., a Texas limited partnership its general partner By: I Iillwood Services GP, LLC, a Texas limited liability company, its general partner 4VL Name: '` Title: 'u.4 I eh ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § This instrument was acknowledged before me on p, 2021, by L. Russell Laughlin, Exocut-ive Vice President, of Hillwood Services GP,LLC, a Tex limited liability company, on behalf of said limited liability company, in its capacity as general partner of Hillwood Operating, L,P..,a Texas limited partnership, on behalf of said limited partnership,in its capacity as general partner of ADL Development, L.P., a Texas limited partnership, on behalf of said limited partnership. c 'r Notary Public, State of Texas .5++sera Laid BOWLING e`g"�NOWY PublLc.State of Texas Z Comm.Expires 10-17-2023 ` Nota•y 1 p 124717681 lI L15 Permmwnt Wwter Hric Hismeat 7994-wall I e eawmen[-adkofw-Ml Page 3 GRANTEE: City of Fart Worth By: Steve Cooke Property Management Director APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke,Property Management Director of the City of Fort Worth,known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2021. Notary Public, State of Texas Permanent Water Line F.ascmew 7E94-water line easement-adi-odw-2c21 Fade 4 Description of a Water Line Easement BEING a tract of land situated in the S.T. Rhodes Survey, Abstract Number 1868, City of Fort Worth,Tarrant County,Texas and being a portion of that tract of land described by deed to ADL Development,L.P.,recorded in Instrument Number D218054116, County Records,Tarrant County, Texas and being more particularly described by metes and bounds as follows: COMMENCING at a Texas Department of Transportation monument found at the south end of the northeast corner clip of the intersection of the south right-of-way line of State Highway 170 and the cast right-of-way line of Alta Vista Road; THENCE N 45°00'11"E,39.49 feet,with the south line of said State Highway 170, from which a Texas Department of Transportation monument(broken)found,bears N 58°58'40"W, 0.90 feet; THENCE N 660 16'42"E,308.08 feet,with said south line, to the beginning of a curve to the left; THENCE mith said south right-of--way line and said curve to the lefl, an arc distance of 42.73 feet, through a central angle of 00'12'48", having a radius of 1 1479.1 ti feet, the long chord which bears N 66'10'19"E,42.73 feet; THENCE S 23e46'26"E, 35.00 feet, departing said south right-of-way line, to the POINT OF BEGINNING, being the beginning of a curve to the left; THENCE with said curve to the left, an are distance of 15.00 feet, through a central angle of 00°04'29",having a radius of 11514.16 feet, the long chord which bears N 66°01'43"E, 15.00 feet; THENCE S 23046'26"E, 20.00 feet,to the beginning of a curve to the right; THENCE with said curve to the right, an arc distance of 15.00 feet, through a central angle of 00004'28",having a radius of 11534.16 feet,the long chord which hears S 66001'44"W, 15.00 feet; THENCE N 23046'26"11V, 20.00 feet to the Point of Beginning and containing 300 square feet or 0.007 acres of land more or less. "Integral parts of this document" t.Descriptinn 2. Exhibit Peloum]ob No.14WA]9008 Tracking No.rcP 7894 SH 170 December 08,2020 (iA)0 \1fWA19N9_SH170',MASTER DEV,'SVRVErEASEMENTSILEGALTIHWA19o08_FA24.DOCX Page i of Z IO Z#3JVd OZOZ'tZ'OV3ivQ gmmjq,l'A%Q3WJ3H ■ 0ma-M-.As Wvba Roos L V"A Gor WLlM-Llf 9kd 11111 TVPJ 31 TiLVCM lliO3 Ost UM-AYMMIVd OOOM H OM V62Lioj:)v f1lDlLA�Of a:ar� I���� a &� y a 3 N01013d lll]'- V,* o & 1 m o N y x 0 to � y.t F ova � a 1 'Al c �NdN LsJ Q a ��? u u c JOB E�"�`l qMF V �_ I d N �ro"p'o 08 , �`•� 0wnanu 0 � F- — — _ I o r a l arc ems,fi 1 1 d y° lr!al know LLJ In 3: e U 7 C.] -- ■,a H � � r-- .940 I I 00 z � i OL Cl 1 Qv U LJ �t Y ■ cDQ a�awIn I N v a b a a to ❑� .�� i I ¢u! 1 I � — o W c3 I ALn oQ 'o : 11 z toVOL N t-! W" �1 "7 W 2 oc. 11 z t a r ca x a v co ~¢ 0 $041CS , N Ln Uj k a W f rLu l 0% LAJ 4,2 �i S. CD ,. ADDENDUM This Addendum to the foregoing City of Fort Worth Permanent Water Line Easement (the "Easement")modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: 1. The second sentence of Section l of the Easement is hereby deleted and the following is substituted therefor: The Facility includes all reasonable and customary incidental underground and aboveground attachments, equipment and appurtenances, including,but not limited to valve boxes and vaults, fire hydrants, air release valves, and vaults, blow-off valves and vaults, meters and meter boxes, service line connections, pipelines, junction boxes in, upon, under and across the Property more fully described in Exhibit "A"attached hereto and incorporated herein for all purposes, together with the right and privilege at any and all times to enter the Property or any part thereof for the purpose of constructing,operating, maintaining,replacing,upgrading,and repairing said Facility. This grant and conveyance is made subject to all matters of record affecting the Property. 2. The last sentence of Section 2 of the Easement is hereby deleted and the following is substituted therefor: Provided, however, that Grantee shall not be obligated to restore or replace improvements installed in violation of the provisions of this Easement. 3. The Easement is not assignable by Grantee without the prior written consent of Grantor,which consent shall not be unreasonably withheld. 4. Grantor reserves and retains the right to grant other rights and easements across,over or under (but not parallel and overlapping) the Property to such other persons as Grantor deems proper, provided such other grants do not interfere with the use of the Easement by Grantee for the purpose set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee title to the Property and their designees shall retain the following rights with respect to the Property: (a) to build fences (unless construction of said fence requires a building permit, in which case Grantor must obtain written consent from Grantee's Water Department Director),one or more roads, driveways, alleys, and to construct underground utilities across, over and under the Property; and (b) to landscape the Property. Grantor and any future owner of the fee title to the Property shall locate any such fences,roads,alleys, or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees; provided, however, the crossing angle of such improvements with the facilities may be reduced to no less than 50 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or such future owners of the Property in their sole discretion, but in no event shall such fences, roads, alleys, or utilities cross the facilities within the Property at less than a GD degree angle without the prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities or landscaping improvements within the Property shall be subject to reasonable minimum horizontal Permanent watrr Line Eaxmrat 7AU-water line rawmenl-adi-edw-2021 F'a,{e I and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the Property to landscape the surface of the Property as set forth above shall not give Grantor and any future owners of the Property the right to place hardscape {such as fountains, walls and retaining wails}on the surface of the Property without the written consent of Grantee so long as the construction of such hardscape does not require a building permit. In the event the construction of such hardscape does require a building permit, Grantor and any future owners must obtain, from Grantee's Water Department Director,written consent of the construction, Further,Grantor, at its expense, shall have the right to relocate any facilities installed pursuant to this Easement provided that the level of service provided by such facilities at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof. S. Grantee shall repair any damage to improvements on the Property or surrounding property and restore the surface of the Property and surrounding property from damage resulting from Grantee's use of the Property. 6. Grantee shall not use the Property, or permit use of the Property by any other person, in a manner that violates applicable laws or regulations or constitutes a hazard to the health,safety and/or welfare of the public. Except for the normal use of fuels,lubricants,chemicals required to install said public utilities and their normal byproducts of use, the Grantee shall not,and shall not permit any of its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a hazardous substance may have been generated,manufactured or disposed of on or about the Property by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees, Grantor may have environmental studies of the Property conducted as it deems appropriate. In the event such studies reveal that a hazardous substance has been generated, manufactured or disposed of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee. 7. Except with regard to those arising from the gross negligence or willful act or omission of Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses from a User's use of the Property. A "User" is defined to include any person, other than the City, providing materials or service in connection with the design and construction of the Facilities. 8. All notices required or permitted hereby shall be in writing and become effective after being deposited in the U.S. mail,certified or registered with appropriate postage prepaid or, if delivered by some other manner, when actually received. Notices to the parties shall be addressed as follows: To Grantor: ADL Development, L.P. 9800 Hillwood Parkway, Suite 300 Fort Worth,TX 76177 Attention: L. Russell Laughlin To Grantee: The City of Fort Worth, Texas 200 Texas Street Fort Worth, TX 76102 Attention: Steve Cooke From time to time a party may designate a new address for the purpose of receiving notices hereunder by giving notice of its new address to the other party in the manner provided above. Permanent Water Line EA%ernmi 7841-water line casement-adl-cow-2021 Page 2 9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the purposes permitted herein. 10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted and the following is substituted therefor: TO HAVE AND TO HOLD the above-described premises,together with all and singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns, forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend,all and singular, the said premises, subject to all matters now of record affecting said premises, unto Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor, but not otherwise. 11. This Easement and Addendum to be effective as of the date first set forth in the Easement. 12. In the event of a conflict between this Addendum and the Easement, the provisions of this Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanern[Warcr Line Eawmem 7R44-warn line eaument."cofW-2C2I Page 3 GRANTOR: ADL Development, L.P., a Texas limited partnership By: Hillwood Operating,L.P., a Texas limited partnership its general partner By: Hillwood Services GP,LLC, a Texas limited liability company, its general partner By. Name: 4UC 10 L Title: N T ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § r This instrument was acknowledged before me on,\,O Ct 2021, by L. Russell Laughlin, Executive Vice President, of Hillwood Services GP, LLC, a Texas limited liability company, on behalf of said limited liability company, in its capacity as general partner of Hillwood Operating, L.P.., a Texas limited partnership, on behalf of said limited partnership, in its capacity as general partner of ADL Development, L.P., a Texas limited partnership, on behalf of said limited partnership. ;ti+s'rruq, LQRI BOWLING NoCary u C, fate o Texas Notary PtEhll�, St of Texas 0°3 ` Comm. Expires 1¢17-2023 Notary ID 124717661 Permancne Water Line Ee_x:nert 7894-water line ea5emenl-adl-cofw-2021 Page 4 GRANTEE: City of Fort Worth By Steve Cooke Property Management Director APPROVFD AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke,Property Management Director of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Fort Worth and that he/she cxecutcd the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2021, Notary Public, State of Texas GRANTEE'S ADDRESS: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attention: Steve Cooke GRANTOR'S ADDRESS: ADL Development, L.P. 9800 Hillwood Parkway, Suite 300 Fort Worth,TX 76177 Attention: L. Russell Laughlin P=anent Water Lwe F_aumew 7844-water Sine eatanent-0-cofw•2021 P18C 5 TEMPORARY CONSTRUCTION EASEMENT AGREEMENT STATE OF TEXAS § COUNTY OF TAR>FtANT § This Temporary Construction Easement Agreement(this "Agreement") is entered into as of the day of , 202I, between ADL Development, L.P., a Texas limited partnership ("Grantor"), and The City of Fort Worth, Texas, a municipal corporation of Tarrant County, Texas("Grantee"). For and in consideration of$10.00 and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, and in consideration of the covenants contained herein, Grantor and Grantee agree as follows: I. Subject to the terms of this Agreement, Grantor hereby grants and conveys to Grantee a temporary casement (the "Tem rary Easement") across the property described in Exhibit "A" attached hereto (the "Tcmporwy Easement Pro a "). This grant is subject to all matters of record affecting the Temporary Easement Property. 2. The Temporary Easement shall only be used for the purposes of construction staging, stockpiling materials, and access to and from the Temporary Easement Property as shown on the attached Exhibit"A"(the"Work"). 3. Grantor reserves and retains the right to grant other rights and easements across, over or under the Temporary Easement Property to such other persons as Grantor deems proper, provided such other grants do not unreasonably interfere with the use of the Temporary Easement Property by Grantee for the purpose set forth herein. 4. The Temporary Easement is not assignable by Grantee without the prior written consent of Grantor. 5. Grantor may use the Temporary Easement Property for any and all purposes which do not unreasonably interfere with or prevent the use by Grantee of the Temporary Easement Property for the purpose set forth herein. & The grant of the Temporary Easement shall automatically terminate on the earlier of December 31, 2021 or the completion of construction. 7. Grantee shall not make any alterations, additions, or improvements to the Temporary Easement Property without Grantor's prior written consent, which may be withheld in Grantor's sole and absolute discretion. Grantee shall at all times comply with all applicable laws, rules,and ordinances of any governmental agency or authority. Grantee shall stay within the limits of the Temporary Easement Property. No trespassing,ingress or egress is allowed on the adjacent property, Grantee shall enter the Temporary Easement Property only at locations provided by Grantor. Grantor shall be notified at least 48 hours (two business days)prior to initially entering the Temporary Easement Property, and Grantor's representative shall be present when Grantee initially enters the Temporary Easement Property. The Temporary Easement Property, and the Temporary Construction Easement Agreement 7895-TCEA-ADL-cofw Page 1 adjacent properties, are currently being used for agricultural operations and may be in cultivation and/or may have livestock running in the area. Temporary fences and gates shall be constructed to Grantor's specifications and will be required along the boundaries of the Temporary Easement Property to prevent livestock from entering upon the Temporary Easement Property. All gates shall be kept closed at all times. No hunting,fishing or other recreational activities are allowed at any time. Grantee acknowledges receipt of the attached Exhibit "B" — Clarification and Understanding of the Terms and Conditions for Temporary Construction Easements on Hillwood Property. 8. Grantee shall, at no cost or expense to Grantor,promptly repair any damage to any improvements on the Temporary Easement Property and surrounding property and restore the surface (including, but not limited to, the removal of rocks, the replacement of topsoil to a minimum depth of twelve inches (I2"),the reseeding and establishment of natural grasses,and the repair, reconstruction, or replacement of fences) of the Temporary Easement Property and surrounding property to the same condition as on the date of this Agreement. i]pan the expiration or termination of this Agreement, the Temporary Easement Property shall be left: in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. 9. Prior to any activity on the Temporary Easement Property,Grantor shall review the plans for activities on any portion of the Temporary Easement Property identified by Grantor and Grantee as a High Use Area(as hereinafter defined), A"High Use Area" includes any area of the Temporary Easement Property used for equipment storage,botching plants,roads,parking lots and any other activity that could reasonably be expected to involve the placement or discharge of foreign materials on the Temporary Easement Property. Upon the abandonment of any High Use Area, Grantee shall clean such abandoned area to the satisfaction of Grantor(including such testing as Grantor shall request). When Grantor is satisfied with such clean-up, the topsoil shall be replaced on the cleaned areas to a uniform depth of at least six inches, and natural grasses shall be re-established. 10. The Grantee shall not use the Temporary Easement Property, or permit use of the Temporary Easement Property by any other person, in a manner which violates any law or regulation, may be dangerous, or constitutes a public or private nuisance. The Grantee shall not, and shall not permit any of its employees,agents,contractors,subcontractors,suppliers,or invitees to, locate, generate, manufacture, use or dispose on or about the Temporary Easement Property any chemical, pollutant, waste or other substance that is the subject of any law or regulation pertaining to public health, safety, protection,or conservation of the environment or regulation of Hazardous Substances. "Hazardous Substances" means any and all pollutants,toxic substances or hazardous materials, substances or waste, including, but not limited to, petroleum, crude oil, or any fraction thereof. If Grantor in good faith believes that hazardous Substances may have been located, generated, manufactured, used, or disposed of on or about the Temporary Easement Property by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers, or invitees,Grantor may have environmental studies of the Temporary Easement Property conducted as it deems appropriate and the Grantee shall be responsible for the cost thereof. 11. Grantor reserves the right, at any time and from time to time and at Grantor's expense, to relocate the Temporary Easement provided such relocation does not interfere unreasonably with the Work. 12. The Grantee shall indemnify and hold Grantor and any of Grantor's employees agents or representatives, harmless from any damage or liability resulting directly or indirectly from the Grantee's use of the Temporary Easement, including any costs of any removal,remedial Temporary Conwuction Ememcut Agrccrnenl 7895-TCFA-ADL-oofw Pags 2 action, response or clean-up of Hazardous Substances made in response to any use, generation, manufacture,disposal,release,threatened release or spill of a Iazardous Substance by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees. Grantee shall cause any user of the Temporary Easement to indemnify and hold harmless Grantor and Grantor's employees, agents and representatives in accordance with the preceding sentence. 13. Grantee shall cause any user of the Temporary Easement to clean public rights-of- way used by Grantee in connection with the Work as reasonably necessary based on such user's activities. Grantee shall remove trash from the Temporary Easement Property and the rights-of- way described in the preceding sentence on a daily basis. I4. Grantee shall not bury any trash,construction debris or waste material of any kind on the Temporary Easement Property. 15. All notices required or permitted hereby shall be in writing and become effective after being deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by some other manner, when actually received. Notices to the parties shall be addressed as follows: To Grantor: A.DL Development, L.P. 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attn: L. Russell Laughlin To Grantee: The City of Dort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Steve Cooke From time to time a party may designate a new address for the purpose of receiving notices hereunder by giving notice of its new address to the other parry in the manner provided above. 16. The obligations of Grantee set forth herein shall survive any termination of this Agreement. Grantee agrees that they shall reimburse the Grantor for any costs incurred by Grantor for remediation or restoration of the easement Property to pre-construction condition. TO HAVE AND TO HOLD the above-described premises,together with all and singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns, forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all and singular, the said premises, subject to all matters now of record affecting said premises, unto Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor, but not otherwise. temporary C:omtruution Easemerd Agreement 7895-TCEA-ADL-cofw Page 3 EXECUTED to he effective as of the date first written above. GRANTOR: ADL Development, L.P., a Texas limited partnership By: HilIwood Operating, L.P., a Texas limited partnership, its general partner By: Hillwood Services OP,LLC, a Texas limited liability company, its general partner Name: Title: ACCEPTED ON THE TERMS AND CONDITIONS CONTAINED HEREIN: CITY OF FORT WORTH By: Steve Cooke Property Management Director APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Tcmporny Conoructwn Emement Agreement 7895•TCEA.ADL-wfW Pegs 4 STATE OF TEXAS § COUNTY OF TARRANT § This instrument was acknowledged before me on 2021, by _ of Hillwood Services GP, LLC, a Texas limited liability company,on behalf of said limited 1hability company,in its capacity as general partner of Hillwood Operating, L.P., a Texas limited partnership, on behalf of said limited partnership, in its capacity as general partner of ADL Development, L.P., a Texas limited partnership, on behalf of said limited partnership. Notary Public, State of Texas THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,a Notary Public in and for the State of Texas,on this day personally appeared Steve Cooke, Property Management Director of the City of Fort Worth,known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of _ _ , 2021. Notary Public, State of Texas Temporary Construction Easement Agrccment 7895-TCEA-ADL-cafes Pagc 5 Description of a Temporary Construction Easement BEING a tract of land situated in the S.T.Rhodes Survey,Abstract Number 1868,City of Fort Worth,Tarrant County,Texas and being a portion of that tract of land described by deed to ADL Development,L.P.,recorded in Instrument Number D218054120,County Records,Tarrant County, Texas and being more particularly described by metes and bounds as follows: COMMENCING at the south end of the northeast corner clip of the intersection of the north right- of-way line of Stale Highway 170 and the east right-of-way line of Alta Vista Road, being the southern most southwest corner of that tract of land described by deed to ADL Development,L.P., recorded in Instrument Number D2 18 1 0851 1,County Records,Tarrant County,Texas, from which a Texas Department of Transportation monument(broken) found,bears S 32°54'42"W, 1.08 feet; THENCE N 66016'45"E, 397.18 feet; with the north line of said State Highway 170; THENCE N 23°43'15"W, 16.10 feet,departing said north right-of-way line,to the POINT OF BEGINNING, being the common west line of said ADL Development tract, recorded in Instrument Number D218054120,also being the east line of that tract of land described by deed to Lost Spurs Ranch DST„recorded in Instrument Number D218004692, said County Records; THENCE N 00°30'06"W, 43.53 feet, with said common line; THENCE N 660 16'45"E,63.72 feet,departing said common line; THENCE S 23°43'15"E, 40.00 feet; THENCE S 66016'45"W, 80,88 feet to the Point of Beginning and wntairting 2,892 square feet or 0.066 acres of land more or less. "Integral pans of this document" 1.Description 2. Exhibit Peloton Job No.HWA19009 Tracking No.ACF#7W5 514170 Decemba 08,2020 0AJORMWA19008 5HIMMASTERDM sL'RVEYTEASEMENT51LECALS'HWAI9008_EA2I.DOCX Page i of2 wWeia v6 z-cn s ww 1p Z i13Jd 07Ax't�04 31VQ Pl�'1 hB "PWM'M:A8 NMVZiU 9 WO WAAH A 8Wf r.i. r:•r. " I:;S4s+•u �Gys1 31 7.L!W3•A% WMJ OCOM-nMC i fast=�]V f"o"Alos 4NV7ARL SO N 0101 3d V r[ V Ti N C ID'a� a , .4 &S C �C QU Cd� 1 :t mix s d TF a � O c '► � d n My U ..� 1 +a d ate CN ir) a Q � x W Ott �. 0 wCL , 0 w CL0OU r �� LLI 0 0 C N o W � � Nam ,' 10L 0 . y ❑ d. 4a Mtn❑ � u Li Z Lo a N ❑ z Qcy- c � � k 0 F Moo bU € 0w �] M a m Qz zo 00 z � W � I 1 in bu zzo ult I �1 CD, N �� I a V O Q U 6 p I V1 �:N i4m U] :tf a_ri pPvNd IDPJA 1241r _ . ice: •�, J 1 W a m f- EXHIBIT "B" Clarification and Understanding of the Terms and Conditions for Tern orary Construction Easements on Ifillwood Pro rtv In addition to the terms and conditions contained in the Temporary Construction Easement Agreement, the following conditions shall apply: The Grantor must approve all routes used to access the work areas. Any gates accessed by the contractor shall be kept closed at all times, and locked whenever the contractor is not on-site. Contractor shall limit all construction operations(including the storage of any construction materials) to the Easement Tract. Erosion control silt fence (or other approved silt control material) is required along the length and boundary of the construction area, as well as in all channels,swalcs or other low areas. All vegetated and grassed areas damaged or disturbed by construction shall he restored to pre-construction condition. Grasses must be established immediately upon completion of construction operations. In areas where the primary grasses are Coastal Bermuda ("Coastal"), the grass must be reestablished by "plugging," and not by broadcast seeding. If weather conditions warrant, an approved winter rye mix may be planted in lieu of the Coastal, with the Coastal being properly planted in the following spring (this requires that the winter rye be killed by use of an approved herbicide, that the ground be stripped and plowed [no rack is allowed on, or 2' below the surface of,the finished grade], and that the Coastal be plugged and irrigated until such time that 70% coverage has been established), 1n all cases, the grass shall be fertilized and irrigated until the appropriate coverage is attained. All fences damaged by construction shall be replaced to Grantor's standards (7-strand barbed wirc on steel posts placed at 8' centers, steel pipe line posts at 100' centers, steel pipe"H" I3races at 600' centers, and steel pipe comer braces as required). Temporary fences in grazing pastures shall be 7-strand barbed wire on steel T-posts spaced at 8' centers. Any gates or cattle guards damaged by construction shall be replaced to the Grantor's satisfaction. This includes replacement of all damaged materials, painting, and any other work required to return the gate or cattle guard to pre-construction condition. All trash and debris shall be collected and disposed of on a daily basis. Crrantor can supply a list of approved contractors and vendors regularly used for clean-up, repair and re-vegetation on Hillwood property. Exhibit'B" Page! Contractor shall provide contact information (24 hours a day/7 days a week) for field supervisors and office personnel who can be contacted should any problems arise on the construction site. Hillwood Contact Information: Joe Schneider Land Development 817-224-6054 (Office) 817-360-5611 (Cell) 817-224-6061 (Fax) Russell Laughlin Land Development 817-224-6017 (Office) 214-505-3481 (Cell) 817-224-6061 (Fax) Brett Burton Land and Cattle Operations 817-430-2305 (Office) 817-454-9398 (Cell) 817-430-2395 (Fax) Exhibit"B" Page 2 Project Name: Parcel#: Doe#: THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER LINE EASEMENT DATE: 2021 GRANTOR: ADL DEVELOPMENT,L.P. GRANTOR'S MAILING ADDRESS (including County): 9800 MLLWOOD PARKWAY,SUITE 300 FORT WORTH,TARRANT COUNTY,TX 761.77 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY,TX 76102 CONSIDERATION: Ten Dollar ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a tract of land situated in the S.T. Rhodes Survey, Abstract Number 1868, City of Fort Worth, Tarrant County, Texas and being a portion of that tract of land described by deed to ADL Development, L.P.,recorded in instrument Number D218054120, County Records, Tarrant County, Texas and being more particularly described by metes and bounds as described on Exhibit A. Pauma R Watcr Lwc Em mm 78%-woei line easema."cnf 2021 Pap 1. Grantor,for the consideration 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 Water Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines,junction boxes in, upon,under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes,together with the right and privilege at any and all times to enter the Property,or any part thereof, for the purpose of constructing,operating,maintaining, replacing, upgrading,and repairing said Facility. 2. In no event shall Grantor(I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (1I) erect or permit to be erected within the easement property a permanent structure or building, including,but not limited to, monument sign,pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However,Grantor shall be permitted to maintain any existing concrete driveway or road on the Property_ Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks,driveways, or similar surface improvements located upon or adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided,however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Fasement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns,against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. See Addendum attached hereto and incorporated herein by reference. in the event of a conflict between the Addendum and this easement,the provisions of the Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGES] Perm aae­a2 Wour Lme Easement 7996-weer Iuw eacagent.L l•eafw•2021 Pa gC 2 GRANTOR: ADL Development, L.P., a Texas limited partnership By; Hillwood Operating, L.P., a Texas limited partnership, its general partner By: Hillwood Services GP, LLC, a Texas limited liability company, its general )artn Name: Title: 'l t t ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § 's in ent was acknowledged before me o �-,2021,by [ 4 h Hillwvvd Services GP LLC a Texas limited liabili company, on behalf of said , ty r y� limited liability company, in its capacity as general partner of Hillwood Operating, L.P., a Texas Iimited partnership,on behalf of said limited partnership.in its capacity as general partner of ADL Development, L.P.,a Texas limited partnership,on behalf of said limited partnership. LORI BOWLING aa: Notary Public.State of Texas � 3�a Comm. Expires 10-17.2023 Kota Pu c, State of Texas Notary It) 1 2471 76 81 Pefmanprt Wafer Line FAKmenl 7896-wales Iirrc c4malcnta[ll-corw-2021 P&XC 1 GRANTEE: City of Fort Worth By: Steve Cooke Property Management Director APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke,Property,Management Director of the City of Fort Worth,known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Fort Worth and that he/she executed the same as the act of the City of Fart Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2021. Notary Public, State of Texas Pm=em wafer Lant Faseweeu 70&water line easement.adkof*-2621 Payle 4 ADDENDUM This Addendum to the foregoing City of Fort Worth Permanent Water Line Easement (the "Easement") modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: i. The second sentence of Section 1 of the Easement is hereby deleted and the following is substituted therefor: The Facility includes all reasonable and customary incidental underground and aboveground attachments, equipment and appurtenances,including, but not limited to valve boxes and vaults, fire hydrants, air release valves, and vaults, blow-off valves and vaults, meters and meter boxes, service line connections, pipelines, junction boxes in, upon, under and across the Property more fully described in Exhibit"A" attached hereto and incorporated herein for all purposes, together with the right and privilege at any and all times to enter the Property or any part thereof for the purpose of constructing,operating,maintaining,replacing,upgrading,and repairing said Facility. This grant and conveyance is made subject to all matters of record affecting the Property. 2. The last sentence of Section 2 of the Easement is hereby deleted and the following is substituted therefor: Provided, however, that Grantee shall not be obligated to restore or replace improvements installed in violation of the provisions of this Easement. 3. The Easement is not assignable by Grantee without the prior written consent of Grantor,which consent shall not be unreasonably withheld. 4. Grantor reserves and retains the right to grant other rights and easements across,over or under (but not parallel and overlapping) the Property to such other persons as Grantor deems proper, provided such other grants do not interfere with the use of the Easement by Grantee for the purpose set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee title to the Property and their designees shall retain the following rights with respect to the Property: (a) to build fences (unless construction of said fence requires a building permit, in which case Grantor must obtain written consent from Grantee's Water Department Director),one or more roads. driveways, alleys, and to construct underground utilities across, over and under the Property; and (b) to landscape the Property. Grantor and any future wsvner of-the fee title to the Property shall locate any such fences, roads,alleys. or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees. provided, however, the crossing;angle of such improvements with the facilities may be reduced to no less than 50 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or such future owners of the Property in their sole discretion, but in no event shall such fences, roads. alleys. or utilities cross the facilities within the Property at less than a 60 degree angle without the prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities or landscaping improvements within the Property shall be subject to reasonable minimum horizontal f crnrancm WWI t kne F-J cOWCM 784e•ya1cr Iunc eiumrns•aa-w!%-:il?I Pitt and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the Property to landscape the surface of the Property as set forth above shall not give Grantor and any future owners of the Property the right to place hardscape (such as fountains, walls and retaining walls)on the surface of the Property without the written consent of Grantee so long as the construction of such hardscape does not require a building permit. In the event the construction of such hardscape does require a building permit, Grantor and any future owners must obtain, from Grantee's Water Department Director, written consent of the construction. Further,Grantor, at its expense, shall have the right to relocate any facilities installed pursuant to this Easement provided that the level of service provided by such facilities at the new location "rill not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof. 5. Grantee shall repair any damage to improvements on the Property or surrounding property and restore the surface of the Property and surrounding property from damage resulting from Grantee's use of the Property. 6. Grantee shall not use the Property, or permit use of the Property by any other person, in a manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or welfare of the public. Except for the normal use of fuels,lubricants,chemicals required to install said public utilities and their normal byproducts of use, the Grantee shall not and shall not perm-it any of its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a hazardous substance may have been generated,manufactured or disposed of on or about the Property by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees, Grantor may have environmental studies of the Property conducted as it deems appropriate. In the event such studies reveal that a hazardous substance has been generated, manufactured or disposed of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee. 7. Except with regard to those arising from the gross negligence or willful act or omission of Cmmtor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses from a User's use of the Property, A "User" is defined to include any person, other than the City, providing materials or service in connection with the design and construction of the Facilities. 8. All notices required or permitted hereby shall be in writing and become effective after being deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by some other manner, when actually received. Notices to the parties shall be addressed as follows: To Grantor: ADL Development,L.P. 9800 Hillwood Parkway, Suite 300 Fort Worth,TX 76177 Attention: L. Russell Laughlin To Grantee: The City of Fort Worth, Texas 200 Texas Street Fort Worth,TX 76102 Attention: Steve Cooke From time to time a party may designate a new address for the purpose of receiving notices hereunder by giving notice of its new address to the other party in the manner provided above. Permanent wan Line Eaa=eoe 789&wxmr tme puanrm sdcofw•2Q21 Pale 2 9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors in interest upon abandonment by Grantee or when the Properly ceases to be used exclusively for the purposes permitted herein. 10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted and the following is substituted therefor: TO HAVE AND TO HOLD the above-described premises,together with all and singular,the rights and appurtenances thereto in anywise belonging,unto Grantee, its successors and permitted assigns, forever. Grantor does hereby bind itself,its successors and assigns,to warrant and forever defend, all and singular, the said premises, subject to all matters now of record affecting said premises, unto Grantee, its successors and permitted assigns,against every person whomsoever lawfully claiming or to claim the same or any part thereof, by,through or under Grantor,but not otherwise. 11. This Easement and Addendum to be effective as of the date first set forth in the Easement. 12. In the event of a conflict between this Addendum and the Easement, the provisions of this Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Water Line Easement 7896-water line easement-adkofw-2021 Page 3 GRANTOR. ADL Development, L.P., a Texas limited partnership By: Hillwood Operating, L.P., a Texas limited partnership, its general partner By: Hillwood Services GP,LL.C, a Texas limited liability company, its general p• er By. , nt : 4 ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § This i strument was acknowledged before me on 2021, by # { of Hillwood Services GP, LC, a Tex Nmited liability company, on behalf dVsaid limited liability company, in its capacity as general partner of Millwood Operating, T .P., a Texas limited partnership, on behalf of said limited partnership, in its capacity as general partner of ADL Development, L.P., a Texas limited partnership, on behalf of said limited pa.rtriership. t7E7-,2O2j3 } '1 NOtaryPexs Notary 'ublTc ate of exas Nlala1 78n4-wAter[Lao tastment-adkro[W-MI Pala 4 GRANTEE: City of Fort Worth By: Steve Cooke Property Management Director APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke,Property Management Director of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2021. Notary Public, State of Texas GRANTEE'S ADDRESS: City of Fort Worth 200 Texas Street Fort Worth,TX 76102 Attention: Steve Cooke GRANTOR'S ADDRESS: ADL Development, L.P. 9800 Hillwood Parkway, Suite 300 Fort Worth,TX 76177 Attention: L. Russell Laughlin Permanent Water Line Easement 7896-water line easement-adkofw-2021 Page 5 DescriP tion of a Water Line Easement BEING a tract of land situated in the S.T. Rhodes Survey,Abstract Number 1868, City of Fort Worth,Tarrant County, Texas and being a portion of that tract of land described by deed to ADL Development,L.P.,recorded in Instrument Number D218054120, County Records,Tarrant County, Texas and being more particularly described by metes and bounds as follows: COMMENCING at the south end of the northeast corner clip of the intersection of the north right- of-way line of State Highway 170 and the east right-of-way line of Alta Vista Road, being the southernmost southwest corner of that tract of land described by deed to ADL Development,L.P., recorded in Instrument Number D218108511,County Records,Tarrant County,Texas,from which a Texas Department of Transportation monument(broken)found, bears S 32°54'42"W, 1.08 feet; THENCE N 660 16'45"E,397.18 feet, with the north line of said State Highway 170; THENCE N 23043'15"W, 16.10 feet,departing said north right-of-way line,to the POINT OF BEGINNING,being the common west line of said ADL Development tract, recorded in Instrument Number D218054120, also being the east line of that tract of land described by deed to Lost Spurs Ranch DST.,recorded in Instrument Number D218004692, said County Records; THENCE N 00030'06"W, 16.32 feet, with said common line; THENCE N 66016'45"E, 41.94 feet, departing said common line; THENCE S 23043'15"E, 15.00 feet; THENCE S 660 16'45"W, 48.38 feet to the Point of Beginning and containing 677 square feet or 0.016 acres of land more or less. "Integral parts of this document" 1.Description 2.Exhibit Peloton Job No,HWAI9008 Tracking No.ACF#7896 sh 170 January 07,2021 G:IMMA19008_SH1701MASTERDEV\_SURVEY\EASEMENTSILEGALSIHWA19008 EA22.DOCX Page I oft m rn \ r r Alta Vista R-Odd N P�` . _ --.I. _ _. _._._ Quo - a. R t Y / Vr M, o C7 C� `1 rn j•r» A i C,� -a o o y fT'7' gab R - rTl s1 I IV O r 1 (n \ t z zz% I h °o r CDo m �� °' m `�' I �gC4On A I m � I c w c I. Z C2. m I 0 co I rn a m z r \�. rn 30: CD r n0 ch C7 to .A� �-h o (.^ '�' Crr —{ tTl Cn 1 p ei o OC l C7 \ C? M�Z 0 (A -i < t" q co < rh m \ Fri > Z 00 z o 0 Z o m o g." M a C cap 90tn o_ ':M) o w= 0. to z o � ro 0 H o 2 0 ro 0Hiii PELOTON Q N N 3 LAND SOLUTIONS ACFN7896 nnn naLwaoo vaa wnv,some 2so dpg{{NWA18008 DRAWN BY;W.Biedes CHECKED BY;T.grid es DATE:90.27.2020 PAGE M 2 of 2 FORt vlOFtTN,iCXA5 7n 177 1?N.a a f 7•nG2JJbJ 0e —S U. oster Cev _ urveyC oseman y i OH_ ,ogn e a t '/ 0 =�5-� TEMPORARY CONSTRUCTION EASEMENT AGREEMENT STATE OF TEXAS § COUNTY OF TARRANT § This Temporary Construction Easement Agreement(this "Agreement") is entered into as of the day of , 2021, between ADL Development, L.P., a Texas limited partnership ("Grantor"), and The City of Fort Worth, Texas, a municipal corporation of Tarrant County, Texas ("Grantee"). For and in consideration of$10.00 and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, and in consideration of the covenants contained herein, Grantor and Grantee agree as follows: 1. Subject to the terms of this Agreement, Grantor hereby grants and conveys to Grantee a temporary easement (the "Temporary Easement") across the property described in Exhibit "A" attached hereto (the "Temporary Easement Property"). This grant is subject to all matters of record affecting the Temporary Easement Property. 2. The Temporary Easement shall only be used for the purposes of construction staging, stockpiling materials, and access to and from the Temporary Easement Property as shown on the attached Exhibit"A" (the "Work'). 3. Grantor reserves and retains the right to grant other rights and easements across, over or under the Temporary Easement Property to such other persons as Grantor deems proper, provided such other grants do not unreasonably interfere with the use of the Temporary Easement Property by Grantee for the purpose set forth herein. 4. The Temporary Easement is not assignable by Grantee without the prior written consent of Grantor. 5. Grantor may use the Temporary Easement Property for any and all purposes which do not unreasonably interfere with or prevent the use by Grantee of the Temporary Easement Property for the purpose set forth herein. 6. The grant of the Temporary Easement shall automatically terminate on the earlier of December 31, 2021or the completion of construction. 7. Grantee shall not make any alterations, additions, or improvements to the Temporary Easement Property without Grantor's prior written consent,which may be withheld in Grantor's sole and absolute discretion. Grantee shall at all times comply with all applicable laws, rules,and ordinances of any governmental agency or authority. Grantee shall stay within the limits of the Temporary Easement Property. No trespassing, ingress or egress is allowed on the adjacent property. Grantee shall enter the Temporary Easement Property only at locations provided by Grantor. Grantor shall be notified at least 48 hours (two business days)prior to initially entering the Temporary Easement Property, and Grantor's representative shall be present when Grantee initially enters the Temporary Easement Property. The Temporary Easement Property, and the Temporary Construction Easement Agreement 7897-TCEA-ADL-cofiv Page 1 adjacent properties, are currently being used for agricultural operations and may be in cultivation and/or may have livestock running in the area. Temporary fences and gates shall be constructed to Grantor's specifications and will be required along the boundaries of the Temporary Easement Property to prevent livestock from entering upon the Temporary Easement Property. All gates shall be kept closed at all times. No hunting, fishing or other recreational activities are allowed at any time. Grantee acknowledges receipt of the attached Exhibit "B" — Clarification and Understanding of the Terms and Conditions for Temporary Construction Easements on Hillwood Property. 8. Grantee shall, at no cost or expense to Grantor,promptly repair any damage to any improvements on the Temporary Easement Property and surrounding property and restore the surface (including, but not limited to, the removal of rocks, the replacement of topsoil to a minimum depth of twelve inches(12"),the reseeding and establishment of natural grasses,and the repair, reconstruction, or replacement of fences) of the Temporary Easement Property and surrounding property to the same condition as on the date of this Agreement. Upon the expiration or termination of this Agreement, the Temporary Easement Property shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. 9. Prior to any activity on the Temporary Easement Property, Grantor shall review the plans for activities on any portion of the Temporary Easement Property identified by Grantor and Grantee as a High Use Area(as hereinafter defined). A "High Use Area" includes any area of the Temporary Easement Property used for equipment storage,batching plants,roads,parking lots and any other activity that could reasonably be expected to involve the placement or discharge of foreign materials on the Temporary Easement Property. Upon the abandonment of any High Use Area,Grantee shall clean such abandoned area to the satisfaction of Grantor(including such testing as Grantor shall request). When Grantor is satisfied with such clean-up, the topsoil shall be replaced on the cleaned areas to a uniform depth of at least six inches, and natural grasses shall be re-established. 10. The Grantee shall not use the Temporary Easement Property, or permit use of the Temporary Easement Property by any other person, in a manner which violates any law or regulation, may be dangerous, or constitutes a public or private nuisance. The Grantee shall not, and shall not permit any of its employees,agents,contractors,subcontractors,suppliers,or invitees to, locate, generate, manufacture, use or dispose on or about the Temporary Easement Property any chemical, pollutant, waste or other substance that is the subject of any law or regulation pertaining to public health, safety,protection, or conservation of the environment or regulation of Hazardous Substances. "Hazardous Substances" means any and all pollutants,toxic substances or hazardous materials, substances or waste, including, but not limited to, petroleum, crude oil, or any fraction thereof. If Grantor in good faith believes that Hazardous Substances may have been located, generated, manufactured, used, or disposed of on or about the Temporary Easement Property by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers, or invitees,Grantor may have environmental studies of the Temporary Easement Property conducted as it deems appropriate and the Grantee shall be responsible for the cost thereof. 11. Grantor reserves the right, at any time and from time to time and at Grantor's expense, to relocate the Temporary Easement provided such relocation does not interfere unreasonably with the Work. 12. The Grantee shall indemnify and hold Grantor and any of Grantor's employees agents or representatives, harmless from any damage or liability resulting directly or indirectly from the Grantee's use of the Temporary Easement, including any costs of any removal,remedial Temporary Constriction Easement Agreement 7897-TCEA-ADL-cofiv Page 2 action, response or clean-up of Hazardous Substances made in response to any use, generation, manufacture,disposal,release,threatened release or spill of a Hazardous Substance by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees. Grantee shall cause any user of the Temporary Easement to indemnify and hold harmless Grantor and Grantor's employees, agents and representatives in accordance with the preceding sentence. 13. Grantee shall cause any user of the Temporary Easement to clean public rights-of- way used by Grantee in connection with the Work as reasonably necessary based on such user's activities. Grantee shall remove trash from the Temporary Easement Property and the rights-of- way described in the preceding sentence on a daily basis. 14. Grantee shall not bury any trash, construction debris or waste material of any kind on the Temporary Easement Property. 15. All notices required or permitted hereby shall be in writing and become effective after being deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by some other manner, when actually received. Notices to the parties shall be addressed as follows: To Grantor: ADL Development,L.P. 9800 Hillwood Parkway, Suite 300 Fort Worth,TX 76177 Attn: L. Russell Laughlin To Grantee: The City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Steve Cooke From time to time a party may designate a new address for the purpose of receiving notices hereunder by giving notice of its new address to the other party in the manner provided above. 16. The obligations of Grantee set forth herein shall survive any termination of this Agreement. Grantee agrees that they shall reimburse the Grantor for any costs incurred by Grantor for remediation or restoration of the easement Property to pre-construction condition. TO HAVE AND TO HOLD the above-described premises,together with all and singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns, forever. Grantor does hereby bind itself, its successors and assigns,to warrant and forever defend, all and singular, the said premises, subject to all matters now of record affecting said premises, unto Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor, but not otherwise. Temporary Construction Easement Agreement 7897-TCEA-ADL-cofiv Page 3 EXECUTED to be effective as of the date first written above. GRANTOR: ADL Development, L.P., a Texas limited partnership By: 14i1lwood Operating, L.P,, a Texas limited partnership, its general partner By: Hillwood Services OP, LLC, a Texas limited liability company, its goneral putner Name: Title: ,ACCEPTED ON THE TERMS AND CONDITIONS CONTAINED HEREIN: CITY OF FORT NORTH By: Steve Cooke Property Management Director APPROVE, D AS TO FORM AND LEGA,1(aM Assistant City Attorney Tmporuy Construction Easement Agreement 7897-TCEA-ADL-cafw Page 4 STATE OF TEXAS § COUNTY OF TARRANT § This instrument was acknowledged before me on 2021, by of Hillwood Services GP, LLC, a Texas limited liability company,on behalf of said limited liability company,in its capacity as general partner of Hillwood Operating, L.P., a Texas limited partnership, on behalf of said limited partnership, in its capacity as general partner of ADL Development, L.P., a Texas limited partnership, on behalf of said limited partnership. Notary Public, State of Texas THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority, a Notary Public in and for the State of Texas,on this day personally appeared Steve Cooke, Property Management Director of the City of Fort Worth,known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this—day of , 2021. Notary Public, State of Texas Temporary Construction Easement Agreement 7897-TCEA-ADL-cofw Page 5 Up Ncripti Temporary Construetion Easement BEING a tract of land situated in the S,T.Rhodes Survey, Abstract Number 1868,City of Fort Worth,Tarrant County,Texas and being a portion of that tract of land described by deed to ADL Development,L.P.,recorded in InstrUmcht Number'D218054120, County RBcor'ds,Tarrant County, Texas and being more parkicularly described by Metes and bounds as Nlowg; COMMENCING at a Texas Dcpartment of Transportation monument found in the north right-of- way line of State Highway 170,being in the south line of said A>aL Development tract; THENCE S 35046'48"W, 118,15 feet,departing said north right-of-way line,to the POINT OF BEGINNING; THENCE S 281156158"E,40.00 feet,to the beginning of a curve to the right; THENCE with said curve to the right, an arc distance of 40.00 feet,through a central migle of 00006'01",having a radius of22883.31 feet,the long chord which bears S 6V02'21'W, 40.00 f6a; THENCE N 28"56'5S Vie, 40,00 feet, to the beginning of.a curve to the]eft; THENCE with said curve to the left,an are distance of 40.00 feet, thmugh a central angle of 00*06'01"-, having a radius of 22843.31 feet}the long chord which hms N 61°02'2.'1"E; 40.00 feel, to the Point of Beginning and containing 1,600 square feet ox-0.037 acres.of land more or less. `7ntcoxot parts of this docurnem" 1.[7eseription 2,Exhibit poloVnn lDb No.HWAI900B Tmcking No.ACF#7696 shin oCUC�Mnd 0.2020 (j-.\J0M�1WA1W[RB S141701MASTERDEVI 5tJRVEY1EASEMEW5i LEUALS�1i A190UR_JEA29,DOCX Page 1 DU m � CD V1 = ZJ co CZ it 73 CD •`^:'fir- \ --I N_ (� d \ C7 00 -' 4 \ \\ N m 6�` \ \ CP G \\ 0 (D o r coo \ \ c�o \'\\ rn o b 0 1— r- m P ro (D \�\ Qm n 14 0 ON m O x � \ \\ O � \ \\ rno� wca m Ili\ co rn LA C5 cn oo \ � Od CA n � m 1 F > -� �. � z � `\ b• � o I C7" '►-i' 1'f3 }� N) C o a u) o,gyp 00"O \ w N �/$ y``, o C - O APPROX. SUKVEY LINE rQ CL xD > � o o / k�• / n C- /' Z, �op � w ! o b VO o x Col a -� � , + I Sao �a0N a O U� .•L }� T p �.O m N cl 0 ;;-La b r,3 a o C,m S �3 PELOTOPM, '! LAND SOLUTIONS ACF#7897 "8000 HILLWOOD PARKWAY.SUITE 250 -JOB#HWA19000 DRAWN BY:.W-Blades CHECKED BY,T.Bddges. DATE,10.28.2020.; PAGE FORT WORTH,TEXAS 78T77 PH.#817.662.3350 er ev _ urvey Eosemen s 5vnt30t10_ gn eau 21 0 91014 F EXHIBIT "B" Clarification and Understanding of the Terms and Conditions for Temporarw Construction Easements on Hillwood Properh� In addition to the terms and conditions contained in the Temporary Construction Easement Agreement, the following conditions shall apply: The Grantor must approve all routes used to access the work areas. Any gates accessed by the contractor shall be kept closed at all times, and locked whenever the contractor is not on-site. Contractor shall limit all construction operations(including the storage of any construction materials)to the Easement Tract. Erosion control silt fence (or other approved silt control material) is required along the length and boundary of the construction area,as well as in all channels,swales or other low areas. All vegetated and grassed areas damaged or disturbed by construction shall be restored to pre-construction condition. Grasses must be established immediately upon completion of construction operations. In areas where the primary grasses are Coastal Bermuda ("Coastal"), the grass must be reestablished by "plugging," and not by broadcast seeding. If weather conditions warrant, an approved winter rye mix may be planted in lieu of the Coastal, with the Coastal being properly planted in the following spring (this requires that the winter rye be killed by use of an approved herbicide, that the ground be stripped and plowed [no rock is allowed on, or 2'below the surface of,the finished grade], and that the Coastal be plugged and irrigated until such time that 70% coverage has been established). In all cases, the grass shall be fertilized and irrigated until the appropriate coverage is attained. All fences damaged by construction shall be replaced to Grantor's standards (7-strand barbed wire on steel posts placed at 8' centers, steel pipe line posts at 100' centers, steel pipe "H" Braces at 600' centers, and steel pipe corner braces as required). Temporary fences in grazing pastures shall be 7-strand barbed wire on steel T-posts spaced at 8'centers. Any gates or cattle guards damaged by construction shall be replaced to the Grantor's satisfaction. This includes replacement of all damaged materials, painting, and any other work required to return the gate or cattle guard to pre-construction condition. All trash and debris shall be collected and disposed of on a daily basis. Grantor can supply a list of approved contractors and vendors regularly used for clean-up, repair and re-vegetation on Hillwood property. Exhibit"B" Page 1 Contractor shall provide contact information (24 hours a day/7 days a week) for field supervisors and office personnel who can be contacted should any problems arise on the construction site. Hillwood Contact Information: Joe Schneider Land Development 817-224-6054 (Office) 817-360-5611 (Cell) 817-224-6061 (Fax) Russell Laughlin Land Development 817-224-6017(Office) 214-505-3481 (Cell) 817-224-6061 (Fax) Brett Burton Land and Cattle Operations 817-430-2305 (Office) 817-454-9398 (Cell) 817-430-2395 (Fax) Exhibit"H" Page 2 Project Dame: Parcel# ; Doe#• THE STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER LINE EASEMENT I DATE: _ tl lA f ! �1 , 2021 GRANTOR: A.DL DEVELOPMENT,L.P. GRANTOR'S MAILING ADDRESS (including County): 9800 HILLWOOD PARKWAY, SUITE 300 FORT WORTH,TARRANT COUNTY,TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH,TARRANT COUNTY,TX 76102 CONSIDERA'I`ION: Ten Dollar ($10.00) and other good and valuable cvnsidera#ion, the receipt and sufficieney of which is hereby acknowledged. PROPERTY: Being a tract of land situated in the S.T. Rhodes Survey, Abstract Number 18$9, City of Fart Worth, Tarrant County, Texas and being a portion of that tract of land described by deed to ADL Development, L.P., recorded in Instrument Number D21805412C, County Records, Tarrant County, Texas and being more particularly described by metes and bounds as described on Exhibit A. Pernunei WmcrUne Fmemeni 789$-we6cr line ease-ncnt-ADL•cofw-7621 P4Lga I 1. Grantor, for the consideration 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 Water Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections,pipelines,junction boxes in,upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes,together with the right and privilege at any and all times to enter the Property,or any part thereof, for the purpose of constructing, operating,maintaining,replacing,upgrading,and repairing said Facility. 2. In no event shall Grantor(I)use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including,but not limited to,monument sign,pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However,Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided,however,that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee,its successor and assigns,against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between the Addendum and this easement, the provisions of the Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGES] Permanent Water Line Easement 7898-water line easement-ADL-cofw-2021 Page 2 GRANTOR: ADL Development, L.P., a Texas limited partnership By: Hillwood Operating,L.P., a Texas limited partnership, its general partner By: Hillwood Services GP,LLC, a Texas limited liability company, its general partn r By; Narne: Title: ACKNO rEI tENMM THE STATE OF TEXAS § COUNTY OF TARR.ANT § 's instrument was acknowledged before me on 2021,by 86sedla {l 1? f Hillwood Services GP, LLC, a Texas limited li ilitY company, on behalf of said limited liability company, in its capacity as general partner of Hillwood Operating, L.P.,a Texas limited partnership,on behalf of said limited partnership,in its capacity as general partner of ADL Development, L.P., a Texag limited partnership,on behalf of said limited partnership. }wtiti�`Vp�r�, LORI BOWLING NoW Public, State O exas --Notary Pulft, State al Texas r i pz Comm. Expires 10-17-2023 Notary ID 124717681 Permanent Waror Line E$semcm m s-u altr If=casement-A0L-cntw•2021 Rage 3 GRANTEE: City of Fort Worth By: Steve Cooke Property Management Director APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke,Property Management Director of the City of Fort Worth,known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2021. Notary Public, State of Texas Permanent Water Line Easement 7898-water line casement-ADL-cofw-2021 Page 4 ADDENDUM This Addendum to the foregoing City of Fort Worth Permanent Water Line Easement (the "Easement") modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: 1. The second sentence of Section 1 of the Easement is hereby deleted and the following is substituted therefor: The Facility includes all reasonable and customary incidental underground and aboveground attachments, equipment and appurtenances, including,but not limited to valve boxes and vaults, fire hydrants, air release valves, and vaults, blow-off valves and vaults, meters and meter boxes, service line connections, pipelines, junction boxes in, upon, under and across the Property more fully described in Exhibit"A" attached hereto and incorporated herein for all purposes, together with the right and privilege at any and all times to enter the Property or any part thereof for the purpose of constructing,operating,maintaining,replacing,upgrading,and repairing said Facility. This grant and conveyance is made subject to all matters of record affecting the Property. 2. The last sentence of Section 2 of the Easement is hereby deleted and the following is substituted therefor: Provided, however, that Grantee shall not be obligated to restore or replace improvements installed in violation of the provisions of this Easement. 3. The Easement is not assignable by Grantee without the prior written consent of Grantor,which consent shall not be unreasonably withheld. 4. Grantor reserves and retains the right to grant other rights and easements across,over or under (but not parallel and overlapping) the Property to such other persons as Grantor deems proper, provided such other grants do not interfere with the use of the Easement by Grantee for the purpose set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee title to the Property and their designees shall retain the following rights with respect to the Property: (a) to build fences (unless construction of said fence requires a building permit, in which case Grantor must obtain written consent from Grantee's Water Department Director),one or more roads, driveways, alleys, and to construct underground utilities across, over and under the Property; and (b) to landscape the Property. Grantor and any future owner of the fee title to the Property shall locate any such fences,roads,alleys, or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees; provided,however, the crossing angle of such improvements with the facilities may be reduced to no less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or such future owners of the Property in their sole discretion, but in no event shall such fences, roads, alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities or landscaping improvements within the Property shall be subject to reasonable minimum horizontal Permanent Water Line Easement 7898-water line easement-AAL-cofw-2021 Page I and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the Property to landscape the surface of the Property as set forth above shall not give Grantor and any future owners of the Property the right to place hardscape (such as fountains, walls and retaining walls)on the surface of the Property without the written consent of Grantee so long as the construction of such hardscape does not require a building permit. In the event the construction of such hardscape does require a building permit, Grantor and any future owners must obtain, from Grantee's Water Department Director,written consent of the construction. Further, Grantor,at its expense, shall have the right to relocate any facilities installed pursuant to this Easement provided that the level of service provided by such facilities at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof. 5. Grantee shall repair any damage to improvements on the Property or surrounding property and restore the surface of the Property and surrounding property from damage resulting from Grantee's use of the Property. 6. Grantee shall not use the Property, or permit use of the Property by any other person, in a manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or welfare of the public. Except for the normal use of fuels, lubricants,chemicals required to install said public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a hazardous substance may have been generated,manufactured or disposed of on or about the Property by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees, Grantor may have environmental studies of the Property conducted as it deems appropriate. In the event such studies reveal that a hazardous substance has been generated, manufactured or disposed of on or about the Property,except as noted above,the cost of such studies shall be paid by Grantee. 7. Except with regard to those arising from the gross negligence or willful act or omission of Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses from a User's use of the Property. A "User" is defined to include any person, other than the City, providing materials or service in connection with the design and construction of the Facilities. 8. All notices required or permitted hereby shall be in writing and become effective after being deposited in the U.S, mail, certified or registered with appropriate postage prepaid or, if delivered by some other manner, when actually received. Notices to the parties shall be addressed as follows: To Grantor: ADL Development, L.P. 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attention: L. Russell Laughlin To Grantee: The City of Fort Worth, Texas 200 Texas Street Fort Worth,TX 76102 Attention: Steve Cooke From time to time a party may designate a new address for the purpose of receiving notices hereunder by giving notice of its new address to the other party in the manner provided above. Permanent Water Line Easement 7898-water line easement-ADL-cofw-2021 Page 2 9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the purposes permitted herein. 10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted and the following is substituted therefor: TO HAVE AND TO HOLD the above-described premises,together with all and singular,the rights and appurtenances thereto in anywise belonging,unto Grantee, its successors and permitted assigns, forever. Grantor does hereby bind itself,its successors and assigns,to warrant and forever defend, all and singular, the said premises, subject to all matters now of record affecting said premises, unto Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by,through or under Grantor,but not otherwise. 11. This Easement and Addendum to be effective as of the date first set forth in the Easement. 12. In the event of a conflict between this Addendum and the Easement, the provisions of this Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Water Line Easement 7848-water line easement-ADL-cofw-2021 Page 3 GRANTOR; AIL Development,L.P., a Texas limited partnership By: Hillwood Operating, L.P., a Texas Iitnited partnership, its general partner By: Hill wood Services OP, LLC, a Texas limited liability company, its general partner VL- By. Wlwh Tt `, � r} � ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT � This iastrurnent was acknowledged before me on � , 2021, by of Hillwood Services GP, LLC, a Tex s limited liability company, on Mai said invited liability company, in its capacity as general pawner of Hillwood Operating, L.P., a Texas limited partnership, on behalf of said limited partnership, in its capacitor as general partner of AIL Development, L.P., a Texas limited partnership, on behalf of said limited partnership. r� pr���uu Notary Public, Staten Texas tt74117!! � I PV 'L"'a tit V h 4 a,s".. Notery i"state of Taxes ~fit 6r Comm. Expires 10-17.2073 ry1�16wO NUI$fy ID 124717681 +1li4r+' Ar mmmt Wales Liue Easement 78Wwaftr]iie==cm-ADlreofw-2021 Page 4 GRANTEE: City of Fort Worth By: Steve Cooke Property Management Director APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke,Property Management Director of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2021. Notary Public, State of Texas GRANTEE'S ADDRESS: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attention: Steve Cooke GRANTOR'S ADDRESS: ADL Development, L.P. 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attention: L. Russell Laughlin Permanent Water Line Easement 7898-water line easement-ADL-cofw-2021 Page 5 Description of a Water Line Easement BEING a tract of land situated in the S.T.Rhodes Survey,Abstract Number 1868,City of Fort Worth,Tarrant County,Texas and being a portion of that tract of land described by deed to ADL Development,L.P.,recorded in Instrument Number D218054120,County Records, Tarrant County, Texas and being more particularly described by metes and bounds as follows: COMMENCING at a Texas Department of Transportation monument found in the north right-of- way line of State Highway 170, being in the south line of said ADL Development tract; THENCE S 31000'39"W, 140.73 feet, departing said north right-of-way line,to the POINT OF BEGINNING; THENCE S 28057'04"E, 20.00 feet, to the beginning of a curve to the right; THENCE with said curve to the right, an arc distance of 10.00 feet,through a central angle of 00°01'30", having a radius of 22883.31 feet,the long chord which bears S 61102'21"W, 10.00 feet; THENCE N 28057'04"W, 20.00 feet,to the beginning of a curve to the left; THENCE with said curve to the left, an arc distance of 10.00 feet,through a central angle of 0010V30", having a radius of 22863.31 feet,the long chord which bears N 61°02'21"E, 10.00 feet to the Point of Beginning and containing 200 square feet or 0.005 acres of land more or less. "Integral parts of this document" 1.Description 2,Exhibit Peloton Job No.HWA19008 Tracking No.ACF#7898 sh170 January 07,2021 QUOMWA19008_SH170\MASTERDEV\ SURVEY\EASEMENTS\LEGALS\HWA19008_EA24.DOCX Page 1 of m C) c ' D 70 +u � C7 ' C cS� N rr*i '1 14 fTi $ o r ;p �;. ?• .yRr � Q � Z NV m v� 0 rn _. \ 01p Z N i� is r I 00 m t-- r— C, N �A o m n Z -Di \ \\ om mC) CCO0 C m / tV © ° ° r I 0 \ �\ / OU) OCO ° LnLn Z 00T \ N = oo � IV IV � n o� rn Z O 0,0 C) C) +, a I+ \. �.� ' ?J —1 �x C (� (n ►V 0 \. b, '? APPROX. SURVEY LINE__] —+:C c+ O_.O Ga W X D tV _ Q CA - > C+ / o to / Ila O � � r3` �' � CS � cop q.oN• a G 3 p + m � o x ,^ 3 w o. ri n- O �• PELOTON LAND SOLUTIONS AQF#7898 0000 HILLWOOD PARKWAY,SUITE 260 JOB#H WA19008 DRAWNBY:W.Blades CHECKED BY:T.Bridges DATEr10.28.2020 IPAGE#2Of2 FORT WORTH,TEXAS78177 PH4817.88233M � 9U _ uos er Dev _3ur4ey Eosemen s n.4 -E 9n Oe oWi �1� .. o Description of a Temporary Construction Easement BEING a tract of land situated in the S.T. Rhodes Survey, Abstract Number 1868, City of Fort Worth,Tarrant County,Texas and being a portion of that tract of land described by deed to Lost Spurs Ranch DST., recorded in Instrument Number D218004692,County Records,Tarrant County, Texas and being more particularly described by metes and bounds as follows: COMMENCING at the south end of the northeast corner clip of the intersection of the north right- of-way line of State Highway 170 and the east right-of-way line of Alta Vista Road, being the southernmost southwest corner of that tract of land described by deed to ADL Development, L.P., recorded in Instrument Number D218108511, County Records,Tarrant County, Texas, from which a Texas Department of Transportation monument(broken) found, bears S 32054'42"W, 1.08 feet; THENCE N 66016'45"E, 397.18 feet, with the north right-of-way line of said State Highway 170; THENCE N 23043'15"W, 16.10 feet, departing said north right-of-way line, to the common east line of said Lost Spurs tract, and the west line of that tract of land described by deed to ADL Development L.P., recorded in Instrument Number D218054120; THENCE S 66016'45"W, 39.12 feet, departing said common line; THENCE N 23043'15"W, 40.00 feet; THENCE N 66016'45"E, 56.28 feet, returning to the aforementioned common line; THENCE S 00030'06"E, 43.53 feet, with said common line to the Point of Beginning and containing 1908 square feet or 0.044 acres of land more or less. "Integral parts of this document" 1. Description 2. Exhibit Peloton Job No.HWA19008 Tracking No.ACF#7899 SH 170 December 08,2020 G:VOB\HWA19008 SH170\MASTER DEV\_SURVEY\EASEMENTS\LEGALS\HWA19008_EA25.DOCX Pagel of2 uj 7 —.�.r...._ ,, ,,, — Q Alta Vista Roa A j EU: C ► t+�}b i ram" f�+ �k}t m r a _ �ern r„ � '7, � [�•/JyF, , 4l f eb � TI 7 -U O O_ o c X CD 0 0 z cr)FA �( Lnw z ... u-1fTl o co CF) J co m m � rr1 O t of r m o [ Q tk 07 off , p 9{ t�PIPIOti m w fT7 i Ul k10 r— A y F2 o CD t CaC C7 4 �t �00 1 o S Cp 5 t�♦ a� O O ZZ% 8 {'} o � t A Lon L o_ � �ti� fl rP In W Q O rt Hill P E LOTO O i I LAND SO4Ui14HS � ACFM789D aeon TH.T"o 761"nr,sul?Aso JOB#HVVA1900B DRAWN BY:WAlades CHECKED BY; FORT YFOFRRi,TEkA576177 F'H,N Si7dfi2.35ifi T,Bf1d g05 QATE:10•27. 00 PAGE#7 of 2 \J \H1N,419999� H 1 oslrr er\_Sw,by',C omwo Is1rlY1 0 _E A25.dgn ud[-11 W512Q20 4 Ulm Description of a Water Line Easement BEING a tract of land situated in the S.T. Rhodes Survey, Abstract Number 1868, City of Fort Worth,Tarrant County,Texas and being a portion of that tract of land described by deed to Lost Spurs Ranch DST., recorded in Instrument Number D218004692, County Records, Tarrant County, Texas and being more particularly described by metes and bounds as follows: COMMENCING at the south end of the northeast corner clip of the intersection of the north right- of-way line of State Highway 170 and the east right-of-way line of Alta Vista Road, being the southern most southwest corner of that tract of land described by deed to ADL Development, L.P., recorded in Instrument Number D218108511, County Records, Tarrant County, Texas, from which a Texas Department of Transportation monument(broken) found, bears S 32°54'42"W, 1.08 feet; THENCE N 66016'45"E, 397.18 feet, with the north right-of-way line of said State Highway 170; THENCE N 23043'15"W, 16.10 feet, departing said north right-of-way line, to the common east line of said Lost Spurs tract, and the west line of that tract of land described by deed to ADL Development L.P., recorded in Instrument Number D218054120; THENCE S 66016'45"W, 23.62 feet, departing the north right-of-way line of said State Highway 170; THENCE N 23043'15"W, 15.00 feet; THENCE N 66016'45"E, 30.06 feet, returning to the aforementioned common line; THENCE S 00030'06"E, 16.32 feet with said common line to the Point of Beginning and containing 403 square feet or 0.009 acres of land more or less. "Integral parts of this document" 1. Description 2. Exhibit Peloton Job No.HWA19008 Tracking No.ACH 7900 sh 170 December 08,2020 G:\JOB\HWA19008_SH170\MASTER DEV\_SURVEY\EASEMENTS\LEGALS\HWA19008_EA26.DOCX Page l of Fri 1 r W -—-— •—- --m Alta Vista Rorad Mu 00 .�. --------- — (Atoo o n ek f r fb r 3 � sti{+fie ��,' � �]'• � � 17 it j � CDz DWI - cn � zrn ul m c•r 22 v) k CD ' 4 Ns o ; ol p M 2 � { y4 � c � o �rq ti� Ul �o vim ` Q m �� ' D > � m n ��y 40 rD lu 4�L O a IV aw �o t a � � oao 3 ° j74 a1� ❑ -o 3 IC p 13 N• 90 Hill o �� P E LOTO N I�I�I LAND 5 0 L U T 1 0 H 9 a ACF#79W FORT WQRTH TBOD 1jW7b�i1 HMeI75E2-MiC JOB 0 HWA19�08 DRAWN BY:W,Blades NECKED BY,T,� dig d,4TE'10,�7,2aZ0 PAGE 2 of J iJ \HWk 04 M iLlas4e Uevi_5�+reYi osomcnLsti71W 19 _ .tlgn COWL 17fGf2V CONTROL DATA IMFORMATIDRI Check One: Deed Easement x Plat Document ID: ACF 47901 DocuMent Dated: 1210312D20 Project. SH 170 City of Fart Worth Water Line Locatiow" SH 170 Description: Temp Construction Esrrlt 13FO pared By: Peloton Land Solutions Future Infrastructure Needs Revietved By: Grantor: AIL Investment, L.P. Grange: City of Fart Worth Delivered To: Date Delivered: Z Status: D Dr-oft F Executed by Grantor and forwarded to Grantee for execution R Recorded by countYts) City of Fort Worth Required Easement Information Project Name: Parcel#: DOEM Address., --- Lot• I5Eoek' ---Addition: AG Alliance Grassing ACW Alliance Center North ACC Alliance Commerce Center AG5 Alliance Gateway South ACE Alliance Center East AHTG Haritage)Alflance Town CaMor ACTR Circle T Ranch ATC Alliance Technology Center ACW A4Nanco Center West AW# A#Iianoo Westport AGC Alliance Gateway Commercial HNTR Hunter Ranch AGN Alliance Gateway North Mist Mlecellanocus TEMPORARY CONSTRUCTION EASEMENT AGREEMENT STATE OF TEXAS � COUNTY OF TARRANT § This Tporary C'onst uction Easement Agreement(this "Agreement") is entered into r as of the day of • ) ft a-W-N-1 2021, between AIL tNWii STMENT, G.P., a Texas limited partnership ("Grantor"), anc The City of Fort Worth, Texas, a municipal corporation of Turant County, Texas ("Grantee"). Fnr and in consideration of$10.00 and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, and in consideration of the covenants contained herein, Grantor and Grantee agree as follows: 1. Subject to the terms of this Agreement, Grantor hereby grants and conveys to Grantee a temporary easement (the ''Terrrnorary Easement") across the property described in Exhibit "A" attached hereto (the "Temporary Easement Property"}. This grant is subject to all matters of record affecting the Temporary Easement Property. 2. The Temporary Easement shall only be used for the purposes of construction staging,stockpiling materials, and access to and from the Temporary Easement Property as shown on the attached Exhibit"A"(the"Work"). 3. Grantor reserves and retains the right to grant ether rights and easernents across, over or under the Temporary Easement Property to such other persons as Grantor deems proper, provided such other grants do not unreasonably interfere with the use of the Temporary Easement Property by grantee for the purpose set forth herein. 4. The Temporary Easement is not assignable by Grantee without the prior written consent of Grantor. 5. Grantor may use the Temporary Easement Property for any and all purposes which do not unreasonably interfere with or prevent the use by Grantee of the Temporary Easement Property for the purpose set forth herein. 6. The grant of the Temporary Easement shall automatically terminate on the earlier of December 31, 2021 or the completion of construction. 7. Grantee shall not mare any alterations, additions, or improvements to the Temporary Easement Property without Grantor's prior written consent,which may be withheld in Grantor`s sole and absolute discretion. Grantee shall at all times comply with all applicable laws, rules,and ordinances of any governmental agency or authority. ❑rantec shall stay within the limits of the Temporary Easement Property, No trespassing,ingress or egress is allowed on the adjacent property. Grantee shall eater the Temporary Easement Property only at locations provided by Grantor. Cnantor shall be notified at least 48 hours (two business days) prior to initially entering the Temporary Easement property, and Grantor's representative shall be present when Grantee iriitially enters the Temporary Easement Property. The Temporary Easement Property, and the Temporary Constructirm Easement Agreement 7901-TCEA-All.-od{w Page 1 adjacent properties, are currently being used for agricultural operations and may be in cultivation and/or may have livestock running in the area. Temporary fences and gates shall be constructed to Grantor's specifications and will be required along the boundaries of the Temporary Easement Property to prevent livestock from entering upon the Temporary Easement Property. All gates shall be kept closed at all times. No hunting, fishing or other recreational activities are allowed at any time. Grantee acknowledges receipt of the attached Exhibit "B" — Clarification and Understanding of the Terms and Conditions for Temporary Construction Easements on Hillwood Property. 8. Grantee shall, at no cost or expense to Grantor,promptly repair any damage to any improvements on the Temporary Easement Property and surrounding property and restore the surface (including, but not limited to, the removal of rocks, the replacement of topsoil to a minimum depth of twelve inches(12"),the reseeding and establishment of natural grasses, and the repair, reconstruction, or replacement of fences) of the Temporary Easement Property and surrounding property to the same condition as on the date of this Agreement. Upon the expiration or termination of this Agreement, the Temporary Easement Property shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. 9. Prior to any activity on the Temporary Easement Property, Grantor shall review the plans for activities on any portion of the Temporary Easement Property identified by Grantor and Grantee as a High Use Area(as hereinafter defined). A "High Use Area" includes any area of the Temporary Easement Property used for equipment storage,batching plants,roads,parking lots and any other activity that could reasonably be expected to involve the placement or discharge of foreign materials on the Temporary Easement Property. Upon the abandonment of any High Use Area,Grantee shall clean such abandoned area to the satisfaction of Grantor(including such testing as Grantor shall request). When Grantor is satisfied with such clean-up, the topsoil shall be replaced on the cleaned areas to a uniform depth of at least six inches, and natural grasses shall be re-established. 10. The Grantee shall not use the Temporary Easement Property, or permit use of the Temporary Easement Property by any other person, in a manner which violates any law or regulation, may be dangerous, or constitutes a public or private nuisance. The Grantee shall not, and shall not permit any of its employees,agents,contractors,subcontractors,suppliers,or invitees to, locate, generate, manufacture, use or dispose on or about the Temporary Easement Property any chemical, pollutant, waste or other substance that is the subject of any law or regulation pertaining to public health, safety,protection, or conservation of the environment or regulation of Hazardous Substances. "Hazardous Substances" means any and all pollutants,toxic substances or hazardous materials, substances or waste, including, but not limited to, petroleum, crude oil, or any fraction thereof. If Grantor in good faith believes that Hazardous Substances may have been located, generated, manufactured, used, or disposed of on or about the Temporary Easement Property by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers, or invitees, Grantor may have environmental studies of the Temporary Easement Property conducted as it deems appropriate and the Grantee shall be responsible for the cost thereof. 11. Grantor reserves the right, at any time and from time to time and at Grantor's expense, to relocate the Temporary Easement provided such relocation does not interfere unreasonably with the Work. 12. The Grantee shall indemnify and hold Grantor and any of Grantor's employees agents or representatives, harmless from any damage or liability resulting directly or indirectly from the Grantee's use of the Temporary Easement, including any costs of any removal, remedial Temporary Construction Easement Agreement 790I-TCEA-AIL-cofW Page 2 action, response or clean-up of Hazardous Substances made in response to any use, generation, manufacture,disposal,release,threatened release or spill of a Hazardous Substance by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees. Grantee shall cause any user of the Temporary Easement to indemnify and hold harmless Grantor and Grantor's employees,agents and representatives in accordance with the preceding sentence. 13.' Grantee shall cause any user of the Temporary Easement to clean public rights-of- way used by Grantee in connection with the Work as reasonably necessary based on such user's activities. Grantee shall remove trash from the Temporary Easement Property and the rights-of- way described in the preceding sentence on a daily basis. 14. Grantee shall not bury any trash, construction debris or waste material of any kind on the Temporary Easement Property. 15. All notices required or permitted hereby shall be in writing and become effective after being deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by some other manner, when actually received. Notices to the parties shall be addressed as follows: To Grantor: AIL Investment, L.P. 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attn: L. Russell Laughlin To Grantee: The City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Steve Cooke From time to time a party may designate a new address for the purpose of receiving notices hereunder by giving notice of its new address to the other party in the manner provided above. 16. The obligations of Grantee set forth herein shall survive any termination of this Agreement. Grantee agrees that they shall reimburse the Grantor for any costs incurred by Grantor for remediation or restoration of the easement Property to pre-construction condition. TO HAVE ARID TO HOLD the above-described premises,together with all and singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns, forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all and singular, the said premises, subject to all matters now of record affecting said premises, unto Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor, but not otherwise. Temporary Construction Easement Agreement 7901-TCEA-AIL-cofw Page 3 EXECUTED to be effective as of the dale first written above. GRANTOR,: AIL lnvesittnent, L.P. a Texas Iimited partnership By: AIL GP, LLC, a Texas limited liability company its general partner By- Narlxe: Title: 'Q C 4 1 Lam` O v ACCEPTED ON THE TERMS AND CONDITIONS CONTAINED HEREIN: MY OF FORT WORTH By, Steve Cooke Property Management Director i APPROWM AS TO FORM AND LEGALITY Assistant City Attorney lcauptFrnry Conslptie n Fmcmcnlhgreenxnt 7901-TCEA-A I L-cola Page 4 I STATE OF TEXAS COUNTY OF TARRANT � This instrument ackn wledged before me on � � 2021, by h4 V 1 e-C.. U V of AIL GP, LLC, a Texas limited liability company, on behalf of said Iimi liability company, in its capacity as general pw tuer of AIL Investment,L.P., a Texas limited partnership, on behalf of said limited p' rtnership. ytitien� �,'�� LQRI �OINL� ]7-202-15 (1 �Nat�ry Pu6Jic, StatB lti] yll 1C, r7tti d TG'X21$ Corrm. rx Ire} p a 10-1Notary ID 12471 COUNTY OF TARRAIVT § BEFORE MF,the undersigned authority, allotary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Property Management Director of the City of Fort Worth,known to me to be the same pexson whose name is subscribed to the foregoing insti-urnent, and acknowledged to me that the same was the act of City of Fart Worth and that he/she executed the same as the act of the City of Fart Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this— day of -, 2021. Notary public, State of Texas Temporary CQnsk-dd DR Easemcal Agreement 7901-TCEA-All,cofW Page 5 fomvwl Description of a Temporary Construction Easement BEING a tract of land situated in the J. Chirrno.Survey,Abstract Number 265,City of Fort Worth, Tarrant County,Texas and being a portion of that tract of land described by deed to AIL Investment, L.P.,recorded in Volume 13047,Page 549,County Records, Tarrant County,Texas and being more particularly described by metes and bounds as follows: COMMENCING at a Texas Department of Transportation monument found at the south end of the southeast corner clip of the intersection of the south right-of-way line of State Highway 170 and the west right-of-way line of.Westport Parkway(future),being the north line of that tract of land described by deed to AIL Investment;L.P.,recorded in Volume 13047, Page 549,County Records, Tarrant County,.Texas; THENCE N 8702938"W, 101.88 feet,with said south right-of-way line,to the beginning of a curve to the right; THENCE with said south right-of-way line and said curve to the right, an are distance of 259.52 feet,through a central angle of 01'17'43",having a radius of 11479.16 feet,the long chord which bears S 60°5857"W, 259.52 feet; THENCE S 28008'18"E, 25.00 feet, departing said south right-of-way line,to the POINT OF BEGINNING; THENCE S 28038'00"E, 26.87 feet; THENCE N 61022'00"E, 97.00 feet; THENCE S 28`58'00"E,41.09 feet, from which a Texas Department of Transportation monument(damaged) found in the aforementioned south right-of-way line,bears N 6.6°59'05"E, 273.15 feet; THENCE S 6.1b22'00"W, 137.00 feet; THENCE N 28038'00"W, 6822 feet,to the beginning of a curve to the left; THENCE with said curve to the left, an arc distance of 40.00 feet,through a central,angle of 00°11'57";having a radius of 11504.16 feet, the long chord which bears N 61°43'49"E,40.00 feet to the Point of Beginning and containing 6,710 square feet or 0.154 acres of land more.or less. "Integral parts of this document" 1.Description 2.Exhibit Peloton Job No.11WA19008 Tracking No.ACT#7901 SH 170 December 08,2020 G:UOB\HWA19008 SH170WASTERDEV\ SURVEY\EASEMENTS\LEGALS\HWA19008_EA27.DOCX Pagol.of2 ru 0 0-100 1111 0 1 1., 00 IA r' 0 3 --1 'A Z M It n (b z fft CD Ln 0 0 .0 0 o (p cp Q 3' hT(b �-i 4�m m (00 0)0. AMOX. SURVEY LlNf 0(D 0)3 < 0 C) \z\ 0"'.0 (D to �00- M 00 C+ H 0 1 tZj S' w 10 0 CO m >6 >� CD L-I tp, :6 cp 0 - 0 CTj 0 M 01(D U) e- r- Ln A %ilk 04M m Q c— POD,% > 0 Fp > 0V) U1 0 ko DO C, C cc) (30 0) 0c) z 0 :< M 00 m -< (0 co ---i" CD C:) C:) -0 --4 c:) 0 I > M < c:) = - > X uj 04 m rij (M (A m M 0 V) m > -,J m oo 0 D, Lh 0 o CL Im ll fill 0 CD T Q. ?> j� 4 : n 0 tr, c Z'-�� — m cz t6 Vf *1010 > t _4 b Q) V x m 0 9. 0 = qh V) 6. 60 > 0 0 Z c 3 F` i m PELOTON m c:) Jill LANP $OLOTCONS C) AdF#7qnll 9800 MILLWOOD PARKWAY,SUIT FORTWORTNTIEW7077 PH#817-6623350 JOB# HWAI 0008 DRAWN BY:W,Blades CHECKED.BY;T.BMges DATIE:12.1.*2020 jPAGE#20f2 I D 0 out M/2023 Pm EXHIBIT "B" Clarification and Understanding of the Terms and Conditions for Temporal:Construction Easements on Hillwood Property In addition to the terms and conditions contained in the Temporary Construction Easement Agreement,the following conditions shall apply: The Grantor must approve all routes used to access the work areas. Any gates accessed by the contractor shall be kept closed at all times, and locked whenever the contractor is not on-site. Contractor shall limit all construction operations(including the storage of any construction materials)to the Easement Tract. Erosion control silt fence (or other approved silt control material) is required along the length and boundary of the construction area,as well as in all channels,swales or other low areas. All vegetated and grassed areas damaged or disturbed by construction shall be restored to pre-construction condition. Grasses must be established immediately upon completion of construction operations. In areas where the primary grasses are Coastal Bermuda ("Coastal"), the grass must be reestablished by "plugging," and not by broadcast seeding. If weather conditions warrant, an approved winter rye mix may be planted in lieu of the Coastal, with the Coastal being properly planted in the following spring (this requires that the winter rye be killed by use of an approved herbicide, that the ground be stripped and plowed [no rock is allowed on, or T below the surface of, the finished grade], and that the Coastal be plugged and irrigated until such time that 70%coverage has been established). In all cases, the grass shall be fertilized and irrigated until the appropriate coverage is attained. All fences damaged by construction shall be replaced to Grantor's standards (7-strand barbed wire on steel posts placed at 8' centers, steel pipe line posts at 100' centers, steel pipe "H" Braces at 600' centers, and steel pipe corner braces as required). Temporary fences in grazing pastures shall be 7-strand barbed wire on steel T-posts spaced at 8' centers. Any gates or cattle guards damaged by construction shall be replaced to the Grantor's satisfaction. This includes replacement of all damaged materials, painting, and any other work required to return the gate or cattle guard to pre-construction condition. All trash and debris shall be collected and disposed of on a daily basis. Grantor can supply a list of approved contractors and vendors regularly used for clean-up, repair and re-vegetation on Hillwood property. Exhibit`B" Page 1 Contractor shall provide contact information (24 hours a day/7 days a week) for field supervisors and office personnel who can be contacted should any problems arise on the construction site. Hillwood Contact Information: Joe Schneider Land Development 817-224-6054 (Office) 817-360-5611 (Cell) 817-224-6061 (Fax) Russell Laughlin Land Development 817-224-6017 (Office) 214-505-3481 (Cell) 817-224-6061 (Fax) Brett Burton Land and Cattle Operations 817-430-2305 (Office) 817-454-9398 (Cell) 817-430-2395 (Fax) Exhibit`B" Page 2 CONTROL D T INFORMATION chart Onf.: Deed Easement x Plat Document ID: ACF#7902 Document dated: 12103/2020 Protect: SH 170 City of Fart Worth Water Line Locatiom"* 5H 170 Description: Water Lire Esmt Prepared By: Peloton Land Solutions Future Infrastrun#pre Needs Reviewed By:_ Grantor: AIL Investment, L.P. Grantee: City of Fort Worth Delivered To: Date Delivered: j Status: A Draft F Executed by Grantor and forwarded to Grantee for execuVon R Recorded by county{s) City of port tMorth Required Easement Information Protect Name: Parcel M DOE . Address: _ Lot: _Block: AC Alliance Cronsing ACN Alllance Centep North ACC Alliance Commerce Center AGS AlEtance Gatevray South ACE Alliance Certter East AHTG Hertegal Alliance Town Costar ACTR Circle T Ranch ATC Alliance Technology Center AGIM Alliance Center Vilest AVVP Alliance Wosfport AGC Alliance Gateway Commercial HNTR Hurrtar Ranch AGN Alliance Gateway North MISC Miscellaneous Project Name: Parcel 4: ]floe#. T14F STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF PORT WORTH PERMANENT WATER LINE EASEMENT DATE: r l �` ] , 202l GRANTOR,- AIL INVESTMENT, L.P. GRANTOR'S MAILTNG ADDRESS (including County): 9800 HILL WOOD PARKWAY,SUITE 300 FORT WORTH,TARRANT COUNTY,TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING .ADDRESS (including County): 200 TEXAS STREET FORT WORTH,TARRANT COUNTY,TX 76102 CONSIDERATION: Ten Dollar ($10.00) and other goad and valuable consideration, the receipt and sufficiency of which, is hereby acknowledged, PROPERTY: Being a tract of land situated in the J, Chirino Survey,Abstract Number 265,City of Fart Worth, Tarrant County, Texas and being a portion of that tract of land described by deed to AIL Investment, L.P., recorded in Volume 13047, Page 549, County Records, Tarrant County, Texas and being more pfuticularly described by metes and bounds as described on Exhibit A. Pc mlancnt Mitmi Lino Ewrin cat walcr lirtm caaemml-ail-cofw•7021 Page 1 1. Grantor,for the consideration 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 Water Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents,lateral line connections,pipelines,junction boxes in,upon,under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes,together with the right and privilege at any and all times to enter the Property,or any part thereof, for the purpose of constructing,operating,maintaining,replacing,upgrading,and repairing said Facility. 2. In no event shall Grantor(I)use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including,but not limited to,monument sign,pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided,however,that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee,its successor and assigns,against every person whomsoever lawfully claiming or to claim the same,or any part thereof. When the context requires, singular nouns and pronouns include the plural. See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between the Addendum and this easement,the provisions of the Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGES] Permanent Water Line Easement 7902-water line easement-aii-cofw-2021 Page 2 GRANTOR: AIL Investment,L.P. a Texas limited partnership By: AIL GP, I,L , a Texas limited liability company its general partner By:lk Narne: { tla tj-qb,l IA Title- ' ` i�i A.CKINQWLEDGEMENT THL STATE OF TEXAS COUNTY OF TARRANT § This instrument was acknowledged before me on 2021, by L. Russell Laughlin, Executive Vice President, of AIL GP, LLC, a Texas �tedi bility company, on behalf of said limited liability company, in its capacity as general partner ofA,IL Investment,L.P.,a Texas limited partnership, an behalf of said limited partnership. 1�i.51 e5r,� LORI BOWLING NOtary public, SiatsoFTaxBs Notar:rPUl7I1+u, State OfTe](a5 Gomm. Expires i17-2023 'r+ °;55'►` IJUtery ID 124777681 N,sm2nwit'iklol r LInC Eascmcnl 7902_5anter:ina easement ail-oe ty-2421 Page 3 GRANTEE: City of Fort Worth By: Steve Cooke Property Management Director APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke,Property Management Director of the City of Fort Worth,known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2021. Notary Public, State of Texas Permanent Water Line Easement 7902-water line easement-ail-cofv-2021 Page 4 ADDENDUM This Addendum to the foregoing City of Fort Worth Permanent Water Line Easement (the "Easement") modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: 1. The second sentence of Section 1 of the Easement is hereby deleted and the following is substituted therefor: The Facility includes all reasonable and customary incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to valve boxes and vaults, fire hydrants, air release valves, and vaults, blow-off valves and vaults, meters and meter boxes, service line connections, pipelines, junction boxes in, upon, under and across the Property more fully described in Exhibit "A" attached hereto and incorporated herein for all purposes, together with the right and privilege at any and all times to enter the Property or any part thereof for the purpose of constructing,operating,maintaining,replacing,upgrading,and repairing said Facility. This grant and conveyance is made subject to all matters of record affecting the Property. 2. The last sentence of Section 2 of the Easement is hereby deleted and the following is substituted therefor: Provided, however, that Grantee shall not be obligated to restore or replace improvements installed in violation of the provisions of this Easement. 3. The Easement is not assignable by Grantee without the prior written consent of Grantor,which consent shall not be unreasonably withheld. 4. Grantor reserves and retains the right to grant other rights and easements across,over or under (but not parallel and overlapping) the Property to such other persons as Grantor deems proper, provided such other grants do not interfere with the use of the Easement by Grantee for the purpose set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee title to the Property and their designees shall retain the following rights with respect to the Property: (a) to build fences (unless construction of said fence requires a building permit, in which case Grantor must obtain written consent from Grantee's Water Department Director),one or more roads, driveways, alleys, and to construct underground utilities across, over and under the Property; and (b) to landscape the Property. Grantor and any future owner of the fee title to the Property shall locate any such fences,roads,alleys, or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees; provided,however, the crossing angle of such improvements with the facilities may be reduced to no less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or such future owners of the Property in their sole discretion, but in no event shall such fences, roads, alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities or landscaping improvements within the Property shall be subject to reasonable minimum horizontal Permanent Water Line Easement 7902-water line easement-ail-edw-2021 Page L and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the Property to landscape the surface of the Property as set forth above shall not give Grantor and any future owners of the Property the right to place hardscape (such as fountains, walls and retaining walls)on the surface of the Property without the written consent of Grantee so long as the construction of such hardscape does not require a building permit. In the event the construction of such hardscape does require a building permit, Grantor and any future owners must obtain, from Grantee's Water Department Director, written consent of the construction. Further, Grantor, at its expense,shall have the right to relocate any facilities installed pursuant to this Easement provided that the level of service provided by such facilities at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof. 5. Grantee shall repair any damage to improvements on the Property or surrounding property and restore the surface of the Property and surrounding property from damage resulting from Grantee's use of the Property. 6. Grantee shall not use the Property, or permit use of the Property by any other person, in a manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or welfare of the public. Except for the normal use of fuels,lubricants,chemicals required to install said public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a hazardous substance may have been generated,manufactured or disposed of on or about the Property by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees, Grantor may have environmental studies of the Property conducted as it deems appropriate. In the event such studies reveal that a hazardous substance has been generated, manufactured or disposed of on or about the Property, except as noted above,the cost of such studies shall be paid by Grantee. 7. Except with regard to those arising from the gross negligence or willful act or omission of Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses from a User's use of the Property. A "User" is defined to include any person, other than the City, providing materials or service in connection with the design and construction of the Facilities. 8. All notices required or permitted hereby shall be in writing and become effective after being deposited in the U.S.mail, certified or registered with appropriate postage prepaid or, if delivered by some other manner, when actually received. Notices to the parties shall be addressed as follows: To Grantor: AIL Investment,L.P. 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attention: L. Russell Laughlin To Grantee: The City of Fort Worth, Texas 200 Texas Street Fort Worth, TX 76102 Attention: Steve Cooke From time to time a party may designate a new address for the purpose of receiving notices hereunder by giving notice of its new address to the other party in the manner provided above. Permanent Water Line Easement 7902-water line easement-ail-cofw-2021 Page 2 9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the purposes permitted herein. 10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted and the following is substituted therefor; TO HAVE AND TO HOLD the above-described premises,together with all and singular,the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns, forever. Grantor does hereby bind itself,its successors and assigns,to warrant and forever defend,all and singular, the said premises, subject to all matters now of record affecting said premises, unto Grantee, its successors and permitted assigns,against every person whomsoever lawfully claiming or. to claim the same or any part thereof, by,through or under Grantor, but not otherwise. 11. This Easement and Addendum to be effective as of the date first set forth in the Easement. 12. In the event of a conflict between this Addendum and the Easement, the provisions of this Addendum shall control. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Water Line Easement 7902•water line easement-ail-cofw-2021 Page 3 GRANTOR: AIL Investmen# L.P. u Texas limited partnership 13 y: AlL GP, LLC, a Texas limited liability company its general partner Y Name. ACKNO LEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § This imtr=ent was acknowledged before me on �nkNaarvA.' 20 1, by L, Russell Laughlin, Executive 'Vice President, of AIL OP, LLC, a Texas lijini rd fiability company, on behalf of said limited liability company, in its capacity as general partner of AIL Investment, L.P., a Texas limited pWnership,on behalf of said limited partnership. ,ytl p�rrfrr LORE B o LI N G 1 , Notary PubliC.State of'Texas Public, State T C S z'ki 'tr Cornrn. Expires 1C-17-2023 r` �151 Notary�17 124717eel Ftmuent Waft[LinoF.asemeut 7902-vmcr line evvnent-nil-cofw-w2i FUe 4 GRANTEE: City of Fort Worth By: Steve Cooke Property Management Director APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke,Property Management Director of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2021. Notary Public, State of Texas GRANTEE'S ADDRESS: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attention: Steve Cooke GRANTOR'S ADDRESS: AIL Investment, L.P. 9800 Hillwood Parkway, Suite 300 Fort Worth, TX 76177 Attention: L. Russell Laughlin Permanent Water Line Easement 7902-water line easement-ail-cofw-2021 Page 5 f*i�w"A\\ Description of a Water Line Easement. BEING a tract of land situated in the J. Chirino Survey,.Abstract Number 265, City of Fort Worth, Tarrant County,Texas and being a portion of that tract of land described by deed to AIL Investment, L.P.,recorded in Volume 13047,Page 549,County Records,Tarrant County,Texas and being.more particularly described by metes and bounds as follows: COMMENCING at a Texas Department of Transportation monument found at the south end of the southeast corner clip of the intersection of the south right-of-way line of State Highway 170 and the west right-of-way line of Westport Parkway(future),being the north line of that tract of land described by deed.to AIL Investment,L.P.,recorded in Volume 13047,Page 549,County Records, Tarrant County,Texas; THENCE N 8702938"W; 101.88 feet,with said south night-of-way line,to the be of a curve to the right; THENCE with said south right-of-way line and said curve to the right,an are distance of 272.07 feet,through a central angle of 01021'29",having a radius of 11479.16 feet,the long chord which bears S 61 100'49"W,272,06 feet; THENCE S 2800818"E,25.00 feet,departing said south right-of-way line; THENCE S 28038'00"E,40.68 feet; THENCE N 61036'59"E, 97.07 feet; THENCE S 28038'00"E, 15.00 feet; THENCE S 61°36''59"W, 112.07 feet, from which the northeast corner of Lot I RI,Block 2, Hillerest Estates, an addition to the City of Fort Worth,recorded in Cabinet A, Slide 7246, County Records;Tarrant County,Texas,bears S 16043'02"W, 649.49 feet; THENCE N 28038'00"W, 55.71 feet,to the beginning of a curve to the left; THENCE with said curve to the left,an arc distance of 15.00 feet;through a central angle of 00004'29",having a radius of 11504.1:6 feet, the long chord which bears N 61°43'49"E, 15:00 feet to the Point of Beginning and containing 2;291 square feet.or 0.053 acres of land more or less. "integral parts of this document" 1.Description 2,Exhibit Peloton Job No.14WA19008 Tracking No.ACF##7902 SH 170 December 08,2020 a;UOMHWA19008_SHIMMASTER DEV1_SURVEYIEASEMEN'rS\I.EOAIS\IIWA19008 EA28.DOCX Page t of wd Ct.P�l OZtlZ/A/ZI )1^o�a0 u6p•gZVTSoQ(,jVM \sluawaso3�RonJng^\aap�alsory\}.IHS'BOO6lVMH\9'f\> Z1°Z#3Jdd OZOZ'l'Z431tf17 sa6pu8'y:,k803?10 II 80Pe18'Mr,I I I Nvd(l 80064VMW #80f OSCCZ95YlB0'Hd'LLIBLSbXB1 H1MOMl210d N0101 OSZ 311A8'AvMNu vd OOOM71w om O6L#d�H SNOI1A"1OS GNV1 O - LAJ �' ' _ E o u _ o S O U ° ° /� va J o r' �,��•. 3•• . CL It" r 'or r 1 a. coo * ,r "�� \\ I�\I w.0'- ~ W `i' a � oil`\, .� J .W W i- �\\\ \\\ Lli W M V X O pq \\\ \ O C) LLJ I-- .O O \ \ \ >p ZLo 1- W 00 CD P-I U \\\ \\, pMp J Q w. Z MM (n Z N w \\ to � o U Q - O 0zF- W a. .N � � �\\ ` \\\ v- ��C"D• �. 4Cr -i J m \ C ILP C ,Q N T� +,� r � � \\\fin j` -.. — �M, .S]p G, •\ M LLO N N co r^�Q� Q) `\\\ p Cr I I -u C•1 F+i \'\ \\\\ W.• U x Chi f: W \\ \\ _ to \ � EAU E cn 1-- zo .00 `s o w c j © 't O °- C) Lo z Cr° �\�\ ca 6'o ° moo' U `� \ ♦ Li N cy- ULL ~ E cu S \ li °Z `n.:° \ w ml-zz '� CO GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised July 1,2011 Irerracon GeoReport Geotechnical Engineering Services Report i Water Line Replacement Crossings of SH 170 Alta Vista Road, Westport Parkway, and Independence Parkway Fort Worth, Texas June 15, 2020 Terracon Project No. 94205131 Prepared for: CP & Y, Inc. Fort Worth, Texas 76102 Prepared by: Terramn Consultants, Inc. Dallas, Texas Irerracon June 15, 2020 GeoReport. CP & Y, Inc. 115 West 7th Street, Suite 1500 Fort Worth, Texas 75102 00000 Attn: Randy Bush, P.E., PMP P: (817) 354-0189 E: rbush@cpyi.corn Re: Geotechnical Engineering Services Report Water Line Replacement Crossings of SH 170 Alta Vista Road, Westport Parkway, and Independence Parkway Fort Worth, Texas Terracon Project No. 94205131 Dear Mr. Bush: This report presents the findings of our subsurface exploration and geotechnical engineering recommendations for excavation and dewatering, trench shoring and trenchiess construction for three City of Fort Worth pipelines to cross under SH-170. This study was performed in general accordance with Terracon Proposal No. P94205131 dated April 13, 2020. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. Saheem Ahmed, P.P. Tim G, Abrams, RE, Senior Ceotechnical Engineer Senior Principal Terracon Consultants, Inc. 8901 Jahn W. Carpenter Fwy Dallas, Texas 75247 Firm Reglsualion No, F-3272 P (214) 630 1010 F (214) U30 7070 terracon.com REPORT TOPICS INTRODUCTION........_..................__............ ...... ...................._....... SITE CONDITIONS......................................................................................................... 1 PROJECT DESCRIPTION..............................................................,............................... 2 GEOTECHNICAL CHARACTERIZATION...................................................................... J GEOTECHNICAL OVERVIEW ........................................,........,......................,....,......... 5 EARTHWORK ................................................................................................................ 6 THRUST BLOCKS AND JACKING PITS..................................................................... 11 DEWATERING CONSIDERATIONS ............................................................................ 12 GENERAL COMMENTS............................................................................................... 13 Note:This report was originally delivered in a web-used format.Orange Bole#text in the report indicates a referenced section heading_ The POF version also includes hyperlinks whi0h dlreet the ruder to t1lat SioCtion arid dickIng on the GeoReport logo will bring you back to this page. For more interactive features, please view your project online at client,terracon.corn. ATTACHMENTS EXPLORATION AND TESTING PROCEDURES SITE LOCATION AND EXPLORATION PLANS EXPLORATION RESULTS SUPPORTING INFORMATION Note' Refer to each Individual Attachment for a listing of contents. Responsive n Resourceful . Reliable 1 Gentechnical Engineering Services Report Irerracon Water Line Replacement Crossings of SH 170 m Fort Worth, Texas June 15, 2020 w Terracon Project No. 04205131 GeOReport REPORT SUMMARY Topic Overview Statement 2 City of Fort Worth water main is planned to crass existing frontage roads and bellow depressed SH 170 near Alta Vista, Independence Parkway and Westport Parkway. Project Two borings near each crossings were drilied to depths ranging from 55 to 65 feet Description deep. Water lines are expected to be installed using tunnel jack or {core tunneling and open trench excavation methods. Clay soils over limestone and shale bedrock were encountered. Limestone bedrock included interbedded shale layers and the shale bedrock included hard limestone Geotechnical interbedded layers. Characterization Groundwater not encountered during drilling in the overburden soils. Groundwater may be anticipated within limestone and thin interbedded limestone layers in shale during excavation. Tunneling and trench excavation will be made through clays, shale.and limestone. Excavation III need to be sloped or graced during construction. Applicable OSHA Earthwork standards should be followed. The limestone and shale with interbedded limestone layers are hard rock. Appropriate tools should be used for rack excavation. Trench excavation, pipe embedment, and backfilling should confirm to the Construction requirements of the latest City of Fort Worth plater and Wastewater -!#hides Specification standard construction specification. Groundwater was not observed in the overburden soils during drilling, Groundwater Groundwater maybe encountered during excavation. ❑ewatering is expected to be manageable with sumps and pumps. General This section contains important information about the limitations of this geotechnical Cornments engineering report. 1. If the reader is reaiewing this report as a pdf,the topics above can be used to aocess the appropriate section of the report by simply clicking on the topic itself. 2. This summary Is for convenience only. It should be used in conjunction with the entire report for design purposes. Responsive ■ Rin$ourceful ■ Reliahle i Geotechnical Engineering Services Report Water Line Replacement Crossings of SH 170 Alta Vista Road, Westport Parkway, and Independence Parkway Fort Worth, Texas Terracon Project No. 94205131 June 15, 2020 INTRODUCTION This report presents the results of our subsurface exploration, laboratory testing, and geotechnical engineering services performed for the three proposed water main crossings under SH-170. The pipelines will replace existing City of Fort Worth waterlines near Alta Vista Road, Westport Parkway, and Independence Parkway. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: ■ Subsurface soil and rock conditions m Utility trench excavation Groundwater conditions ■ Temporary trench shoring Earthworm ■ Trenohless constructian ■ Excavation considerations K Dawatering consideration The geotechnical engineering Scope of Services for this project included drilling of 2 boring near each water line crossing to depths of 55 to 60 feet, laboratory testing and engineering analyses- Maps showing the site and boring locations are shown in the Site Location and Exploration Plan sections, respectively. The results of the laboratory testing performed on soil and rock samples obtained from the site during the field exploration are included on the boring logs in the Exploration Results section, SITE CONDITIONS The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Item —, Description The City of rort Worth's waterlines that cross SH 170 near Alta Vista Road, Westport Parkway, and Independence Parkway will be replaced to accommodate the planned depressed sections of SH-170. Approximate latitude and longitude Project Information At Alta Vista Road: 32.9772 N, -97.2671 W At Westport Parkway, 32.9748 N, -97.27212 W At Independence Parkway: 32.98416 N, 97.25320 VV See Site Location and Exploration plan section Responsive ■ Resourcefui ■ Reliable 1 Geotechnical Engineering Services Report 1rerraton Water Line Replacement Crossings of SH 170 ■ Fort Worth, Texas eoRepo June 15, 2020 a Terracon Project No. 94205131 Item Description Existing SH-170 frontage roads, Alta Vista Road,Westport Parkway, and Improvements Independence Parkway Current Ground Grass T Cower Based on the crass section drawing provided by CP&Y; N Existing grade near Alta Vista Road crossing vary between elevation 692 feet to 700 feat Existing Topography ■ Existing grade near Westport Parkway crossing vary between elevation 680 feet to 690 feet ■ I=xisting grade near Independence Parkway crossing vary between elevation 692 feet to 704 feet The waterline crossings are in the Grayson Marl and Main Street Limestone, lie°1°gy Undivided Formation of Cretaceous age. PROJECT DESCRIPTION Item Description A 16-inch water line in X-inch steel permanent casing is plarmned to cross Pipe and Permanent SH 170 near Alta Vista Road and near Independence Parkway. A 30-inch Casing Dimensions water line in a 54-inch steel permanent casing is planned to cross SH 170 near Westport Parkway, Horizontal directional drilling (HOD) is expected to be used for the pipe Installation across the eastbound and westbound frontage roads. The inverts of the pipelines are anticipated to range from 25 to 35 feet below Installation Methods the elevation of the frontage roads or about 5 to 10 feet below the Under SH-170 Frontage depressed mainlane pavement. Roads Either jack and bore by hand mining or use of tunneling machine method is expected to he used for installation of the pipelines between the frontage roads. Installation Methods Pipe insta11 at!on between the eastbound and westbound frontage roads are Batween SH-170 anticipated to be constructed using open cut methods. Temporary sharing Frontage Roads and will be required to protect existing utility lines and installation of water lines. Under Future Mainlane Responsive ■ Resourceful w Rellable 2 - � 10 161 IFA=1 Q Rl I- 1 0.11 A • Frill, 1 1 I 1 i 1 1 I 14 :' i1■I■11111111Y�IVlIY11Y■IiII�1lIMl�iii�ll�1111■■IIIIIII■■ ., 11■■IIIIIII■■IIIIIII■■IIIIIII■■IIIIIII■ IIIIIII■■ 4 :� 11■■IIIIIIM■■IIIIIII■■II11111■■Illllli�� IIIIIII■■ :, 11■■III1111■®IIIIIII■■IIIIIII■■IIIIIII■�lIII111■■ , IIII III II11■■IIII I11■■IIIIIII■Ill II III■■�IIIIIII■ , IIIIIIIIIII■■IIIIIII■■IIIIIII■■IIIIIII■�II��111■� , 11■■IIIIIIIr■IIIIIII■■IIIIIII■■IIIIIII■■Illlidl■■ - ;; 11■r1111111■■IIIIIII■■IIIIIII■■IIMIIII■■IIIIIII■■ - IIIIIIIIIII■■IIIIIII■■IIIIIII■■IIIIIII■■II11111�■ II■■IIIIIII■■IIIIIII■■IIIIIII■SIIIIIII■■1111111�,■ IIIIIIIIIII■®IIIIIII■■IIIIIII■■IIIIli1■■IIIIIII■� ` .111■■1I11111■■IIIIIII■■IIIIIII■■IIIIIII■■IIIIIII■L� . „ : . IIII I I 1111 l■■II11111■■1111111■■IIIIIII■■II IIi11■�i 1■■I111111■■1111111■■1Ii1111■■IIIIIII■■lIII111■■ , I■■I IIII 11■■I II I I11■■IIIIIII■■IIIIIII■■IIIIIII■■ 111■IIIIIII■ IIIIIII■IIIIIII■■IIIIIII■■IIIIIII■■ II■■IIMIIII■ IIIIl11■rllll111■■IIIIIII■■IIIIIII■■ I■■IIIIIII■■Ilii111■■Ii11111■■IIIIIII■IIIIIII■■ . I■■IIIIl11■IIIIIII I■■IIIIIII■■I I IIII1■IIII IIII■■ IIII■IIIIIII■■IIIIIII■■Il11111■■IIIIIII■■IIIIIII■� „ a , �, r a a � 111 ill i � 1 ■ i _ f SUPPORTING INFORMATION Contents: General Notes Unified Soil Classification System Description of Rock Properties Nate: All attachments are one page unless noted above. GENERAL NOTES Irerracan DESCRIPTION CF SYV BOIL 5AND ABBREVIATIONS �* Water Line Replacement on 5H 170 Fort Worth,Texas �.3eo Repo L Terracon Project No.,34205131 SAMPLING WATER LEVEL FIELD TESTS H Standard Penetration Test N7 Waterinitially ResistancetBlovisiR-) Eri cm ntered Rork Care 'Shelby Water LevaIAftera lHP) Hand Penetrometer Tube Specified Period of Time v Water Level After IT) Torvane Taxis a Specified Period of Time Cane Cave In (MCP) Dynamic Cone Penetrometer Penetrometer Encountered Water levels indicated on the soil boring logs are uc tlnGonlined Compressive the levels measured in the borehole at the times Strength indicated. Groundwater level varations will aaaar over time. In law permeability soils,accurate (PIDI Photo-Ionization aeteutor determination of groundwater levels is not possiKc with short term water level observations. (OVA) Organic Vapor Affialyzer DESCRIPTIVE SOIL CLASSIFICATION Soil classification as noted on the soil boring logs is based Unified Seil Classification SysleM.Where sufficient laboratory data exist to classify the soils consistent with ASTIV D2487"Classification of Soils for Engineering Purposes" this procedure is used. ASTM 02488"Description and Identification of Sails(Visual-Manual Procedure)" is also used to classify the sails, particularly where insufficient laboratory data exist to classify the sails in accordance with ASTM D2487. Irl addition to if SCS classification,coarse grained sails are classified on the basis of their in-place relative density,and fin"rained soils are classified on the basis of their consistency. See"Strength Terms"table below for details.The ASTM standards noted above are for reference to methodology in ganaral. In some cases, variations to methods are appliad as a result off local practice or professional judgment. _ LOCATION AND ELEVATION NOTES Exploration point lacsatians as short on the Exploration Plan and as noted on the soil baring logs in the form of Latitude and Longitude are approximate. See Exploration and Testing Procedures in the report for the methods used to locate the exploration points for this project.Surface elevation data annotated with+l-indicates that no actual topographical survey was conducted to ccnfirm the surface elevation. Instead,the surface elevation was approximately determined from topographic maps of the area. - STRENGTH TERMS RELATIVE OENSITY OF COARSE-GRAINED SOILS CONSISTENCY OF FINE-GRAINED SOILS Slandard Penetration(Mora than 56b retained on nelfatian Resistance (SC%or more passln0 the No.200 sieve.) �0 sieve Consistency delermine d by laboratory shear strength testing.field visual-manual p9r191ty dalermined b1+ stance procedures or standnrd penelrallon resistance Descriptive T,9" Standard Penetration or Descr$ptive Term Unconfined Compressive Strength Standard Penetration or {Density) N-V41110e (Consistency) Ltu,(ta#) N-Varna t31OwSft't- �44WS�Ft. Very Loose .0-3 Very son less than 0.25 0-1 Lease 4-9 Soft 0.25 to 0.50 2-4 vadium Dense $0-20 Medium Silts 0-50 to 1.00 4.8 tense 3t7-5t7 S11ff 1.00 to 2.00 Very Dense 50 Very Stiff 2.00 to 4.OD -- - J — Hard 3 4.00 30 RELEVANCE OF SOIL.BORING LOG _ The sail baring logs contained within this document are intended forapplication to the project as desnrybed in this document.Use of these sail boring logs for any other purpose may not be appropriate, UNIFIED SOIL CLASSIFICATIOtd R GeoRepoYSTEM l n Re�?O 1 Soil Classificatl.an Criteria for Assigning Group Symbols and Group blames Using Laboratory Tests Group Group name Symbol Clean Gravels: Cu�t 4 and 1 5 Cc 5 3 L GW Well mded grayel F Gravels: Less than 5%fines c Cu-�4 andfar[CrKI or Ca.­8,01 a GP Poeriy graded grave[F Wre than 50%of coarse fraction Fines classlry as ML or MH Grin Silt ravel r,G,H retained on W.4 sieve Gravels wlth Flues, Coarse-Grained Sorts: More than 12%inns c Floes classify as CL-or CH GC Clayey gravel Fr c,H Mare lhan 50%retained on No, 200 sieve Clean Sands: Cu�s and 1 S CC 3E SW Well-graded sand Sands: Less than 5%fines-D CU<6 and/or[Cc,41 or U>3,0]E SF Poorly graded sand r 50%or more of coarse fraction passes No.4 Sands with Fines- Fines classify as ML or MH SSA ailty send G.M, siege More than 12%fines o fines classify as CL or CH SC Clayey sand a,H,r Jnorganic: PI>7 and plots on or above"A' CL Lean Clay K,L,M Silts and Clays; PI[4 or plots bainw"A"line J ML S111 Jac.L.M Liquid limit less than 60 Liquid t1mit-oven dried organic ClayK.L,M,N Fine-Grainlyd Sails: Organic: L ufd Ilmlt-not dried €g'75 OL 50%or more passes the � Organic silt K.4 M,O No,20g sieve Inorganic[ PI plats on or above"A"ilne CH Fatnlay K,L,M Silts and Claysr PI plats belaw W line MH Elastic 8Ilt K,L,M Liquid Ilmit 50 or more Organic: Llquld limit-ove 0.75 DIi n dried Or anic cls K,u,M•P � _ Llquld IlmIt-not dried Organic sllt K,L.M.IQ Highly organic soils: Primarily organic matter,dads in odor,and organic odor I PT I Peat A Based on the material passing Me 3-inch(75-mrn)sieve. H If fines are organic,add Vth organic fines"to group name. n J►fled sa,mpla contained cobbles or boulders,a both,anti W1h cobbles 1 If Boll contains�!15%gravel,add"with gravel"to group nama. or boulders,or both"to group name. r If Atterberg limits plot in shaded area,soil is a CIL ML,silty ulay. c Gravels vAth Stu 12%fines requira dual symbols: GW-GM well-graded rc If soil contains iS to 29°!,plus No.200,add"with sand"or"with gravel with sllt.G`+V-GC well-graded gravel with clay.GP-GIN poorly gravel,'whichever is predominant. gradedgravel with slit.GP-GC poorly graded gravel with clay, °Sands with 5 to 12%fines require dual syr'nbois: S -SM well-graded L If soil contains�3t plus No.200 prod❑minantlysand,add sand with silt.SW-SC well•gradad sand wish day,5P-SM poorlygradesi "sandy to group naa me sand with silt.SP-SG poorly graded sand with clay, Mtf soil contains L30%plus No.200,predominarnly gravel,add z "gravelly"to group name, (DI H PI 4 and plots on or above"A"line. F Cu=Dbo1D,a Cc= D o PI e 4 or plols belo►v"A"line. D 10 x s° E PI plots on or above"A"line. F Ir sail contains? 15%sand,add"whh sand"to group name. a PI plots below"A"tlne. s If fines classify as CL-ML, use dual symbol CC-CM,or BC-SM. 8flFor classification of fine-grained f' soils and fine-grained fraction 50 of coarse-grained soils4, Equation of"A"-line ,J, apti IL Horizontal at PI=4 to LL=25.5. y� qp then 1'14.73(1_L-24) Equaticc of"U"-IIne ,' ytto{ z Vertical a1 LL=16 to PI=7, ,•f 30 then P60.9(LL-8) _ r { r ff Q r (n 20 , rf MH or OH r r 10 , a --- - L INL or DL 0 1 — 0 1D 16 20 30 40 50 60 7b go 90 100 11 LIQUID LIMIT fLL) DESCRIPTION OF ROCK PROPERTIES 1 rLarralconeoRepo� - _ WFATHIERING - Term k_Description - --- -- -- -_-._._ Llnweather No visible sign of rock material weathering, perhaps slight discoloration on major discontinuity surfaces. _ Slightly T Discoloration indicates weathering of rock material and discontinuity surfaces. All the rock material may he weathered discolored by weathering and may be somewhat weaker extemallythan in its fresh condition. Moderately Lass than half of the rock material is decomposed andfor disintegrated to a soil. Fresh or discolored rock is weathered present either as a contlnuous framework or as ccre stones, Highly More than half of the rock material is decomposed andlor disintegrated to a still, Fresh or disool red rock is weathered present either as a discontinuous framework or as corestones. _ Completely All rock material 1s decomposed andfur disintegrated to loll, The original mass structure Is still largely intact. weathered Residual sail All rook material is converted to soil. The mass structure and material fabric are destroyed. Thera is a larpe change in volume, but the sail has not been significantly transported, - STRENGTH OR HARDNESS - Desert tion F1eld Identification �- -- Uniaxial Compressive p Strenrth, psA MPa] 0.3-1)40-150 Extremely week Indented by thumbnail ( Very weak � CrumWea under firm blows with point of geological hammer,can Ise 160_700 (1-5) peeled by a pocket knife Weak rock Can be peeled by a pocket knife with difficulty, snallow indentaUana 706-4,000(6-$0) _ made by firm blow with point cf geological hammer Medium strong Cannot be scraped or peeled with a pocket knife,aped rnon can be 4,000-7,V13(3O-50) fractured with single firm blow of geological hammer Strong rock Specimen requires more than one blow of geological hammer to 7,0 flp_15,000(60-160) fracture it Very strong Specimen requims many blows of geological hammer to fracture It 15,000-36,000 (100-250) - Extremely strong Specimen can only be chipped with geological hammer - - --->36,000(>250) - - - DISCONTINUITY DESCRIPTION Fracture Spacing(joints, Faults, Other Fractures) I Bedding Spacing May Include Foliation or Banding) Description - spacing- description-- - Spacing - Extremelyclose {3/4 in(<19 mm) Laminated <'12 in (<12 mm) Very dose %in-2-V2 in(19-60 mm) Very thin t/2 In-_2 in (12-50 mm) Close 2-1 f2 in-B in(60-200 mm) Thin 2 in- 1 ft.(5d-300 mm) Moderate S in-2 fL(200-600 mm) Medium 1 ft.-3 ft. (300-900 mm) Wide 2 ft.-6 ft. (600 mm-2.0 m) Thick 3 ft.-10 fit. (900 mm-3 m) Very Wide 6 ft.-20 ft. (2.0-6 m) Massive n 1 D fL (3 m) D15continulty Orlentation (Angle]. Measure the angle of discontinuity relative to a plane perpendicular to the longitudinal axis of the care. (For most cases, the rare axis is vertical;therefore, the plane perpendicular to the core axis is horizontal.) For exempie, a horizontal bedding plane would have a 0-degree angle. a..� ROCK QUALITY DESIGNATION (R001 Description --- - - — - --- ROD Value Very Poor - - - 6-25 �— Poor 25-50 Fair - - 60-75 Good - i- 75--90 ^- --- Excellent 90- 100 _ 1. The oombined length of all sound and intact core segments equal to or greater than 4 inches in length,expressed as a percentage of the total care run Isngth. - Reference: LJ.3. Department of Transportation,Federal Highway Administration, Publication No FHWA-NHI-10-034,Decernber2009 Technical Manual for Desian and Gwstruclion of Road Tunnels—civil Elements GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised July 1,2011 FONT WORTH. City of Fort Worth Business Equity Division Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $10o,004 or more, then a Business Equity contracting goal is applicable. A Business Equity Firms refers to certified Minority-, andlor Women., awned nosiness Enterprises (M WBE). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firms when applicable, in the procurement of all goads and services. All requirements and regulations stated in the City's current Business Equity Ordinance No.24534-11-2020 apply to this bid. BUSINESS EQUITY GOAL The City's IVIN IRE goal on this project is�%of the base bid value of the contract. (If federally funded)The Cit} s DBE goal on this project is % of the base bid value of the contract. A Business Equity Prime Contractor can count it's self-performance services towards meeting the Business Equity Goal for the assigned NAILS commodity codes cn their MS or WBE certification. If the Business Equity Prime Contractor cannot self-perform all of the work, it will be accountable for subcontracting with certified Business Equity firms to meet the overall I goal, COMPLIANCE TO BID SPECIFICATIONS On City contracts $100,000 or more where a Business Equity Coal Is applied, offerors are required to comply with the intent of the City's Business Equity Ordinance by meeting or exceeding the above stated goat through one of the following methods; 1. Business Fquity subcontracting participation, ar; 2. Commercial useful function services performed by the Business Equity Prime to count towards the goal,or; 3- Combination of Business Equity Prime services and Business Equity subcontracting participation,or;4.Business Equity Joint Venture participation,or; S. Goad Faith Effort documentation,or; 6. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The Utilization Plan shall be due at the time specified in the solicitation. The applicable documents must be received by the Purchasing Division, within the time allocated, in order far the entire bid to he considered responsive to the specifications. The offerer shall deliver the Business Fquity documentation in person (or email it designated within project specifications)to the appropriate employee of the Purchasing Division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. Documents are to be received no later than 2:00 p.m., on the second City business day after the bid opening date,exclusive of the bid opening date. Faxed copies will not be accepted. The Offeror must submit one of the following documentation; 1. Utilization Form, if the goal is met or exceeded, 2. Good Faith Effort Form and Utilization Farm, including supporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished, 3. Prime Contractor Waiver Form, including supporting documentation,if the Offeror will perform all subconlractinglsupplier opportunities, 4. Joint Venture Form, if goal is met or exceeded with a Joint Venture. These farms carp be found on-line at: ht#p s:lfa pp s.fortworthtexas.g ovfPrv'ectResourcesi. FAILURE TO COMPLY WITH THE CITY'S BUSINFSS EQUITY ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE, A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUAOFIED FOR A PERIOD OF ONE YEAR. THREE FAILURFS IN A FIVE;YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questtons, please oantact the Business Equity Division at(817) 392-2674. Department of Diversity and Inolusian Business Equity Division Email- DVIN—BEQffice@ufortworthtexas.gov who :• CD � la � 7T rn c n 3 � ❑;I Q — m Z CD ::!. m OL. ca — 5 a m 9 s a m 0 CA 03 m �* � 7 a ,c m CD m to m 3 o x � n CL =- G m chi �. CA rA au rn a m a a 91 (D M an C) m 3 ❑` o m > TI D rt' 40 .. o o Q i. ro 3 { r ih o 0 ZY -P C =h M Cl u, m CDN, o a N N iq U) Z Q m fi C 'm ea'r, cto C �y o $ 's m C m p CD n# 0 h 0 0 m a CD a+ I J Ll C] Rl7 a m g s (13 nOD( a; m n fo Ua m a m o w m 7v to 0 Cu rn CD Co a3m w M Cu CEL CD _. o O W a ❑ ❑ El .fir + � � � m � (D CO a EL Q6 _ m -n (D 9' '58 _n '58 4om a � m O zr z (D � � tti3 � N C) 0 3 CD CD E3 C CT a r* ID 0 a s -_* m Q Q � 3 0 � c 75 L. 0 Q maid n � ^ m W ❑ ' � Q m m d m O [n 3 alu 9m o (D = C � o 4 3 O Cn _ O o m to v CL 0 Cr a n a N A7 to a +n � ¢j m c4 171 El 0m rn m CL m m ° rn c a . 3 eb m :3 m Lr a C3 ca' a o' to p 0 00 � 0 Ll G EQ m a m 0 5r m ao m a � w m5 �0) : 5 m CD Q n OD 7 fri rn 77 to. 3:m _ Et mv to m 7F m i n _ rn m 0 m `-o > co 0 m 'u D 03 0 m � � m � m � � C c ra ro 0 a CL c o 3 CL � o � o a v+ w o CL Lei �, o S _ (D in Ctk LA CU VI (AQp 0 (A w `Qa Z {fl C7 ZT G 7 7 � e L�!] {I� C i] _ sCID ue! 10 CD m CL 4 m m, �.' GAR fl 30 ' � O 5. �2. � m � rn 0 � 3 rn g 4 QL 7e to C — m1 rr rl go � m D 0 _ p m ro C 66 a co c �. = m rn 3' m rn m Fll {D C c ED rt 3 m m N y m2L mm � m 0 C cmn y te a $ 3 m a+ Z g 3 r•t _ O 0 Q cFr 3 3 p N m - w c m C! cs 3 y cn rn o • o m O b Q � 3 � � • � a C} C7 ❑ C3 > +n a �• ❑ ❑ !O CD m {gyp C G 0] C L4 2L4 s O C�j {} to 0. Q ¢ a a = a Q $tea ¢ ❑❑❑ ❑ ❑ ❑ ❑ ❑ ❑ IJ{{�� ❑ ❑ iL 3 n 0 D D C7 > A � � � o a� � Ir y Fu > D t, .•r {p n (p ;+LID .•� _ _ _ Q CD• c m U) {B D n.fit .. O ❑ El El ❑ ❑ ❑ El ❑ ❑ C m a o @ crs az - In > Z 2 z > Z _T Z 7- a: z .. o L CO V7 = W 9 {q {p Q ¢ � LIT m { w ra mm ga �. [37 D m w � a m ZMT m [3 m -a y�f7 rn � [7 m � y m n m `o D m 7 4 3 O U 0 � y O 0. N 5 # a c G � (A71 5 N3 Cf Lp 41 fU � ib C7 i N C N m v o z m 3 m m m � z m Uri ❑ a Cm ° m to as Al Cn I � m I a _ m CL CD M p Q p 8 - m rt tn cfi �n sn w n m � m ro ' O rn n L11 ' ° N m �! �] A7 �y rh m {y 1 ❑❑❑❑ ❑❑❑❑ ? ❑❑❑❑ ❑❑❑❑ 3T 0 O m ri m p 0 � e [7 K [n > � D yr to ❑ ❑ El m ;t 0 ❑❑❑ El ❑❑ ❑ ❑ ❑❑ ❑ El ❑❑❑ ❑ o > wz 0 > � � � Y > K m � _g K va ❑ ❑ � El ❑ CL T ( (D - CD m ❑ ❑ ❑ ❑ ❑ El ❑ ❑ ❑ ❑ ❑ ? mM x z > z Q )- z Q 41 N Q W Z J:L o a � w @ 3 a O < LaR ' to m m ❑ co r. o ❑ 0 � m 3 m m tU zy 0 fly 47 to r�r QD U7 0 6} m(D CD rw ID 3 3 3 o 0 iJ D CD nL S 4 O 4 1 OL p _ CL CD CD d3 p �, N t3 O 0 0 �, 0 m rn yr C a 0 m cr 3 e3 zy cP rn O Q CL C. -- Fn CID ZIs Q CD CCD ) — _ ILl CrCD O -1 � rn co ry As g1 G- t4 � r N rt L3 � r � CD M N �" En CO Q. fA Cl CD O `7 OD m ❑ _r p C CD — {!� tp T. 5' N to 4U C) CL— 0 CD co ML ju en � C11 m7 O Lfi 03 C * C m � � a 4 tC C O 0 — N m 3 m w m •+ (D {gyp U a m w r, =t rr 0 -0 � � m m a 3 = eo- o to 07 0 C O 3 _ A f t7 ¢u m {D. 0 (D0 � � OL 03 0 {A m o C 3 m OD=r ° ' � oim DED o (� m Zq For Y1'ORTI t,. .ATTACHMInNT 1B Page 1 of 1 City of Fort Worth Business Equity Division Prime Contractor Waiver Form FRIM&OFFI`ROR Check applicable box to describe Primel COMPANY NAME: Offer Certlfic ten usiress lyori-Business Equity fire, Equity firm PROJECT NAME: Bit)nATE City's Business 1=quiky Goal: DFferor's Ousiness Equity Project Camrr�itrnent; PROJECT NUMBER 1/4 % If both answers to this form are YES, do not complete ATTACHMENT 1 C (Gaad Faith Effort Form). All questions on this form must be completed and provide a detailed explanation- If the answer to either question is No, then you must complete ATTACHMLNT 1 C. This form is only applicabie if bath answers are yes. Failure to complete this farm in its entirety and be received by the Purchasing Division no later than 2:00 m_ nn the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bld specifications. Will you perform this entire contract without subcontractors' � YES if yes, please provide a detailed explanation that proves based on the size and scope of this ❑ N4 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 scnpe of this project,this is your normal business practice and provide an inventory profile of your business. N0 The Pr1mel0f%ror further agrees to provide, directly to the City upon request, complete artd accurate information regarding actual work performed by all subcontractors, including Business Equity firms an this contract, the payment themof and any pFoposed changes to the original Business Equity firm arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. Any intentional andfor knowing rnisrepresentabon cf facts will he grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating aotiun 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 Frimel Offeror and barred from participating in City work for a perk-d of time not less than one (1)year. Authorized Signature Punted Signature Title Contact Name{if different] Company Name Phone Number Address Email Address CityfSLatelZip Date Suslness Equity Ri ainn Effecove 0110112021 Finail. D"N BEonce@fortworthtexes.gov Phone, (817)392-2674 R T r4 City of Fort Worth ATTACHMENT 1C Business Equity Division Page 1 of 4 Good Faith Effort Form Ed Check applicable box to describe E�RLMEIOFFER4 Prime/Offeror's Certification COMPANY NAME: business Equity Novi-susiness PROJECT NAME: Firm ILI I Equity Firm Blip DATE Business Equity Goal: Offeror's Business Equity Goal Commitment: PROJECT NUMBER 61_ % If the Offeror di/d� not meet or exceed the Business Equity Coal for this project, the Prlmelofteror must complete this form. If the Prime)Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the PrimeJOfferor will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts i or intentional discrimination by the Primeiofferor. 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 cDMpletion of this project, regardless of whether it is to be provided by a Business Equity firm or non-Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the PdmelOffer❑r must list each subcontranting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcon#racting Opportunities List of Supplier Dpportunities Effective 0110102021 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. Yes Date of Listing No 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of Business Equity firm,person contacted, phone number and date and time of contact.) No 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of Business Equity firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation"documentation may render the No GFE non-responsive.) 5.) Did you solicit bids from Business Equity firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of Business Equity firm,date and time. In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message" No documentation may render the GFE non-responsive.) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? Yes No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? Yes No Effective 01/01/2021 ATTACHMENT IC Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (If yes,attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? (If yes,attach the information that was not valid in order for the Business Equity Division to address ❑ Yes the corrections needed.) No 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessa , and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. The Prime/Offeror further agrees to ' provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Bidder or Contractor who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 01/01/2021 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's Business Equity Division. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Address Email Address City/State/Zip Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817)392-2674 Effective 01/01/2021 RTRTHq*- Joint Venture CITY OF FORT WORTH Page i of 3 Joint Venture Eligibility Form Alf questions musi he attswvered;use"NIA" uat nplrfic6bb?. Naive of City prof ect: A joint uenturc Form must Ue comp luiG(1 4«each proj(,,cl RFP/B id/Project Number: — 1.Joint venture information: Joint Ventuir.Flame: kin,Venture Address: (ifapplicaNe) Telephone- E-mail- Fax: Identify the fiims that comprise the joint venture: Please attach extra sheels if addi6onsf space is required to provide detailed expfarrsfions of work fo bo padbrmed by each UPM ComprisfM fhe ijoint venture Business Equity Nan-Business ni Name Eg aity Firm Name: Business Finis RUSincss)omit Contact Name 4ntaet Name: $uSirieBs Business Address: A dd Lvss: TElephanc: Fax; TClepltonc- Fax: E-mail: Fxmmil: Certificatlan Status: Name of Certifying Agency: 2. Scope of work performed by the Joint Venture- Describe the scn a of work of the Business C uit firm: Describe the sea c of vNark of the nnn-Business Eq u ity firm: Effects OIMJ12021 Joint Venture Page 2 of 3 3.What is the percentage of Business Equity firm participation on this joint venture counting towards the project goal? 4.Attach a copy of the joint venture agreement. S.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6. Identify by name,race,sex and firm those individuals (with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ---------------------------------------------------- b. Marketing and Sales --------------------------------------------- ----------------- c. Hiring and Firing of management personnel ---------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Business Equity Division will review your joint venture submission and will have final approval of the Business Equity percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Business Equity Division immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's Business Equity Ordinance. Effective 01/01/2021 Joint Venture Page 3 of 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 Business Equity Firm: Name of Non-Business Equity Firm: Name of Owner: Name of Owner: Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of ,20 , before me appeared and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (.seal) Business Equity Division Email: DV1N BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Fffartivr nlm1/9091 ATTACHMENT1A Page 9 of 4 FORT O'I TIA City of Fort Worth Minority Business Enterprise MBE SubcontractorsiSuppliers Utilization Form OFFEROR COMPANY NAME. Check applicable Wock to deserlho Offeror Mountain Cascade of Texas, LLG MA _ NON-MWDBE PROJECT NAME: BIO aA1TE rrndthgdo H Water TFanslnkslon Maul Ralocallon Sr l 17n,Pan 3{Alta Ws1a Raard.waslporlParkway.indevAr]danca Parkway.and VletflrA 4/812021 City's MBE Project Goal, Offeror"s MBE Project corlrimitment: PROJECT NUMBER 19 a�a 1 .76 ��6 100261 Identify all subcontractorstsuppliers you will use on this project Failure to complete this form, in its entirety with requRsted 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 hid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the VIBE firm(s) listed in this utilization i 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 bid specifications. MBEs Ifsted toward meeting the project goal must be located In the six (6) county marketplace all: the time of bid or the lousiness has a Significant Business Presence In the Marketplace. Marketplace Is the geographlc area of Tarrant, Dallas Denton Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractorsfsuppliers. Tier: means the level of subcontracting below the prime contra ctor{consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1"tier, a payment by a subcontractor to its supplier is considered 2"'tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE 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 hondafide minority business enterprise by the North Central Texas Regional Cetficatlon Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fart 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 MBE 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 outiined in the lease agreement. ATTAZHEWN AR]—5 Rev, 2110115 �T OR`LH ATTA Page 2f FoR of d 4fforors are required to identify ALL subcDntra clot slsuppFers, regardless of status; i.e., Minority and non-NlKs. MBE firms are to be listed first, use additional sheats if necessaL}r. Please note that only certified MBEs will be counted to meet an MBE gu8l. NCTR A N SUBCONTRACTORISUPPLUER ° Company Flame 'r " Detail Detail Address i Subcontracting Supplies Dollar Amoupt Telephone/Fax U B El Pd worl� Purcilasod Email r E E e Contact Person E Reyes Croup LTD t Concrete $22,950.00 1520 Parker Rd Paving Grand Prairie, Tx 75050 Olu Ogunsol AEA Trarlsportatian 1 Offhaull $36,320.00 1006 Buckingham Dr Trucking Forney, TX 7512E �} IJI 214-535-5495 L I El Alex Noriega Reliant Haulers 1 Aggregates $13,488.00 PO Box 2107 Decatur, TX 76234 940.427.2033 Julian Gonzales LP Sundance 1 Tunneling/Burin $1 ,853,525.00 Construction 9 1388 South, 1-45, Ferris, TX 75125 (469) 946-7261 Jim Ryan ACT Pipe & Supply 1 Pipe, Vaults, $729,876.00 1888 1N Northwest Huey halves & Dallas, TX 75220 ❑ Appurtenances 214-325-9942 Steve Randall Gulf Coast Grouting inc. 1 Cellular} $102,565.50 PO Box 1149 Abandonment Huffman, TX 77336 El � Grouting 281 ,225.4684 ` Dav A Halt AT ACLLEMUK API-5 Rev_211W15 FORT WORTH ATTACHMENT 4A -- yam' Page 3 of 4 Ofrarors are required to identify ALL subwntractorslsuppliem, regardless of stales; Le,, Minority and non-MBEs. MBE firms are to be listed first, use additlonal sheets if necessary. Please note [hat only certified M13Fs will be counted to meet an MOE goal. NCTRC}4 N SU SCONTRACTOWSUPPL[ER 0 Company Name T n Detail Detail Address I W Subcontracting Supplies Dollar Amount TelepboneTax e B M Work Purchased Email r E E B Contact Person E C. Careen Scaping, L.P. 1 Seed/ Sod $11,677.00 2401 Handley Ederville pd � ❑ Ft. Worth, TX 76118 817-577-9299 Tracy Updegraff I I ❑ ❑ ❑ ❑ kJ L1 RTp]4 CWTH AD1-5 ' kie�r,2f10t16 FORT WORTH arrAcP se a of a r Total Dollar Amount of tVIBE SuhcontractorslSuppliers 84,435,00 Total Dollar Amount of Non-MBE Subcontr2ctors[3upp1ier5 $ 2,685,966.50 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIER $2,770,401.50 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through this submittal of a Request for Approval o ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of haw the requested changeladdition or deletion will affect the committed MBE goal. If the detail i explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this farm, 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 arrangernerits with M1311s. The Offeror also agrees to allow an audit andlor examination of any books, records and files held by their cornpany. The Offeror agrees Lo 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) orr 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 Clty work for a period of time not less than one (1)year• r r orized Signature Printed 519riature Project Manager Title Contact AlamelTide(if different) Mountain Cascade of Texas 817.783,3094 Company Name Tetophone andlor Fax 11729 E FM 917 chrisurCa-)mountairicascade.oem Address E-malt Address Alvarado TX 76009 41 l 921 CitylSta OMP Date ATTArIKUHTN has-5 Rev.21101t 5 RT City of Fort Worth ATTACHMENT IC BUSiness Equity Division Page t of 4 Good Faith Effort Form PRIMEI0FFERO-1? Cheek applicable hox to describe COMPANY NAME: OLI IItain Cascade of Texas, LLB PrlmelOfferai s Csrtification Business Equity Mon-Business PRDJEC7Id#NfE: i1m Equity Firm Bin DATE NorkliWa 11%Wow Im Mulan Meld RdkoaAvn SH 170,Pan 3(Ally V6ta Road.ft9lporl Parkway,Wapendenao Parkway,and Yr10ro 4Bf2021 Businass Egttlty Goal' Offeror's Business EquIty Goal Cummltment: PROJECT NUMBER 19 °�a 7.76 bA 100261 If the Offeror did not meet or exceed the Business Equity Coal for this project, the Primel❑fferar must complete this forin. if the PrimelGfferor's method of compliance with the Business Equity Goal Is based upon demonstration of a "Good Faith Effort", the PrimelOfferor will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional andior knowing misrepresentation of the facts or intentional discrimination by the PrimelOfferor. 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 clay after bid opening, exclusive of bid opening date, will result in the bid being considered rion-responsive to bid specifications. t_) Please list each and every subcontracting andlor supplier opportunity for the completlon of this project, regardless of whether it is to be provided by a Business Equity firm or ncn-Business Equity firm. JDO NOT LIST NAMES OF f'IRMS . On all projects, the PrimelOfferor must list each subcontracting and or supplier opportunity regardless of#ler. I (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Concrete Paving Pipe, Manholes & Appurtenances Boring/Tunnelling Steel Casing Seeding/Sodding Cathodic Cathodic Aggregate Offhaul Trucking Concrete Effective 0110V2021 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. 0Yes Date of Listing 3/10/21 No 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ✓� Yes (If yes,attach list to include name of Business Equity firm,person contacted, phone number and date and time of contact.) No 4.) Did you solicit bids from Business Equity firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of Business Equity firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation"documentation may render the NO GFE non-responsive.) 5.) Did you solicit bids from Business Equity firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? 0 Yes (if yes,attach email confirmation to include name of Business Equity firm,date and time. In addition,if an email Is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message" No documentation may render the GFE non-responsive.) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? �✓ Yes No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? Yes R✓ No Effective 01/01/2021 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? Z✓ Yes (if yes,attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? (If yes,attach the information that was not valid in order for the Business Equity Division to address Yes the corrections needed.) No 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. This project has limited opportunities for MBE companies to provide quotes for. The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Bidder or Contractor who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 01/01/2021 ATTACHMENT IC Page 4of4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment I will be contacted and the reasons for not using them will be verified by the City' IS ess Equity Division. Z�� Chris Windsor AiA4f6-nzWd- Signature Printed Signature project Manager Title Contact name and Title (if different) Mountain Cascade of Texas, LLG 817-783-3094 Company Name Phone Number 11729 E FIVI 9� 7 chrisw@mountaincascade.com Address i=mall Address Alvarado, Texas 76009 cltylslatelzlp i]a# I Business Equity Division Email: DVIN—BEOffice@farLworthtexas.gov Phone: (,917) 392-2674 Effective 41WIZU21 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised July 1,2011 "General Decision Number: TX20210026 01/01/2021 Superseded General Decision Number: TX20200026 State: Texas Construction Type: Heavy Counties: Johnson, Parker and Tarrant Counties in Texas. Heavy Construction Projects (Including Water and Sewer Lines) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 * PLUM0146-002 11/01/2020 Rates Fringes PLUMBER/PIPEFITTER. . . . . . . . . . . . . . .$ 32.93 9.70 ---------------------------------------------------------------- SUTX1990-041 06/01/1990 Rates Fringes CARPENTER. . . . . . . . . . . . . . . . . . . . . . . .$ 10.40 $3.64 Concrete Finisher. . . . . . . . . . . . . . . .$ 9.81 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13.26 Form Setter. . . . . . . . . . . . . . . . . . . . . .$ 7.86 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 7.25 Utility. . . . . . . . . . . . . . . . . . . . .$ 8.09 PAINTER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 10.89 Pipelayer. . . . . . . . . . . . . . . . . . . . . . . .$ 8.43 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 11.89 3.30 Bulldozer. . . . . . . . . . . . . . . . . . .$ 10.76 Crane. . . . . . . . . . . . . . . . . . . . . . .$ 13.16 3.30 Front End Loader. . . . . . . . . . . .$ 10.54 Mechanic. . . . . . . . . . . . . . . . . . . .$ 10.93 Scraper. . . . . . . . . . . . . . . . . . . . .$ 10.00 Reinforcing Steel Setter. . . . . . . . .$ 10.64 TRUCK DRIVER. . . . . . . . . . . . . . . . . . . . .$ 7.34 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAW'" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised July 1,2011 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK C t NSII Water Transmission Main Relocations SH 170,Part 3 CITY OF FORT WORTH (Alta Vista,Westport,Independence,and Victory) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised July 1,2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NSII Water Transmission Main Relocations SH 170,Part 3 (Alta Vista,Westport,Independence,and Victory) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised July 1,2011 FoRT4' " I TH. CITY OF FORT WORTH WATER DEPARTMENT T NDARD PR .DU T LIST i Updated: October 21, 2020 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes &Bases/Components ........................................................... 1 2. Manholes &Bases/Fiberglass ............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes &Bases/Frames & Covers/Round ....................................... 4 5. Manholes &Bases/Frames & Covers/Water Tight&Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes &Bases/Rehab Systems/Cementitious ................................ 7 8. Manholes &Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B. Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15, Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold&Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... 24 C. Water 25. Appurtenances ....................................................................................... 25 26. Bolts,Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves &Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 36. Automatic Flusher................................................................................. 36 a a a 9! W W f7 N 4 u bu a u u ] m ' w v n M G z 3 n 4 A N Rrp G7 rl O y N G W � M � y o � W. H 3 ai: let a C ff � — d fD u a C A fb _ Qt Q. ro N a k � � Q •a ra CF1 CL N 1 i n F+ 4j 8 p o � a � Q C CL r b� w Lc �f R 1 Q M W W Er fu a' a W M 41 FL m ur F.o t rl rl w e re � ro " H 0 n y fS — II7 N G rr 3 Q ih yyy @ in N w R a CL � 41 n .-r CL 19 45 i P P � w � ( � ) � � } � \ § � L a ` { t } § � G E @ R ( � § ■ / § � § � $ cr ■ f pa ) i2 % \ R � g W LAW LA k O § [ ti t p / t rD 3-3 k E � \ I ■ ar , 2 E - E I ID } CL - k lb 16 ( � ) � e y � a b Ih 1h ao �o � w •- o '�i w o� oo a wr � " a w rr y a � 3 0 o a o a o a � � � � � 4 0 0 o a o 8 O a ❑ a� �' � r R P, R 41 R n n r7 n n s n rj t _ C d Sal pp 0. t cr 0 n r.� m n n n n n �r r� Fr Rm 0 6 nLRI0 �u r r m N 9 Q n m e °S q N U3 a � a m rn ie 7 R i ']0 ifs a r fV ED a WW 7 � W wwp tWi� � uwi L.h �1 fd C •1 a z, n ti n a n h C R f cn v Z6 N 47 �u 4 u 'A rp Y LEI rt � !6 n n R dLQ Q w � i 4 0 0 n � a a cr h h � fA bi ..1 Q � CL CI O O 4 c CD � a a 6 P W W 41 a w w it w u w w ro 3A w w w �p w •o r$ ►L+ x O 27 av m � n ry n n n n U 0 b � � 4 N {J pryp}} T cr M � m cs FS � � 4 0 E � n crP. Erl H , a aro g _ F1 w d h n m J 4 r6 If a _ n SU r S a1 T 21: w m a c OL a L Q ru J y} O Z WTI £ / ) EL m m w m f : § [ ( 4� { , 7 , & y & ; ■ . 2 - # m , k § ; | § ■ / � ■ § U & ƒ � d / d ; rp / ` - \ tr � q 4 rD ( \ � � ( 2 � ( L"I ( } B. 2 E > G • - � L . § \ ƒ I � / . 2 d( g [ o a _ o 0 o m � o tbi• d � r a 43 fl p W 7 4 # A { _� s ' 4 py ,.•r a a j%3 _' �' a �[ r P P P � q Q o. PA $ Spa V• Q rt w n a a f] � {, C n fB H rp { t rt b rD � 4 rr C a a sn m En IA _ n El uur P. G y @ R � [] R w} R U a a om o m 4 ¢ O i ' oe v. rn c � C a o � .y C od �• G N ro ro b to C Ce CL y� t� w Cr fb 4 C6 J 8 Q N . � ) / 2 § \ \ @ ! / ( CR , � \ \ \ ƒ i j § \ 2 so§ $ � k 4 E G � $ \ 2 EE } ; r ( m a \ \ � EE2 \ r. 0 M Qr \ q « � } 7 J t - / 4 E - k m [ B # . 13 • & ( 2 § CL ¥ — e , 3 F £ « � k & q w G b b 3 fi 7 � !b � � 1 �y 8 � ti wm W 4, ti A 1 d uo 2 , n m a n n rt bib nLn e a �r L. 4 P. W404 h u G tv G C rn 1 W A K ` H � � H a C '� CA p LA Cr w n Y YAYp `� O O G 4 0 i-y D none 9 � u � ..1 tL7 i A A W a , ( / � e � � � m § k r \ ; r � m � � \ pr � . Oro ] ! 2 � n � � J 2 / « ru \ w ¥ q R n H k § H : E tA eb % lw � . \ c � § � , A - � ; 3 2 k . o eb �D R � k r � ; @ | » � b 7 � / d � « y tZI A 2 2 ' ? ( l }pi § - E Li b ƒ i $ e d E O � \ \ ] ( [ % § £ a 0 — � � 2 cl # ( Na ( � ® ¢ B2 E � � i \ � \ ( \ � k ) r ® } - z � ) \ ( M } Crcr P. � / k _ ° � 3 E § 41D \ q cr P. \ § � eb k 2 cv E. E \ L } \ k ■ \ / A F c � $ � � _ [ o � 2 § i f } � 2 8 k 2 � K 7 D � q Ul p � ( \ m � # « e ell, � ) k e 51 V7 leg el § � \ [ 2 cr � 2 10 § U / @ \ 2 e / w = � a d p� [*1 hi t*1 h: '•� CD n n o ° R n n n r, fF p ro m b m Er rn m y Ix n B. m "1 n W m 0 '1 ° An ci � H T C 7 fp I� � o m y � 4 R c a n H d. rn r n r R S- .7 N Q LV R o n t o a N iy) CD R- Q F3 FC). I ,V r � $ � ( ® � 9 § � � ! � k � J � � ( } / | ; [ � G ■ � � / § ƒ q £ % f « � • § 2 S / k � � e m / � ' / /n r g ¢ k , ( H ƒ $ } _ \ E E , \ u 2 @ \ ) - a � \ § ) L � k � - k � > k kk / % k ( [ rr � � m CL z "+ a a a' �• � � 3 s � `_R1 ry � N '3 ia7 1 w � y T � y 6 44 � m � D Z C m � x � --+ ru 74 o 5' 30rH � = n. 10 H ry � ❑ i.f e tY m R k" T � -F w K � ti o C2. N r� � s O as � s iZI s � r� I � � - } � - \ _ ± lff e \ J . � § k ƒ & Uo J / a CD } 2 & 2 � F 2 CL � \ f & QQ � s ) . k \ / \ Q z � p / E LI ' / _ \ 3 � § j � \ 7 \ � / _ 7 � ] / ƒ G E f Q i � � � q C 0 & PIZ Moil mr X 0 « rDrD o 7 0 & \ § tz � \ � H � $ . £ 2 \ H « ) ) \ \ ) E k m & � � k } § � ; ; � a N w t0 a � � H H H N N n� !a N hF FS tid n� is is E.� � ti R it eQ nn inn n � nnnnnnn � ;*, Al � r1. W rN� N '1 a" 41 co Q h IY. 4 `i n rteb oil AD c o rr n iu- a o 2 W-4 � u r � 6 � II. G W � m 0 ns 1 a � t 1 ■ a 80 `� � in Ln M F+ � § � 2 k k / \ | E ® § ri \ & : j } / k E § � ( 2 k im t C5 \ ¥ 7 Qom _ ■ It =r LIP § ^ � ■ k - E = a a § : E % a f [ \ _ \ E ^ § * t � § � UQ § 7 § m ) O R 9L � / g 0 ( � \ rp iX \ ) � rD » , � \ - \ ( F6 ) / + � ( / I � k EP 7 / � \ $ ( | \ 10 w g r p 2 7 / cr eb g [ � cr } = f § 2 ) § � � 2 \ 2 0 OL ; k § lu � e $ e 7 2 ` ^ k F � & ƒ , o ; \ . I Ll � ƒ � § a � k E m m q � 2 � 6 - e - � mr � < 2 � � k ¢ / Cr § I F § \ d % � =r ( § 7 FD 2 ( 7a @ \ :4 \ - / � \ � E - � _ s = ® C - ' E vQ 2 % . } § § ) - � � � k \ \ � u u § / k � o o � 3 i f7 a M } 0. ba d. V ., ED �Y R j y O 4! W W W W W W W W W W Lr fP [n a 'o �� �;, ws � 5'' �' ��' S 5 5 ti � „ems ■�+ � � x' � 5' •• � cn sn �n rn re rn en cn � � a' � s n n rt — � W T PK T.IE � R � g �i d O R FI F+ rF f1] Wor Gi ti 9 0. 9 C E so 77 PL N S o " jl:L r r � Ed Ed rn rn 4Id CD a N CD Fj y a � Fd 4p T ;z 6 � 3 O a' n i a p7 G ❑ nnl 1 n p e � m C r ¢} rF u y # S 0 � a� m w fo � m Lr EL e rr o m M. fo ao a fl rf iD � a h y n Un R _R. ff A [L A J N T z o � � ƒ � CL a ; mm § % � § � L hW � E � G 5 eD 7 � % 7 � ( ( � \ [ } p \ 2 � w zTr ' OU Ln ro \ } < \ Cr ( ( k ] � n [> ( ID ® � L ƒ \ a 2 . / 0 7 ) Q � a � ILI E3 '1 a � o Y-Y ti iv 1� N N N la N LJ u V ~ as b � ate btu a m fo Ul R r6p a � m W � N G 4 C fb GF Yi � •S � O A @ Q '-i F g CD H 3 a 5 00 ro w � s $ a w Q C7 JS w a. u' a 1-5 q. h II. m i Y # Y > Y Y Y Y 0 ` M A A Y Y y Y Y 9 Y Y w P. a o o 11. a O •�'1 c w -r) 4 {p fl. N .y d_ IV F.F J � ; 7 � ! K � - m \ / \ ® £ E } E 2 \ 7 k � � # _ � m � � . q � ¢ � § % 7 \ 2 e $ F K 2 $ ) � ) � 7 � Ln A 2 em 2 /q 0 { \ o 8�o SG '4 � +P GO GC CU CU G4 GG m d� w H '_Jh fn CC [ b n n n n r�i r� nncx � n CS ;� ro b w m F M m m k] In 3tH n 7 G. r+ '3 ti W 1 W VI � N GS � ff d4 �' W 4 � � O b M m Lip T 6 w � o ¢ ab t ee ¢ z ao a p � z m a' m C6 S GA 3 m ur rn Y > Y a w a f1 7 r A C1 a b. C R R D Q 54 CD Q d hS w 0 M O u � � OO � VF p - � � Iq 4 • '� d w W W W W W W W !2 Ii! Li] CYJ ;� {_llU ;`t ;'i O_I bI LY7 LYJ L�7 {TI VI Y - ro i- Iv b b b b b C� f9 A a m m rn w sn w ry rrt y V y R9 y n ru IQ ro � r a Q m 4 06 a o �`p 3 Zz a ;$, � u N la 41 1 Y ri Y O w.�.y r".ti a _ Id d go '< B! R B, it � #1!• ek, R, � ffi dt 31, � a � R � �k !3 � � � �! aA. EL as. s. a a � r• [a a d 6 r�i K F} 7 {. r � � H FM o o � a W J� Q o O rt��a' rD 4- w a F a b ar C n; 9 tj .aCh N a N tZ Y Y P- `P S L c� 4n 4x in 3 G in in 4 Vi - L Q � s O N A C N A G m WC C)P- c • P. A S� 8, p 8, rQ O l.a � ( m m m m m f ) [ 7 � E ƒ_ _ S go k } k 91 ra 2 Q ` E k , E � � ` � 7 _ B � � - 2 _ \ � [ 2 $ [ ) - - \ . § } k % \ - � ( / ' ± � 2 \ E ) ) ) ) ) ) \ § k , \ 2 2 ! G o - % � . u w q - m m rn q � - - I Or ILI rr m rI 3 w To I � IA "! Y :Y fl cr 4f cu Lr 43 Do ry p� 1 tl � T yy� Jr. 7 cA Pin rr o pd cr ro � 0 R Cl- ti Y Y 3 3 iO N "C7 @ im M ro �. G6 06 96 GC r r r 4 a � �ad as m � O b o ° ❑ —Ilz � m :5v �y w O 8 G 2 H a O � V� R W s w Q AA e ro a 0 Y crJ} C i ❑ s � m � H Q G op w� a a Y� .yam, G r�O � P m ILI h Q L CD 2 � dil k ( � E / � � � m E ■ / | � f E cr I § ) \ , • % A 2 � ° � M ( H _ � H q � � § m A M / 2 @ . 2 ft & /f [ k� O § E ra � � 7 E k g / P � / � 0