Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 52094
FORT WORTH ~ PROJECT MANUAL FOR THE CONSTRUCTION OF Wastewater Diversion from Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Force Main and Gravity Main Sewer Betsy Price Mayor City Project No. 01309 Christopher Harder Director, Water Department Steve Cooke David Cooke City Manager Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth 2018 Alan Plummer Associates , Inc . __ ........ ,,,, --Of TE \\ _. ~ t. .......... ..e:.f ,, ;* 4..T;····* ····-' . , 6-».·· •• .... 1, , . : ..• " , : ••••• : •••• l. 1...•: •••••••••••••••• ft ....... -., /..•••••• E I FA"""" w_ 1. GEORG : ••••••• ••i····~ ~-··i~·· .. 9·744 8 /~ 1 ff ~·. c~ ~ fi, -' , "'"~ ••• 1..,ce M'~~ ., ',""(~•,ioiii.\. to~/ ~~'~ 12.:/;«;/!Ml<'I:> CITY SEcRFIARy CONTRACTNO. � OAT �O�H PROJECT MANUAL FOR THE CONSTRUCTION OF Wastewater Diversion from Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Force Main and Gravity Main Sewer Betsy Price Mayor City Project No. 01309 Christopher Harder Director, Water Department David Cooke City Manager Steve Cooke Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth Alan Plummer Associates, Inc. CONFORMED OFFICIAL RKORD CM., SECRETARY WORTH 0318-1157-01 ADDENDUM NO. 2 TO CONTRACT DOCUMENTS AND SPECIFtCATIOMS FOR CITY OF FORT WORTH WoMewatvr Diversion From Eagle Mnor,tain Lake Drainage Basin to BIg FQSsII Creek Dralirege Basin Force Main and Gravity Ma3ra C q Project hip. Q"1309 Add-oildum Release Date: January 18, 2♦7j$ Bid Raced Date; Jtm=ry 24. 2Ct-I9 Thic addendurn forms Pratt of 1hD contract doewments ra renW above and modifies the original Conirart Documents. Ac knowlcadge receipt of This addendum by signing and attaching it to the Contract Doctimanis (Inside rIvyUr), Note receipt of the Addendum 1n lni� Did Proposal and on the outar envalope of your bid_ TO; PROSPECTIVE 0IODERS AND PLAN HOLDER$ The Plans, SpectFlc.aNpns, �m0 Contract Documents shall Ga modifred as required by the foElraw3ng Items: Item Speclecatians, 00 00 00 TABLE OF CONTENTS. DELETE the following Specification 00 31 ffi ENGINEERING SCHEDULE 33 3121 PVC CLOSED PROFIII.ir GRAVITY SANITARY SEWER PIPE ,ADD the follawing S}ii3i�iCCatlom 33 31 2S POL VINYL, CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE 33 31 13 FIBERGLASS REINFORCEED PIPE FOR GRAVtiY F i=1R Iteo 2- peciAcatlons, QQ 41 00 alp FORM: DELETE this w�ctlorn In Its entirety and replaced as nlanwre In (ATTACFMENT AD2-1 ) 1Lpm 2-3 SpeciRration% 04 42 43 PROPOSAL. FORM; DELETE INs section In ils entiraty and replamb as Down in (ATTACHMENT AD2-2) Item - Speclileatloras, 00'45 40 MINORrY BUSINESS ENTERPRISE SPECIF[CAT ION; DELE fE '%' and IN8C-RT "7%' CITY OF FORT WORTH Wmlewatu 0.1vursinn From Eagle MQWilein Lsko Drslnagra 0-asiri to Big Fossil Gfoak Drdlwige E3asin Fore Mal and r ravIly Main F'ir.•�mum inim e-a iu 9 Voih P10IR1' 3 � FMFG-wl�niiil •xN�n4lil�1a141i1m_tVS�I�I�Vum7 0o i`iDi.fENDUM 2 — PAGE 1 0318 t}57-01 S pecification S. DO 52 43 AGREE MENT: Article 4. CONTRAC,T'fIME DELETE "310 DAYS' and INSERT'260 DAYS' RUM ?-13 Specineailons. 00 7300 SUPPLEMENTAL CON Q1T10NS SC4.01A.1."AVAILABILITY OF LAN IDS" 0UT'STANDiNG RIGHT-OF-WAY, ANCY43R EASEMENTS TO BE AQU1RECI r.1E 1. ATE -N0NP". 0 n t Fsp[P.QE 7 1h —FW-XVAR0.E 09r SC-8,04 PROJECT SCHEDULE DELETE "1, ,5,5' C6_015 "CITY 0BTAINED PERMITS AND LICENSES' DF-LETE "3. UP RAIL ROAD PERMIT" SC13_09C =TSTANDING PERMITS AND LICENSES" ADD 'UF RAIL ROAD PERMIT" II em;7 specil"icat€aris. ADD the following SpeciFaca#ion; 33 31 13 FThe rgIass Raintrrrced Pipn for Grjwlty Sewer-$ (ATTACHMENT AD2-3) Item 2-B Spaclflcallons, 33 01 30 SEWER AND MANHOLE TESTING Section 1.1 Paragraph 113: DELI=TE "NONE" and ADD the foil awing: "1.1 LEAKAGE TESTS FOR STRUCTURES AND MAN H0LES A. Test structurm; that will "ritaln water an a full tlme or Intermittent l}a rls for leaks_ Perform lests prior to lostatlIng equipment or rnater€ats within the bas€ns_ In the bvent that Ole basins fall LO pass th0 test, drain It10 basin, repair The teaks, re -fill, and re -cast the basin. Repeat WIN untll the baidn passes the test. The Ownar may rapW the lost at atty iIrne during the one (1) year guaiw too pi�rlod. 113, Test Me resin for leekage using the frililawing procedure; 1. Dab�rrnlno the ova pari�ion allowance for toes of %avatar. CITY OF FORT WORTH Wa ritewaler f)Wurrslon Frurn Eagle Mounralra Lake Drainage Sariln to Mg FcA641 Crook Drainage Basin Fvnm stain and OFavity Win ADDENDUM 7�Tr'�City , ■Rr+jo;oot hlrly4. 01300 l .Y�'I` lh1�A�lASi-141k7-�11YI FnOa-S SPEraFinal Ci.mWiiefJ4Ml�pd ll�dtin r'I �'.'rtF+�iiin_7,�oc f�1J�JElYLfUM 2 — PAGE 2 0318-057-01 a. Use a standard clim.ular pan procedure establlshmud by the U,S. Wealher Bureau to measure evaporshon rate. b. Calculate evaparat€on allowance by multiplying the evaporation rate In gallons per 24 hours per square foot of surfaca are by the opan surface area of the water in tha basin, 2. Calculate the allowable leakage for the basin_ Allowable leakage Is calauleted as GL3 gallons per square foot of concrete area fn contact with the water per 24 hours. 3. FIII the basln to the overffaw level Mth water at a rate ndt Io exmW Z pat hour. 4. Allaw the -basins to set for tbrea (3) days. S. Observo the parimotsr of tho basin and Identify all looks. 6, Repair basin wafts aM floors where leeks have been ident€fled. 7. Mark the water level at tha basin well. Moasure 1#ie #all In water level Over a 2 -harlr pflriad to the neafest 1J13" at least twice a day €o batermI" the quantity of water Iasi. Provide a 9111fing well For measureamont If ruquirod to allow oor:urato muasuroment. a. Calculate the amou ni of water lost during this time period. 9. Compare the amount of water loaf to the ;Mowable lass. C. Drain the baslri, determine the saome�s of NlaRage 411d repair If Om-p curd of water k-A exceeds the allowable leakage plus the evaparatiian allowance." Itorn 2-S Spe*lncallons, Speciffaations, 33 CS 14 ADJUS71Nrp MANHOLES, INLETS. VALVE BOXES, AND OTHER STRUCTURES Section 1.1 Per reph B: DELETE 'NONE' and ADD) the fullowing' REVISE SECTION 1,2-A 1 b as follows; 'PAYMENT i'OR ADJUSTMENT OF ANY STRUCTURES IS INCI DENTIAI_ TO AL1-PRD.IECT ITEM." Item 2-1 t} Spocificatians, Speeiftallons, 33 39 20 PRECAST CONCRETE MANHOLE Socttorr 'I.1 Par:3graph B, DELETE "NONE" snrt ADD tha following: REVISE SECTION 1.2 A 1 c as follows, "19. ODOR VENT PIP1KIG, 20_ ODOR UNIT, REVISE SECTION 1.2 A 2 c as follows. 19. ODOR VENT PIPING, 20_ ODOR UNIT. Item 2- 1 Specl#leatlons. ADD the following Speclllgiion; 33 3i 20 POLYVINYL CHLORIDE (PVC) 0RAVITY SANTi'ARY SEWER'PIRE (ATTACHMENT A02-4) Isom.-1. Speclfir-.at€ens, APPENDIX GC406,0 MINORfTY AND WOMEN OWNER BUSINESS ENTERPRISE COMPLIANCE. INSERT THESE MBI: FORMS IN THIS APPENDIX 1) MBE PRIME= CONTRACTOR WAIVER FORM (ATTACHMENT A02-5) CITY OF FORT WORTH WasWimater Dfve[skm From Eagta Mauntaln Lake pro1r>rign So -fin to 8I9 Fo'&>sU Croak eralrknom BaBin FOrre MOIn and G+svlly Malrr �yP.A18pY�?iMtb>'4147.{I_City Pmjeot No. 01 allD yiRADDENDUM 2 — PAGE 3- 0315- 57-01 2) MBE GOOD FAITH EFFORT FORM (ATTACHMENT AD2-113) 3) MBE JOJNT VENTURE FORM (ATTACHMENT A1132-7) 4) MBE SUB ONTRA TOR -SUPPLIER UTI1-IZATION FORM (ATTAC HMENT AD2-8 5) I BE SPECIAL INSTRUCTIONS FOR BIDDERS ATTACHMENT A02-0) Iturti 2-1 Plans, Shoal. 2M DEMOLITION PLAN., REVISE NOTE 1 AS FOLLOWS - "REMOVE ALL. E TSTING MANHOLES AND EQUIPMENT RELATED70 THE EXISTING LIFT STATION AND (I -INCH FORCE MAIN. FORCE MAIN SHALL BE ABANDONED AND GROUTED IN PLACE INSIDE THE LIFT STATION FENCED AREA.' Item 2-14 Plans, Shut 33G MISCELLANEOUS (DETAILS; DELE,rF Detail 183 and REPLACE It with Iha revisa detall 183 (ATTACHMENT AD2-1 U) LLai!.-5 Plans, Shaal 34G MISCELLANEOUS DE7AILS. ADD CONCRETE EASEMEt4TS DETAIL 33 05 10 0-17 to this shout. (ATTACHMENT A02-11) Pfv,,s, Sheiet 4 1 G J;ISERGLASS TRANSITION MANHOLE: DELETE this sheet In its endrety and replace wllh the now sheet 41 (ATTACHMENT A02-1 ) F Wa. Sheets G7 to G23 and O 25. DELETE "PVC" and REPLACE with "SS" CITY OF FORT WORTH Westowater avomion From Eaglo Mountain Lake Drainage Basin to ft NnN Creek Dralnago basin Force Main end Gravity Main city f foJacI No_ 01309 F +mmJiMrM},OF,�uWhpmdeavrij&%TiW ••._.•..nr�oat ADDENDUM -- PAGE 4 031 .057-al Ram 2. i Plans, SJ}&et 25FI`A STATION 119+411 Ja STATION 128+00: In Ihr+ Profira View DELETE "36" CASINO" and REPLACE vAh "44" i,ASINGO PkMS, Shecol UFM CITY OF FORT WORTH STANDARD DETAILS I: AM CONCRETF FASFf4 FLATS MAIL 33 05 10 a-17 10IN!& 9he at, (ATTACHMENT AI 2-15) P113$049 acknowindge reoalpl of the Adelendwa In the fniloyWnID locations; 1) In 1116 spare provided ba[u%v. 2) In The Proposal, Unlis I & II: Woler and Sandiary Sawer Exienslon. 3) inlirauto In upper Cease to (M on Ito Qulalde of Ilia saafed bid eaverope-. `RECEIVED & ACKNOWLIEDGFB AO DE NOUM NO.2- FnUure to ecknowledge ihr rsC ipl on Acrdanlurli Km 2 could vause the subjeet bidder Iu ba conrlderetl 'N40N. RESPONSIVE", roeullfrig In dfsquallflcaiion, A sign(,d cvpy of Ihln addenrium i-hall ba placed ftilo ilia proposal al the tamu of bld subrnlilaf. Ail Ilems in confliol wfili 11115 addendum are hereby diletild, THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL eE AClti OVYLE0GED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMUE R ASSOCIATES, INC. By; Geafg January 18, 2018 . ,Olri TCe ,f . �.:P.....................#10.•v. CEIJJ�GE I. FARAD i 744 Seal WATER DEPARTMENT DIRECTOR CHNS HARI7�R, P_ , Tony Sholofa. P.E. onlof captlol Projects Officer (1Nalef pepl,) IRecerf l Acknowledged'. By, Title CQm any CITY OF FORT WORTH Was!Bwaler plye; r1C-rF From Eagle Mounl On Lake QrEk gpga $eU3rl to B Ig Fart "l Creek t7K9inagg #3mIlk Forte Meln And-GrAwlty Main }5 �y �,1ryCI fty Prroleal�A7l�n. 0130D E vejeeu4�}{Y14LT'4r�S 6WO Prn74Y6ipE0 Fl.{MJbiWN.2�,�n.wli.rni�w_�Vne.Rn.n_a.�h. AODE � DU 2 — PACE 5 01041 00 BID FORM Page 9 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Wastewater Diversion from Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Force Main Sewer Segment City Project No.: 1309 Units/Sections: 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. II:ITEXAS BIDSIFt Worth - Eagle Mt to Big FossihAddendum 21Bid Proposal Workbook Addendum 2.xls 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sewer Force Main, 24-Inch Diameter and Smaller b. Boring and Tunneling, 36-Inch and Smaller c. Manhole Corrosion Lining d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 280 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones) within the times specified in the Agreement. S. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is H:\TEXAS BIDS1Ft Worth - Eagle Mt to Big FossilUddendum 2113id Proposal Workbook Addendum 2.xls 0041 00 810 FORM Page 3 of 3 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. 11141 7. Bid Submittal This Bid is submitted on January24, 2019 Respectfully sub ed, By: (Signature) Andrew L. McCulloch (Printed Name) Title: Vice President Company: Mountain Cascade of Texas, LLC Address: 11729 East FM 917 Alvarado, TX 76009 State of Incorporation: Texas Email: AMcCulloch@mountaincascade.com Phone: 817-783-3094 END OF SECTION by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: H:ITEXAS BIDSIFt Worth - Eagle Mt to Big FossihAddendum 21Bid Proposal Workbook Addendum 2.xls City Project No. 01309 SECTK)N 00 43 13 BID .BOND KNOW ALL 13Y THESE PRESErNTS- 00 43 13 Bit) BOND Poge4 of 7 That we, (Bidder Name) Mountain Cascade of Texas LLC hereinafter called the Principal, and (Svrety.Name) Liberty Mutual Insurance Company a corporation orfirm duly authorized to transact surety business In the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Total Amount Bid and No/100 Dollars :($---- 5%------ -- 00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firth by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Wastewater Diversion from Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Force Main Sewer Segment NOW, THEREFORE, if the Obligee small award the Contract for the foregoing project to the Principal, and the Principal shall satisfy .all requirernents and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. if the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to safisfy, all .requirarnents and conditions required :for the execution of the Contract in accordance with the proposal or falls -to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this brand shall become the property of the Obligee, without recourse of the Principe( and/or Surety, not to exceed the .penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and .the next selected Sidder`s Total Bid Amount. SIGNED this 11th By. Mountain Cascade of Texas LLC *By; Libertytuai.lrwra�ce C`ompar S. Nicole Evans, Attorney Hract day of .canary 2019 (Signature and Title of Principal) (Signature of Attorney -of -Fact) *Attach Power of Attorney (Surety) for Attorney -in -Fact END OF -SECTION Impressed Surety Seal Only F: projects\03181D57-0112-0 4trrk Prod\2-3 3PEC'SA inal Curnbinec[ti3iv 00-General Candition-A00 41 000043 13_00 42 43 00 43 37.00 45.1.2r00 35 13_Bid Proposal Workbook ACKHOWLEDOMENT 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 validity of that document. State of California County of San Francisco OnJANL%l -�j 1� before me, Carolyne Sue Emery, Notary Public (insert name and title of the officer) personally appeared S. Nicole Evans ----------------------------------------------- who proved to me on the basis of satisfactory evidence to be the person(* whose name(4 ism subscribed to the within instrument and acknowledged to me that xlshe/fi executed the same in hWher/MeOr authorized capacity(, and that by Mg/herlMW signature(.) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) CAROEYNE SUE EMERY NotaryPublic- California z z a ` San Francisco County Commission # 2lar 752 23, My COmm. Expires Mar 23, 2021 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 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. Certificate No. 8190723 Liberty Mutual Insurance Company The Ohio Casualty lnsltrance Company 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 corpnration 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."Comp_anies"), pursuant to a..nd_by authority herein set forth, does hereby name,.constitute and appoint, Carolyne Emery; S. Nicole Evat�S;1 lances M. Mur hp Bradley N �W. r t.= —' t.t s 0 CL *; Q M b tt1 tr 0 l� _E ar � m .4) ARTICLE IV- OFFICERS-- Section 12. Power ofAitorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chaifinan or the President, and subject 0 s 60- JS to such limitation as the Chairman or the President may prescribe, shall appoint such attumeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, a =� d ,- 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 E 4j. "powers of attorney, shall have full 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. _@- 15 O executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under > .r3 .,the'provisions of this article maybe revoked at any time by the Board, the Chairman, the President or by officer or officers granting such power or authority. � r ARTICLE X91— Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairinan or.the president,- , - and subject lo"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, N q M 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.- ao r d- 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:hfhding as -if signed bq fhepresident andattested by the secretary, Certificate of Designation —The President of the Com an ,_at itn g p y g pu"rsuanito the tiylaws:ojihe:Compatty autfiorizes Davlii M Carey Assistarff;Secretary to appoint such attorneys -in- - fact as may be necessary to act on behalf of the Company tti make _exeeti(e, seal, acknoweedgt ajid deliver as:_suret artyand all undertatnngS;;l>i}nds,: recognfzances and other surety - obligations. _ Authorization -- By unanimous consent ofihe Company's t3u�rd of f?rr tors, the Company eons0* hat facsttnile or mechprtfcally reproducod.sigri tore of any assistant secretary ofthe Company; wherever appearing upon a certlfred copy of arty power ofaftomey issued bytite Company -in connegtien with Surety bonds, shall bevakdand_ binding upon the Company with-lx _ -the same force and effect as though manually afflzed = I, Renee C. Ltowellyn, the ,undersigned, Assistant' Secretary,- The Ohl& -Casualty Insurance,'COvany, Llberly flilultral Insurance Company, and -West American Insurance Company do _ _ =- hereby cartify that the original power of attorney of _ iyhlctr:the foregoing ts:a full tree end cvrract':copy of the Power of Attorney. executeditsy sand 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 ofsaid Companies this D ay of a4, 20 ` �yi�tPs� i sus, �yirasuk� - ���y _�4 ��9C �:i ��.f]„•�-C,i�iR �£�`�;��UIhTvRC�.. _ _ - p 19i3 1 a 1932 p �� 1591- 6 By: _tts Renee C. LlayAly ssistant Secretary LMS all of the city of San.Francisco ,state of CA: each ndtyidually if there W mordthan one Wanted its tru _at d:lawful-attorney-Iri;fa #-to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as tts act and.deed any: end all undertakings bonds cogn i&e es and atY 8 surety obllgatlorts irr pursuance of these presents and shall be as binding upon the Companies as if theyhztvebeen duly signedlsythrpresident and attested 4y the secretary of the Cgtiipanies in their own proper persons. -IN WITNESS WHEREOF, this Power of Ar►iey has been subscribed _authorized officer or officral of lhe't ompaijie5 nd_the_corporate seals of the Companies have been affixed thereto this 28th day of August = 20t8 ;r The Ohio Casualty Insurance Company- ,"'- �, Liberty Mutual insurance Company 0 131s ? t9t L a 1991 .0r; West American Insurance Company i. J,r `x'r.-,.r.=>?'t`J a `•;i.s�;ia ,.Join:<s. }��I STATE of PENNSYLVANIA ss David M. Ca* Assistant Secretary COUNTY OF MONTGOMERY n-On this8th day of August 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance s .Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized sotodo, execute the foregoing instrument for thepurposes t therein contained by signing on behalf of the corporations by himself as a duly authorized officer. l: 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. t Sp_COMMONWEALTH OF PENNSYLVANIA t - �,U,,�axrr�{z4rNo a S' rial Seal r. Teresa Pasiella, Notary Public By or Upper MerionTwp., Montgomery County Teresa Pastetla, Notary Public My Commission Expires March 28, 2.021 - - �� pt58 Member, Pennsylvania Association of blolaks This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 12873_0220f7 .14501400 Libe r Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionotdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener information acerca de las companias, coberturas, derechos o quejas: 1-800--252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax. (512) 475-1771 Web: http://www.tdi.state-tx.us E-mail: Consume rP rotecti on O_tdi. state. tx. us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notification a su p6liza: Esta notificacidn es a los solos fines de su inforrnacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev_ 7.1.07 SECTION 00 42 43 PROPOSALFORM UNIT PRIM DI® Bidder's Application Pay Item No. Description Specification Section No. Unit of Measure Bid Quanti[tv Unit Price Amount Bid UNIT I., FORCE MAIN SANITARY SEWER ITEMS 1 3331.4320 24" AW WA C-900 Sewer Force Main 33 11 12 LF 13 79D ss 33. f f� •j f/�' f 2 3305.1 f 06 44" ID Casinct By Other Than Open Cut 33 05 22 LF 594 $ 1,400.00 $ 831 600.00 3 3305.0109 Trench Safety 330510 LF 12,870 $ 1.00 $ 12 870.00 4 3231.0211 Barbed Wire Fence Metal Posts 32 31 26 LF 4.095 $ 5,00 $ 20,475.00 5 3331.6102 3" Sewer Air Release Valve & Vault and Odor Control 33 31 70 EA 2 $ 20 000.00 $ 40 000.00 6 3331.6103 4" Sewer Air Release Valve & Vault and Odor Control 1 33 3170 EA 2 $ 24 000.00 $ 48 000.00 7 3331.6104 6" Sewer Air Release Valve & Vault and Odor Control 1 33 31 70 FA 4 $ 30 000.00 $ 120 000.00 0 3231,0302 12' Gate Steel 32 31 26 EA 5 $ 1 100.00 $ 5,500.00 f ❑ 3305.0001 Concrete Encase Sewer Pie 33 05 10 CY 70 $ 180.00 $ 12 600.00 11 313Z0102 Large Stone Riprap, dry 31 37 00 SY 335 $ 120.00 3 40 200.00 12 3471.0003 Traffic Control Details 34 71 13 EA 1 $ 500.00 $ 500.00 13 3305.0103 Explorattay Excavation of Existing Utilities 33 05 30 EA 1D 1200.00 $ 12000.00 14 3292.0400 Seeding, H dromulch 32 92 13 SY 67,700 $ 0.50 $ 33 850.00 15 3471.0001 Traffic Control 3471 13 MO 12 $ 2.200.00 $ 26 40D.00 16 3305.0104 Ground Water Control 330510 LS 1 $ 7 Dop.00 7 000.00 17 3345.0110 Utility Markers 330526 LS 1 $ 1500.00 $ 1500.00 18 9999.0000 Connect to Existing 20" Pie a POB STA 1+36 99 99 99 LS 1 $ 5,000.00 $ 5,000.00 19 9999.0000 Canned to Gravity Main at Sta. 134+20 99 99 99 LS 1 $ 5,000.00 $ 5,000.00 20 3125.0101 SWPPP z1 acre 312500 IS 1 $ 36000.00 $ 38000.00 21 3301.0001 Post CCTV Inspection of 24" FM 33 01 31 LF 13.7130 $ 1.00 13 790,00 22 3311.0001 Ductile Iran Fitlinfj for Sewer Force Main 33 11 11 TN 5 $ 17 000.00 $ 85 000.00 23 9999.0001 Construction Survey As -Built Redline Survey) 99 99 99 LS 1 $ 1,000.00 $ 1,000.00 24 9999.0002 Construction Staking 99 99 99 LS 1 $ 14 00Q00 $ 14 000.00 25 9999.0003 Construction Allowance as Directed by Owner 99 99 99 LS 1 $ 100.00e0.00 1 $ 100.000.04 SUBTOTAL UNIT! 33.,�,p, ✓ .0f45--v CITY OF FORT WORTH Wastewater Diversion from Eagle Mountain Lake to Big Fossil Basin Force Main and Gravity Main Sewer STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS H:%TExAS BIDSrFt Worth - Eagle Mtto Big Foss!RAddenclum 21W 42 43 Bid ProposaF Final -Addendum 2 1 of 3 SECTION 00 42 43 PROPOSALFORM 1. Nrr PRIGS BC® Bidder's Application 1 3331.4424 36' PVC ASTM F-679 Sewer Pipe (115 PSI) (Choose to bid on Item i or 1A 33 3121 LF 12.810 $ $ 1A 3331.0001 36" FRP Sewer Pipe (SN 115) (Choose to bid an Item 1 or1A) 3331 13 LF 12.810 1 OJ �fjlQ /W, d8 W 2 3305,1108 58" ID Minimum Casing Fly Other Than Open Out 33 05 22 LF 320 $ 1,500.00 $ 480 000,00 3 9999.0000 58" ID Minimum Casing or Tunnel Liner Plate 33 05 24 LF 1 90 $ 1,500.00 1 $ 135 000.00 4 3331.4317 24" Sewer Pie 33 31 21 LF 20 $ 120.00 $ 2,400.00 5 3331.4208 12" Sewer Pie 33 31 20 LF 20 $ 70.00 $ 1,400.00 6 3331.4115 8" Sewer Pie 33 31 20 LF 20 $ 50.00 $ 1,000.00 7 3305,0109 Trench Safety 330510 LF 12,490 $ 1.DO $ 12 490.00 8 3231.0211 Barbed Wire Fence Metal Posts 32 31 26 LF 1,950 $ 5.00 $ 9,750,00 9 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 FA 10 $ 1,200.00 $ 12 000.00 10 3339-11011 5' Manhole 33 39 10.33 39 20 EA 25 $ 8 000.DO $ 200 000.00 11 3339.1005 5' Extra Depth Manhole 333910 VF 239 $ 165.00 $ 39 435A0 12 3339.1102 5'Drop Manhole 33 39 10,33 39 20 FA 2 $ 20 000.00 $ 40 000.00 13 3339.00011 -Fpoxy Manhole Liner 333960 VLF 393 $ 275.DO $ tOB075.00 14 3231.0302 12 Gate Steel 32 31 26 EA 8 $ 1 100A0 $ 8 990,00 15 3305.0001 Concrete Encase Sewer Pie 33 05 10 Cy 365 $ 180.00 $ 65 700.00 16 3471.0003 Traffic Control Details 3471 13 EA 1 $ 500.00 $ 500.00 17 3211.0001 Gravel Road Reconstruction 3211123, 024113 SY 150 $ i5.00 $ 2250.W 18 13137.0102 Large Stone Riprap, dry 31 3700 SY 395 $ 120.00 $ 47 40D.00 19 3292.0400 Seeding, Hydronnuich 32 92 13 SY 75940 $ 0.50 $ 37970.00 20 3471.0001 Traf0c Conlrol 3471 13 MO 12 $ 1 200.W $ 14 400.00 21 3125.0t01 SWPPP ? 1 acre 31 2500 LS 1 46 000.00 $ 46 000.00 22 13305.0110 Utility Markers 33 05 26 LS 1 $ 1 506,00 $ 1,500,00 23 3305.0104 Ground Water Control 33 05 10 LS 1 $ 7,000.00 $ 7,000.00 24 9999.0001 Transition Fiberglass Manhole and Lkppurlenances 99 99 99 LS 1 $ 35000.00 $ 35000.00 25 9999.0002 Abandon Glen Mills Village Lift Station 99 99 99 LS 1 4 / r0 . 8 26 3301.0001 Post CCTV Inspection ofGravity Sewer 33 01 31 LF 13.810 S 1.00 $ 13,810.00 27 9999.0003 Construction Survey As -Built Redline Survey) 99 99 99 LS 1 $ 1 O0C 10 $ i 000,00 28 9999.0004 Construction Stakina 99 99 99 LS 1 $ 14 000.00 $ 19 000.00 29 9999.0005 Construction Allowance as Directed b Owner 99 99 99 LS 1 $ 150 OOD.00 $ 150,000.00 SUBTOTAL UNIT II: Y 061.1 3 .2.W HATEXAS BIDS%Ft Werth -Eagle Mt to Big FossihAddendum 001) 42 43 Bid Proposal Final-AddendUm 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Unit of Bid Pa item No. Description S ectflcation Section No. Measure Quantity Unit Price Amount Bid 7 q9 7 t-% i a° TOTAL BID (UNIT I, IQ CITY OF FORT WORTH Wastewater Diversion from Eagle Mountain lake to Big Fossil Basin Farce Main and Gravity Main Sewer STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS KITEXAS BIDSTt Worth - Eagle Mt to Big FossillAddendum 2WO 42 43 Bid Proposal Final -Addendum 2 3 of 3 3331 13 - 1 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page I of 7 1 SECTION 33 3113. 2 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Fiberglass Reinforced pipe 18-inch-and larger for gravity sanitary sewer 7. applications 8 B. Deviations from, this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to:. 11 1. Division 0 — Bidding Requirements,. Contract -Forms, and Conditions of the 12 Contract 13 2. Division 1- General Requirements 14 3. Section 33 01- 30 —Sewer and Manhole Testing 15 4. Section 33 01 31— Closed Circuit -Television (CCTV). Inspection 16 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Baekfill . 17 6. Section 33 05 26 — Utility Markers/Lbeators 18 7. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Measured horizontally along the surface from center line, to center line of the 23 manhole, or appurtenance 24 2. Payment 25 a. The work performed and materials furnished in accordance with this .Item and 26 measured as provided under "Measurement" will be paid for at the unit price 27 bid per linear foot for "Fiberglass Sewer Pipe" installed for: 28 1) Various sizes 29 2) Various backfills 30 3. The price bid shall include: 31 a. Furnishing and installing Fiberglass gravity pipe with joints as specified by the 32 Drawings 33 b. Mobilization 34 c. Pavement removal 35 d. Excavation 36 e. Hauling 37 f. Disposal of excess material 38 g. Gaskets 39 h. Furnishing, placement and compaction of embedment 40 i. Furnishing, placement and compaction of backfill CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAprujects103181057-0112-0 Wrk Prod12-3 SPEC97inal Combined\Addcnda\Addendum 2\33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers.doc 3331I3-2 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 2 of 7 I j. Trench water stops 2 k. Clean-up 3 1. Cleaning 4 in. Testing 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10, 2. ASTM International (ASTM): 11 a. D3236, Standard Test Method for Apparent Viscoscity of 'Hot Melt Adhesives 12 and Coating Materials. 13 b. D3262, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced 14 Thermosetting -Resin) Sewer Pipe. 15 c. D3681, Standard Test Method for Chemical Resistance of "Fiberglass" (Glass- 16 Fiber -Reinforced Thermosetting -Resin). Pipe in a Deflected'Condition. 17 d. D4161, Standard Specification for "Fiberglass". (Glass -Fiber -Reinforced 18 Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric'Seals. 19 e. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic 20 Pipe. 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 -SUBMITTALS 23 A. Submittals shall be in accordance with Section 0133 00. 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Manufacturer 28 2. Manufacturer Number (identifies factory, location, and date manufactured.) 29 3. Nominal Diameter 30 4. Beam load 31 5. Laying lengths 32 6. ASTM designation 33 B. Sloop Drawings 34 1. Pipe details 35 2. Joint details 36 3. Miscellaneous items to be furnished and fabricated for the pipe 37 4. Dimensions 38 5. Tolerances 39 6. Wall thickness 40 7. Properties and strengths CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 20I2 R: projects%3181057-0112-0 Wyk Pro&2-3 SPECSIFinal CombinedlAddenda\Addeadom_2133 31 13_Fiberglass Reinforced Pipe for Gravity Sanitary Sewers.dae ATTACHMENT AD2-3 1 2 3 4 5 6 7 8 9 1.0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 33 31 13.- 3' FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 3 of-7 8. Pipe calculations a. Calculations confirming the pipe will handle anticipated loading.signed.and sealed by a Licensed Professional Engineer in Texas C. Certificates 1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM D3262. 1.7 CLOSEOUT SUBMITTALS [NOT USED] LS MAINTENANCE MATERIAL.SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE --A. Qualifications 1. Manufacturers a. Finished pipe shall be .the product of l .manufacturer, for each size per project. b. Pipe manufacturing operations shall be performed under -the control of manufacturer. c. All pipe furnished shall be in conformance with this specification and ASTNI D3262. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Provide adequate strutting during transport to prevent damage to -the pipefittings.. and appurtenances. B. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufaeturees guidelines. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED [oa] OWNER SUPPLIEDPRODUCTS [NOT USED] 31 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 32 A. Manufacturers 33 1. Only the manufacturers as listed in the City's Standard Products List will be 34 considered as shown in Section 0160 00. 35 a. The manufacturer must comply with this Specification and related Sections. 36 2. Any product that is not listed on the Standard Products List is considered a 37 substitution and shall be submitted in accordance with Section 0125 00. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basta STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No_ 0.1309 Revised December 20, 2012 F:lprajeefs103181657-0112-0 WrkProdl2-3 SPECSTioal CombinedlAddendalAddendum 2133 31 13_Fiberalass Reinforced Pipe for Gravity Sanitary Sewers.doe ATTACHMENT AD2 -., 333113-4 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 4 of7 1 B. Performance / Design Criteria 2 1. Pipe 3 a. Design in accordance with ASTM D3262 4 b. Design pipe for service loads that include: 5 1) External groundwater and earth loads 6 2) Jacking/pushing loads 7 a) The allowable jacking/pushing capacity shall not exceed 40 percent of 8 the ultimate compressive strength or the maximum allowable 9 compressive strength recommended by the manufacturer, whichever is 10 less. 11 3) Traffic loads 12 4) Practical considerations for handling, shipping and other construction 13 operations 14 c. Design is to be conducted under the supervision of a Professional Engineer 15 licensed in the State of Texas, who shall seal and sign the design. 16 d. Standard lay length of 20 feet, except for special fittings 'or closure pieces 17 necessary to comply with the Drawings. 18 e. Stiffness class that satisfies design requirement on the Drawings, but not less 19 than 46 psi when used in direct bury operations. 20 f. Accommodate vertical alignment changes required because of existing utility or 21 other conflicts by an appropriate change in pipe design depth. 22 g. In no case shall pipe be installed deeper- than its design allows. 23 2.. Dimensional Tolerances 24 a. Inside diameter 25 1) Pipe shall not vary more than 1/8 inch from the nominal inside diameter. 26 b. Roundness 27 1) The difference between the major and minor outside diameters shall not 28 exceed 0.1 percent of the nominal outside or I/a inch, whichever is less. 29 c. Wall thickness 30 1) Provide minimum single point thickness no less than 98 percent of stated 31 design thickness. 32 d. End Squareness 33 1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch. 34 e. Fittings 35 1) Provide tolerance of angle of elbow and angle between main and leg of Wye 36 or tee to f2 degrees. 37 2) Provide tolerance of laying length of fitting to ±2 inches. 38 C. Materials 39 1. Resin Systems 40 a. Only use polyester resin system with proven history of performance in this 41. particular application. 42 2. Glass Reinforcements 43 a. Use reinforcing glass fibers of highest quality commercial grade E-glass 44 filaments with binder and sizing compatible with impregnated resins to 45 manufacture components. 46 3. Fillers 47 a. Silica sand or other suitable materials may be used. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lprojectsk03 i8\057-01\2-0 Wrk Prod12-3 SPECS\Final Coinbined\Adden&\Addendm 2\33 31 la -Fiberglass Reinforced -Pipe for Gravity SavitarySewers.doc ATTACHMENT AD2-3 .3331 13 - 5 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 5 of 7 i b. Use 98 percent silica with maximum moisture contest of 0.2-pereent. 2 4. Additives 3 a. Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic 4 agents, etc., when used, shall not detrimentally affect the -performance of the 5 product. 6 5. Internal Iiner resin 7 a. Suitable for service as sewer pipe . 8 b. Highly resistant to exposure to sulfuric acid 9 c. Produced by biological activity from hydrogen sixlfide gases 10 d. Meet or exceed requirements of ASTM D3681 11 6. Gaskets 12 a. Supply from approved gasket manufacturer in accordance with ASTM F477 13 and suitable for service intended. 14 b. Affix gaskets to pipe by means of suitable adhesive or install in a manner so as 15. to prevent gasket from rolling 'out of pre-cut groove 1n pipe or sleeve coupling. 16 C. Provide the following gaskets in potentially contaminated areas. 17 1) Petroleum (diesel, gasoline)-- Viton 18 2) Other contaminants -- Manufacturer recomiriendation 19 7. Couplings 20 a. Field connect pipe with fiberglass sleeve couplings that utilize elastomeric 21 sealing gaskets as sole means to maintain joint water tightness. 22 8. Joints 23 a. Joints must meet requirements of ASTM D4161. 24 9. Pipe markings shall meet he minimum requirements of ASTM D3236. Minimum 25 pipe markings shall be as follows: 26 a. Manufacturer 27 b. Manufacturer Number (identifies factory, location, date manufactured, shift 28 and sequence) 29 c. Nominal diameter 30 d. Beam load 31 c. Laying length 32 £ ASTM designation 33 10. Connections 34 a. Use only manufactured -fittings. 35 b. See Section 33 3150. 36 11. Detectable Metallic Tape 37 a. See Section 33 05 26. 38 2.3 ACCESSORIES [NOT USED] 39 2.4 SOURCE QUALITY CONTROL [NOT USED] 40 'PART 3 - EXECUTION 41 3.1 INSTALLERS [NOT USED] 42 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:Sprojects103W057-0112-0 Wrk Pro&2-3 SPECSTinal CombinedWddeada\Ad&nd=_2133 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers.doc ATTACHNEN7' AP.2 -- 3 333113-6 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 6 of 7 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. General 4 1.. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 5 Section 33 05 10 and in accordance with the pipe manufacturer's recommendations. 6 2. Lay pipe to the lines and grades as indicated in the Drawings. 7 3. Excavate and backfilI trenches in accordance with Section 33 05 10. 8 4. Embed pipe in accordance with Section. 33 05 10. 9 5. For installation of carrier pipe within casing, see Section. 33 05 24. 10 B. Pipe Handling 11 1. Haul and distribute pipe and fittings at the project site. 12 2. Handle piping with care to avoid damage. 13 a. Inspect each joint of.pipe and reject or repair any damaged pipe prior to 14 lowering into the trench. 15 b. Use only nylon ropes, slings or other lifting devices that will not damage the 16 surface of the pipe for handling pipe. 17 3. At the close of each operating day: 18 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 19 the laying operation. 20 b. Effectively seal the open end of the pipe using a gasketed night cap. 21 C. Pipe Joint Installation 22 a. Clean dirt and foreign material from the gasketed socket and the spigot end. .23` b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell 24 end to the reference mark. 25 c. Install such that identification marking on each joint are oriented upward 26 toward the trench opening. 27 d. When making connection to manhole, use an elastomeric seal or flexible boot 28 to facilitate a seal. 29 D. Connection Installation 30 1. See Section 33 3150. 31 E. Detectable Metallic Tape Installation 32 1. See Section 33 05 26, 33 3.5 REPAIR / RESTORATION [NOT USED] 34 3.6 RE -INSTALLATION [NOT USED] 35 3.7 FIELD lox] SITE QUALITY CONTROL 36 A. Field Tests and Inspections 37 1, Closed Circuit Television (CCTV) Inspection 38 a. Provide a CCTV inspection in accordance with Section 33 0131. 39 2. Air Test and Deflection (Mandrel) Test 40 a. Perform test in accordance with Section 33 0130. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 l F.$rojectA1)31ff57-01U-9 wrk Prod42-3 SPECSWmal CombinedlAddendaUddendum_2133 31 13_Fiberglass Reinforced Pipe for Gravity Sanitary Sewcn.doc ATTACHMENT AD2-3 333113-7 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 7 of 7 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE • CITY OF FORT WORTH Eagle Mountain lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F-\project9103181057-41V-0 Wrk Prod12-3 SPECISTinat Combined\Addenda\Addendum_2133 31 13_Fiberg1em Reinforced Pipe for Gravity Sanitary Sewm.doc ATTACHMENT A:},, '' 33 31 20 POLVVINYLCHLORIDE(PVC)6RAVITY SANITARY SEWFR FIFE Page I oef, 1 SECTION 33 3120 P0LY I YL CHLORIDE (PVC) GRAVr1Y SANYrARY SEWER PEPE 3 PART I - GENERAL 4 1.1 SUNMARY 5 A. Section fncludrs: 6 1, Polyvinyl Chloride (PVC) pipe 4-inch through 77-inch for glttvity .sanitary sewer 7 applications A A_ Deviations from this City of Fort Worth Standard Specification 9 1. Alone. 10 C: belated Specificcatioin Sections inohide, but axe not necessarily limited to: 1 1 I. Division 0 — Bidding Requirements, Contract Forms, and Conditions of 1ht 12 Contract 13 2., Division I — encu:al Requirements 14 3. Section 33 01 30 — Sewer and Manlinle Testing 15 4. Section 33 01 31 — Clused Circuit Teslcvisiou (CCTV) Inspection 16 5. Section 33 05 10 — Utility Trench acavation, Embedment and BsckfjII 17 6, Section 33 45 26—utility Macke. s&ncaiors is 7. Smdon 33 31 50 — &Luitary Sewer Service Counadion8 and Scrvice Liuu 19 1.2 PRICE AND PAYME, NT VROCEIDURES 20 A. Mil asurerneat and payment 21 1, Measurement 22 a. Mon surW- horizontally along lire sur ce from oenter line to center line of the 23 manhole: or appurtenance 24 2. Payment 25 a, The work petformed and inat,erials huvished in accordance with this Item and 26 me;a.-;ured as provided under "Mea uremcn#" will be paid %r at the unit Price bid 27 per linear fool of "PVC Pipe' inS#alIcd for: 28 1 ) Varioussizes �9 2) Various Standard Dimension R4(ios 30 3) Various cmbcdments 31 4) Various depths, for miscellaneous pra'm[N only 32 3. The price bid shall include: 33 a. Fumishing aiW htaW ling VV.0 gravity pipe with joints m speciried by the; 34 Drawings 35 b. Pavement resnoval 36 c, Excavation 37 d. Hauling 38 e, DiToml ofexcem mate6al 39 f, T'undshiag, placement and compaction ofembr rricnt 40 g, Furnishing, placement and compaction of backfill C,rrY OF r0RT WORTH RHs6 Eagle Muminin like Boahi Sardtfl y Sewrr DJvMMMI N110 doe J3 10BigFOKII Creel: Wn STANDARD CONSTRUCTION SMCMCATION DOCUMENTS City 309 Revisal 11ML 19, �GII ATThCHMt-.P'r APy-4 33 31 2kl -2 POLYVINYL C:HLARF3 (PVC) ORAVTrY SAC TAAY SI3W19R PIPE Pegc 2 of b I h, 'Preach water stops 2 i. Glean -ups 3 j. Clcani.ng 4 L Testing 5 1.3 REFERENCES 6 A. Reference Standardij 7 1. Refe-rence standards eitod in this Specification refer to the current reference 8 standardpublished at the time of [lie latest revision date 1 gg d at lho end.of this 9 Specification, unl=o a date is specifically cited. 10 2. American AtsbciaOcm of .state Highway and Transporuttiun (AAS TO), 11 3, ASTM International (AS'1M); 12 a. D1764, Standurd pecifics#iorn for Rigid Poly(Vin} l Chdoride) (PVC) 13 Compounds and Olorinawd Paly(Viayl C-bloride) (CPVC) Compounds, 14 b. ><D2412, Standard 'Vest Method for Detcrminatiun ofBxternal Loading 1s Characteristics ofFIastic Pipc by Parallel -Plato Loading. 16 c, D3034, Standard Speci-fication t'or'I pc PSM Poly(Vinyl Chloride) (PVC) 17 Sewer Pipe and Fhtinga. 18 d. D3212. Standard Spec Mica tion for Joints 1br Drain and Sower Plastic Pipes. 1.9 Using FWxible. Blasterneric Seak 20 e. F679, Slondard Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter 21 Plastic Gravity Sewer Pipe -and Fitting& 22 4. Tcxiis Commission on EnvironmcataI Quality (TC )-, 23 a. Title 30, Part I, Cbapter 217, Subchapter C, Rule 217.53 —Pipe Design- 24 b. Title 30, Part I, Chapmr 217, Subchapter C, Rule 217.54—C<ritada for laying 25 Pipe- 26 c. Titic 10. Part 1, Chapter 217, Subehapler C, Rule 217.5? —Testing 27 Requircmunts for lhstallation of Gravity Collection System Pipes. 28 S. Uaderwriters Labarntuiies, Inc:. (UL.). 29 1.4 ADMINISTRATIVE REQUIREWNTS INOT USED 30 1.5 SUBNMTAI.S 31 A. Submittals shall be in accordance with Section 01 33 00, 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS[INF 1«RMATIONAL SU']B=AI .S 34 A. Product Data 35 .1. Producl data sheet 36 2. Man4iturer 37 3. Nominal pipe diaweter 38 4. SLatdarddimemionratio ( DR) 39 5. Ce11 r,lassiftcatien 40 6. Laying lengths 41 B. Cfiftcatcs. CITY OF FOR'r-WOP.l'FI F�91 He& Mminfain Lake Hasa Summary Sewer Dim�icm Piliduato Big Fag%Ae anin STANDARD CONSTRUCTION ION S$ CFFICATFON DOCLFp NTS C4y Prujocl No.. 91U9 Rovised Junin 19, 2a 13 AVELcHMWKI -]wI-4 f L } 3331 zo-3 POLYVINYL,CALORIb111 (PVC) ORAVTTY SAMTTARY SFWF79 PIFF. Tn&c3ora 1 1. Fumish an affidavit certifying that a] I PVC Gravity Pipe meets the provisions of 2 this Section and has been air and deflegtiatr tested and meets the requirements of 3 ASTM D3034 and ASTM F679. 4 1.1 .CLOSEOUT SUBMITTALS J NOT USED 5 1.8 MAINTENANCE KATERIAL .SUBMITTALS OT'U5ED1 6 L9 QUALITY ASSURANCE 7 A. Quslirkafiaag 8 1. Mariufhoturers 9 9., Finished pipe shall bo tho product of ] mmiufidhaer fnf each size per pr€jeci, 10 ualcss otherwise approved by the City, 1 I I ) Change ordivrg, hTec:ials and field changes may be providers by a difft=1 12 nufaetunx upon City approval. 13 b. Pipe inanufacturing operations shall be per#armed under the control of the 14 manufacturer. 15 c. Ail pipe; Nrnishm! Shall by in confom=ce with ASTM D3034 (4-inch through 16 15-1niah) and ASTM F679 (13-incli through 27-i.nch). ' 17 1.10 DELIVERY, STORAGE, AND UNNDLING 18 A. Storage and Handling RegLiirocais 19 1. Gravity pipe -shalI be stared and handled in cot -dance with the nianufacturer's 20 guidelines. 21 2, Secure and maintain a location to stare the mated in accordance with 22 Section 0166 00. 23 1.11 FIELD ISrFEI CONDITIONS [NOT USED 24 1.12 WARRANTY INOT USEDI 25 PART 2 - PRODUCTS 26 2.1 OW R-FURNISRIID tort] OWNER-SUPPL3EDPRODUUT [NOT USED) 27 - 21 EQUIPMENT, PRODUCT TYPES AND AIATERIALS 28 A. Manufacturers 29 1. Only thL: ma1n1Jfa0#ur0rs 8S listed in the ity's Standard Products List wi31 be 34 considered as Mhown la Section (11 60 00 31 a. The manufacturer must comply with this Specification and reslated Sccainas. x. 2. Any product Ihat is not Jilted on thu Standard Products List is cone d&d riod a 33. suhsl_itudon and shall be submitted in aocordaace wli,h Section 0125 00, 34 B. Porforrrlonce 1 Design Criteria 35 1. Pipe 36 a. Meet oll requirement4 of T E }. 37 h. Design in aceurdanco wi[h ATM D3034 for 4-inch through 15-inch SDR 26 38 and'ASTZ1Q F6�'79 for 18-inch through 27-inch 4GPSII I5PS. P 39 0. t~ Gravity Sanitary ewe-r Pipe shaII be approved by the tJl.. 0TY OF F0Xf IVORTM EmA Bugle M«unlelo Lnka B6sJn SmcuWry Rmvrr Dhxnlun Pipeline Lu Sig nlgE Creak Hnsin STANDARD C0NS'iRUCn0N VBCJFTCATTON T.W)CULMCATS C'ily Projeol No.:01309 K"iaed1uWn 19.201.1 ATTJ mmmrr -Alm-A 9 10 i1 13 14 1.5 16 17 19 19 20 21 2 23 24 25 26 27 28 29 30 31 32 33 34 35 30 37 38 39 40 41 42 43 44 h_ 1, j. fit. 33 51 20 .4 PQLYVWLCt E(PVC)0RJ4VITYSAMTAAY8EWMNPV Per 4 or6. Aaqume a ;tandard lay length of 14 feet and 20 feet except for special littfnga or closure pieces necessary to comply with the Drawings. U,i dun c:aloring far ground identificatiun as sanitary sewer pips;, PVC meeting tlye requircmcnIs of AS'L' 13 17 84, with a cell clasaificarion of 12454 or 12364 Deflection Design 1)' Dace pipe design on pipe stiffness, soil stffffiess and load on the pipe. 2) Deaign pipe according to the Modified Iowa Formu[a as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the fallowing parameters: a) Unit Weight of rill (w) = 130 pounds per cubic foot b) Live Lord = AIISHTO HS. O c) Trevach Depth = 12 feeI minimum, m as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflmtion Ug Factor (DI.) = 1,11 f) Bedding Factor constant (K) = UJ l g) Mean radius of thr, pipe (r), inches, as indicated in Drawings h) rMnia's luad per unit Iength (W), pounds per inch, ralculate per Drawings i) PVC modulus iA elaatic4y (E) = 400,OOD psi j) Moment of: inertia of pipe wall per unit length, (1) = 0112, (in#lien), per pipe type and size (I) 'Where (t) = pipe Uclmess, inches k) Maximum Calculated Defection = ft percent pipe Flotation. if dtc pipe is buried in common saturated soil (about 120 pounds per cubic foot) with at least f pipe diameters. of cover, pipe is generally not subject to flotation- If sbally a r, check groundwater €lotatiion pot=W. Flotation will accur if, i`k, > W, + Wt f W4 Where: F�, = buoyant Force, pound per foot Wr' empty pipa weight, pound per Jaat W r = weight of flaadM soil, pound per foot W¢ = weight of -dry soil, pound per feat Values and formulas for the above variables c; n be obtained from the pipe manufacturer end site specific soil conditions, Verify trench depOis aftur oxistin g utilities arc loeatcd. Accommodate ve rtiicaI alignment changes required booaiit;e olfexisting utility or other ocia fi bi is by an appi-opriiatr change in pipe design depth. In no case shall pipe be installed deeper that) its design allows. 2. Unimum pipe stiffness of 44 psi at 5 percent deflection when test in accorda>ece with ASTM D24 12. 45 3. pipe markings 46 a. Mcet the minimum requirements of ASTM D3034 and A,S'IM F679, 47 h. Minimum pipe marking %hall be ns Follows-. 48 1) Manufachurer's Name or Tradelmuk and production record 49 2) Ncaninal pipe size CYTY OF FOit'T WOIt'111 1sam rmtrta MovuMin LAW Hamra Silailary Sower Dinnion Flpt iuo to Rig Faa.4i1 C dkB" STAKDA1tD CONS'FRUCTMN 5PEMICA1 ON DOCUMnITS Lily ftLjtwtNa,: DIMM R"kc d Am 19.2013 ATTACKM M Awl-4 33312Q-5 POLYVTNYT,.['HLA3R;DF (FVCl (iRAVTTY SANITARY SV-WPR NPH NV i of6 ! 3)' PVC.celI ciassifiiiatian ? 4) AS'fM or Standard Di�nmsion R atio (SDR.) designation S) Sea] at testing agency that verified'the suitability of the pipe 4 4, ,feints 5 a. Rdnts A a I I he gaska, bell and spigot, push-m type conforming to 6 AwSTM D3212. 7 h. Sauce each pipe mantifi3?owrer has a diffaront design for pub -on joints; gaskets 8 shall be part Of complete pipe section and Wchased as such, 9 5. Connoctioas 10 a. Only use manufactured fittings. 11 b. Soe Section 33 3150. 12 6_ Detectable Metallic Tape 13 a. See Section 33 05 26. 14 2.3 ACCESS0MES SNOT USED] 15 2.4 SOURCE QUALJTY CONTROL ]NOT USED] 16 PART 3 - EXECUTION 17 3.1 17M'ALLERS [NOT U919D] 18 3.2 EXAMINATION INATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3A IN TAL LATTON 21 A. Ocneral 22 1, Install pipe, rpecials and appurtenances as specified herein, as spt cifiud in "Section 23 33 05 10, and in ac rdancc with tba pipe m6nufadurer's reconl mondations. 24 1 Lay pipe to llie lines and grades as indicated in the Drawings. 25 3. Excavate and hackfill trenches in accordance with Section 33 45 10. 26 4. Embed PVC pipe in aecardan" with Seellon 33 05 lit. 27 13. Wipe Handling 28 1. Rau and dis,. ibute pipe and fittings al th a pn)*1 sits. 29 2, Handle piping with care to avoid damage_ 10 a, Inspect each joint of pipe and reject tar mpair any damaged pipe prior to 31 lu Bring into The Imach. a2 b. USC, only nylon ropes, slings or other lifting devices that W i11 aot damage the 33 surface of'the pipe for handling the pipe. 34 3. At the close of each oporaling duty; 35 a, K"p the 1)ipe clean and free of dehris, dirt, animals and trash - during and attar 36 the laying operation. 37 la. EFFeaively-seal the open end of the pipe using u gas keted night cap, 38 C. I'ipc ,taint Trlstallation 39 a. Clean dirt and forcip matcr€aI f7om the gasketed so&a and the ripi got ond, CiTY OF FORT WORTH pact roglo M n nimin L4ke Fa9in SNnFrnry Sower bivc-ginn Yipt1W, lU Big Fosi1 Crauk BodIn STANDA RD CONSTRU TFON SPI=MCAMN bOCUMFN'T5 L'ir, prnjpol Kv.: 013V9 R--V! x1JunG19,Zk13 ATTAaWMV AG*-4 12 13 14 15 16 17 18 15 . 21. 22. 23 24 .5 26 27 �8 .13-112t1-is PAI.YVTh n CHUOPJD2 WVQCrRAVITYSANaARY 9EwER PIPE Pugs 6 uC6 Is, As! comblc piste joint by sliding the lubricated spigot end info the gaskeLed belt and to the Feferen�*e mark. c. Install such that idtrntilicition marldng on. each joint are arientod upward toward die trench npeaing. d, Wien makins conniceion tab manbale, use an clastomeric peal or flexible burnt to rkilitate a seal. D. Conneotion lwnallstian 1. See S&{ tion 33 31 50. E. DeterlabIc Mctsllic. Tape Installation 1. See Section 33 05 26. 3.5 REPAIR I RESTORATION[NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 MLD fool SITE QUALITY CONTROL A. Field Tests and iuspectiorts 1. Video [Weetion a. Provide s Post -CCTV inspection in accordance with Section 33 01 31. 2. Air Test and DOcotion (Mandrel) 'feat a. Pmfaam in accordance with Smtioa 33 01 30. 3.8 SYSTEM STARTUP [NOT USED) 3,9 ADJUSTING [NOT USED] 3.10 CLKM'-BNG INOT USED] 111 CLOSEOUT OSEOUT ACT[ ITi [NOT USED] 3.12 PROTECTION rNOT USED] 3.13 :NMAi TENANCE [NOT USED1 3.14 ATTACHMENTS [NOT USMI END OF SEMON ReviKbn Log DXrt NAME SUMMARY OF Gl-1ANG1: 611 VI Il, Johnan 2.2A. Lb - Pipe MuItTlni CkiriRum ion C1'f'Y OF FORT WOk114 fast Ciao Mountain i akr phi Sanitary Sawet Divetalam Pipdfift to Sig F*XMI I Crook #iww SFANRARD CONSTRUCTION SPLCIFICATION DLXA1CuSENT1 6 city 1+10judt ND.'- 01309 4V� cd JUDQ 19. M 1.3 ATTAL4R4ENT Aga -A FORT WORTH City of Dort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form ATTACHMENT 1S Page I of I OFFEROR COMPANY NAME, I Cleark appkable block to din acdba prrmu PROJECT NAME- WIDGE I I NON-M +11JSE BID DATE C4r.% MOE Pr()tec# Doak: Orforor's MBE project Commitment? PROJECT NUM BEIR % If both answers to thh; forni are YES, do not complete ATTAC HMENT I C (Good Faith Effort Form), All questions on this form must be completed and a detailed explanation provided, if applicable, If the 8nswer to either question i�; NO, then you must Complete A TACHMENT I C, This form Is only E.ppllcable if bDih answers are yes. Fa I ura to corrip14Me this $orrwiii. its e:nki rely zind 4 4 r civdd- by:l�re' PIIrrh sIn9_Pivt�ion no l'i#ef-thart :{10 I ,JT7.. cn the.sc oncf t:it] Ibu ri S day!aRe�� b1d drserking -P. x(JUSivt.' of tIio-1;1d'-gpenirMci date, w;II result in the Lici' Lxeirk. sorlsiclered 'non-ras fibi ks.iv� tq. Lsri,sjxeif icairka: , Will you perform thFs entire coritra0 without Subcontractors? I I ES If yes. please {provide a data IIt3d explanation that proves based on the size and scope of this NQ projecl, this is your normal business practice and provide an operational profile of yix1r business. Will you perform this entire contract without suppliers? YE If yes. please provide a detailed explanation that prc>vas based on the'size and scope of this project, IhIs Is your normal business practice and provide ark inventofy pro FJfe of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate infofrnaticn ragarding actual work performed by all subcontractors, including MBEs} cry this contract, the paymartt jhereof and any proposed changes to the crigInal MBE(s) arrangements submitted with this bid_ The Offeror also agrees to allow an audit and/or examinaliun of ony books, records and files held by their company that will substantiate the =ctual work performed by the DBEs un this conlract, by an authorized officer or employee of the C11y. Any intentionai andior kno ing misrepres15ntat1on of facts writ he grounds for terminating the eontrad;t or debarment from City work for a period of nor lass than three (3) years and for iriitiathg action under I=ederat, Mate or LQcal laws concerning false starernenis_ Any faillure to comply with this ordinance creates a material breach of contract and may result in a delernlination of an Irresporis;Ible Offeror and barred from participating in City work for a period of time riot Jess than one 1 year. Aui4arized 5ignaiure PrireMad 5rgnatura TIIIG Company Kama Address Cnntaal Name (Ir drrroroii1) Phone Number Fax Number Email Address Glty1St6Ait'fZip Dais Raw. Ill 0115 xruecimRi noa-s Page i of 4 FORT Wow"rti City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPA"Y DAME: Ctie k epplicai a broak to dascrlbn Offoror PROJECT NAME: ^1YJDB� NON-MAV € EIE BIO (ATE City's MOE Protect Goal: WOWS Mate Prc�ael arnmiiinerrt: PROJECT NUM13ER 7 a % If the Offeror did not meat or exceed 1ha LIRE subcontracting goal for this, project, the Offeror must complete th1s form. If the Offeror"s method of compliance with the MSE goal Is based upon demonstration of a "good faith effarl:", the Off aror will have the burden of correctly and accurately preparing and submIttiing the documentation required by the l Ity. Cornpi!ance with each item, 1 thru 11 below, shall satisfy the good Faith Effort requirement absent prnof cif fraud, intentional and/or knowing rn Is re p resentatio n of the facts or intentional discrimination by the Offerar. Failure to complete t�is farm, in its entirety with supporting documentation, and Fete€ved by tlae 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 eve€y subcontracting andlor supplier opportunity for the completion of this project, regardless of whether it is to he provided by a MBE or non -MBE. DO NOT L ST NAMES OF F1RfA§ On all projects. the Offeror roost list nach Subcontcacting and or supplier opportunity regardless of tier. {use additional 5hoels, if necessary List of Subcontracting Opportun€fi s List of Suppller Opportunities ATTAC N"T Ad2-r= Rev. 7J10115 ATTACHMENT 1 Page 2 of 4 .) Ob#airs a icurrent (nc t more than two (2) morslhs old from the hid open date) list of N1BE subcontractors and1or suppliers from the City' M/WBE Office, Yes No Date of Usting 1) Did you 9oficit bids from MBE firms, within the subcontracting and tor supplier areas previously Ilsted} at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes, atiach MBE mall lisHrig to Irrclutie riama of firm and nddrass and a dalod atipy of ielfPr malIAd-) No - 4.) Did you solicit bids #roar MBE firms, within the subcontracting andlinr supptier areas previously listed, at lead: ten calendar days prior to bid opening by telephone, exclusive of tha day tiro bids are opened? Yes ;lf yae, 8141ch list to Ino1wile warns of MBE Firm. piguorr eontacled, phone nambor and date and �Ir�, of contact.} No 5.) DId you solIcIt bids from MBE firms, within this subcontracting an War supplier areas previously Ilsted, at least ton calendar nays prlor to told opening by facsimile (fax), exclusive of the day the bids are opened? Yes (if yes, altacfi IISt to Irioluda lrFi�ip of MBE: firm, fax nurnkmr and date and time of contact_ Irk addMori, If Ilia fax Is raturnod as undoliverable, thon that 11unda]Iverabro canfirmalJan" mcnived must ba pranttd diracily from tht faesrmlte for proper documentation. F�rlure fo auhrrill c�nflraEJon andlar "'uHdtrwr'rablo aprlflrniallon" doeumantatlen may re rider the GFE riw,responolva.) No 6.) Did yell solicit raids frorn MBE firms, within the gAcontracting andler supplier areas prev lotl8ly Ilsted, at least ten calendar days prior to bid opening by email, exclusiva of the day the bids are opened? _,Iles {If yos, attach $mall conflrmatiori to Incl Lida name of MSE fIrrn, ALIg ins# t�i_v. In addition, If an emalE ISL rarurned as undellverilble, lherl thit Itindeliwerable messilge" receipt must be panted dIracily from the arnaii system for proper docuroentatfon- FMure to submit confirm allon arldror "4indel lverabre massage" documnnNJfan may ran dffrtboGFE non -responslvo.) No NOTE, The four methods identified above are acceptable for soliciting bids, and -each selected method friust be ap{slied to #Ile app!icabi contract, The Offeror must donurrient that olther at least two AU# rnpts wore made usln -two of the four methods or I.hal at least one successful contact was made. using one of the four ineth6ds in -order to be deerned responsive. to tree Good Faith Effort. requirement. NOTE, The Offeror rxtrjst corltIct 1!he- enure, M815 11sit - spy+ ific to each subcontracting and supplier opportunity to %e in cbmpliance-with questions 8.through.6. 7.) Did you provide plans and specifications to potential MBE5? Yes No 8") D I d you provide the information repardIng ti-le location of plans and specifications Iri ardor to assist the MBEs? Yes �No n'VTAr'it VNT Ar13-S 14WACHMENT IC Page 3 of 4 9.) 0ld you prepare a quotation for tho MBEs to bid on goodsiservices speclfic to their skill set? Yes (tt yes, ariech all copJes of quolalkon11,� IV o 10) Was the contaot IWorm atlon on any of the tistings not Val ld7 _Yes cif ye% atlach iho informntlon alai was not valid in ordar for tho MfWBE GMc:Q l# address thn corraatrons neodod,j No 11,}Submit documentation if MBE quotes were rejected. The documentation submitted should be In the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supposing documentation the Offeror wishes to be considered by the City. In tho event of a bona fide disputs concerning quotas, the Offeror will provide for confidential in -camera access to an Inspection of any relevant documentation by City personrlal. eilaa-'�a use additional sheets, if nOcassarv_ and arfash_J Company Game -Telephone CGn#act Person Scope of Work Reason for Ro-ect€on ADDITIOhlAL INFORMATION: Please provide additional Information you feel will furthor explain your gonad and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow are audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment frorn City work for a period of not less than three () gears and for initiating action under Federal, Mate or Local laws ,concerning false statements. Any failure to comply with this ordinance shall create a material breach r contract and may result in a determination of an irresponsible Offeror and debarmer:_ front participating in City work for a period of time not less than one (7 ) year. A'M1 !i1MEJ4T AU2-6 Rev. 21Sar15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith, it is understood that any NJBE(s) listed In Attachment IC will be contacted and the reasons for not using therm will be verified by the ity's M BE Office. Authorized Signature Title Company Name Address ityfstatelzip Printed Signature Contact NamLL and Title (if different) Phone Number Fax Number Entail Addr, a" Date A'i CAGIMENT AU2-G Jelnt vorklual P.gga i of 3 FORT W T" CITY OF'FORT WORTH MBE ,Joint Venture ElWbiUty Form All queRlbsu now he awwered use "MA "V'not uppfimbte- Nainc of City prujcet: A jvbat vmkwc fixes mlkffl bu cumpJdEd on 31L praicd RFF/Bidfflwchasing Number: 1_ Jaint venture infilrmstion: Joint Venture Name. Joint Venhue Address: (Ifgp xftcar�rlc� Talcphant: FUCSi r�le; E-mail address: �olauJar: Identify the firms chat uumpri&u LhC joint venture: fleas" of f ach OMM shows +PaddWarlaf apse 0e requh-ed fO prUWdO Maftd eXp6 E;(� n6 oP war$ �a bo perfOrmed by OBGh firm CGMPFslnd fhe f tireroNrre ME firmT Ilanib; Nun -MBE Firm uUme- 13anincss Add R: Buo3nou Addr a; city. swt� Lrp: City, Slnl[\ zl sr TOI*Me Fopsimill3 &mall "Irtrphunc Feorlmile CclkuLur Ccitulur Certilira►ffou $!y tue: Larne ofCerdfylug.,' enicyI E-mail addmay, $TH4cMffvr Jin-7 Rey+.21 DAD Jc?lnr Venique Page 2 of 3 I What is the percentage of KH , psi-tictipation on t1113 ,joint rintury tbnt you MO to be counUd toward m edng the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of mvnership of i0fint venture: (Do nal.complec ifW9 imformallmi 11 Aicribcafrn jojas.Whol" agreerveerlrj Profit and loss sltariog: Capital cl>nbributiomrf, includins Cquipmealt; Other appl:icuble awmrship fotereso- 6. ldentify by nnmle, rlece, sex and firm thome individuals (with titWs) who are r"polnsible rf~or the tiny -to Asy managentent itnd decision making of the joint venture: Fimmiat dealsiono (to inaluda Account Payabic and Rccai wable); nungement deGiaiens: a. F-5di radng Y �— b. Marlmting and Sales c. Hiring and Firing o mdnn&rrinnt porsoanel tl� PsJr h�s�>gg of major equipment aindlor SappliM Suparvision of field opemtiops The Oit 's Minofjty and Women 8usiness Enterprise Otfrce will review your joint venture submission pnd wll1 have first approval of the M-BE percentage applied toward the goat for the project ifsted on this fora,. N OTE: Fr" artd after the date of project award, If any of the parll0pants. the indfafdulally defined scopes of work or the dollar arnountsfpercen"es change from the orlginally approved informalfon, there the pert jpants must inform the Ity's MANGE Office irnmedfately for approval. Arty unjustified change ar deletion Oall be a material breach of contract and may result W debarment in eccord with the procedures outUned fn the ity's BDE OrdInance_ ATTRCHMPIT +DR-7 Rey. 2110195 .iolnt Venture Paue 3 at 3 ATFTDAVIT The undersigned affirms that the forogoing statements aro true anti ; lorreot and include all material information nl e&&uy to. identify and explain the tens and operation of the joint ventum. Eurtbermure, the undersigned shall agree to provide to the joint venture Elie staled scopt of work. dooMon-making ro, onsibilitics acid paymmw herein. The pity a]so r=rm the ri& to request any sdditiornal it farmalion deemed necessary to determine if the joint venue is eligible, Failure to cooperate and/or provide requested information witku the tinespecified is grounds for termination of the eligibility proams. The andmigped agree to permit audits, intcrviows with ownors and examination of the hooks, rowrds and fdcs of the joint vaat= by any authorised represantatives of the City of Fort Worth, 'Failure to comply with this provision AalI result the tenniaation of anyh eantmet, which mtty he awarded under the provisions of this Joint venture's eligibility and may initiate action under Federal, State and/or Lopa4l laws/ordinances concerning false statements or willful rail re�ontation of facts. NOW UfM11V fiFM WRMD0fUOo-MBU&M — — Fdn red Name orOmmr PdfittldNUMC OtOWM s;, at arr a %FM (ifowna muted Namn ofOwncr PTimcd New d QvMa. &ignuturo of Owner 3 i�uutu� �rPOwurr TdJc Tilts Gala date State of On this NotwiWiva County of day of , 20 , before me appeared and to me personally lawn and who, being duly swdm, slid execute the foregoing affidavit and did state that they were pry#perly aulborized to "mute this atfidaviI acid did so as their free act and deed, Notary Public Print NUMC Notary Public m SE�onut�; Commission -Expires NOD ATTACHMENT Ark2-7 Rev, 010115 ATTACHMENT IA PEIge 1 D1 d RMT WORTIEI City of Fort Worth Minority Business Enterprise MBESubcontractors/Suppliers Utilization Form WEROR COMPANY NAME: Crack appllcaha,� istnck to dc+scribo offeror PROJECT NAME: fuf IDBE NON-MM IDBE BID DATE City's MBE Project Goal: Ofieror's MBE PraJfluk Co rnmHmant� PROJECTNUMBER Identify all subcontiractor tsuppliers you gill use on this project Failure to complete lhis form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being conshdered non -responsive to bid 8pecifIcatic ns. The undersigned Offeror agrees to enter into a formal agreernent with the MBE firm(s) listed in this -utliization schedule, conditioned upon axocutian of a contract %,vIth the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration df disqualification and will resull in the bid being -considered non -responsive to bid sp6cifhcatiens. MBEs listed toward meeting tale project goat must be located in the six (6) county marketplace at the time of 'Ad or the business has a Significant Business Presence in the Marketplace. Marketplace Is [lie geograplikc area of Tarrant, Dallas, Denton, Johnson. Parker; and WKq cvunties. Prune contractors rnusl idenlify by tier fevel of all subcontractorslsuppliers, Tier: means the level' of subcontracting below the prime contractor/consultant i.e: a direct payment from the prince contractor to a subconVactor is considered I" Fier, a payment by a subconIractor to its supplier is considered "� tier, The prime contractor is responsible to provide proof of payment of all fier.6d subcontractors liderrtifhed as a MISE and cou Ming Those dollars towards me efing the contract Corn rilitted goal, ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD, Certification means [hose firms, located within the Marketplace, that have been delerm€pad to be a bondafide minority buslnass enterprise by the North Central Texas Regional Certlfication Agency (NCTRCA) or other cortifying agmncles that tho City may deem appropriate and accepted by the City of Fort Worth - If hauling services are utilized, the Offeror will be giveri credit as lore j as the MBE listed owns and operates at teas# one trxlly licensed and operational truck to be used on the contract, The M13E may lease trucks from another IViBE firm. including {VIBE owner -operated, and receive full MBE credit. The MBE may lease tracks from non-IVIBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the IMSE as outlhned in the lease agreement. r"rrA"H1WT uz7-e Rev. DfX16 FoRtWona ATTACHMENT 1A ' * + Page 2 of 4 Offerefs are required to Idenlify ALL suhvontraL:torsJaupplIwi, ragardlesa of "us, ba.. MIrio ty-;ind bon-MBF-s. MBF firM!q aM to b-D lasted first, use additional sh ets It necessary_ Please r4ale That only cerllfled MBES will be cuAnted to meal an M F gas 1. MCTRCa I "I I S U K4 NTRACTOR1SU Ply LI ER Company Narne T Address i 'lielopttnrrelFax Is M W Email r S S l= E Contact Person El F] rum 70 0n n" Oaf all DetalJ Subcontracting Suppiles M Work purchased r< Dolrar Amount ATTACi MUNT AM-4 Rsr,r, 2110115 tq* �nT, cH J I Ragalga a3 �)[ 4 Offerors are required to Benllfy &LI sip# orntr;�ctarsfsuppfiers, regardless of Flatus; I.e.. Minority and-rlotSMBPs_ MBE ffrMs era Ise he IIEtud f 5t, use addlVonal sheets If necessary, FJes50 note that only ceAlfied MBEs will be counted to meet an MBE goal_ NCTRCA S U BCO NTRACT'Oftf SUP PLIE R Company Name T Address a M 1N Telephono) ax +� � Emall r B e Ccfitact Persoa j n n Detail lDetall Subcontracting Supplies M Work Purchased 8 E Dollar AwaunI rrxemaans =2-w Re4 2JI0115 FoRH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE SubcontractorsiSuppliers 1 Total Dollar Amount oaf Von -MBE ubconti-oclersl uppliers 1 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS 1 $ 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 the submittal of a Request for Approval of hangelAddi fon form. Any unjustified change or deletion shall be a. material breach of conlrect end may resull� in debarment in agcord with the procedures outlined In the ordinance. The Offeror shall submit a detailed' explanatlon of hover the requested change/addition or delatipn will affect the committed MBE goal. If the detallj explanation is riot submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to prWde, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including IVIBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit andlor examination of any books, records and flies held by their company. The Offeror agrees to aliow the transmission of interviews with owners, .principals, officers, employees and applicable subcontractors/suppliers parlicipating on the contract that will substantiate the actual work performed by the IVMBE(s) on this contract, by an authorized officer or employee of the City- Any intentional andior 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 Feder' State or Local laws concerning false statements. Any failure to comply with this ordinance creates a mate, breach of the contract and may result in a determInatiorr of an irresponsible Offeror and debarrnerd from participating In City work for a period of time not less than one (1) year, ►k01hurJud Sig nawre cumpaay NUMIR Address Printed Slgrialuro Contact Nnmef lkle (If dKemn(} Telophono andfor fax €-ma€l Address Cltylstate+Zip Date RTTRCWR hT All; - 6 Rev. 2110116 FORT WTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar vawlue of the et}ntract Is $50 000 or mare; then a n48E subcontracting goat is app linable. POLICY STATEMENT II is the policy Df the Ofly cf For[ VV odh to ensure the full and egoltable parftlpatlon by Minority Business Erkterpri5es (MBE) In the pmcuremeni of all goods and services. All requirements and regulations stated in the Clty's current Buslness Diversity Enlorprlso Ordinance applies to this bid. The City's MBE goal on IhIs project Is 14 % of the base bid value of the confraoi. Note. If both MSE and S 8 E Subcantracting goats are es tab INhed for this project, then an Offeror must submit truth a MBE Ut11Ezatlon Form and a BEE Utilization Form to hu deemed responaive. OMPLIANCE TO DID SPECIFICATIONS Ori City contracts $64.000 or more when a Mf3E subuonlranling goal Js applied, Offerers afie required to comply with the Intent of the Oity's Business Diversity Enterprfse Ordinance bV one of the following; t. Meet or axcaed the above stated MBE goal through MEE SuL)COntracting participation, or 2. Meet or exceed the above stated M13E goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver doctimpn(ation, SUBMITTAL OF REQUIRED DOCUMENTATION 1. Subcontractor Utilization Form, if poet fs recalved no later 1har) 2:D0 p,m„ on the second 01y business day met or exce-eded: after Iha bid a ening date, exclusive of iho bid opening date. 2. Good Faith Effort and Subcontractor received no later thaan 2:00 P.M., on the second Cily business day Utilization Form, If participalion is less than nllet tho bid opening dale. exclusive of pie bid opening date_ stated ostr 3. Good Faith Effort anti Subcontractor received no later lhan 2,00 p.m., on the second City business day Utilization Forrn, If no Iu SE arfCcl allon: after the hid opanIng date. exclusIva of lire laid o penIn date. 4, Prime Contractor Walvar Form, If you wliI received no Inter than 2:04 p.m., on the secvrid City busines8 day dorm nll subG0ntrEkGUn915UP2ller work: after the Laid opening date exclusive of the bid openinq date. S. Joint Venture Form. If goal Is met or received nu fator than 2:00 p.m., an the second City businness day oxceuded: aflar the bid openijig date a 0isive of the }old openIng slate. FAILURE TO COMPLY WITH TIME OITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, VVJLL RESULT IN THE BID BEING CONSWERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MSE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A4 PERIOD OF ONE YEAR. THREE FAILURES IN A4 FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATJON PERIOD OF THREE YEARS. Any questions, please contact tba MIVVBE Office at (817) 212-2674, Rev. 2110/15 MTTAUHNENT P&2-9 4.- a" $QT�:l 1, TDP fW VAI1LT 514N-L K PfR WANI#U UEVAILS AS INLKAYL-p CN TK EMiisWnQ5 2, PIPE r#y{MATICN RIFMA OH VAULT WOYLL' SPlA4i. 9E 5EAhLEO 41 _M A NCN-5 RlNl{ EVVY o MIr, 3, AU VEtfF P PRgG ;? ALA , 13E 04Ed MTN POrimcTp 4QI W#14G CDAT1N4; A iO ENC lENT OF 'SENT i'IPING %HALL CONMFUA TD S.PEEx CAWN I" Cl 113, OREAKA'NAY COUPLING Y4 EPDXY COATED DUCTILE IRON PIPE AND FITT1NCS ODOR CONTROL SE%t-N VALVE - WAGER 1550 OR EQUAL I'-C" ABOVE FLOOD ELEVATION CALLM QUT Ct4 P&P $HEFT. 4'x4'xS' CONCRETE PAD WIP-1 #4,012" C/O EACH WAY INSERT "' k FLGxfLO A TEE WALL FITTING #" PVC SCH 8O PIPE 1" WIN. OAP 4" RVC TO EAP ADAPTER FERNOO OR APPROVED EOIJA1. N ANHOLE OR JB PER STn DETAIL ODOR VENT DETAIL �a v0l To. SLA].E VENTS TO 9E ADDED TO MANHOLES OR STRUCTURtS AT SZATIONS. I, 3+08 2, I5+b0 i_ .3jS+#2 5. S2+44- 6. afi+9A 7, 75+32 8- 89+32 9. 49+89 ATTAklPNr,WT hA-z-So timcgrrE adt AAR EMT PER SECTM n Od 14 r-..ti 0 UK 1➢ UMI WAM CLCARAN4 r (" N67L (IMN5ONS 'BKWM OLK ROE dINMPA RG44d1nKHT FAR PAYUMT F'Ll5PRDDM CITY OF FORT WORTH. TEXAS REMSM M19.2053 1 RETE ENCA EMENT FOR UTILITY PIPES 133 0 '10-D017 P T'I'hr "mrN„ M1rl7 . 1 � WATERPROOF MANHOLE AND COVER (SEE DETAIL FOUNDATION •,. At. INSTALL PERM 24" DIA MJ PLUG APPRX. 20' LONG 24' DIA. DI PIPE STUB -OUT INSTALL TEMPORARY ` 24" DIA. MJ PLUG (TYP. 2 FOR THIS WYE) ` 24" D14 DI WYE--I WITH FUSION EPDXY BOLT --DOWN COVER INTERIOR LINING DVER 9DES. TO CAVITY ND CIE SEE UDIA PLACEMENT RINGS A: 111407 ELEVATION SWEET STREET ODOR CONTROL UNIT AS MANUFACTURED 13Y CALGON CARBON FRP MANHOLE MUST BE STAMPED ANSI ASTM 0-3753 AND R'JEET ANSI ASTM D-3753 TESTING REQUIREMENTS PRIOR TO INSTALLATION REVISIONS 7/Q OETKAN OAfE I 2 3 err ,ter;• .s lv GEORG£ ::. `ARAH . � 97448....wrri fits ` At _ CONSTRUCTION NOTES NOTE; CONTRACTOR SHALL PROTECT ALL EASWX TREES,FWTARMFENCES, SS NOTE: ALL G WALLS AND L STREET RADR SHALLBE IV AND ATUKS LL DRIVEEWWAAY7RAOg *SHALL BE N07E: C' UNLESS CONTRACTOROSHHALLL MOCAUSE TE DOSTING FENCES AS NDTM TO ONE FEET OF PROPOSED RIGHT OF WAY. THE 00141W=001 SHALL CONTACT THE FOLLOOMG AT LEAST 46 HOURS PRIOR 701 I EKCAVATRNG AT EACH LOCATION: AT&T 1-SO0-B7$-67E1 MIT ROM WAITIi DEPT.-HELP OPERATIDNS (917) 971-82M h y M HLH EAMM. 017) 3M-6272 EXT, =3 ALL OTHER FACILITIES I--800-TXG-TES$ HORIZONTAL 8L VERTICAL CONTROL . I COMPACT TO 95K STANDARD PROCTOR OR USE FLOWA19LE FILL GROUT 24' DIA. DI WYE KOR-N-SEAL BOOT 50"40 MANHOLE RISER �- ll �f �'J622 OR APPROVED EQUAL ary pRoxcr im R PRW4VflI 5WI4-070A4JO-{O1,T09-ODf493 JSTALL TEMPORARY 1l4R AKA 20-'R -440 2050-444 ( 24' DIA MJ PLUG AS4PSC0 NO J2 (iE:F,K,L,Ao JJ (✓,K,Lj C IL 807.99* TRANSITION CITY OF FORT WORTH, TEXAS WATER. DEPARTMENT TI HET DOWELS OR C 24' DIA., CLASS 250. EPDXY LINED. CHOIR BOLTS 1/2' i DIP 20-FT JOINT 60 0.26% SLOPE r MIN. 4 REO'D./MH `-- --- �_ COMPACT TO 95% STANDARD --I-- PROCTOR OR USE FLOWABLE FILL 6' MIN. STONI VERTICAL -SECTION OF TRAW WASTEWATER DIVERSION FROM EAST OF EAGLE MOUNTAIN LAKE DRAINAGE BASIN TO BIG FOSSIL CREEK DRAINAGE BASIN G GRAVITY SEWER SEGMENT t FIBERGLASS TRANSITION MANHOLE DESIGNED: GIF SCALE. GATE: SHEET DRAWN: FJC AS SHOWN NOVEMBER, 2018 41G I V "H1. 1R CH WAL Haifj µ+EH UkS G4OWN J4RE E NINH+U� R�QUII�FLT i:VR PJ41K141 popM,; CITY OF FORTWORTN, TE AB REVISED: 08-79-201 a CONCRETE ENCASEMENT FOR UTILITY PIPES 1 33 05 10-0017 wrT.hr%4mri4-r nn�-11 031 B1 057-01 ADDENDUM NO. 1 TO CONTRACT DOCUMENTS AND SPIR IFICATION9 FOR CITY OF FORT WORTH 000f vuier Oiveretdn From Cagle MounfaIn Lake Orsilnage Basin to Big Foss11 Creek Due Inage BaErin Force Mnin and GraviIy Maln CIty PYc4scl No. 01309 Addendum Relaa�e Date., January '10, 2010 Bid Rooslvsd DateI January 24, 2019 Tfzin addendurn formR part ul Itie r;orrtreat dDcumants' relerormad n4ovo Bind wcriCrea the orT.ghroat Conlraci Dawmamle. Acknowledge receipt of lhiv addendum Ilay slgnfng and atiachIng It W the Canlracl Documants (hnalde cover). Note rraoelpl of IhEi Addendum In the Bart Propona I and an the outer onve rnpo ar your hN, TO, PROSPECTIVE BIDDERS ANO PLAN HOLDERS Tha P;ws. SpeGli+ceiians, imO Contract Domomarlwlshali be modified as requfrad by Ilig following Ite+n6 lied 1-i Speeincallcmta, 00 11 #3 INVITATION TO BIDDERS. DELETE this rmaliin In Iis onrlroty and roplRwd 8s shown In (ATTACHMENT A01-1) r1esrie aQ%nowjedge fesehpt of hha Addendu rn in the folli wWno CoGBUoos; 1) In #IoB apace proyldod below, 2) In the Prvpoaal, Units I a J1: Water and Sanitary r Extenakrr. 3) hndloale In upp�r oeee niters Dn 1he outside of the sealed bid envy lops v "RECEIVED & ACKNOWLEDGED ADDENDUM NO. V Faiiurc to acknov&dpe the rese3pt on Atldaj dum No_ 'I oould auuee lha sub;eat bidder to be aarmldurW 'NON- RESPONSIVE". resulting In digquallficedlon A signed oopy of lNis addendum shahl be placed Into the proglxsal at the lima of bid suhmlgnJ, All Items In c, jnlHol w91h lhls addendum are hereby deleted, THIS AUDENUUM IS MAQE PART OF THE SPECIF ICATIONS ANP CONTRACT DOGIJIVI- fWS, AND S14ALL BE ACKNOWLEDGED ON THE PRIM}OSAI- AND ON THE Sao ENVELOPE. ALAN gLiJMMER ASSOCIATES, INC. 13r' _ . QY4�5q I &J George I. Farah, P. . January 10, 2019 .» 4 of 1 i �...e.......F.................. GE(7RCE h, FAI�A}� .. F...................... �...... i 8 PO seal t :.,-crc��s�-�-•`"' xk WATER DEPARTMENT DIRECTOR CHRIS HARDER, R: Toa Y Tony Sholol .E, Senior Gapllal Projects Oificar (Water 00P1.) Recelpl Acknpwledged: By. Tore Company CITY cF FORT WCRTii Wa51Awatnr Olvarilim From Fapl$ Mouvimin Lnka Dralrioge Be On le RIB F¢5flII Creak Llain mov Gael ri Fame Mar, and Orawlly Main n rx w� C1j�1rY�rePro4001N13-(1(11�1)9 FkwHNomawm.4��+awkPUf0621rgCs7bwAo.mu..dAdd.*hVdi.�r,omlwN,rLl. a n009INI ��. M I — PAGE Iasi 11 11 -1 INVITATION 7"0 BIDDERS p4ge 1 d2 SECTION 00 11 13 Ih VIIATION TO BIDDERS 4 RECEIPT OF REDS 5 Sealed bids far Iho constiuc I!on of Wmlct water Diversion from 11ag1e Mountain Lake Drainage. h B3 sjn to B Ig Fossil wreck Drainage Ba-;Jai, FaTca Mairi and raviLy Main, Proiect No. 01309 Will 7 be r�ceived by [lea City ofFoo Wort 11 Pu rrha s in g -Office: 8 9 City ofFcd Worth lb PurchaRing Divisign 1 I ZOO Texas Sheet 12 Fort. Worth, 'Cexas 76102 13 until 1:30 P.M CST, Thursday, Jiinuary 24, 2019, and bids will be opened publicly and read 14 aloud at 2:00 PM CST hi titre Council C:ham befis. CS 1is GENEI L-DE CRIPTION OF WORT{ t7 The major work w i I I consist of the (approximate) following: 18 • 1 ,810 LF of 35" Sanitory Sewer Gravity main by Open Cut 19 • 480 L V of24" Sanitu Sewer Gravity M ain by Other than Ope.n Cut 20 + 70 LF rif Stccl Casing or Tunnel 1.iner 21 + 13,79U LF of. 24" SoIIita i), Sewer Force MRin by Oper1 Clit 22 * 750 LF o1' 24" 8nitriry Sewer Force Main by Ocher` than Open CuT 23 • '750 LF of36 Steel CAsing or Tulane1 1,irier 24 25 PREQUAL1FIICATfON 2(p The i m proveme, Pits included in Eris project must be perfomied by a contror-tor w1io is p'e- 27 quaiiW by the City at the timu of bid opening_ The procedures for qualification And pre- 28 quiililioadorl are outlined in the Section 00 21 13 —11* s,rRUCTIONS TO BIDDERS. 29 30 DOCUMENT EXAMINATION AND PROCUlLEME TS 31 TJw 13 id d i ng -a I id Contract Documents many be exaInined or obtailied on -Jana by visiting 010 City 32' of ForF Worth's Pur ha.9ing DivIsion websita at Iitlw w.Fcid worlhIoxas_gov/purc:has ing1 and 31 clicking oil the Buz'r_saw Iink to the. advertised project fold?rs on the Clry's Buzzsa w site. The M Contract Documents m�ty be downloaded, viewed, and printed by intewted can Imoors andkr 35 suppliars. The contraetor is required to fill out and notiiriae Ili Certiftcale of Were stcd 36 Parlies Farm 1295 and Ilie -form must he submitted to Rite Project Manag er before the 37 contract will be presented to the City Council. The form can be obtahked at 38 10.tics:/Avwky.ethies'sIate. t1.U0eel 1295,lnru.l3[trt 39 40 Copies of the Bidding and Contract Documents may h purchased from Alan Plummrr 41 Asscciaatc% Inc., 1320 S. tlniVCrSity ❑r., Suite 300, Fail Worth. Texas 76107-5764 42 43 Th3e cost of Bidding and Coin Imct Documcuts is: t 8a of Bidding and Contract Dmi)ments with fUlI size drawings; $120 45 St,t of Bidding and Conilrael D umcnts with half'sizc (if atvajloble) drawui&s: 50100 drawings 46 nvat IFible. A 24-homr notice. must by given to Ilie Engiact r prior to picking tip drawhigs and 47 specifications. CITY OF FORT WORTH FApje MavnMin Lake $wain Smnitury Sc5yce. ZNVarkm I}JpOlfio La Big FG*J C'Mak 8945in STANUARD CDFfYMVCnON SPECIFICATION DOC'UMENT5 CIty PY wl No.:01_109 Rcyiud Dcucmbu22, 2016 p.ipn* wA5 i B'Py7, s&%2_n N'rk prtd:2.3 sp�c&%Fewl t�i�Lino�C+n$doridww4dJaud�imr I �Op 1 k i} iuviwlco Io 17idJao.irn A'I'TJB MINT AD I - I quip r3•� ]NVITA'ITONTOBIPD RS Fagc'I pig 1 2 PREBED CON iEl LI NCE 3 A prehid confer cc may be held as described in Section 00 21 13 - INSTRUCTrO S TO 4 BIDDERS at the following location, data, and time: 5 DATTr: January 7, 2019 6 TIME: 9.30 a.m. 7 PI ACE: 311 Wcst 10"` Street 8 Fort Worth, Texas 76102 9 LOCATION: Traffic Engineering Coin rorcme Room A to 12 CITY' S RIGHT TO ACCEPT Olt RETEk CT BIDS 13 City reserves the right to waive frregvla-diies and to accept or rcjecl gills, 14 15 16 INQUIRIES I7 Al inquiries relative to this procurezeat should be addlr�ssed to -the following: is Alta: Lawrence Ilamilton, P.E., City of Fort Worth 19 rimail; Lavrrona e_Hamilton fbrtworthtex$s.gov 20 Mono 817-392-2626 21 A.N)DJOR 2i Attn, George Farah, P.E.. Aian Plummer Associates, Inc. 23 Email: gfaxah@alraienvvom 24 Phone:.817-806-1700 25 26 AI VERTI EMEl+ rrbA'ITFS 27 December 20, 2018 28 Dooember 27, 2018 29 30 END OF SECTION Crr11' bF PORT WOR ni [fig MOLMMIn I.A0 Basin S6nlwy' si wrr Djvpx fln lei Ce t !O Big Aii1 Creek $gain STANDARD CONSTRUMON SPEC. If' [CATION i " WWM MY YrgI=k N(],; 1)1307 INVI:00 MM-Onha A:41h Yrygq�t�u1�31�UF7UIL704hkPMA)-34P CSl fwlC,umldns�AdJendi dden�un_FW411 t$_I"hmiwilupiUd i&p ATTAC1'll4 Ut Fr AD I -I FORT WORTH, ............ City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 -1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 f ` SECTION 00 00 00 TABLE OF CONTENTS Division 00'- General Conditions 00 05 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 invitation to Bidders 0021 13 31 y c Instructions to Bidders n.. eegjee+ Sehea„I. vv-✓=-rs--- 00 00 32 15 E+ 4 r- Construction Project Schedule 2 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders PrequaliFcations' 00 45 12 Prequalif cation Statement 0045,13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond ... ..._ 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01- General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Pro j ect Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 5713 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised February 2,2016 FAprojects103181057-0112-0 Wrk Prod52-3 SPECS1Conformed100 00 00 Table of Conteats.docx 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 01 7719 Closeout Requirements 01 7823 Operation and Maintenance Data 01 78 39 Project Record Documents Technical Specifications which have been modified by the Engineear. specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions 0241 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 0241 15 Paving Removal (By Reference) Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03-80-00 � r di tions + Byd Ling r,.neF to rt_ a t, fes �rxvcrrracuczvasca �scn�urttrrctc-�attti'C�t Division 26 - Electrical 260500 00 e lc .,.,ram Fleetrieal 260543 UfidefgFeund Due4s ajid u.,....wa for- N +.. 3 c t Division 31 Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 3l 23 23 ....-- -BeFF9 V 312400 >v.,..,..,,..t.•....e1#8 31 25 00 Erosion and Sediment Control 31 36 00 Gab 31 3700 Riprap .-Division_32 _- Exterior Improvements -- 3201 17 320i 1g Permanent Asphalt Paving Repair (By Reference) Temporary Asphalt t Paving Rep .. 32 01 29 Concrete Paving Repair (By Reference) 32 11 23 Flexible Base Courses (By Reference) 32 11 29 321133 Lime Treated Base Courses (By Reference) Cement TFeated Base CeuFses 32-ii 37 -Liquid T-feated Soil StabihiseF Asphalt Paving (By Reference) Asphalt Paving Cfaek SealaRts 32 12 16 32 Q 73 32 13 13 Concrete Paving (By Reference) 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps (By Reference) 32 17 23 Pavement Markings CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised February 2, 2016 Faprojects103181057-0112-0 Wrk Pro62-3 SPE-MConformed100 00 00 Table of Contents.docx 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 3231 13 Quga >ae,;,.es ,,,,.a Gates 32 31 26 Wire Fences and -Gates 32 32 i 3 Cast in plaeB-C-tmm—b'1=et@ Retaining vja4s 32 9 4_Q Topsoil Naee,Y.ent a -ad Finishing of 11.,;-lcways . 32 92 13 Hydro -Mulching, Seeding, and Sodding (By Reference) 32 93 43 Trees and Shrubs (By Reference) Division 33 - Utilities 33 01 30 -Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 10 3304 11 TJ 'Z Joint Bonding and Electrical Isolation C C t, 1T tSt t' cozi o �ioirca� Lx�vrrc�m�ccscivaS i.[gaesium AaedGCiCLF[QR:Se.ATC/LGG[leIl "L7ySLGlII 330430 3304 40 33 04 50 Tempemr-y Water- Gleaniag aad A ,. t, e Testing of WateF Mains Cleaning of Sewer Mains 3305 10 330512 Utility Trench Excavation, Embedment, and Bacldill Water- Line Low 33 05 12 3305 13.01 FfaE e, Cover- and Gmde RingsCastItEe Frame, Cover and Grade Rings -Composite 3305 14 ,1 6 33 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade G 9 eFete'lxT.,ter- [T.,,,its 05 3305 17 Concrete Collars 33 05 20 33-05 2i Auger Boring T,...,e1biaff plate. 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 1110 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 3311 12 33 1i3 Polyvinyl Chloride (PVC) Pressure Pipe Pipe Bar _"'1 - Steel '<y4in Q,..erete Pfess Type 33 11 14 33T21 33 Q 1 1 331220 — 33Q 23 33 19 �!s 33 i2 30 ure e _arp e� er Bur -:ea Steel Pipe a >: a Water aeavavea r iaerrcoz zaerr Large Water Meter3 Resilien4 Seated Gate o'L4ve nil WA Rubber- ber- Seated B„tterfly Valve� Comeetion to Existing Water- Mains C b.' .,t;e. Air- Valve Assemblies � Ratable Wa4er SyiAe., � r��v-cvzTzvzzzcsczv 331240 33 Q <n 331260 333112 �.icamiicsizrrrvcc[o7[G�i-ccLuz-ay�cGm� s Fife a ,dfa is WateF S.,nVle Stafiens StandafdBlow egLrPe Assefal'JFp Cured i nlaea Pipe (GW) 33 M 1 Z _Fiberglass Rei• f Pipe for G 4y g.,,,..tar-y Sewers ree.a fa CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised February 2, 2016 F:lproJws103161057-014Z-0 Wrk ftdQ-3 SPFCS%Cnnf6rmed100 00 00 Table of Contmts.do 00 00 00 - 44 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 333930 Fiberglass MarJ+eles 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Viewer Structures. �rI 4pe f - ,..-.�, S+ ✓✓ al1i 111�u i�y11�A4'' l _ - _ 334ti',CC l!�r 0 Sub d fai g - 334602 en 334920 Gtffb alld Drop IF, Division 34 - Transportation 34-41-10 - T.a ffi . S;,.na4s 34 41 10.01 ARaebmenl A r,...trol ef- C;abirA 34-41 10.2 4tta.6hment14 Een& of SpeeifleatieRemoving Uaffielg�gaals 34-41:2041- 34-4-1-20.03ResidwAial LEDReade .. 34 4130 Ahtmimam Sig 3471 13 Traffic Control CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised February 2, 2016 F:lpraje tsV03181057-0]U-0 Wrk Prad12-3 SPHCS\Conformed100 CO 00 Table of Conteats.do" 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://prof ectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20_ %20Constnicti_on%2ODocuments/Specifications Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.1) Minority and Women Owned 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 Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised February 2, 2016 F-.'VojectA03l81057-01V-0 Wrk ProdV-3 SPECS1Confb med100 00 00 Table of Contenis.docx City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/512019 - Ordinance No. 23583-03-2019 & Resolution No. 5063-03-2019 DATE: Tuesday, March 5, 2019 REFERENCE NO.: **C-29052 LOG NAME: 60WWDIVERSION-MOUNTAiNC SUBJECT: Authorize Execution of a Contract with Mountain Cascade of Texas, LLC, in the Amount of $7,497,947.00 for the Wastewater Diversion from East of Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Project, Provide for Project Costs for a Project Total in the Amount of $9,774,000.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICTS 2 and 7) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt for the Wastewater Diversion from East of Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Project; and 2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water and Sewer Commercial Paper Fund in the amount of $8,403,638.00 for the Wastewater Diversion from East of Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Project; and 3. Authorize the execution of a contract with Mountain Cascade of Texas, LLC, in the amount of $7,497,947.00 for Wastewater Diversion from East of Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin (City Project No. C01309). DISCUSSION: This Mayor and Council Communication provides for the construction of the Wastewater Diversion from East of Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin project. The project was advertised for bid on December 20, 2018 and December 27, 2018 in the Fort Worth Star - Telegram. On January 24, 2019 the following bids were received: BIDDER AMOUNT 11TIME OF COMPETION Mountain Cascade of Texas, LLC 11$7,497,947.00 1280 Calendar Days S. J. Louis Construction of Texas, Ltd. $8,396,040.60 Bar Constructors Inc. $8,498,903.00 Condie Construction Company $8,506,369.00 Thalle Construction Co., LLC $8,993,415.50 Jackson Construction, Ltd. $9,856,695.00 Ariz Contracting Services, LLC $10,108,260.00 http://apps.cfwnet.org/ecouncil/printme.asp?id-26814&print=true&DocType=Print 3/7/2019 In addition to the contract cost, $680,753.00 is required for project management, inspection and material testing and $224,938.00 is provided for project contingency. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one - percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short- term financing source, another funding source will be required, which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2018-2022 Five Year Capital Improvement Plan on September 26, 2017. This City Council adopted plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue -supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Construction of the project is anticipated to commence in March, 2019 and be completed by February, 2020. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project will have no impact on the Water Department's Operating. Budget when complete. MIWBE Office — Mountain Cascade of Texas is in compliance with the City's BIDE Ordinance by committing to 8% MBE participation on this project. The City's MBE goal on this project is 7%. The project is located in COUNCIL DISTRICTS 2 and 7. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in Water & Sewer Commercial Paper Fund for the Wastewater Diversion from East of Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin. The Water and Sewer Commercial Paper Fund includes authority of $150,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer, the balance will be $67,212,191.00 for future capital projects. Funding for the Wastewater Diversion from East of Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin project is as depicted below: FUND Existing Appropriations Additional Appropriations Project Total* Water & Sewer Bond 2017A - Fund 56011 $1,133,155.00 11 $0.00 $1,133,155.00 Water Capital - Fund 59601 $5,207.001 $0.001F $5,207.00' Sewer Capital Legacy - Fund 59607 $232,000.00 $0.00 $232,000.00 &5Commercial Paper - rFu56016 $0 00$8,403,638.00 638.00 $8,403,nd Project Total $1,370,362.00 $8,403,638.00 $9,774,000.00 * Numbers rounded for presentation. http://apps.cfwnet.org/ecouncillprintme.asp?id= 26814&print true&DOeType=Print 3/7/2019 FUND IDENTIFIERS (FIDs TO Fund Department ccoun Project ctivity Budget Reference # moun ID ID JProgram Year Chartfield 2 FRO nd Department ccoun Project Prog ID I ID Budget Reference # mou Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Lawrence Hamilton (2626) ATTACHMENTS 1. 60DIVERSION MOUNTAINC Map01-Revised.pdf (Public) 2. 60DIVERSION M0UNTAINCMap02-Revised.pdf (Public) 3. 60DIVERSION-MOUNTAINC Compliance Memo (1).pdf (CFW Internal) 4. 60DIVERSION-MOUNTAINC FID Table.Pdf (CFW Internal) 5. 60DIVERSION-MOUNTAINC Form 1295 2019-451338 Redacted.pdf (Public) 6. 60DIVERSION-MOUNTAINC SAM.pdf (CFW Internal) 7- 60VANDIVERSION-MOUNTAINC Reimb resolution.docx (Public) 8. 60VVWDIVERSION-MOUNTAINC 56016 A019.docx (Public) http://apps.cfvmet.org/ecouncil/printme.asp?id-26814&print=true&DoeType=Print 3/7/2019 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of I 1 SECTION 00 05 IO 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 END OF SECTION CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 F:Lprciects1 IST57-0112-0 Wyk Pmd%2-3 SPECSTbial Combined\Div 00-General Conditions100 05 10 mayor and Couneil Communication(M&C).doe f 000515-1 ADDENDA Page 1 of 1 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 I9 20 END OF SECTION CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 FAprojec1s503181057-0152-0 Wrk PmM-3 SPECSTinxl CombincdWiv 00-General Conditions= 05 1 S AddendaAoc QOI113-I JNVITATIDN TO BIDDERS pagro I of SEMON 00 11 13 2 ERV1TATION TO BIDDERS 4 RECEIPT OF BEDS 5 Seated Kids for the comtruction of Wastewater Inversion from Eagle Mountain Lake Drainage: G Basin to 13ig FoiWl 0PA Drainage Be 6n, Force Main and Gravity Main, Projed No, 01309 will 7 be re:ce ivcd by the City of Fort Worth P rcha6i3g Of#'m 8 .9 City of Fort North 10 purchasing Division 11 200 Texat Stmi 12 Fort Worth, Texaa 76102 13 until 1:30 P.M. CST, Thursday, January 24, 2019, and bids will be opened pt;bliciy and read -14 aloud at 2;00 PM CST in #lie Council Chwnbm. 15 16 GEN AL DESCREPnON OF WORK 17 The major work will consist of the (appraxirmate) followix g: S • 12,810 IX or " Sanitary Sewer Gravity Fain by Open Cut 19 a 480 LF of 24" Sanitary Sever 0ravity+ Main by Other than Open tout 20 ■ 70 LF of Steel Casing ar T�innel Liner 21 • 13,790 LF of 4" Sanitary Scwcr Force Main by Open Gut 22 • 750 LF of 24" Sanitary Sewer Force Main by Other than Open C.'u1 23 = 750 LF o€'36". Steed Casing or Tunnel Liner 24 25 PRE QUALWICA110N 26 The: improvements included in this project must be WoTmud by a centraotor who is pre- 27 qualified by the City act the time of bid opening, The proccdure!s for t uali$dation and pre- 28 qualification are outlined in the -Seofien 00 21 13 — INSTRUCTIONS TO BTDDERS. 29 30 DOCUME, NT IR A MINA'i 7ON AND PROCVRIEJV1ENTS 31 The Bidding and Contract Doaumints may be examined or obtained olAiIIC by visiting the City 12 of Fort orth's Furcbasing Division wehshe at Imp :llwww_forrwortbtexas,gov/purchasing/ and 33 clicking oD the Ruaxsaw link to the advertised project folders on the City's Buzzsaw Gift. Tile 34 Contract Documents may be dowWvaded, viewed, and printed by interrestcd cammotora and/or 35 &uppliera. The contracto1' h required to Jill out and nalarize the: Cerdficate of intel-ested 36 Psrt#eti Form 1295 and the form mu t be imbinitted to the Project Manager be€ore the 37 coiatract will be presented to the City tronnefl. The form can be obtained at 38 Itttps:llvww.etlzicr.s t ate.tx.usltec1129-Iufa.leim 34 40 Copies of the Bidding and Contract Docamc n may be purchased From Alan Plummer 41 Associates, Inc,, 1320 S. I,Jnivemily Dr., Suite 300, Fort Worih, Texas 76107-5764 42 43 The cost or Bidding and Contract Documcnts ia: 44 set of Bidding and Contract Dacuments wifli full size drawings, $120 45 Set of Bidding and Contract Documents with half si?c (if available) drawings: $50.00 drawixeHa +lei available. A 24-pour notice must be given to the En&e:er prior to picking up drawings and 47 speoifications. CrrY OF-FQKT WORTH Jpjasia MouneaW Lake Bunn gam " Sewer JDl 62h aFlpolne Io Big Fm311 Creek Ma WANDARD CONSTRUL-rMN SPECIFICATION I=UMENTS City Froj[at No.: e)F 309 Rev€�Cd Dex ter 22. MI6 F,.VVJMVNI]]RM7.01V-D APmd5tj$fF.CEMndf,6miie.&AddmaibMirendm_I=II!]_inrilmikaCnR1d*",dM ATTACIDAGW AD I -I 1 2 3 4 5 6 7 8 9 14 1i 12 13 14 35 16 17 18 M 2Q 21 22 23 24 25 26 27 29 N. 30 wit 13 - 2 JNWI A'J ION TO BIDDERS Pu%a 2 of 2 PRE BE[) CONFERENCE A prebid cotifercnec may be held as deacrihed in Sermon DO 21 13 - NSTRUCTIONS TO BIDDERS at the following looaio3i, date, and time: DAM January 7, 2019 112VIE; 9.30 a.m. PLACE: 311 West 10"' Street Fort Worth. Texas 76102 LOCATIOM Traffic Englnue ri g Conference Roam A ITY'S RIGHI" ll'O ACCEPT OR MECT 13WS City regcrvw thaiigbt to waive irregularities and to accept cr reject bids. INQUnUES All inquiries retative le this prowr=cnt should t e addressed to the fnllowffig: Alin: Lawrenot Hamilton, V .B., City of port Worth Email: L aw=niDrJ-Iamiltt>IJ3 a fertworthtcxas.gov Phase: 817-392-2626 AND/OR Attu. Ciccrgc Farah, P.E., Alan Plummer Associates, lnc, Email, gfarah(*paicnvx*m Phone; 817.806-1700 AD ERTI EMEI' T DA'CE Dctdmber 20, 2018 December 27, 20 18 END OF SECTION f'rl'Y C1F FORT wok'T51 Rm& Moues Luke Basin Sudimy Scwcr Mvptiun NpOilnem Big Fail CT=k 21min STANDAltl:] JCC}1wJ5TRi-CrlON SPECIFIC AIION D0CUMFWFS City FMJMt Nfk- OhO9 Rc hedDecanba22,20tb FtrvJ&nW316'A541IJ-6 Wik' N012-35PBLST d o5m6lw,"dtlo LLdkA tPndq n I 11 13 %YJwidu w BLMf &a ATTA .I t ADI-I 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 4 1. Defined Terms 6 l .1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 7 00 - GENERAL CONDITIONS. 9 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation. as hereinafter provided) makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified (even if inadvertently opened) shall not be considered. Prequalif cation 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving -- Requirements document located at; 41 https://proj ectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%2OP_requalification/TPW%2OPaviii 43%20Contractor%2OPrequalification%2OProgranypREQUALIFICATION%2OREQ 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised October 31, 2018 FAprojects103185057-0112-0 Wrk PmdV-3 SPLCSTF ial CombinedOiv 00-General Conditions500 21 13_Instmaions to Elidders.doc 0021 13 -2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 2 h!Ws.//i)rojectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 3 %20Construction%2ODocuments/Contractor%2OPre ualification/TPW%2OPavin 4 %20Contractor%2OPre ualif cation%2OPro ram/PRE UALIFICATION%20RE 5 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF? ublic 6 7 3.1.3. Water and Sanitary Sewer — Requirements document located at; 8 ht sill rojec oint.buzzsaw.com/fortworth ov/Resources/02%20- 9 %20Construction%2ODocuments/Contractor%2OPre ualification/Water%2Oand%2 10 OSanita %20Sewer%2OContractor%20Pre ualification%2OPro am/WSS%20 re 11 gual%20requirements.doc?public 12 13 14 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 15 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 16 45 11, BIDDERS PREQUALIFICATIONS. 17 18 3.2.1. Submission of and/or questions related to prequalification should be addressed to 19 the City contact as provided in Paragraph 6. L 20 21 22 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 23 bidder(s) for a project to submit such additional information as the City, in its sole 24 discretion may require, including but not limited to manpower and equipment records, 25 information about key personnel to be assigned to the project, and construction schedule, 26 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 27 deliver a quality product and successfully complete projects for the amount bid within 28 the stipulated time frame. Based upon the City's assessment of the submitted 29 information, a recommendation regarding the award of a contract will be made to the 30 City Council. Failure to submit the additional information, if requested, may be grounds 31 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 32 notified in writing of a recommendation to the City Council. 33 34 3.4. In addition to prequalification, additional requirements for qualification may be required 35 within various sections of the Contract Documents. 36 37 3.5. Special qualifications required for this project include the following: 38 39 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 40 41 4.1. Before submitting a Bid, each Bidder shall: 42 43 4.1.1. Examine and carefully study the Contract Documents and other related data 44 identified in the Bidding Documents (including "technical data" referred to in 45 Paragraph 4.2. below). No information given by City or any representative of the 46 City other than that contained in the Contract Documents and officially 47 promulgated addenda thereto, shall be binding upon the City. 48 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crock Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised October 31, 2018 Mprojecls\031M057-0112-0 Wrk ProdV2-3 SPECWinal Cowbme&Div 00-Gencral CondilionsW 21 13 hstraeGam in Bidders.doc 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 2 site conditions that may affect cost, progress, performance or furnishing of the 3 Work. 5 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 6 progress, performance or furnishing of the Work. 7 8 4.1.4. Be a&ise C t,. in •••,`�•7 nee •:'M T4tle V! of'the Civil1Jighis A et of 1964, 73 11, lliL Y, i u�4Viu VV v i 4 Y i Vx iR.V , 9 , Code of Fedefal Regalatief*, 10 nopaFtment of T-FanspeFtafief Subti4e n Of -gee of t>1 c,,e fet »-.. PaA 21, 11 12 TrulVlVftLLtion issued JUisoa�4 to seeA 4t, hereby notifies all bidders that it tt 13 , 14 mineFity business a to,.v rises ,roll be afforded full , oft,,,1:ty t submit bids 15 fespense to this inv4tatien and will iiat be, discriminated against en the gretmds -of 16 , 17 18 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 19 contiguous to the Site and all drawings of physical conditions relating to existing 20 surface or subsurface structures at the Site (except Underground Facilities) that 21 have been identified in the Contract Documents as containing reliable "technical 22 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 23 at the Site that have been identified in the Contract Documents as containing 24 reliable "technical data." 25 ( 26 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 27 the information which the City will furnish. All additional information and data 28 which the City will supply after promulgation of the formal Contract Documents 29 shall be issued in the form of written addenda and shall become part of the Contract 30 Documents just as though such addenda were actually written into the original 31 Contract Documents. No information given by the City other than that contained in 32 the Contract Documents and officially promulgated addenda thereto, shall be 33 binding upon the City. 34 35 4.1.7. Perform independent research, investigations, tests, borings, and such other means 36 as may be necessary to gain a complete knowledge of the conditions which will be 37 encountered during the construction of the project. On request, City may provide 38 each Bidder access to the site to conduct such examinations, investigations, 39 explorations, tests and studies as each Bidder deems necessary for submission of a 40 Bid. Bidder must fill all holes and clean up and restore the site to its former 41 conditions upon completion of such explorations, investigations, tests and studies. 42 CITY OF FORT WORTH Eagle Mountain Take Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised October 31, 2018 F:%projects103t81057-OtV2-0 Wrk ProdV-3 SPF.CS%Final Com6inedlbiv 00-General Conditions100 21 13_Insimctions to ltidderSADC 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 2 cost of doing the Work, time required for its completion, and obtain all information 3 required to make a proposal. Bidders shall rely exclusively and solely upon their 4 own estimates, investigation, research, tests, explorations, and other data which are 5 necessary for full and complete information upon which the proposal is to be based. 6 It is understood that the submission of a proposal is prima -facie evidence that the 7 Bidder has trade the investigation, examinations and tests herein required. Claims 8 for additional compensation due to variations between conditions actually 9 encountered in construction and as indicated in the Contract Documents will not be 10 allowed. 11 12 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 13 between the Contract Documents and such other related documents. The Contractor 14 shall not take advantage of any gross error or omission in the Contract Documents, 15 and the City shall be permitted to make such corrections or interpretations as may 16 be deemed necessary for fulfillment of the intent of the Contract Documents. 17 18 4.2. Reference is made to Section 00 73 00 -- Supplementary Conditions for identification of: 19 20 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 21 the site which have been utilized by City in preparation of the Contract Documents. 22 The logs of Soil Borings, if any, on the plans are for general information only. 23 Neither the City nor the Engineer guarantee that the data shown is representative of 24 conditions which actually exist. 25 26 4.2.2. those drawings of physical conditions in or relating to -existing surface and . 27 subsurface structures (except Underground Facilities) which are at or contiguous to 28 the site that have been utilized by City in preparation of the Contract Documents. 29 30 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 31 on request. Those reports and drawings may not be part of the Contract 32 Documents, but the "technical data" contained therein upon which Bidder is entitled 33 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 34 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 35 responsible for any interpretation or conclusion drawn from any "technical data" or 36 any other data, interpretations, opinions or information. 37 38 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 39 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 40 exception the Bid is premised upon performing and furnishing the Work required by the 41 Contract Documents and applying the specific means, methods, techniques, sequences or 42 procedures of construction (if any) that may be shown or indicated or expressly required 43 by the Contract Documents, (iii) that Bidder has given City written notice of all 44 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 45 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 46 etc., have not been resolved through the interpretations by City as described in 47 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 48 and convey understanding of all terms and conditions for performing and furnishing the 49 Work. 50 CITY OF PORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised October 31, 2018 F:lprojects10318\057-0112-0 Wrk Pmdl2-3 SPECSTmal CnmbinedOiv 00-General Conditions100 21 11 Instructions to ©iddm.dac 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 2 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 3 Paragraph 4,06, of the General Conditions, unless specifically identified in the Contract 4 Documents. 6 5. Availability of Lands for Work, Etc. 7 8 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 9 access thereto and other lands designated for use by Contractor in performing the Work 10 are identified in the Contract Documents. All additional lands and access thereto 11 required for temporary construction facilities, construction equipment or storage of 12 materials and equipment to be incorporated in the Work are to be obtained and paid for 13 by Contractor. Easements for permanent structures or permanent changes in existing 14 facilities are to be obtained and paid for by City unless otherwise provided in the 15 Contract Documents. 16 17 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 18 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 19 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 20 the award of contract at any time before the Bidder begins any construction work on the 21 project. 22 23 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 24 way, easements, and/or permits, and shall submit a schedule to the City of how 25 construction will proceed in the other areas of the project that do not require permits 26 and/or easements. 27 28 6. Interpretations and Addenda 29 30 6,1. All questions about the meaning or intent of the Bidding Documents are to be directed to 31 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 32 received after this day may not be responded to. Interpretations or clarifications 33 considered necessary by City in response to such questions will be issued by Addenda 34 delivered to all parties recorded by City as having received the Bidding Documents. 35 Only questions answered by formal written Addenda will be binding. Oral and other 36 interpretations or clarifications will be without legal effect. 37 38 Address questions to: 39 40 City of Fort Worth 41 200 Texas Street 42 Fort Worth, TX 76102 43 Attn: Lawrence Hamilton, P.E., Water Department 44 Fax: 817-392-8195 45 Email: Lawrence.hamilton@fortworthtexas.gov 46 Phone: 817-392-2626 47 48 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised October 31, 2018 Bprojcas5031 M057-01U-0 Wyk Pmd12-3 SPECSTinal CombinedlDiv 00-Gcnecal Conditions= 21 13 instmctions to Biddemdoc 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 2 City. 3 4 6.3. Addenda or clarifications may be posted via Buzzsaw. 5 6 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 7 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 8 Project. Bidders are encouraged to attend and participate in the conference. City will 9 transmit to all prospective Bidders of record such Addenda as City considers necessary 10 in response to questions arising at the conference. Oral statements may not be relied 11 upon and will not be binding or legally effective. 12 13 7. Bid Security 14 15 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 16 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 17 the requirements of Paragraphs 5.01 of the General Conditions. 18 19 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 20 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 21 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 22 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 23 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 24 other Bidders whom City believes to have a reasonable chance of receiving the award 25 will be retained by City until final contract execution. 26 27 8. Contract Times 28 The number of days within which, or the dates by which, Milestones are to be achieved in 29 accordance with the General Requirements and the Work is to be completed and ready for 30 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 31 attached Bid Form. 32 33 9. Liquidated Damages 34 Provisions for liquidated damages are set forth in the Agreement. 35 36 10. Substitute and "Or -Equal" Items 37 The Contract, if awarded, will be on the basis of materials and equipment described in the 38 Bidding Documents without consideration of possible substitute or "or -equal" items. 39 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 40 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 41 City, application for such acceptance will not be considered by City until after the Effective 42 Date of the Agreement. The procedure for submission of any such application by Contractor 43 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 44 Conditions and is supplemented in Section 0125 00 of the General Requirements. 45 46 CITY OF, FORTWORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0 13 09 Revised Octobcr 31, 2018 F:lprojects103 t 81057-0 ft2-0 W rk Pmd12-3 SPECS1Final CornbinedOiv 00-General Conditions100 21 13 lnstr lions to Bidders.doc 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 11. Subcontractors, Suppliers and Others 2 3 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 4 12-2011 (as amended), the City has goals for the participation of minority business 5 and/or small business enterprises in City contracts. A copy of the Ordinance can be 6 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 7 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 8 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 9 Venture Form as appropriate. The Forms including documentation must be received 10 by the City no later than 2:00 P.M. CST, on the second business days after the bid 11 opening date. The Bidder shall obtain a receipt from the City as evidence the 12 documentation was received. Failure to comply shall render the bid as non- 13 responsive. 14 15 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 16 or organization against whorl Contractor has reasonable objection. 17 18 12. Biel Form 19 20 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 21 obtained from the City. 22 23 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 24 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 25 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 26 price item listed therein. In the case of optional alternatives, the words "No Bid," 27 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 28 written in ink in both words and numerals, for which the Bidder proposes to do the 29 work contemplated or furnish materials required. All prices shall be written legibly. 30 In case of discrepancy between price in written words and the price in written 31 numerals, the price in written words shall govorn. 32 33 12.3. Bids by corporations shall be executed in the corporate name by the president or a 34 vice-president or other corporate officer accompanied by evidence of authority to 35 sign. The corporate seal shall be affixed. The corporate address and state of 36 incorporation shall be shown below the signature. 37 38 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 39 partner, whose title must appear under the signature accompanied by evidence of 40 authority to sign. The official address of the partnership shall be shown below the 41 signature. 42 43 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 44 member and accompanied by evidence of authority to sign. The state of formation of 45 the firm and the official address of the firm shall be shown. 46 47 12.6. Bids by individuals shall show the Bidder's name and official address. 48 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised October 31, 2018 P:%projects103181057-01V-0 Wrk PradU-3 SPECSTinal CombineddDiv 00-General ConditionsWO 21 13—Instructions to Biddcrs.doc 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 2 indicated on the Bid Form. The official address of the joint venture shall be shown. 3 4 12.8. All names shall be typed or printed in ink below the signature, 5 6 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 7 which shall be filled in on the Bid Form, 9 12.10. Postal and e-mail addresses and telephone number for communications regarding the 10 Bid shall be shown. 11 12 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 13 Texas shall be provided in accordance with Section 00 43 37 --- Vendor Compliance 14 to State Law Non Resident Bidder. 15 16 13. Submission of Bids 17 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 18 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 19 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 20 envelope, marked with the City Project Number, Project title, the name and address of 21 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 22 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 23 envelope with the notation "BID ENCLOSED" on the face of it. 24 25 14. Modification and Withdrawal of Bids 26 27 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 28 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 29 must be made in writing by an appropriate document duly executed in the manner 30 that a Bid must be executed and delivered to the place where Bids are to be submitted 31 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 32 are opened and publicly read aloud, the Bids for which a withdrawal request has been 33 properly filed may, at the option of the City, be returned unopened. 34 35 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 36 time set for the closing of Bid receipt. 37 38 15. Opening of Bids 39 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 40 abstract of the amounts of the base Bids and maj or alternates (if any) will be made available 41 to Bidders after the opening of Bids. 42 43 16. Bids to Remain Subject to Acceptance 44 All Bids will remain subject to acceptance for the time period specified for Notice of Award 45 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 46 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 47 48 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised October 31, 2018 F_Vptuivas103181057-0112-0 Wrk Prodl2-3 SPECSSFinal Combuicd\Div 00-General ConditionslUU 21 13 Instructions to Biddurs.doc 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17. Evaluation of Bids and Award of Contract 2 3 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 4 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 5 and to reject the Bid of any Bidder if City believes that it would not be in the best 6 interest of the Project to make an award to that Bidder, whether because the Bid is 7 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 8 meet any other pertinent standard or criteria established by City. City also reserves 9 the right to waive informalities not involving price, contract time or changes in the 10 Work with the Successful Bidder. Discrepancies between the multiplication of units 11 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 12 between the indicated sum of any column of figures and the correct sum thereof will 13 be resolved in favor of the correct sum. Discrepancies between words and figures 14 will be resolved in favor of the words. 15 16 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 17 among the Bidders, Bidder is an interested party to any litigation against City, 18 City or Bidder may have a claim against the other or be engaged in litigation, 19 Bidder is in arrears on any existing contract or has defaulted on a previous 20 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 21 Bidder has uncompleted work which in the judgment of the City will prevent or 22 hinder the prompt completion of additional work if awarded. 23 24 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 25 other persons and organizations proposed for those portions of the Work as to which 26 the identity of Subcontractors, Suppliers, and other persons and organizations must 27 be submitted as provided in the Contract Documents or upon the request of the City. 28 City also may consider the operating costs, maintenance requirements, performance 29 data and guarantees of major items of materials and equipment proposed for 30 incorporation in the Work when such data is required to be submitted prior to the 31 Notice of Award. 32 33 17.3. City may conduct such investigations as City deems necessary to assist in the 34 evaluation of any Bid and to establish the responsibility, qualifications, and financial 35 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 36 organizations to perform and famish the Work in accordance with the Contract 37 Documents to City's satisfaction within the prescribed time. 38 39 17.4. Contractor shall perform with his own organization, work of a value not less than 40 35% of the value embraced on the Contract, unless otherwise approved by the City. 41 42 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 43 responsive Bidder whose evaluation by City indicates that the award will be in the 44 best interests of the City. 45 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised October 31, 2018 1':lprojecls%ffl I 057-01 U-0 Wrk i TWU-3 SPECSTinal CombiaedlDiv 00-General CanditionsW 21 13 Instructions to Bidders.doc 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 2 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 3 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 4 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 5 comparable contract in the state in which the nonresident's principal place of 6 business is located. 8 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 9 to be awarded, City will award the Contract within 90 days after the day of the Bid 10 opening unless extended in writing. No other act of City or others will constitute 11 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 12 the City. 13 14 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 15 16 18. Signing of Agreement 17 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 18 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 19 Contractor shall sign and deliver the required number of counterparts of the Agreement to 20 City with the required Bonds, Certificates of Insurance, and all other required documentation. 21 City shall thereafter deliver one fully signed counterpart to Contractor. 22 23 24 25 END OF SECTION CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised October 31, 2019 F:lpmjects103] M057-0t52-0 Wrk ?m&2-3 SPECS\Final Combined0w OD -General Cmrditiona100 2113 ]nsiractions to Bidderadoc N 0031 I5 - 0 ENGINEER PROJECT SCHEDULE Page I of 10 3 n "�1 GENEP.AL 4 5 A. can+;,,,, 7nnt„aes: 6 > status Fopeiting and uAiLAIµ�VAA1V11L Vl L11G ft111GV1 8 9 T--None. 10 G. Related Speeifie4ioii Seefie*s inelude, but limited are not e: 11 r Division 1,Geneml RequifomeWs 12 DPUFP08e 13 , 14 inffast to its in 11u0y "k€j too! 4t- metufe eitizens a manner, #caebieva 3G 1$ 16 of , iapu4 4., r:+- nl 1,.,.+ dw . progress and E�.eE14.1AT3-1��ti�r C ". f l� � manager- ee 7 �7 the life the Data fFam the is in Al of pmjeet. updated pr-ejec4 sehedule *tilized status 18 r-epeA4ng to levels the City the yar4oes ef or-ganizatiefl and eitizenfy. 19 20 This deeumen4 the Gitys eemplemerAs 21 bmi«i^ table vftii r;+. n4 .del; 1"..: vYu.a ib a ub 1 :u s a eY G sehedWes .AVAAv..rLu.V..� ivi Lisc. fveff 22 23 adhems to the eeffWaetual fimeline. 24 25 26 for- ae the Ae M� � �� •„ o e . ele :u updating VYlAls ua ut✓ lab u sohed� an V µuµ ar-in �/A V;.AUA All JLLl4 27 the City. 28 29 30 A. Measwen+&4 and Payffi 31 1. Wor4 this Item is associated with eensider-edpirc of professional erviees and 32 Engi be ; ,,rda- the .,ehe d„le eeF wiI4 oempeHsated ee with of mte, 33 2. Non eemplianov, this spoeifioation is fof City te with grounds wkhheid payment e 34 the Engineer's 35 1.3 REFERENCES 36 37 Eaeh is by the City's pfejeet represented 38 . 39 CfI'Y OF FORT WORTH Fagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised JULY 20, 2018 FAprolects103185057-01\2-0 Wrk rro&2-3 SPECSIConfomc&00 31 15 Engineer Pm, m Schedule.dac 0031 I5-0 ENGINEER PROTECT SCHEDULE Page 2 of 10 1 2 the Engineef will develop a*d for their in main4ain a schedule seepe of wor4 aligfun 3 with the City's 4 each such sehed de .:ill be leveraged integral i the m t4 ee+ and eeeme sto pfej 5 schedule as 4VVied 1p.1Vp1ZAto by the Gity's n, et Go ,t- 1 Specialist and appr-eve 6 by�ho_f ity's Dv.. ;eet Managef 8 1- Master Projeet$ewe 9 10 and milestenes for the �+et �rejest-ase�e E�itisa�Path Method (GPM) based. 11G434 12 13 , 14 15 ap City'sPfejeet Gmtml Speei ist. eke assiped City PfejeA 16 ' 17 18 19 2. Engineer's c hed le AA�1�' 20 The R*gineer- is responsible for- developing -ad for the a maWa44ft a schedule scope 21 of their- eopAmetmual FequkemeMs. The Engineer iswe iBitie4 schedule fe will Em 22 review and acceptance by the City's Pr- et ('.,.,1-w.,1 Specialist and the City's Project 23Engineef's E-flgineef issu scope of work. will 24 ufFen4 aeeafate up"es oftheir- ,a,e&le (Pregress Sehedt e) to the ice,+. ..+ the n . 25 f h u .th t?i: ;uAf m„+ fp. e.i.-Axxcl r WS 27 B. c t,ed e Tieff., 28 , 29 30 "fieFeEI ' approach to for Th align pr-epo- sehe"le with er-ia eashprejest. 31 ' 32 includes 4iat designation the in the Pagineef's 33 wed The following is as and associated requirements ` ' ". 34 35 1 Tier 1; Small Size S heA Duration PFqjeet - and (design net required) 36 The C4y develops Schedule and maintains aMa4eFPFqJeet 37 ' 38 39 the mspeefive pafty on an as iieeded basis.- 40 41 2. T e,.2, Small Size andShort to Me,a;,,,,., nufatio Pfeje + 42 The City develops draintains MasteF Pr-e3eet Schedule for- the The a pfejeet. 43 " » dates key 44 N '. milestone on elements of . their vved- 45 » dates for- such 47 48 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Sig Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised JULY 20, 2019 E:lpmjects103161057-0112-0 Wrk PmM-3 SPEMConformedl00 3 t 15_Engineer Project Schedule.doc 0031 15 - 0 ENGINEER PROJECT SCHEDULE Page 3 of 10 9 PfqJec4 de4vefy for- the City two types below. q:he C utilizes of sehedoles as noted 1 develops and maintains Mastef ' a updatesvGityProjeOManager 12 14 15 f.A!AA}}}ifrlAR1TS!fi 16 The Engineer- develops to the City initial ..,,hedu1e for- th& ...e& , and submits an 17 eligame i thisspeeifieafien. O - -reN4ewed and . epte,l by the Ci.. * with 18 beeomestheBaseline" l,edule is the basis ,..1...,h p ., . s s and agaiR4 all 19 The baseline be them is ed. schedule will updated when a ehange or- additio 20 , and only after receipt of 21 daly isEmed by the City. In the oven. ,.,ogress ; authefized amendmetit sipifleandy 22 behind the City's sehedule, 23 to &61itate-a Ait wxample ex a sehedle more pFaEtieal evaluation of progress. 24 25 . 26 27 28 2. n,.ogress Se edulle 29 The Engimeer ffieif! the to updates 30 sehedule at end of each month Fepr-eseiA 31 in the The the the wer4. 32 updated sehed-i—ile —must aoeufate4y r-eflee4 euffent status of ' 33 34 In the is deemed th sehedule. 35 event a progress sehedule not ameptable, identified by the City 5 days umaeoWablee 36 are within weAEi*g emd-the 37 38 pfovided in Speeifieation 39 Example- 40 41 00 31 15.2 Engineer Pfelea Sehed>le Pfagfess 45 46 CFFY STANDARD SC-14EDULE REQUMEMENTS CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATJON City Project No.: 01309 Revised DULY 20, 2018 FAprojects103181057-0112-0 Wrk Prod52-3 SPECS1ConformeA00 31 15 Engineer Project Schedule.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 003115-0 ENGINEER PROJECT SCHEDULE Page 4 of 10 5 �9,.l1e,l11le Templates The Engineer- i uv i-+labiuvvi will utilize the will µ41; A.LV 411V reloyan4 1LA seetions fFof , the G4y'n templates « ;,le in tl. G4�U.......,.,,.,.....,a.Auge111e114 "m as the basis fiff C170atingo o e pireje Engineer's CL " end " eef ., noted •tee • Neighbor-hoodNeighbor-hood • QWet z res � µl V L��IIOTlZiCGGTf IfAeFsee4iel, Parks ct,11-m 1 > Street Nl �- Traffie ® Wale V' and "utility" The teffiplates idefltified by below. Streets rl.,te i Tmpf, seegeas. are type of aye t i1-,teftanee i4 (ate.) ■ .......... . .......... - l f -MITMilm— _ ....._ CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised DULY 20, 2018 1':lpmjeets103181057-0142-0 Wtk Peod52-3 SPECSIConfotmed100 31 15_Enginar Project Schedule.doc 003115-0 ENGINEER PROJECT SCHEDULE Page 5 of 10 _ . 6 ,D.. WDS Q. m lame,. stand ds f ,. s hel Devet p 7 8 the fafm Work Breakdown Stmeture The A"S is the basis for- of a (WBS). developmen4 the be imbedded depieted in the 9 of sehedu4e aefi"as and shall and 10 11 12 The fellewl the to be fellowed in of standards pmpafing and ffmintainin 13 14 " " Easements" ' " in Seetio 16 and as shown below. t0 1-4 t6 17 r.-r:rr=aaztrv-iscciv4Re5 may - B added —evels m[?Bimiz6datc�� 18 needs of the efgam zatio o o „+ing the :,v & 19 1.4.1 below. Engineer include intefmedW 21 wiH addifienal milestones fepfesenfing 23 24 F. "�-zc4: 25 All4ivAies the diseTete timt the They be afe elements of work make up sohedule. will 26 organized der the WB8. Ail aesefi t r., tunbre.Ha of shoWd adequately 27 in the t4a All , and some eases eMent of aetik4ty. aet"46es 28 logioally tied The to this is fe With a pfedeP.01886F and a sticeessor, only emeepfien fale 29 'r 'r " 30 31 The aeti,�4ty duration is based on the physioa4 afftetwt of wor4 to be peffbfmad faf the 32 , 33 aefiNl4y exellaods 20 days, break that ae4ivi4y down inefemeMally to alehieve this dia"efi 34 eanstraint. Any emeeption-te this requires review and aeeeptancebythe Cam ),''s PPE�ecz 35 CoMfol Speeiali5t. 36 38 , the inipaef is ineofporeted We the pr-eviously 39 aeoepted baseline sehedule as an update, to same to elear4y show impac4 to the proje 40 timeline. The Engineef submits this updated barieline sehedule to the City for Faview and- 41 42 following! 43 44 45 , 46 other -wise appFeved by the Program Managen 47 48 49 . CITY OF FORT WORTH Eagle Mountain. Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised JULY 20, 2018 F.\projeets103181057-0 B2-0 Wyk Prod12-3 SPECSXCuufb mc&fl0 31 15_ligme Project ScheduleAn 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 003115-0 ENGINEER PROJECT SCHEDULE Page 6 of 10 se,1uadWe F., .ill phases V44LiV AVY cf.,1 Aetlyity o f work Na-m—we Design 3020 Awafd 3040 issue 3100 Des;,,,., T1esig, AgFeem Ne1iee Te-A Proceed Design En-i Y;ek ,.ffMeeting Utilities, Water- 3?, Sew > CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised DULY 20, 2018 F:lpmjccts103181057-0112-0 Wrk Prod\2-3 SPECS1Conror e6500 31 15_Engiucer Project Schcdulc.dcc 003115-0 ENGINEER PROJECT SCHEDULE Page 7 of 10 1 3150 Dee.- n,.,,4ew Maefingg;)esi .,., ReN4@.fnee+ing /+ee,,.,.;.,.,11 2 3160 Co,.,duet Tlo.,ig D blie Meeting ##1 l..equii.a 4 , 5 PeAs, Stafm Water-,ater &Sower 6 3250 C.,,,,d„e+ Design D„1.1:e Meeting # 2 !«o,, iFed\ 7 3260- D«el.'.,..;...,•-., Design C,,mplet g SteiTa > > e e f 9 W^+e.. Q Se.: of 10 3330 f ouucct Design D ibrie M eew.g #3 (if eca`�va) 11 3360 Final Design Complete 12 ROW & Easements 13 4000 P40A of Way St 14 4230 >?agM of Way G pled 15 Utility T?.,1....nflo., 16 7000 rr+;lities Start 17 qQQ Utilities r are&G ,mple+e 18 CORStFUCNAH 19 —Bid and Award 20 8110 c+.,, + AdveAiseme + 21 22 8240 n d C +•..,etio� C `v"o'-ui crcv�.^�crc[ccivrrcvanavc 23 Construction ENeeutien 24 8330 ,,, D blie Meeting # 4 We Go*9t,-a fie G..n&4 G n^+..,tc4i 25 8350 r effs+..., etior e+ , + 29 W 50 g ri^+,..,etio,, ram,,,,+, 4 Closed 30 9420 nesig Contract Cl se 31 1.5 SUBMITTALS 32 A Qe,,ed„le 8,,,.,n;+r.,l 1h Review 33Engineer's 34 The Gity's sehedule. 35 the Engineef's 36 to the Gity's suppoft 37 schedule .:.i. A. ofEngineer's .1,mitt,1_ 38 39 , ge ed„le F..,-., -f 40 •�r L, + 1, 1, d 1 + 1 + f +' fi l ., e su�����e���;���;zee����,u�=.tee 41 ' 42 in the leea6oa dedicated for- this identified by th management s)%tem pUT-Pose and 43 146e4 Managen In the the EiflginUff gees PFimamem Dx o, AIS D_,.;oet event net rise 44 45 femat in t4e layout Speeifieation 00 3 1 1 S. 1 Engine eemplianee w" sample (See CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised JULY 20, 2018 F.Ipmjects563181057-0112-0 Wrk PmcIU-3 SPLCS1ConformedY00 31 l5_Enghn Project Sehedule.doe 0031 I5 - 0 ENGINEER PROJECT SCHEDULE Page 8 of I0 4 2. hii' 'tom & Baseline,eheflule 5 The Engineer- will dewlop their- for- thei�- s6edule seope of werk and siabff4t thei t in City's asehedulein V14Ll,l llllll.fefffims noted , the 7 8 m b.T.jw !'the Ao fic�, �u � Hi{+ A 1 V ..F .f.. ard. 9 10 The Gity's 11 tom# ewe alignment h the Eity's :¢fir PfojeetSeacdul,,, ; 1. din 12 13 14 BasehEm Seheuu.e f f fii fe-Aew and aeoeptanee by the City, 15 16 3 Pr,.gFess Sehedul 17 18 19 ' 20 21 22(4y's Pr-qjeet CoFAFel team Progress Sehedu4e for- data 23 reviews eaeb and 24 25 e7e Aes-diree4y w4b the Engineerssehea„lef for- iding The 26 p a 27 ' 28 Speeiahst feview tke Eingineef's 29 pepeffoFmanee a p 30 31 32 33 ale} 34 _ Baseline Cte# d -e 35 a Baseline Finish Date 36 0 ° 37 _ e 38 39 a C.Atl: al P 40 _ n +.hies added ,,r delete a 41 _ 1~"ee. ea Finis1, a e 42 Variance to tke Baseline Finish Date 43 44 45 46 .111:4lRl.T.! S!!T!!R1. to aecompany the .r-egess Sehedftle_ miRal, using t4e stand 0E CITY OF FORT WORTH Eagle Mountain lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised JULY 20, 2018 F;`pmjeclsMIM057-0112-0 Wrk Prod12-3 SPL:CSlCovformed100 31 15_Engiaeer Project Schedule.doc 0031 15 - 0 ENGINEER PROJECT SCHEDULE Page 9 of 10 ( 1 2 to te. 3 0 Re fleet t1,e , oi# stat„s of the „ yr f F the ,-e.,014ifi pe iOd (ineludi g aeti al 4 5 0 Ekplain iwianees Fom the baseliae on ,-Rie 1 path c4iN;tie 6 0 9.,..lai ete.,ti. , .,e ed le e n Bets of ,1e1.,..8 7 .. _ nesil,e_reeevery plans w Ie .,te $ . 9 10 C Submittal DYe PeSS 11 12 the steps out! ad i-4; gpeeiffi—f�e- 883115-.4 EngineeF Prmojec4 Sehe"16 tt , 13 psoess; 14 15 Ci4y, 16 Eiigineen 1$ 1.7 CLOSEOUT SUBMITTALS [NOT USEDI 19 20 4.9 --QUALITY ASSURANCE 21 A. The the Enginee 's Frojeet Schedule Aall t, e a pers md &visi As 22 ill the e ,- t< r ef- 1,ea„les ,.fsimilar , p em ty 23 , 24 updeAed and fevised to aeetffately rmefleet the peFfbmanee of the Efigineef ' 25 wofk. 26 C. The Engh; form the in this sible quality of all submiffels see4ien meeting th 27 2$ 1.10 DELIVERYL, STORAGE, AND HANDLING 1NOT USEDI 29 30 31 1.13 ATTAr>Er IENTC 32 gpe6 00 31 15.1 1~,-.,.; 00F RFE, e t S l,ed„le Baseline >~.,.,,,. p e 33 34 epee 00 31 15.3 frog Reef Wgje t ea„le n'r'egfess Tr.,Frm tive 35 rSpee 0 31-1i 5.4 s �c+e lieeT- p -E�jeet-r]ehedule S 3tl""it4a1 77Feees., 36 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised JULY 20, 20I8 FAprojec[s103181057-01\2-0 Wrk ProdV2-3 SPECSTonfoemed500 31 15_Eugineer Project Schedule.doc 003115-0 ENGINEER PROJECT SCHEDULE Page 10 of 10 ���ItLW��37•�i fr a � 3 4 5 6 7 8 9 10 11 12 13 14 15 16 711 PYmk• . • t CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised JULY 20, 2018 R\projeas\03 1 9\057-0 1\2-0 Wrk Wo82-3 S11HCS\Ccnfomcd\00 3315_Engiu=Ikojecl Schedule.dec 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 00 32 15 2 CONSTRUCTION PROJECT SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Project Schedule 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 D. Purpose I4 The City of Fort Worth (City) is committed to delivering quality, cost-effective 15 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 16 properly structured schedule with accurate updates. This supports effective monitoring 17 of progress and is input to critical decision making by the project manager throughout 18 the life of the project. Data from the updated project schedule is utilized in status 19 reporting to various levels of the City organization and the citizenry. 20 21 This Document complements the City's Standard Agreement to guide the construction 22 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 23 City in project delivery. The expectation is the performance of the work follows the 24 accepted schedule and adhere to the contractual timeline. 25 26 The Contractor will designate a qualified representative (Project Scheduler) responsible 27 for developing and updating the schedule and preparing status reporting as required by 28 the City. 29 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 2. Non-compliance with this specification is grounds for City to withhold payment of 35 the Contractor's invoices until Contractor achieves said compliance. 36 1.3 REFERENCES 37 A. Project Schedules CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised JULY 20, 2018 F:\prcjects\0318\057-0l\2-0 wrk Prod12-3 SPECS1Final ColnbinedWiv 00-General Conditions100 32 15—Construction Project Schedule.doe 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be Ieveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control ,Specialist and approved 8 by the City's Project Manager, 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 29 B. Schedule Tiers 30 The City has a portfolio of projects that vary widely in size, complexity and content 31 requiring different scheduling to effectively deliver each project. The City uses a 32 "tiered" approach to align the proper schedule with the criteria for each project. The 33 City's Project Manager determines the appropriate schedule tier for each project, and 34 includes that designation and the associated requirements in the Contractor's scope of 35 work. The following is a summary of the "tiers". 36 37 1. Tier 1: Small Size and Short Duration Project (design not required) 38 The City develops and maintains a Master Project Schedule for the project. No 39 schedule submittal is required from Contractor. City's Project Control Specialist 40 acquires any necessary schedule status data or information through discussions with 41 the respective party on an as -needed basis. 42 43 2. Tier 2: Small Size and Short to Medium Duration Project 44 The City develops and maintains a Master Proj ect Schedule for the project. The 45 Contractor identifies "start" and "finish" milestone dates on key elements of their 46 work as agreed with the City's Project Manager at the kickoff of their work effort. 47 The Contractor issues to the City, updates to the "start" and "finish" dates for such 48 milestones at the end of each month throughout the life of their work on the project. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised JULY 20, 2018 F:\projects\03 181057-0112-0 Wrk Prod12-3 SPFCSWinal Combined\Div 00-General Conditions100 32 15_Construction Project Schedule.doc 003215-0 CONSTRUCTION PROGRESS SCIIEDULE Page 3 of 10 1 2 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 3 The City develops and maintains a Master Project Schedule for the project. The 4 Contractor develops a Baseline Schedule and maintains the schedule of their 5 respective scope of work on the project at a level of detail (generally Level 3) and in 6 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. 7 The Contractor issues to the City, updates of their respective schedule (Progress 8 Schedule) at the end of each month throughout the life of their work on the project. 9 C. Schedule Types 10 Project delivery for the City utilizes two types of schedules as noted below. The City 11 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 12 monthly updates to the City Project Manager (end of each month) as a "progress" 13 schedule. The Contractor prepares and submits each schedule type to fulfill their 14 contractual requirements. 15 16 1. Baseline Schedule 17 The Contractor develops and submits to the City, an initial schedule for their scope 18 of work in alignment with this specification. Once reviewed and accepted by the 19 City, it becomes the `Baseline" schedule and is the basis against which all progress 20 is measured. The baseline schedule will be updated when there is a change or 21 addition to the scope of work impacting the duration of the work, and only after 22 receipt of a duly authorized change order issued by the City. In the event progress is 23 significantly behind schedule, the City's Project Manager may authorize an update 24 to the baseline schedule to facilitate a more practical evaluation of progress. An 25 example of a Baseline Schedule is provided in Specification 00 32 15.1 26 Construction Project Schedule Baseline Example. 27 28 2. Progress Schedule 29 The Contractor updates their schedule at the end of each month to represent the 30 progress achieved in the work which includes any impact from authorized changes 31 in the work. The updated schedule must accurately reflect the current status of the 32 work at that point in time and is referred to as the "Progress Schedule". The City's 33 Project Manager and Project Control Specialist reviews and accepts each progress 34 schedule. In the event a progress schedule is deemed not acceptable, the 35 unacceptable issues are identified by the City within 5 working days and the 36 Contractor must provide an acceptable progress schedule within 5 working days 37 after receipt of non -acceptance notification. An example of a Progress Schedule is 38 provided in Specification 00 32 15.2 Construction Project Schedule Progress 39 Example. 40 41 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 42 The following is an overview of the methodology for developing and maintaining a 43 schedule for delivery of a project. 44 45 A. Schedule Framework CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised DULY 20, 2018 FAprojects103181057-0112-0 Wrk Prod12-3 SPECSIFinal CombinedlDiv 00-General Conditions100 32 15_Construction Project Schedule.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 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 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 Nortb 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 Natne Format: City Project Number _Project Name_PN_YYYY-MM Example: 101376North 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 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 0 13 09 Revised JULY 20, 2018 F:lprojects103181057-0112-0 Wrk Prod12-3 SPECS1Final Coinbined%Div 00-General Conditions100 32 15 Construction Project Scbedule.doc 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 development process and provide to the Project Control Specialist as part of the basis for 2 their schedule. Variations between the City's calendar and the Contractor's calendar 3 must be resolved prior to the City's acceptance of their Baseline project schedule. 4 5 E. WBS & Milestone Standards for Schedule Development 6 The scope of work to be accomplished by the Contractor is represented in the schedule in 7 the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 8 development of the schedule activities and shall be imbedded and depicted in the 9 schedule. 10 11 The following is a summary of the standards to be followed in preparing and maintaining 12 a schedule for project delivery. 13 14 1. Contractor is required to utilize the City's WBS structure and respective project type 15 template for "Construction" as shown in Section 1.4.H below. Additional activities 16 may be added to Levels l - 4 to accommodate the needs of the organization executing 17 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 18 "Construction Execution" that delineates the activities associated with the various 19 components of the work. 20 21 2. Contractor is required to adbere to the City's Standard Milestones as shown in 22 Section 1.4.1 below. Contractor will include additional milestones representing 23 intermediate deliverables as required to accurately reflect their scope of work. 24 25 F. Sebedule Activities 26 Activities are the discrete elements of work that make up the schedule. They will be 27 organized under the umbrella of the WBS. Activity descriptions should adequately 28 describe the activity, and in some cases the extent of the activity. All activities are 29 logically tied with a predecessor and a successor. The only exception to this rule is for 30 "project start" and "project finish" milestones. 31 32 The activity duration is based on the physical amount of work to be performed for the 33 stated activity, with a maximum duration of 20 working days. If the work for any one 34 activity exceeds 20 days, break that activity down incrementally to achieve this duration 35 constraint. Any exception to this requires review and acceptance by the City's Project 36 Control Specialist. 37 38 G. Change Orders 39 When a Change Order is issued by the City, the impact is incorporated into the previously 40 accepted baseline schedule as an update, to clearly show impact to the project timeline. 41 The Contractor submits this updated baseline schedule to the City for review and 42 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the 43 following: 44 45 1. Time extensions associated with approved contract modifications are limited to the 46 actual amount of time the project activities are anticipated to be delayed, unless 47 otherwise approved by the Program Manager. 48 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised JULY 20, 2018 F:Iprcjccts103181057-0112-0 Wrk Prod12-3 SPECS1Final Combined\Div 00-General Conditions100 32 15_Construction Project Schedule.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 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 WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX:70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XY,.XXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure 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 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised DULY 20, 2018 F:Iprojects103181057-0112-0 Wrk Prod12-3 SPECS%Final Conabined\Div 00-General Conditions100 32 15_Construction Project Schedule.doc 003215-0 CONSTRICTION PROGRESS SCHEDULE Page 7 of 10 1 3020 Award Design Agreement 2 3040 Issue Notice To Proceed - Design Engineer 3 3100 Design Kick-off Meeting 4 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 5 Water & Sewer 6 3150 Peer Review Meeting/Design Review meeting (technical) 7 3160 Conduct Design Public Meeting #I (required) 8 3170 Conceptual Design Complete 9 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 10 Parks, Storm Water, Water & Sewer 11 3250 Conduct Design Public Meeting #2 (required) 12 3260 Preliminary Design Complete 13 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 14 Water & Sewer 15 3330 Conduct Design Public Meeting 43 (if required) 16 3360 Final Design Complete 17 ROW & Easements 18 4000 Right of Way Start 19 4230 Right of Way Complete 20 Utility Relocation 21 7000 Utilities Start 22 7120 Utilities Cleared/Complete / 23 Construction 24 Bid and Award 25 8110 Start Advertisement 26 8150 Conduct Bid Opening 27 8240 Award Construction Contract 28 Construction Execution 29 8330 Conduct Construction Public Meeting #4 Pre -Construction 30 8350 Construction Start 31 8370 Substantial Completion 32 8540 Construction Completion 33 9130 Notice of Completion/Green Sheet 34 9150 Construction Contract Closed 35 9420 Design Contract Closed 36 1.5 SUBMITTALS 37 A. Schedule Submittal & Review 38 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 39 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 40 the Contractor's baseline and progress schedules with the Master Project Schedule as 41 support to the City's Project Manager. The City reviews and accepts or rejects the 42 schedule within ten workdays of Contractor's submittal. 43 44 1. Schedule Format CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised JULY 20, 2018 F:lprojcets\0318X057-0112-0 Wrk Prod12-3 SPECSTinal Combined\Div 00-General Conditions100 32 15_Construction Projcet Schedule.doc 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 The Contractor will submit each schedule in two electronic forms, one in native file 2 format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document 3 management system in the location dedicated for this purpose and identified by the 4 Project Manager. In the event the Contractor does not use Primavera P6 or MS 5 Project for scheduling purposes, the schedule information must be submitted in.xls or 6 .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 7 Construction Project Schedule Baseline Example), including activity predecessors, 8 successors and total float. 10 2. Initial & Baseline Schedule 11 The Contractor will develop their schedule for their scope of work and submit their 12 initial schedule in electronic form (in the file formats noted above), in the City's 13 document management system in the location dedicated for this purpose within ten 14 workdays of the Notice of Award. 15 16 The City's Project Manager and Project Control Specialist review this initial schedule 17 to determine alignment with the City's Master Project Schedule, including format & 18 WBS structure. Following the City's review, feedback is provided to the Contractor 19 for their use in finalizing their initial schedule and issuing (within five workdays) their 20 Baseline Schedule for final review and acceptance by the City. 21 22 3. Progress Schedule 23 The Contractor will update and issue their project schedule (Progress Schedule) by the 24 last day of each month throughout the life of their work on the project. The Progress 25 Schedule is submitted in electronic form as noted above, in the City's document 26 management system in the location dedicated for this purpose. 27 28 The City's Project Control team reviews each Progress Schedule for data and 29 information that support the assessment of the update to the schedule. In the event 30 data or information is missing or incomplete, the Project Controls Specialist 31 communicates directly with the Contractor's scheduler for providing same. The 32 Contractor re -submits the corrected Progress Schedule within 5 workdays, following 33 the submittal process noted above. The City's Project Manager and Project Control 34 Specialist review the Contractor's progress schedule for acceptance and to monitor 35 performance and progress. 36 37 The following list of items are required to ensure proper status information is 38 contained in the Progress Schedule. 39 i Baseline Start date 40 e Baseline Finish Date 41 • % Complete 42 • Float 43 • Activity Logic (dependencics) 44 W Critical Path 45 , Activities added or deleted 46 . Expected Baseline Finish date 47 Variance to the Baseline Finish Date 48 CrrY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised 7ULY 20, 2018 F:lprojects103I81057-0112-0 Wrk Prod12-3 SPECS1Final Cambined\Div 00-General Conditions100 32 15_Con5truction Project Scliedule.doc 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 end of each month to accompany the Progress Schedule submittal, using the standard 4 format provided in Specification 00 32 15.3 Construction Project Schedule Progress 5 Narrative. The content of the Construction Project Schedule Progress Narrative should 6 be concise and complete to: 7 0 Reflect the current status of the work for the reporting period (including actual 8 activities started and/or completed during the reporting period) 9 0 Explain variances from the baseline on critical path activities 10 • Explain any potential schedule conflicts or delays 11 o Describe recovery plans where appropriate 12 • ® Provide a summary forecast of the work to be achieved in the next reporting period. 13 14 C. Submittal Process 15 O Schedules and Monthly Construction Status Reports are submitted in Buzzsaw 16 following the steps outlined in Specification 00 32 15.4 Construction Project 17 Schedule Submittal Process. 18 O Once the project has been completed and Final Acceptance has been issued by the 19 City, no further progress schedules or construction status reports are required from 20 the Contractor. 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] r �.. 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. The person preparing and revising the Contractor's Project Schedule shall be 26 experienced in the preparation of schedules of similar complexity. 27 B. Schedule and supporting documents addressed in this Specification shall be prepared, 28 updated and revised to accurately reflect the performance of the Contractor's scope of 29 work. 30 C. The Contractor is responsible for the quality of all submittals in this section meeting the 31 standard of care for the construction industry for similar projects. 32 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 1.13 ATTACHMENTS 36 Spec 00 32 15.1 Construction Project Schedule Baseline Example 37 Spec 00 32 15.2 Construction Project Schedule Progress Example 38 Spec 00 32 15.3 Construction Project Schedule Progress Narrative 39 Spec 00 32 15.4 Construction Project Schedule Submittal Process 40 f CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 01309 Revised JULY 20, 2018 17:lprcjcets103181057-0112-0 Wrk Prod12-3 SPECSWinal Combined\Div 00-General Conditions100 32 15 Construction Project Schedule.doc 1 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 5 6 7 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH Eaglc Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD SPECIFICATION City Project No.: 0 13 09 Revised .iULY 20, 2018 F:Iprcjects103181057-0112-0 Wrk Prod12-3 SPECS1Final CombinedlDiv 00-Ocneral Conditions100 32 15_Constrnction Project Schedule.doc r 0032 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of 5 1 SECTION 00 32 15.1 2 CONSTRUCTION PROJECT SCHEDULE -- BASELINE EXAMPLE 3 PART1- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a "baseline" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 8 Specification 00 32 15 Construction Project Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised 3ULY 20, 2018 F:lprcjects103181057-0112-0 Wrk Prod12-3 SPECSTinal CombinedlDiv 00-Gencral Conditions100 32 15.I Construction Project Schedule —Baseline Example.doc 0032 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 2 of 5 ------------ F--------- --------- a----•-----._F._._._....}--._._._..{----------{----------F--------•- .-.--_.....{_._......_..*......_._{_._.._._._{_._ I I T1 G. 45 1 I I - i r i C GQ.y i i i rt€ r i 1I ___ -jti — — # - ------------- ..._._._._:;lii � - _._._.._ - - _._....7 - _._.__ -_ :E _.#..__._...1.__'___._.i_.__.----- .. --- --- --------___ ___� _..._ ...................y._. .y 4 m a"�? u u o y'ai d'{i�u a• }}'i •5 {+ {1,!- #N 01t, C. C 0,0. il� il• i 4' I ri 'v� I� I� w i. u u T YF m i i Y. 1•FI Iti .In # I•. ,q1 yo W i �m w, 12 aoo2. �F l�r'. P, �_i :�.n 00O'o mQ h�n�M_:� ad wwnvl; .�l rR.m .y -m ryry11 r} r. x8II +a` c.- V'wq' t pf 0 R 12 9p41 4 m, Y``++ ,W ) YIr '� oQ Yr �r O �a SAr. 7y I fY m' G .y 4b # d 4 w�K a s.13'n � . � a � ;,.: a.� a ii r �y5�}rI w 'n n, :� r. W XY' M i' o 1 ss' 4 �q A r• i �i� `i ;• �l e: `+� :3 :;IFI i. m m •i OU r c`�i c,' F ;+ +r1' IR ��a �+ - 4 q { i '" }i '+r I" �'4 �11i*IIr44�yy i`� 'n Y+ a :IN Y, :" Yj •y 4 •i 1(1 Shr 4 'h� i'l i1 raj T ii �+Pr x+ .. '}� '.I w +h rt a, t xi 4 .i �I �� �1 ` d �I i '•- r Y. M. of � ri av 6 � G 4 �• ,ns ;� E � F :o C A .1 �[ V i �i P% Ra rt Ill t I[1 �'' �` � IN IJ M1 M �f .h tK' z'�� I�'r IN, .x l �i d pI�E:Ar�PSRr� W I R N m L) r.4 ryy +4 I{ YF i1F � CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised JULY 20, 2018 F:Iprojects103181057-0112-0 Wrk Prod12-3 SPECS1Final Combined\Div 00-General Conditions100 32 15.I_Construction Project Schedule —Baseline Example.doc I CQ rr 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE -- BASELINE EXAMPLE Page 3 of 5 C. u 0 u N XY 4 C+ ty 0 m al Ya � 1 r, •�z CIO rJ o fi .. °� m i�r A i m � ,r.7 -a F, _ .i YJ' ./L+ •� t+�. � i%�, m !IT � P'n} p 4� l�pyy W,o m v M- e1 p y N N In •.. ... � 0➢ X• •i •. w [1 W a, ili M W _I ri W J .,�, ,i, T O� 41 [v Of U. V. rV , 41 LA N h 4Y N Sp+�l 4, F N it: Ili rT �Lyr L �d LY �i' n rl Q Q s 4 a y j# it Cj cr o i i N N N N J, 1 4 N r 4Y ��.! 22 + Irnr�� ryry �J n N C1 Sr lJ ' rJ � 19 N 5{ N 1# 11 �l • p� - 'n . +: .� �..1r J '' rig m N ,� �4 _. I t. r. p FC"a V ° Vq y:I un i 52r4 b a, E k] L] V l7 in J cs � r ' P FI n ,y y a DE CA 8 ra ' n N a tl[[a�� o o 'il o�) r_, 1!1.r.',, n Is •, ca n c-+ u �I�[rya1�y1 U m n .N [�` ,.(Vj JJ?', ti ���1 M + X, Vim/ 4N! Yes In A %A CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised JULY 20, 2018 R: prcjects103181057-0112-0 Wrk Prod12-3 SPECS1Final Combined\Div 00-General Conditions100 32 15.1_Construction Project Scbedule_Baseline Example.doc I 003215.1-0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 4 of 5 co i .. ......... — ---------- =4 Q0 k1_0 V-Q 1-4 > 13' Rf a) E CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised =Y 20, 2018 F:\prqJects103181057-0112-0 Wrk Prcd12-3 SPECS\Final Combined\Div 00-General Conditions100 32 15.1 Construction Project Schedule_Baseline Example.doc 0032 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 E 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised JULY 20, 2018 F:lprojects103181057-0112-0 Wrk Prod12-3 SPECS1Final Combined\Div 00-General Conditions100 32 15.1_Construction Project Schedule —Baseline Example.doc fD0 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page I of4 1 SECTION 00 32 15.2 2 CONSTRUCTION PROJECT SCHEDULE —PROGRESS EXAMPLE 3 PARTI- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a "progress" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 C,PW Specification 00 32 15 Construction Project Schedule for details and requirements 9 regarding the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised JULY 20, 2018 F:\prcjccts\03l81057-0I\2-0 Wrk Prod12-3 SPECSIFinal CombinedlDiv 00-General Conditions100 32 15.2—Construction Project Schedule_ Progress Example.doc fOO 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 2 of 4 s a-••-. i _.._..--'..._..__ ?•....._..-• -I I s I ------------ ...... — ' -'-----------'-------------------'----------'----------'-----------'--- i s i s' i i s ram, '1r I i r e r , i r i --------- - ------ !---- ----- L------!- --------- J--- ...... 1_.._.._.......--J........... L.......... .......... L........... L......... J........... 1'-•- • I i T T. r� � ,v la'dip?o'tlq:rp `,If+i rljty..,Diu r4 ,+li{4INltW;pF�fV,+ �� c�iev3[yir{I.,'q {P N IN cv•el u.lr+r,,y 44 tJ`N ` FFTT al I.. ti Sim: M:iw-! {IL; .�wl . w .., til „pli �m �" r ,,.i-,i-1161m .r, r. m m 4 m rix. 4• 4• �i F Sr *may I' F iy i.I lij:s r' T o 6 u GI Jill: i .I �'•r�]{}�yp�}'1I� ` pu O'L - i I'I,I:`. 1 •1 14.E SII I`I r� wi I LV i, irll',a w �i itlr Ertl .il �{&. iY rM 7 W N 1*1 yr W 0 LT uI+d a tr •� �a iir .1 .r; ��t w_ I {' �• I� ;wl kl�'NyNY :.1 N G �. �r. 4.9" E d f 9 :f G t-=] Ij II. a ry—}I F+,a,Q�.o$ff..J I G II. � 4 Ja i I V u p yy 0 Q OL Q� L . i.G 01 N■_Yp*1! G I ii�ry''';�� r ' i ' n'Lr�. ��y ' �.t5' x Ni M rb � i�t t•+ �. U LL CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised IULY 20, 2018 F:lprojects\031M057-0112-0 Wrk Prod12-3 SPECSIFinal Combined%Div 00-Gencral Conditions100 32 15.2_Construction Project Schedule_Progress Example.doc T1 9 OL i f003215.2-0 CONSTRUCTION PROGRESS SCHEDULE -- PROGRESS EXAMPLE Page 3 of 4 r� If. ra la ra b lA �. ^ ff n - - I .... " Ll t,'+'k + . a" I - . C, cj jl m K, rJ ri ' • U D a 0 & b' P. irJ. Oi Ip,. tr P�� Ali .61 u IG fL} (• i{qt �2f71} = 5�,9 A h r•' S it i� N [yS •.�ff„ �I y N i� �� i�F iY N [�` ii r.l N F• y+ fl ��1 �� G .f4 P, f �i �i o t t f1 N r SGM C! i i i4 r ly i.l N N W N .. h j S �• 4? Q y�ry w l4 n+ a aq} ro ... ' m • • w w a• w, m `l ; i Tlv'.$ 3 I�`rt ?fJali. 6 nh f1 r c`Sc�. fS~ v G hi ti P CJ r': r'F �: .C.,moa m�•��.I meG,V ma 'A{ ImGv a [ 4 fnJ F�J Pzn, '�l n -9y N N ry C iI A u ..,o o0 4 ocl G .o?J o ,1.3GGG a anu o� g' i"'2 no n.j _ w 9�"1 laA J J ll �p O iY J �pp 44 I ryN.�.oy2 R"2"f?, ��P2 ,A � u v LI 2 P R a 1. � a YYJJ J G W] L �. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised JULY 20, 2018 F:\prqjects\0318\057-0112-0 Wrk Prod12-3 SPECS1Final Combined\Div 00-General Conditions100 32 15.2_Construction Project Schedute_Progress Example.doc fD03215.2-0 CONSTRUCTION PROGRESS SCHEDULE -- PROGRESS EXAMPLE Page 4 of 4 2 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised JULY 20, 2018 F:lprojects103l K057-0112-0 Wrk Prod12-3 SPECSIFinal CombinedlDiv 00-General Conditions100 32 15.2_Construction Project Schedule —Progress Example.doe 00 32 15.3 - 0 — PROGRESS NARR ATJVF 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) 0. L151 OT aC[fVliles to De accompiisnea 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) G. 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 Construction Project Schedule Narrative Report for CFW Projects TPW Official Release Date: 7.20.2018 Page 1 of 1 F:\projects\0318\057-01\2-0 Wrk Prod\2-3 SPECS\Final Combined\Div 00-General Condition5\00 32 15.3_Construction Project Schedule Progress Narrative.docx 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page I of 7 1 SECTION 00 3215.4 2 CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 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. If you are not a registered CFW Buzzsaw user, please email or contact: Fred Griffin, Buzzsaw Administrator City of Fort Worth Fred. Griffin@fortworthgov.org 817-392-8868 Using your registered username and password log into the City's Buzzsaw Site htt s:ll ro'ect oint.buzzs.aw.com/client/fortworth2ov Navigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 00701-Flaxseed Drainage Improvements project is used for illustration. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised J ULY 20, 2018 F:Iprojects103181057-0112-0 Wrk Prod12-3 SPECS1Final CombinedlDiv 00-General Conditions100 32 15.4_Construction Project Schedule Submittal Process.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 F.� 01 10ry. ;uoe pu U AN M1ole� � fodxmlhgov BIJt[.8� ■ � 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 2 of 7 a. to ;bi ;.t >.lr .4 -:� ' ter I ' M - I t- V4 30701- Flaxseed Ll-"Dge Lmproae e l p Bid Forms di 'J Sid Responses HI'I COnStrUot!Dn ffi-cJ Consultants Contractor Correspondence L j Gene -al Contract Documents and 51 BI 7 j Project Drawings -1 PulAc Meegngs el , I Real Property J UL%es C lk U0705 -Jrban Vlages Central Cluster r- U 00705 -Urban V48ges Central Cluster: Et 007C6 - Urban Wages SE fluster Berry p 007C6 - Urban Villages SE Cluster Near W 00730 - Sanitary Sewer Rehab Cmth .. E 00755 - Mesqute Rd 20U4 CrP Ye&i - i Et 00768 - DH. Rvad - Bryant Irvin to T. p 00778 - Lebow Charnei E�. 00786 - Svmrrer Creek R Sycanwre Sd- &1- 00787 - Granbwy Road - Mtamesa t ` xhedules :ndex.xls r ed Gr',Hn 16,304 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 5-digit Project ID, Project Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00701-FlaxseedDrainagelmprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY MM' for example: 00701-FlaxseedDrainagelmprovements-2009_01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Select ©Aid Document CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised JULY 20, 2018 F:lprojects103181057-0112-0 Wrk Pmd12-3 SPECSTmal CombinedlDiv 00-6eneral Conditions100 32 15.4—Construction Project Schedule Submittal Process.doc 1 2 3 4 5 6 7 R 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE --- SUBMITTAL PROCESS Page 3 of 7 Yew C' A Add + D - 4 2_�O X. ° !ort Draing il� Notre Link 00701 -Flaxseed Drainage ]mprovemerlr Folder IJ Bid Forms • 0 Bid Responses CJ Construction :+ _4 Consultants , i Contractor Q Correspondence ±' rI Genera! Conrad Documents and Sped ._I Project Drawings 3 Cj Publfc Meetings '11 Real Property Ak �?:."� �1 Schedules Index.xis .J Utilities E3 00705 - Urban Yliages Central Cluster Six F v 00705 - Urban Wages Central Cluster Soul t 00706 - Urban Pillages SE Cluster Bury Rji ,� 00706 - Urban Villages 5F Cluster Near Eas 1 '�+r7a 00730 -Sanitary Sewer Rehab Contract LM 4, b�G,� 00755 - Mesquite Rd 274 CIP Year 1(Oes + C� 00768 - Dirks Road - Bryant Irvin to Granbi -4. + 00778 - � ebo:y Chance! -t 00786 -summer Creek & Sycamore School teal., Humor Schedules Index.xls Fred Griffin 16,384 r+Ncrosoft Select Browse and go to the location of the files on your desktop. Select Open i! .1 . ��— «j Q Select documents to add to tr,t project web site. You can also add to a Document Register (optional , j 5elect ij Documents rgr-h r^mment ;Fie Name Ft1e l.acatian _ _ I3•LndiF... Size _.._— ..�_._ ..-- -..._ II "u! --c ! I iohh'ul.,� ' Look in: 7 Desktop i? jMy Documents yindiet MindManaoer Pro 7 MY Computer , Musintotes Player My decent `_ My Network Places I JActive Projects Documents 4- Adobe Acrobat 8 Professional P'8oardingPass.pdf It: 3 Burn CDs & DVDs Buzzsass 2008 # ClearType Tun ng Dewvp ,1 id M2M HILL VPN W Coal Record Edit Pro y jj Crossond PI4P Exam Sim 7.1 I®Fl1eZCa Client Lk- Crystal Reports 2006 'yam Google Earth t DeN Wck Reference Gufde.pdf My Doarmerksryp,HP L� HP Photosmart Express y Disk D&agmenter Photosmart Premier Free Sound Recorder �k if. HP Solution Center )FreeSaundRemrdeLexe T! ,,`;iPassconnert MLaptop5ecudty My Computer Ij. Runes lz'login.]?G Microsoft Visle Version 2002Inside out eBook 6 ?*Ned4eeting My Nehtibdc File name: Paces _ files of type: �A11 Hfes Y - Cancel The file will appear in the Buzzsaw Add to Project — Select Documents window CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised JULY 20, 2018 F:lprojects103181057-0112-0 Wrk Prod12-3 SPECSTinal Combined\Div 00-General Conditions100 32 15.4_Construction Project Schedule Submittal Process.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 Select Next. Do not select Finish at this time. s Select Documents RNnd+. Comment 00 32 15A - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 4 of 7 t;,,','J�ecSdoQ+�mrwuYslr�bur.ra,c+n�fennpw�Gxykke,iall K r , J�W761#i7Yssel�rrG�'Lrcwemenl.�h7Ly3�'an��0e! C'Go�r+e*I�#�-'... i,f�.��. 7h.73Q r. _nW 11 nhhrcaw*i r� I k IHbl t I fi d. r {,.,-L4 1-6p 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 Next. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion. Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised JULY 20, 2018 Faprcjects103181057-0112-0 Wrk Prod12-3 SPECSIFinal CombinedlDiv 00-General Condigons100 32 15.4_Construction Project Schedule Submittal Process.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 5 of 7 Create a comment that becomes the version dewdption and first discussion item for files being added. y This step is optlonal Select Documents jI r Kidd comment to neva ct,discussion r .� ] `a� j I `. AtlaCnrnment I n (J J ' � �8 i $ I f1-=J�. i:---1 s� J I f 4rltlEn-1 Subject: 007a1-FTaxseedDrainageImprovemen -Baseline Baseline schedule Submittal from'Company ]Jame` �. I Contact ]Jame Contact Phone Or Update Schedule Submittal from'Company Name' fnr work performed up to January 31, 20043 Contact Name Contact phone #I 1 e lack Next > Finish J Cancel ) Help ` 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. d 0 scud —.4 W oA.. y,.J t mcl..nere nollM,ny U.- Vr a— new VI u,r l.Itd fJe¢. This ,:iepL nptlannl sNl•re o�.�m�nm coal ent � v.JNl..u.... sub,.-r l`I,nrltletl f � II a CCM rlrwvccd C.z MJ_ f Tonv S.N1. T.T... E. 1=co CF. .. I i 12, Trev sl. S. C. vrrV TI VY Troy l'l . � lz(. s�e..�. varwm... CF.. i Vlc T. 41c � and SF.ecl I WhA Ifnr.. V.'YI O CH. N ., ! v. h—.., G.. Am... N... Ter.,. I W.L. W I... cr J^.J .- Le... ,+cllr Y. F. -1 11f . Ifo. W IJ e. Chl. rV9edAl. M. M. I 401F A4bM A. 1— CM. 118.. JV_1er Sia F � Bred et. F. e. CF. IP. &Il. 'usfer Soul ' :i�arjy rrVJcrl... el rJeal Eab ' Ctlnir' :I U 1•lemlfe, Infonnallon. f nnogicmvl _ to ! II "y frea Gl iffin S ry _. i bEllri Wnye! I CnnlrolE Teas� OK � Ceneel 1 hltlp I i Select the Paste Comment button to copy the Comment into the body of the email CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised DULY 20, 2018 F:Iprojects103181057-0112-0 Wrk Prod12-3 SPECS1Final CombinedlDiv 00-General Conditions100 32 15.4_Construction Project Schedule Submittal Process.doc 1 2 3 4 5 6 7 S 9 10 11 12 13 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE— SIJBMITTAL PROCESS Page 6 of 7 Select Finish. �GQx:emalWu0w--:ymr lme,s*JetFOFCwrWV LciiAloaike3 TIbNbLrrulrtq,hat,al Select Documents [ .Eable� ttach Comment dI J _ 5 I I t O)Xrrll I -rrnail T,p"I Fred {GT!}11r kwil'i, -llion- �i-, I ProjectConfrolsTeam Li(e„ C ASbJact; I)LJnit-FlaxseedD-ailage -iprovene�ts-Hase'�e Rase7oe Sd,ande Subrluttal hnm'Compwy 14" e- :ontact Name .ontactPhone I IJpdabe Schedule Submittal from 'Company Name' far work performed up to January 31, =9 Contact Name !:nntact Phone I E&J: I I F.-M 1 Cancel I -A, The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist, �,li lieN — 'If�1 . I� I++in 0dh90Y =I I I... r.. • 1 i. F � ��YVl-f i•: ee�_'A'arF unproveP{1 4' .1 .I Eid Forms �I Bid Responses J CanatruIt- Co ntractor �j correspondence J General Contract D—ents and Sped �l ProlectOrawings Pubk Meetings T -1 Real Property Sdreddes f= 00701+1axseedOramceImprover ' SdcedWes Index.xls Y I uw ties aaros - urban u apes cena'al cl1®ter s;x r u. 1 C0705 - Jlban Vdlapes Central duster Mw +:61 CUM- Urban Wnes SE Ouster BF-. i � C0796 -urban O.ges SE duster Neaz Pr' ib 00730- SaAtary Sewer Rehab Contr.t tX ;s. 007SS - Mesnulte Rd M04 CIP Year 1(Des *J 00758-ofrlc Road- wyanti—tn Granby t' C0778-EebamCbannel Upload the PDF file using the same guideline. Ir "t 7c 1 ' J 1y - .11 M" d �V S51 17) e. A-: .,tI71V- 14,l0-rl . Fred G06 16,384 M—ft Fxce V1 1'12If2008 - Rtbie Nan... 74,250 %ER File V8=09 4;16 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised 7ULY 20, 2018 R: projeet0318\057-0112-0 Wrk Prod12-3 SPECSTinal CombinedlDiv 00-General Conditions100 32 15.4_Construction Project Schedule Submittal Process.doe 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE —SUBMITTAL PROCESS Page 7 of 7 f i END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised JULY 20, 2018 F:lprojects103181057-0112-0 Wrk Prod12-3 SPECS1Final CombinedlDiv 00-General Conditions100 32 15.4_Construction Project Schedule Submittal Process.doc 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page I of 9 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. r/1 BIDDER; Mountain Cascade of Texas, LLC 11729 East FM 917 Alvarado, TX 76009 END OF SECTION By: Andrew L. McCulloch 126WII Title: Vice President Date: �/zy, q H:ITEXAS BIDS1Ft Worth - Eagle Mt to Big Fossil\Addendum 21Bid Proposal Workbook Addendum 2.xls 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Sewer Force Main, 24-Inch Diameter and Smaller Mountain Cascade of Texas, LLC 1/31/2019 Boring and Tunneling, 36-Inch and Smaller / �G �n f�� /0`It�/� Manhole Corrosion Lining h///(f 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 11729 East FM 917 (Signature) Alvarado, TX 76009 Title: Vice President Date: 01, q /9 END OF SECTION H:ITEXAS BIDSTt Worth - Eagle Mt to Big FossMiAddendum 21Bid Proposal Workbook Addendum 2.xls 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. httr)://www.ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.ustforms/CIS.pdf ❑ CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Mountain Cascade of Texas, LLC By: Andrew L. McCulloch 11729 East FM 917 Signature: i� Alvarado, TX 76009 Title: Vice President END OF SECTION H:ITEXAS BIDS1Ft Worth - Eagle Mt to Big Fossil\Addendum 21Bid Proposal Workbook Addendum 2.x1s For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1J Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B foreach 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, from the vendor? Yes F-1 No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes F� 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. 6 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 ' ow 9 I ,I r r Signature of v or c1bing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11130/2015 00 45 26. 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I I SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it S provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 01309 Contractor further certifies that, pursuant to Texas Labor Code, Section 7 4.06.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 v k 14By: L •fir i 13 Company (Please Print) 14 I f 9 �r +(i $%� Signature: 16 Address 61 17 18 Title: 0/[1f 19 City/Stale/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 ORE ME, t1he, and rsigned au ority, on this day personally appeared 27 , known to me to be the person whose name is 28 subscribed to the fo - oing in trument and acknowledgpd to me that he/she executed the same as 29 the act and deed of `r< r the purposes and 30 consideration therein expressed and to the capacity therein stated. 31 32 GIVEN UN R MY HAND AN SEAL OF OFFICE this day of 33 �Y�% e" . , 20M 34 35 36 37 Notary P bli in and for the State of Texas 724 EN- Idotal Pb38 xas39 END OF SECTION, C;ttin m E :02bi:ut:sry ' 40 CITY OF PORT WORTH Eagle Mountain take Basin Sanitiny Seiner Diversion Pipeline to [rig Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 F. prnjeu ., 018 057-01 3.0 Wrk Prod 2.3 SPECS 11Ina1 Camhincd Die 00.9tncral Conditions 004.5 26_Conimcrot Compliance wilh Workers Cumpensalion Lairdec 0318-057-01 ADDENDUM NO. 1 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH Wastewater Diversion From Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Force Main and Gravity Main City Project No. 01309 Addendum Release Date: January 10, 2019 Bid Received Date: January 24, 2019 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching It to the Contract Documents (inside cover). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. TO. PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Item 1-1 Specifications, 00 11 13 INVITATION TO BIDDERS. DELETE this section in its entirety and replaced as shown in (ATTACHMENT AD1-1) Please acknowledge receipt of the Addendum in the following locations: 1) In the space provided below. 2) in the Proposal, Units I & N: Water and Sanitary Sewer Extension. 3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1" Failure to acknowledge the receipt on 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. All Items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. r° By: George f. Farah, P.. January 10, 2019 p � t Pq �V' OF �Y� -.4,'p,OP 7A 8 ................................ GEORGE 1. FARAH � it .......................... 6......97448 Seal 6t O,•/CENS�'��. �0 CITY OF FORT WORTH WATER DEPARTMENT DIRECTOR CHRIS HARDER, BY : 51.E To Shoiol E. Senior Capital Projects Officer (Water Dept.) Receipt Acknowled d: By: Title Company Wastewater Diversion From Eagle Mountain Lake Drainage Basin to B19 Fossil Creek Drainage Basin Force Main and Gravity Main FlWadsl5318W57-0MDYNAPiodM4 SAECS1Final ComWnsd4HddendaWdondum 1Wddendum_Ldoo City Project No. 01309 ADDENDUM 1 — PAGE 1 0318-057-01 ADDENDUM NO.2 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH Wastewater Diversion From Eagle Mountain Lake Drainage Basin to Big Fossil Creels Drainage Basin Force Main and Gravity Main Sewer City Project No. 01309 Addendum No. 2 Issued: January 18, 2019 Original Bid Date: January 17, 2019 Bid Opening Date: January 24, 2019 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside cover). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as roquired by the following items: Item 2-1 Specifications, 00 00 00 TABLE OF CONTENTS. DELETE the following Specification 00 31 15 ENGINEERING SCHEDULE 33 31 21 PVC CLOSED PROFILE GRAVITY SANITARY SEWER PIPE ADD the following Specification: 33 31 20 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE 33 31 13 FIBERGLASS REINFORCED PIPE FOR GRAVITY SEWERS Item 2-2 Specifications, 00 41 00 BID FORM: DELETE this section in its entirety and replaced as shown in (ATTACHMENT AD2-1) Item 2-3 Specifications, 00 42 43 PROPOSAL FORM: DELETE this section in its entirety and replaced as shown in (ATTACHMENT AD2-2) Item 2-4 Specifications, 00 45 40 MINORITY BUSINESS ENTERPRISE SPECIFICATION: DELETE "%" and INSERT 7%" CITY OF FORT WORTH Wastewater Diversion From Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Force Main and Gravity Main City Project No. 01309 P:hpm;e&M3181057-0112-0 Wrk Prod52-3 SPECSTInal CambinedhMdendvWdendum_ZMdendum 2_dec ADDENDUM 2 - PAGE 1 0318-057-01 Item 2-5 Specifications, 00 52 43 AGREEMENT: Article 4. CONTRACT TIME DELETE "310 DAYS" and INSERT "280 DAYS" Item 2-6 Specifications, 00 73 00 SUPPLEMENTAL CONDITIONS SC4.01A.1. "AVAILABILITY OF LANDS" OUTSTANDING RIGHT-OF-WAY, AND/OR EASEMENTS TO BE ACQUIRED DELETE "NONE" and replace with "1. Boaz/VLMC — VLMC 2. Boa Sorte." SC-6.04 PROJECT SCHEDULE DELETE "1,2,3,5" SC6.09B "CITY OBTAINED PERMITS AND LICENSES" DELETE "3. UP RAIL ROAD PERMIT" SC6.09C "OUTSTANDING PERMITS AND LICENSES" ADD "UP RAIL ROAD PERMIT" Item 2-7 Specifications, ADD the following Specification: 33 31 13 Fiberglass Reinforced Pipe for Gravity Sewers (ATTACHMENT AD2-3) Item 2-8 Specifications, 33 01 30 SEWER AND MANHOLE TESTING Section 1.1 Paragraph B; DELETE "NONE" and ADD the following: CITY OF FORT WORTH Wastewater Diversion From Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Force Main and Gravity Main City Project No. 01309 F. pro1edsW3d8W57-Ofk2-O Wrk Pmd42-3 SPECSFinal CombinedlAddendelAddendum2VWdeedurr2.doe ADDENDUM 2 --- PAGE 2 0318-057-01 "1.1 LEAKAGE TESTS FOR STRUCTURES AND MANHOLES A. Test structures that will contain water on a full time or intermittent basis for leaks. Perform tests prior to installing equipment or materials within the basins. In the event that the basins fail to pass the test, drain the basin, repair the leaks, re -fill, and re -test the basin. Repeat tests until the basin passes the test. The Owner may repeat the test at any time during the one (1) year guarantee period. B. Test the basin for leakage using the following procedure: 1. Determine the evaporation allowance for loss of water. a. Use a standard circular pan procedure established by the U.S. Weather Bureau to measure evaporation rate. b. Calculate evaporation allowance by multiplying the evaporation rate in gallons per 24 hours per square foot of surface are by the open surface area of the water in the basin_ 2. Calculate the allowable leakage for the basin. Allowable leakage is calculated as 0.03 gallons per square foot of concrete area in contact with the water per 24 hours. 3. Fill the basin to the overflow level with water at a rate not to exceed 2' per hour. 4. Allow the basins to set for three (3) days. 5. Observe the perimeter of the basin and identify all leaks. 6. Repair basin walls and floors where leaks have been identified. 7. Mark the water level at the basin wall. Measure the fall in water level over a 24-hour period to the nearest 1/8" at least twice a day to determine the quantity of water lost. Provide a stilling well for measurement if required to allow accurate measurement. 8. Calculate the amount of water lost during this time period. 9. Compare the amount of water lost to the allowable loss. C. Drain the basin, determine the sources of leakage and repair if the amount of water lost exceeds the allowable leakage plus the evaporation allowance." Item 2-9 Specifications, Specifications, 33 05 14 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES Section 1.1 Paragraph B; DELETE "NONE" and ADD the following: REVISE SECTION 1.2 A 1 b as follows: "PAYMENT FOR ADJUSTMENT OF ANY STRUCTURES IS INCIDENTAL TO ALL PROJECT ITEM." Item 2-10 Specifications, Specifications, 33 39 20 PRECAST CONCRETE MANHOLE Section 1.1 Paragraph B; DELETE "NONE" and ADD the following: REVISE SECTION 1.2 A 1 c as follows. "19. ODOR VENT PIPING. 20. ODOR UNIT. REVISE SECTION 1.2 A 2 c as follows: "19. ODOR VENT PIPING. 20. ODOR UNIT. Item 2-11 Specifications, ADD the following Specification: 33 31 20 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE (ATTACHMENT AD2-4) CITY OF FORT WORTH Wastewater Diversion From Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Force Main and Gravity Main City Project No. 01309 FAprofecte1031=57-0112-0 Wrk Prod%23 SPECS1Final CnmSineAVtddenda4Addendum-2kOddendum 2dnc ADDENDUM 2 — PAGE 3 0318-057-01 Item 2-12 Specifications, APPENDIX GC-6.06.D MINORITY AND WOMEN OWNER BUSINESS ENTERPRISE COMPLIANCE. INSERT THESE MBE FORMS IN THIS APPENDIX 1) MBE PRIME CONTRACTOR WAIVER FORM (ATTACHMENT AD2-5) 2) MBE GOOD FAITH EFFORT FORM (ATTACHMENT AD2-6) 3) MBE JOINT VENTURE FORM (ATTACHMENT AD2-7) 4) MBE SUBCONTRACTOR -SUPPLIER UTILIZATION FORM (ATTACHMENT AD2-8) 5) MBE SPECIAL INSTRUCTIONS FOR BIDDERS (ATTACHMENT AD2-9) Item 2-13 Plans, Sheet 25G DEMOLITION PLAN: REVISE NOTE 1 AS FOLLOWS: "REMOVE ALL EXISTING MANHOLES AND EQUIPMENT RELATED TO THE EXISTING LIFT STATION AND 6-INCH FORCE MAIN. FORCE MAIN SHALL BE ABANDONED AND GROUTED IN PLACE INSIDE THE LIFT STATION FENCED AREA." Item 2-14 Plans, Sheet 33G MISCELLANEOUS DETAILS: DELETE Detail 183 and REPLACE it with the revise detail 183 (ATTACHMENT AD2-10) Item 2-15 Plans, Sheet 34G MISCELLANEOUS DETAILS: ADD CONCRETE EASEMENTS DETAIL 33 05 10 D-17 to this sheet. (ATTACHMENT AD2-11) Item 2-16 Plans, Sheet 41G FIBERGLASS TRANSITION MANHOLE: DELETE this sheet in its entirety and replace with the new sheet 41 (ATTACHMENT AD2-12) Item 2-17 Plans, Sheets G7 to G23 and G 25. DELETE "PVC' and REPLACE with "SS" CITY OF FORT WORTH Wastewater Diversion From Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Force Main and Gravity Main City Project No. 01309 F.1prajects11)318W57-0152-0 Wrk PradV-3 SPECSTInal ComhinedlAddendalAddendum-21Addendum 2.doc ADDENDUM 2 - PAGE 4 0318-057-01 Item 2-18 Plans, Sheet 25FM STATION 119+00 to STATION 128+00. In the Profile View DELETE "36" CASING" and REPLACE with "44" CASING' Item 2-19 Plans, Sheet 32FM CITY OF FORT WORTH STANDARD DETAILS is ADD CONCRETE EASEMENTS DETAIL 33 05 10 D-17 to this sheet. (ATTACHMENT A132-13) Please acknowledge receipt of the Addendum in the following locations: 1) In the space provided below. 2) In the Proposal, Units 1 & 11: Water and Sanitary Sewer Extension. 3) Indicate in uppercase letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO.2" Failure to acknowledge the receipt on Addendum No. 2 could cause the subject bidder to be considered "NOW RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. All Items in conflict with this addendum are hereby deleted. THIS. ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. Ry:_.4 George 1. Farah, F61E. January 18, 2019 CITY OF FORT WORTH WATER DEPARTMENT DIRECTOR CHRIS HARDER, P. . a�� �? Tony Sholola, P.E. Senior Capital Projects Officer (Water Dept.) Receipt Acknowle ed: By: Title Company Wastewater Diversion From Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Force Main and Gravity Main F:lprajec1sl031B195T-6112.0 Wfk PIOM-35PEC51FInal Cmbine44Addenda'Addendum 21Addendwn?.dou City Project No. 01309 ADDENDUM 2 — PAGE 5 004511-I BIDDERS PREQUALIFICATIONS Page] of3 1 SECTION 00 45 11 2 BIDDERS PRE QUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window,state.tx.us/tMpennit/ and fill out the 30 application t6 apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d, Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 c. Other infonmation as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. �( CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 F.lprojeusl03lM057-0l%2.0 Wrk Pioc!V-3 SPECSTina1 Combi-&Div 00-0ene1al ConditionsWO45 I I.,niddeis Peequalificalians.doc 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting finn registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U. S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalffication Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "NIA" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 RevisedJuly 1, 2011 F:4projecls103185057-0112-D Wrk Pre Z-3 SPFCS%Fi—I Cmnbined\Dw 00-Genera1 Conditions10045 i 1_. Bi4das Pregmlificaions.doc 00 4511- 3 BIDDERS PREQUALIFICATIONS Page 3 of3 1 1 c. The City will issue a letter as to the status of the prequalification approval. 2 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 3 the prequalified work types until the expiration elate stated in the letter. 4 9 END OF SECTION 10 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline Io Big Fossil Creck Basin STANDARD CONSTRUCTION SPrCFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 Hproject %M I M057-01 %2-0 Wrk ProdQ-3 SPECSTinal Com6ined%Div 00-General Conditions= 45 1 I _9idd— Ptaq—Iiti-tinnsdoc 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 0045 12 - 1 PRLQUALIFICATION STATEMENT Page I of? SECTION 00 45 12 PRE QUALIFICATION STATEMENT Each. Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors wholn they intend to utilize for the major work type(s) listed. Major Work Contractor/Subcontractor Company Name Prequalification Type Expiration Date Tunnel or Boring Pipeline Construction Manhole, lining corrosion The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Address City/State/Zip By: (Please Print) Signature: Title: (Please Print) Date: IW`►WD1110 MOW 10101 CITY OF FORT WORTH Gast Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creck Basin Gravity Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised.luly 1,2011 FAprgecislD3I SMY-01%2-0 Wrk Pmd52.1 SPECS%Hul CombiocdMw 00-General Cwdilions= 45 12_Prcquali Fiwtion Staiemem_doc FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company 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 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block I 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 preclualified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches 60 ---inches, and 350 LF or less Tunneling - 36-Inches — 60 inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT" WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin Gravity Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Hprojects�03181057-0112-0 Wrk Prod12-3 SPECS1Final Coinbinedipiv 00-General Canditions�00 d5 ]3_Bidders Prequalificatian Applicatioadnc 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-incbes and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-incbes and smaller Sewer Collection System, Urban/RenewaI, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller X Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller �._ _.. Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Scwci DiveFsion Pipeline to Big Fossil Creek Basin Gravity Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F-Aprojecls501I W.S7-0152-0 Wrk Prod52-3 SPECS%Final Combine&)iv 00-General Conditions100,15 13_ Bidders Prequalificanon Applicatioo.doc 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I 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? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO 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 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? CITY OF FORT WORT] I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin Gravity Main STANDARD CONSTRUCTION SPECTFTCA ION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 P)prnleus503 I M057-01%2.0 Mk Nu,1l2-3 SPPCSSPinal Co binedOw 00-GenezaI Conditions10045 13_Bidders Prequa li Fication AppIicalinn, dnc 0045 13 -5 BIDDER PREQUAL IFICATION APPI-ICATION Page 5 of 8 If so, state the name of the individual, name of owner and reason. In what other lines of business are you financially interested? 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 I 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? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT 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 Eagle Mountain Lake Basin Sanitary Scwer Diversion Pipeline to Big Fossil Creek Basin Gravity Main STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F-lprujects103181057-0tQ-0 Mk Prnd12-3 SPECS%final Cotnbine&Div 00-General C:anditionsl00 45 13Bidders Pregw ification Applicationdoc 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CFTY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin Gravity Main STANDARD CONSTRUC-rioN SPL-CIPICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Fiproj.mW31 M057-0112-0 WO, Ptodl2-3 SPECS1Fina1 ComhinedMiv 00-Genera] C—ditiona100 d5 i 3_8iddcis Prequalification Applicafion.doc 14. Equipment 0045 13 -7 BIDDER PREQUALIFICATION APPLICATION Page 7 of S TOTAL ITEM BALANCE SHEET 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 firin 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 fine 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 Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to )3 ig Fossil Creek Basin Gravity Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F_lpmj-003131057-0I V-0 Wrk Pwd52-3 SPFCSTinal Combinc<W)iv 00-General Coodinom%G045 13_Bidd— P,N-lif—lion Applicaiwn.dac 0045 13-8 BIDDER PREQUAL[FICATION APPLICATION Page 8 of 8 BIDDER PRE QUALIFICATION 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. CI"I'Y OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin Gravity Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Dcccrnber 20, 2012 F.lpmjectsl03165p57-0117.-0 Wrk Prudt2-3 SPECS\Final Combinedl�iv UU-General Conditions50045 13_I3idders Pregva6fimGan Applicalinn-doe 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is %-" of the total bid value of the contract (Base bid applies to 2 15 Parks and Community Services). 16 17 Note: If both MSE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 25 3. Good Faith Effort documentation, or; 26 4. Prime Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered_ responsive to the specifications. 31 `ti�i� r 1 AllI�,t uine[II[ii l: Ali �>ersk,r ;c� rf1ur>g11�'tli FirieEui,�Esr3�`[� 32 'kk1.ilIF,i i121&Ti[Ile VeL:eii)t. rl'.L2 OrV e0fi:(�i'V�2d lhV: ir� iron ]i) t}i;e 33 inie ;. [Pc--ated:: ,A f:l,�.e(i itnd/or en)0.101 c9py...ivil[.not hc.ire-cc pt�4: 34 35 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening is less than stated oaI: date. _participation 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised June 9, 2015 F.Nproiects103IM57-0 1U-0 Wrk Prod12-3 SPEMConronme.&O0 4S 40 Minority Business Enterprise Goal"doc 2 4 ON 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE j WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. I FAILURE TO SUBMIT THE REQUIRED MBE 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 DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The M/WBE Office at (817) 212-2674. 8 END OF SECTION 10 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised June 9, 2015 RNprojeels103181057-01U-0 Wrk PmdU-3 SPECMCcnf6rme&00 45 40_Minurity Business Enterprise Gnal.doc 00 52 43 - 1 Agreement Page I of 5 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 3V tS h `�i is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and ]-y-y>1x-r,-1'=)L1 mtuao , YL > 7 authorized to do business in Texas, acting by and through its duly authorized representative, 8 ("Contractor"). 9 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 10 follows: 11 Article 1. WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 13 Project identified herein. 14 Article 2. PROJECT 15 The project for which the Work under the Contract Documents may be the whole or only a part is 16 generally described as follows: 17 Wastewater Diversion fi om Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drains 18 Basin Gravity and Force Main Sewer 19 QE Pro'ectNo. 1309 20 Article 3. CONTRACT PRICE 21 City agrees to pay Contractor for performance of the Work in accordance with the Contract 22 Documents an amount, in current funds, of Dollars 23 ($ 7,H9-7,4y-1. 24 Article 4. CONTRACT TIME 25 4.1 Final Acceptance. 26 The Work will be complete for Final Acceptance within 310 days after the date 27 when the Contract Time commences to run, as provided in Paragraph 2.03 of the General 28 Conditions, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. 30 4.2 Liquidated Damages 31 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 32 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 33 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 34 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 35 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 36 instead of requiring any such proof, Contractor agrees that as liquidated damages for 37 delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars 38 ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final 39 Acceptance until the City issues the Final Letter of Acceptance. 0 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised 11.15.17 F:lprojects10318\057-0112-0 Wrk Prod12-3 SPECSIConformed100 52 43_Agreeinent.doe 00 52 43 - 2 Agreement Page 2 of 5 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non -Resident Bidder 49 3) Prequalification Statement 50 4) State and Federal documents (project specific) 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MBE and/or SBE Utilization Form 59 3. General Conditions. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 unifier this contract. This indemnification provision is specifically intended tooperate 80 and be effective even if it is alleged or proven that all or some of the damn es bein 81 sou ht were caused in whole or in part, by an act omission or ne li encc of the ci . 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs, expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised 11.15.17 F:lprojeccs103181057-0112-0 Wyk Prod12-3 SPECS1Conformed100 52 43_Agreement.doc 00 52 43 - 3 Agreement Page 3 of 5 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused, in whole or in part, 93 by any act, omission or negligence of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article I of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. ill 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. 115 7.6 Authority to Sign. 116 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 117 than the duly authorized signatory of the Contractor. 118 119 7.7 Prohibition On Contracts With Companies Boycotting Israel. 120 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 121 Code, the City is prohibited from entering into a contract with a company for goods or 122 services unless the contract contains a written verification from the company that it: (1) 123 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised 11.15.17 R\projectA0318\057-0112-0 Wrk Prod12-3 SPECS1Conformed100 52 43_Agreement.doc 005243-4 Agreement Page 4 of 5 124 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 125 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 126 certifies that Contractor's signature provides written verification to the City that 127 Contractor. (1) does not boycott Israel, and (2) will not boycott Israd during the term of 128 the contract. 129 130 7.8 Immigration Nationality Act, 131 Contractor shall verify the identity and employment eligibility of its employees who 132 perform work under this Agreement, including completing the Employment Eligibility 133 Versification Form (I-9). Upon request by City, Contractor shall provide City with copies of 134 all 1-9 forms and supporting eligibility documentation for each employee who performs 135 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 136 establish appropriate procedures and controls so that no services will be performed by any 137 Contractor employee who is not legally eligible to perform such services. 138 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 139 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 140 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 141 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 142 Contractor, shall have the right to immediately terminate this Agreement for violations of 143 this provision by Contractor. 144 145 7.9 No Third -Party Beneficiaries. 146 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 147 and there are no third -party beneficiaries. 148 149 7.10 No Cause of Action Against Engineer. 150 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 151 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 152 subcontractors, for any claim arising out of, in connection with, or resulting. from the 153 engineering services performed. Only the City will be the beneficiary of any undertaking by 154 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 155 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 156 in any way responsible for those duties that belong to the City and/or the City's construction 157 contractors or other entities, and do not relieve the construction contractors or any other 158 entity of their obligations, duties, and responsibilities, including, but not limited to, all 159 construction methods, means, techniques, sequences, and procedures necessary for 160 coordinating and completing all portions of the construction work in accordance with the 161 Contract Documents and any health or safety precautions required by such construction 162 work. The Engineer and its personnel have no authority to exercise any control over any 163 construction contractor or other entity or their employees in connection with their work or 164 any health or safety precautions. 165 166 SIGNATURE PAGE TO FOLLOW 167 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised 11.15.17 )i:Iprc jects10318\057-0112-0 Wrk Prod12-3 SPECSIConformed100 52 43_Agreement.doe 00 52 43 - 5 Agreement Page 5 of 5 168 169 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 170 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 171 Date"). 172 Contractor: City of Fo Worth moc�s�u-gin Car�cu.�_ cr�C..C� Jesus . Chapa By: Assistant City Manager (Signature) J 11A .1 --- Date m era-►u�l e �c.�,l�er (Printed Name) Tit1e:7-p,eS;_y,� Address: L 1~12-C1 Ern a n '"1 l�C7CFj Attest: City S, (Seal) M&C C per, Date: '�)/ZZ6 !q Form 1295 No. apt gt- -451358 City/State/Zip: Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting req �rements. a rence Hamilton, P.E. Project Manager, Water Department Approved as to Fortin and Legality: QR��iz_ Douglas W. Black Assistant City Attorney 173 174 APPROVAL RECOMMENDED: 175 176 177 Chris Harder, P.E. 178 DIRECTOR, 179 Water Department 180 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversi (AFTA91.1% W sin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CIT4 ISEM09 Revised 11.15.17 F:\projects\0318\057-0112-0 Wrk Prod12-3 SPECS1Confonned100 52 43_Agreement.doc Fr WORTH, TX Bond No. 070208536 0061 t3-1 PERFORRMANCF BOND Page 1 of 3 1 SECTION 00 6113 2 PERFORINIANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE .PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Mountain Cascade of Texas LLC , known as 9 ".Principal" herein and Liberty Mutual Insurance Company , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Dort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Seven Million Four Hundred Ninety Seven Thousand 13 suer of, -_ Nine Hundred Forty Seven and 00l100 Dollars 14 ($ 7,497,947.00), lawful honey of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrator,% successors and assigns, jointly and severally, 17 firmly by these presents. 18 WTI REAS, the Principal has entered into a certain written contract with the City 19 awarded the _ day of 20 19_, which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as Wastewater Diversion from Eagle 23 Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Force Main Sewer, City 24 Project No.: 01309. 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 shall faitliiillly perform it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the City, then this obligation shall be 30 and become null and void, otherwise to remain in fill] force and effect. CITY OF FORT WORTH Eagle Ndountain Lakc Basin Sanimary Server Diversion Pipctine to Big Fossil Creek Basin STANDARD CONSTRUCTION SPEOFWATION DOCE1 A NTS City Project No.: 01309 Reviser) J-oly 1, 2011 F3�roieclsl0318sU5�-U ni-G � rk t'rod�23 53'rCSs€'ir:al CnrcirineJ!i)iv DG-Guieai Gondiiicna�DO G 111_ Performance t3onddnc 0061 13-2 PERFORMANCE BOND Page 2 ot'3 1 PROVIDED l URTHER, that if any legal action be fled on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division, 4 This bond is trade and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance witia the provisions of said statue. 7 IN WITNESS WHEREOF, the. Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the day of 9 rY-QnJr-% , 2©_n . 10 11 12 13 14 15 16 ATTEST: . 17 18 19 (Principal) Secreta y 20 30 31 32 33 34 35 36 37 38 39 40 41 42 43 Witness �V'nrety Becky Stevenson PRINCIPAL: Mountain Cascade of Texas 11C BY: Sign• a Name and Title Address: 11729 East FM 917 Alvarado TX 76009 SURETY: hiberty Mutual Insurance Company - T_ Signature M_ ichelle Anne McMahon, Attorney -In -Fact Name and Title Address: -175 Bet kjey Street Boston, MA 02116 Telephone Number:..-..,.(617 357 9500 CITY OF FORT WORTH Eagle Moumain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossii Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised.luly 1, 2011 Fipr.,jcta;03151,1' 57-M-C tiyV, l' WQ-3 SPECSFiral C.n binrxNNY 00-Gene i C—drtians: V0 61 13 Performance Hond.doc 0061 93-3 PERFORMANCE 13OND Page 3 of 3 *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 sigh 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 ptior to the date the Contract is awarded. CfJ'Y OF PORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diuei sion Pipeline io Big Fossil Creek Hasin STANDARD] CONSTRUCTION SPECIFICATION DOCUMENJ i'S City Pre.jecl No.: 01309 Revised .July 1, 2011 P:`•1:ra}ed55G.71&5U.57-0112-U5'.'rl; Piad:2-}SPECS riralfnni6ined:�ir UQ-General Cnndiuust605i I1, PrF m>ame ©onl.cec NOTARY ACKNOWLEDGMENT OF SURETY: State of Connecticut County of Hartford ss. On this the 27th day of Fehruary 20 19 , before me, Bethany Stevenson, the undersigned officer, personally appeared Michelle Anne McMahon , known to me (or satisfactorily proven) to be the person whose name is subscribed as Attorney -In -Fact for Liberty Mutual Insurance Company , and acknowledged that s/he executed the same as the act of his/her principal for the purposes therein contained. In witness whereof I hereunto set my hand. BETHANY STEVENSON 4111 14ToTAR Y PUBLIC - CT 177501 Signatu of ry Public MYCOMMISSION EXPIRES SEPt $0, 2023 Date Cgnjssio* Expires: September 30, 2023 Printed 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. w` LibertX Liberty Mutual Insurance Company 71�/�u4-wil. The Ohio Casualty Insurance Company Certificate No:8196860-985949 1y� l �1�� West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aiza Anderson, Samuel E. Begun, Saylcham Chanthasone, Lorina Monique Garcia, Danielle D. Johnson, Michelle Anne McMahon, Aimee R. Perondine, Mercedes Phothirath, Jenny Rose Beten Phoddrath, Noah William Pierce, Donna M. Planeta, Joshua Sanford, Bethany Stevenson, Eric Strba, Jynell Marie Whitehead all of the city of Hartford state of Connecticut each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 18th day of September , 2018 . Liberty Mutual Insurance Company P� ►NSU� �V(,( fNSU tNSUq The Ohio Casualty Insurance Company �J oo 0 yn CO, a°RPOJ�, 'r `VP 40 o py qy�, West American Insurance Company 3 �osn Qto,an 1910 31919 n Ls�19910yy AQ ltq 0/ 9O�,yfrARPo.ry r By. David M. Carey, Assistant Secretary (State of PEN NSYLVANIA County of MONTGOMERY ss rn c .N n On this 18th day of September , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance O 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 75 � therein contained by signing on behalf of the corporations by himself as a duly authorized officer. I c) LLl 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. rn p PAS 0 a) 4tpNWT T4� COMMONWEALTH OF PENNSYLVANIA s_ emu/ oo°r<�s y Notarial Seal OF Teresa Pastella; Notary Public 0 N Upper MerionTwp., Mon>gomery County By: h 21My Commission Expires March ysytfp� `G Teresa Pastella, Notary Public Member, Pennsylvania Association of Notaries a7 U) ARy P� a3 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 o S Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: Ui ARTICLE IV - OFFICERS: Section 12. Power of Attorney. o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all 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 j N 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 L be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this 7' 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. ARTICLE XIII - 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 attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, 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 attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretaryr The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby carfify 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 forceand effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 5 day of - - _a1i - -- � 1rtsU qY INgU � 1NSU,4 .UPG°RPOit yC� J3 iofi 07 Fo m �3 ofi 1912 0 0 1919 " Z 1991 0 � � By Ydd SB1CN�,`� da Sp+rar.,Pg`"�� a �s rHo,F da AHRenee C. Llewellyn, Assistant Secretary L M 0 M a o rn Q o <D 9, N D �ro � >o M oo w- 00 L] t— LMS-12873 LM1C OCIC WAIC Multi Co 06201a Band No. 07020853E 0061 14 - 1 PAYMENT BOND Pagel of2 I SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OIL TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY O TARRANT § 7 That we, Mountain Cascade of Texas LLC known as 8 "Principal' herein, and _ Liberty Mutual Insurance Company , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a I 1 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Seven Million Four Hundred Ninety Seven'rlrousand 12 in the penal slim of Nine Hundred Por1y Seven and 00l100 - Dollars 13 ($ 7,497,947.00 ), lawful looney of the United States, to be paid in Fort Worth; 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 5 day of 1 ZO i�_, whiclu Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Wastewater Diversion from Eagle Mountain Lake Drainage 22 Basin to Big Fossil Creek Drainage Basin Force Main Sewer, City Project No,- .1309. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void-, otherwise to remain in full 27 force and effect. 28 This bond is inade and. executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. CITY OF FORT- WORTl-1 Nagle h' oun(ain Lake Basin Sanitary ScwtV i Diversion Pipeline to Big Fossil Creck Basin STANDARD CONS'IMUCTION SIl C]F2CA"11C)N DOCE)M1 I,'IS CiiyPrgi(m No.: 01.309 Rev-iseilJuly 1, 2011 Isprgjccui0l18�054-0152A4Jsk P-02-}Qan lCQI'Alli—M(A IA_Psgmenl 0-d.d., 0061 I4-2 PAYMENT 130ND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 45 day of 3 _r_r"i1n _ , 20 lc. 4 5 6 7 8 9 10 12 ATTEST: ATTEST: �1 (S y) a s.ford, witness WitneSS aS Surety Becky Stevenson PRINCIPAL: Mountain Cascade of Texas LLC BY, Signature 61-) l Meld l , yc>,- Name and Title Address: 11729 East FM 917 Alvarado TX 76009 SURETY: .Liberty Mutual Insurance Company Michelle Anne McMahon, Attorney -In -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 Telephone Number: (617] 357-9500 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 WOR1'J I Eagie Mountain take Basin Sanilary Sever Diversion Pipeline to Dig Fossil Cheek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmjcci No.: 01309 Revised .iu ly 1, 2011 rtiprojeas5L331SUJ57-61t2-R WrS Proui�-S SPFCSrf'ina] Cnntbfnc<iiDiv GU Gerwy€ Condi:euusi495's r4_Payjn jt B3 d &c NOTARY ACKNOWLEDGMENT OF SURETY: State of Connecticut County of Hartford ss. On this the 27th day of February , 20 19 , before me, Bethany Stevenson, the undersigned officer, personally appeared Michelle Anne McMahon , known to me (or satisfactorily proven) to be the person whose name is subscribed as Attorney -In -Fact for Liberty Mutual Insurance Company , and acknowledged that s/he executed the same as the act of his/her principal for the purposes therein contained. In witness whereof I hereunto set my hand. BETHANY STEVENSON NOTARY PUBLIC'- CT 17,7501 MY COMMISSION EXPIHES SEPT, 30, 2023 Sign trTfAt,91vPpblic Date o Ex Tres: September 30, 2023 otary (6 a) N 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. Li13C Liberty Mutual Insurance Company �The Ohio Casualty Insurance Company Certificate No: 8196860-985949 � West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aiza Anderson, Samuel E. Begun, Saykham Chanthasone, Lorina Monique Garcia, Danielle D. Johnson, Micbelle Anne McMahon, Aimee R, Perondine, Mercedes Phothirath, Jenny Rose Belen Phothirath, Noah William Pierce, Donna M. Planeta, Joshua Sanford, Bethany Stevenson, Eric Strba, Jynell Mario Whitehead all of the city of Hartford state of Connecticut each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surely obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 18th day of September , 2018 . (State of PENNSYLVANIA County of MONTGOMERY ss Liberty Mutual Insurance Company yNSU 0*4 INS& 114suq The Ohio Casualty Insurance Company �JP4 c`PO�2P 5J �oRP°,ryT'Py� `GP�°¢Porgy �y� West American Insurance Company b fi v so F- a A `Po fi 1912 0 1919 Lu 1991 ry zat� o a o JAW, D� ds�7 * t� °'H1 * �� s�M *hid By: David M. Carey, Assistant Secretary (D I On this 18th day of September , 2018 before me personally. appeared David M. Carey, who acknowledgedhimself to be the Assistant Secretary of Liberty Mutual Insurance 3 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 � therein contained by signing on behalf of the corporations by himself as a duly authorized officer. N 02 do 0 N 0 C f4 N Cm L Co LW W E — L oca 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. 5A PAsr NW F NCOMMONWEALTH OFPENNSYLVANIA Notarial Seal OF Teresa Pastella, Notary Public Upper Merton Twp., Montgomery County By.- C My Commission Expires March 26, M I vP�J eresa Pastella, �� Member. Pennsylvania Association of Notaries Notary Public ayy ru c U] UW 7,E Ol Q c 00 Q d' 0 p O � 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 Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: o (1) ARTICLE IV - OFFICERS: Section Q. Power of Attorney. 7-. o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President -5-0 may prescribe, shall appoint such aftomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all � o 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 m rr power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall 00 be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this E car 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. � r 00 ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. 0 � Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, 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 attomey, 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, recegnizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this - day of_ �, 1NSU �,•(Y !Ng` a tNS(/�,9 C,fi 1912h 0 oy1919�Q d 1991 0 �SSACHU52' a� y0 �yAM4g�`� a� `l 'N°fANP a By. Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 Bond No. 070208536 0061 I9 - 1 IMAIN FNANCE BONI) Paget of3 I SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Mountain Cascades of Texas LLC - J known as 9 "Principal' herein and _ _ _ Liberty Mutual Insurance Company , a corporate surety 10 (sureties, if snore than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Seven Million Four Hundred Ninety Seven Thousand 13 In, the Slltrl Of Nine Hundred Forty Seven and OOI100 Dollars .14 ($� 7,497,947.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 19 WHERE the Principal has entered into a certain written contract with the City awarded 20 the 'ZS day of - , 20-ft- which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as Wastewater Diversion from Eagle 25 Mountain Drainage Basin to Big Fossil Creek Drainage Basin Force Main Sewer, City Project 26 No.: 1309; and 27 28 'WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two (2) years 31 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 32 CITY OF FORT WORTH Eagle Mounuin Lake Basin Sanilaly Sewer Diversion Pipeline to Big Fossil Cceck Basin STANDARD CONSTRUCT10N SPECIFICATION DOCUMENTS CilyProjecl No.: 01309 Revised July I, 2011 T.°,psnjtcls=.031R1U57-C IS2-01Vrk E'red52-J SPFCSlFina7 Cem6iner:tPie OC-General f,mlilio�=`.CC 6114 Mainu-uunce B-JJoe Of) 6119-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the City of the need therefor at any time within the Maintenance 3 Period. 4 5 NOW THERE I, ORE, the condition of this obligation is such that if Principal sball 6 rernedy any defective Work, for which timely notice was provided by City, to a completiotr 7 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 8 full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 12 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 13 the Surety under this Maintenance bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern Dishict of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for suceessive breaches. 21 22 23 Crl-Y OE-- FORT WORTH Eagle Mounzain Lake Basin SanitaEy Sewer Diversion Pipeline to Big Fossil Creek r3asia STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No.: 01309 Revised My 1, 201 I r-::projeee.;oils,o„-anz-aw.kNva; 3is MA..:-—flfl"A- 0061 19 - 3 MAWTENAINCE F3( NI) Page 3 of 3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the _ � day of 3 r�rdr-, , 20 . 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 ATTEST: (Principal) Secretary PRINCIPAL: Mountain Cascade of Texas LLC BY: ..4 Z—, _ ea.4 Z oaed 1%rc4K_.,__ 1ae Pce,400r Name and Title Andress: 11729 East FM 917 Alvarado, TX 76009 SURETY: Liberty Mutual_ Insurance Compan�- BYhchg�p . Signature -Miche111F.Anne McMahon. Attorney -In -Fact ATTEST: ]*lain and Title Address: 175 Berkeley+ Street ._.W__.. } &7t,,,e[y � I4hWitnessrd, —Boston , MA 02116.__.___. ttness as Becky Stevenson Telephone Number; __(617) 357-9500 *Note.- If signed by an officer of the Surety Co>noany, 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 front its hailing 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 Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONS'MUCTION SPECIFICATION DOCUMENTS City Project Nn-; 01309 Revised Inly 1, 2011 flp:ujec003135057-GR2-0 W.k Prod.2-3 SPECSSFinzl Cw bin &.Di, W-G--iC-ditions7U4 61 19_Maintenance [3aixf.dar NOTARY ACKNOWLEDGMENT OF SURETY: State of Connecticut County of Hartford ss. On this the 27th day of February , 20 19 , before me, Bethany Stevenson, the undersigned officer, personally appeared Michelle Anne McMahon , known to me (or satisfactorily proven) to be the person whose name is subscribed as Attorney -In -Fact for Liberty Mutual Insurance Company , and acknowledged that s/he executed the same as the act of his/her principal for the purposes therein contained. In witness whereof I hereunto set my hand. BETI-JANiV STEilEN,SON ArOTARYPUf1UC.CT171501 MY COMMISSION EXPIRES SEPT. 30, 2023 September 30, 2023 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. e) a) c co Liberty utuAl® SURETY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No:8196860-985949 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 Slate of Indiana (herein collectively called the 'Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aiza Anderson, Samuel E. Begun, Saylcham Chanthasone, Lorina Monique Garcia, Danielle D. Johnson, Michelle Anne McMahon, Aimee R. Perondine, Mercedes Phothirath, Jenny Rose Beten Phothirath, Noah Wifliam Pierce, Donna M. Planeta, Joshua Sanford, Bethany Stevenson, Eric Strba, Jynell Marie Whitehead all of the city of Hartford state of Connecticut each individually if there be more than one named, its time 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 I8th day of September , 2018 . State of PENNSYLVANIA County of MONTGOMERY Ss Liberty Mutual Insurance Company 1Nso SY INgU %HSU The Ohio Casualty Insurance Company �.�? °V ok * �J�osrPO�r vP4oRpoRq�'JWestAmerican Insurance Company J3 °b� �3 Foo �= FosM1 191a 0 0 1919 1991 Ydq/sBACHl1s�a SO �NAMPS�,da �s �kpIAtSP da r L//°`�' �* 1� By: M David M. Carey, Assistant Secretary E5 m On this 18th day of September , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 3 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 a j 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. _-a ,=.N A PAs p a) � aNw� TkC COMMONWEALTH OF PENNSYLVANIA W4 o p{� y Notarial Seal 0 C' }' OF s Teresa � � la, Notary lic 0 Upper Marion Twp.,Montgomery County By: C ca ��pG My Commission Expires March 28, 2021 vP ` Teresa Pastella, Notary Public �V Member, Pennsylvania Assoclalinn of Nolaries MU) Aqy pU 0+m 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 oc Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ai ARTICLE IV —OFFICERS: Section 12. Power of Attorney. oAny officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President 0 may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all 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 j 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 L be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-In-fact under the provisions of this o " 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. ARTICLE XIII — 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 I day of ; , „ems , �qY INs& tNSU/�iq Frj �pPOIyQT,l4'p gJ o°ePog'9r� GP onPory�rp'L .7 1912 o Q 1919 1991 0 B: y�� haeAPNf' `'a�q �s� rHMA�aa� Y Renee C. Llewellyn, Assistant Secretary 7 * >• Hl * � tit * >, (n N N co OW TE a� Q C O� Q 4 O O N IZ o (n Q !E c oCD >o m� CM M � co 00 0� LMS-12873 LMIC OCIC WAIL Multi Co 062018 �la to-'ril, SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste_ 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-900-252-3439 You may write the Texas Department of Insurance Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi.texas.goy E-mail: ConsumerProtection a,tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446_ If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEXAS AVIS O IMPORTANTE Para obtener information o para someter una queja: Usted puede llamar a] numero de telefono gratis para information o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a_ 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con. el Departamento de Seguros de Texas para obtener inforniacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (11 I - IA) P_ O. Box 149091 Austin, TX 78714-9091 FAX 4 (512) 490-1007 Web: http://www_tdi_texas.gov E-mail: ConsumerProtection tdi.texas. ov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero_ Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no sc convierte en parte o condition del documento adjunto. NP70680901 LMS-15292 10115 MOLJNCAS-01 TTAGANAP .��/ CERTIFICATE OF LIABILITY ANSW��fiit�elCE E(MMIDDNYYYI /2612019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT-. If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License # OC36861 All100 Pt Insurance Services, Inc. 700 Pine St 11th FI San Francisco, CA 94111 CANTACT Laurie Phirippidis PHONE s,tl; (415) 403-1449 (A0.1c, No 415 874-4818 ):( ) At4,A4LE5,, 1phirippldls@alliant.com INSURERS AFFORDING COVERAGE NAIC # INSURERA-.Old Republic General Insurance Corporation 24139 INsuRED INSURERB:Allied World Assurance Company U.S_ Inc 19489 INSURER C : Mountain Cascade of Texas, LLC ENSURER D : 11729 E. FM 917 Alvarado, TX 76009 INSURER E INSURER F : COVFRAGFS rFRTIFIrATF NIIhRIgFR- 121=V0CInnI nlflnnRI=Q- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ]NSR LTRTYPE OF INSURANCE ABDOL INq SUBDR POLICY NUMBER POLICY EFF POLICMMIDDIYYYYI Y EXP IYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X X A7CG06977805 10I01/2D78 10101I2D79 EACH OCCURRENCE $ 2,000,000 °AEASESOEaoNccTu°nce $ 100,000 X MFD FXP (Any one D8fS0n1 $ 5,000 Contractual Liab. & X XCU Included PERSONAL &ADV INJURY 2,000,000 GENT GENERAL AGGREGATE $ 4,000,000 AGGREGATE LIMIT APPLIES PER: POLICY [X] JC7 LOC PRODUCTS - COMP/GP AGG $ 4,000,000 SIR $ 50,000 OTHER: A AUTOMOBILE LIABILITY CEO M81IdEeD SINGLE LIMIT $ 2,000,000 X BODILY INJURY Perperson) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS X X AlCA06911805 10/01/2018 10/01/2019 BODILY INJURY Peraccidenl $ X f�erpacEciftd of AMAGE $ WE%ONLY X AUUTOOSONLYY B X UMBRELLA LIAR I X OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 EXCESS LIAB CLAIMS -MADE 03059201 10/01/2018 10/01/2019 DED I J RETENTION$ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECIITIVE YIN OFFICERIMEMBEREXCLUDED? (Mandatory In NH) Ifyyes, describe under DESCRIPTIONOFOPERATIONS bell ow NIA X A1CW06917805 10/01/2018 10/01/2019 X I PER OTH- STATUTE ER E.L. EACH ACCIDENT 1,000,000 F.C. DISEASE - EA EMPLOYE 1,000,000 $ F.L. DISEASE -POLICY LIMIT 1000000 $ ' ' DESCRIPTION OF OPERATIONS! LOCATIONS! VEHICLES ( 101, Additional Remarks Schedule, may be attached it more space is requfredl Re: City Project No. 01309, MCI# 88044, Wastewater Diversion from Eagle Mountain Lake Drainage Basin to Big Fossil Creek Drainage Basin Force Main and Gravity Main Sewer The City of Forth Worth its' officials, officers, agents, and employees are included as additional insured as respects General Liability on a primary and non-contributory basis, and Automobile Liability, perthe attached endorsements. General Liability, Automobile Liability and Workers' Compensation waiver of subrogation applies in favor of the above referenced additional insureds, per the attached endorsements. ExcesslUm brella follows form over GL, Auto and Employers Liability. City of Fort Worth 200 Texas Street Fort Worth, TX 76102 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE _�9_ ACORD 25 (2016/03) Oo 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: AICGO6911805 COMMERCIAL GENERAL, LIABILITY CG20100413 rHls 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) I Location(s) Of Covered Oneratlons As Required by Written Contract Subject to policy terms and conditions As Required by Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 -- Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 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. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has .been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds. the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement applicable Limits of Declarations. shall not increase the Insurance shown in the Page 2 of 2 0 insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: AlCGO6911805 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDOR55MENT 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 PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anixation s Location And Description Of Completed Operations As Required by Written Contract. Subject to policy terms and conditions. As Required by Written Contract. 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 include as an additional insured. the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily Injury" or "property damage" caused, in whole or in part, by "Your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 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. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 OO Insurance Services Office, Inc., 2012 Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDM1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY THIS ENOORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Person(s) Or. Organization(s)t As required by written contract. Subject to policy terms and conditions Locafion(s) of Covered Operations As required by written contract 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 .q contractor otherthen the person,or organization shown in the schedule above for the same operation and jab 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 othertenns and conditions remain unchanged. Named Insured 14ountain Cascade, Inc. dba Mountain Cascade of Texas LLC Policy Number Al CG06911805 Endorsement No. Policy Period 10/01/18 to 10/01/19 Endorsement Effective Date: 10/01/18 ProducefsName: Alliant Insurance services, Inc. Producer Number: UT IIORIZEDREPFIESENTATRfE CG EN GN 009 09 06 10/01/18 DATE POLICY NUMBER: A'ICGO6911805 COMMERCIAL GENERAL LIABILITY CG 24 04 03 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 PRODUCTSICOMPLETED 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" dune 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. CC 24 04 06 09 a Insurance Services Office, Inc., 2008 Page 1 of 1 POLICY NUMBER:. AICA06911805 COMMERCIAL AuTo CA 20 4e b2 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This: endorsement modifies insurance provided udder the Following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE .fORM TRUCKERS. COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organizalion(s). who are "insureds" under the Wba Is An Insured Provi= sion of the Coverage Form. This endorsement does not alter coverage provided in the -Coverage Form. This. endorsement changes the policy effective on the Inception date of the policy u.niess another date is indl- dated below. Endorsement Effective; 1010112o18 CQbntersl fined. By: Famed insured: Mountain Cascade, one. dba Mountain Cascade of Texas MC Authorized Re � resenfaiive SCHEDULE Name of Person(s) or Organization(s): WRERE REQUIRED 8Y WRITTEN CONTRACT. (If no entry appears above, information required to -complete this endorsement will be showri in the Declarations es applicable to the endorsement.) Each person or organization shown in the Schedule Is. an "Insured" for Liability.Coverage, but only to the extent that .person or organization qualifies as an "insured_" under the Who Is An Insured Provision contained In Section 11 of the Coverage Form. CA 20 48 02 90 Copyright,. Insurance ServicesOffice, lnc., 1998 Rage 1 of•1 11 POLICY NUMBER: Al CA06911805 COMMERCIAL AUTO CA 0444 0310 THIS ENDORSEMENT CHANGES THE POLICY. 'LEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUSROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Namedinsured:Mountain Cascade, Inc, dha Mountain Cascade of Texas LLC Endorsement Effective Date: 10/01/18 SCHEDULE Name(s) Of Person(s) Or Organizations}: 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 Oth- ers To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident" or the "loss" under a contract with that person or organization. CA 04 44 03 10 0 Insurance Services Office, Inc., 2009 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 UNDERTHE FOLLOWING: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE We have t'he right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This -agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHEN REQUIRED BY WRITTEN CONTRACT. Named Insured Mountain Casca e, IrLc,.... dha mountain Cascade of Texas LLC Policy Number AlCW06911805 Endorsement No. 000 Policy Period 10/01/18 to 10/01/19 Endorsement Effective Date: 10101/2018 Producer's Name: Alliant insurance Services, Inc. Number; THORIZED REPKESENTATIVE WC 69 0315 (09106) 10/01/18 b.. E 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 i0 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 F:4pr0ject55031 W57-0112-0 Wrk 1'rod12-3 SPECSSFina1 Combin0%Dir 00-General Condil ions500 6 i 25_CcrGficatc of tnsumn—doc STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F'ebtmy 2, 2Q 16 E1Pr jerlsxo3185057-01L-o Wrk Prod52-3 SPECSPmal CombinedlDSv oo-Genc al Conditio,isio672 0o_General CoWitions.d— STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 Definitions and Terminology.......................................................................................................... I 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............................................................................................................................ I Article 4 —Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 Bonds and Insurance ................................................... ........... ................................ ......... I ............ .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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrmiy 2, 2016 Flprovctsl03 I B%057-01 V.-0 Wrk 15rodti2-3 SPECSTFnIal Comlinc Mw 00-General Conditions100 72 00 General Cnnditionxdocx Article 6 Contractor's Responsibilities................................................ ....................................... ................. 19 i 6.01 Supervision and Superintendence...............................................................................................19 6.02 Labor; Workibg Hours................................................................................................................ 20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule............................................................................ ......_.................21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities.................................................................................................................... 27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes............................................................................ ..........28 ..................................................... 6.12 Use of Site and Other Areas ................................................... .... ................. . 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee.......................................................................... 32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination ....................... .........35 Article 7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article8 - 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 Worl...................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febiumy 2, 2016 FrSproiecls103135057-0152-0 Wek ProdV.-1 SPEVMFinal ComUinedDiv 00-Gencral Conditions%0072 00 General Cmdilions.docr Article 10 - Changes in the Work; Claims; Extra Work ..................... 10.01 Authorized Changes in the Work .................................... 10.02 Unauthorized Changes in the Work ................................ 10.03 Execution of Change Orders ............................................ 10.04 Extra Work....................................................................... 10.05 Notification to Surety ....................................................... 10.06 Contract Claims Process .................................................. ..................................................... 38 ..................................................... 38 ..................................................... 39 ..................................................... 39 ..................................................... 39 ..................................................... 39 ..................................................... 40 Article I 1 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances... ............................................................................................................................... 43 11.03 Unit Price Work ................ ... I...... .. 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 ............... 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 Article16 - Dispute Resolution...................................................................................................................... 61 16,01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORM STANDARD CONSTRUCTION SPECIFIC OON DOCUMENTS Revision. rebi-my 2, 2016 F':ipiojcets1031 S%057-0 i Q-0 Wrk Prod12-3 SP1.Cswinal CumhineiRUiv il0-Gcriaal Cortdiliunsl00 72 00 General CUrKiAlo-d- Article 17 -- Miscellaneous ....................................................... 17.01 Giving Notice.................................................................... 17.02 Computation of Times ....................... ......................... 17.03 Cumulative Remedies....................................................... 17.04 Survival of Obligations..................................................... 17.05 Headings............................................................................ C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision: Feknuauy 2, 20l 6 FAprojecls103181057-OIV2-0 W'k Pvodg-3 SPECSTinal CmnbinedlDis 00-G—.I Conditinns50072 00_0--1 Co.dilions.docx ......................................................... 62 ......................................................... 62 ......................................................... 62 ........................................................ 62 ......................................................... 63 ......................................................... 63 007200-1 GENERAL CONDITIONS Page 1 o€63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is E_ releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5, Award Authorization by the City Council for the City to enter into an Agreement. 6. Bid The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder --The individual or entity who submits a Bid directly to City. S. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F`dx aaly 2, 2016 F:lproiccu1031MQ57-0112-0 Wrk Pmdt-3 SPFCMFfnal CombmcdlDfv 00-6cjiml Conduo,,s%00 72 00_Ga—] Canditionadocx 007200-I GENERAL. CONDITIONS Page 2 of 63 13. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager —The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative, 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work)- 22. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor —The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIACATION DOCUMENTS Revision: Febnkuy2, 201 G F Vpraj-003I M057-01 Q-0 Wrk 1'.dl2-3 SPHCST-1 Cc bi-dOw 00-0enera1 Co"dironAo 72 OO Cen al Condiliaa.docx 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site fiom a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day A day, unless otherwise defined, shall wean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Worlrs The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work -- Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by fiinded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF TORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniary2, 2016 F�tpwj-tsT3M037-01L-0 Wtk Mi d52-3 SPECSTiml CmnbinedOiv 00-Genoal ConditionsW 72 00 General Conditions.d— 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection -- Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, hilly, entirely, and in conformance with the Contract Documents, 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition --The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens --Charges, security interests, or encumbrances upon Project fiends, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents, 48. PCBs —Polychlorinated biphenyls. 49. Petroleum- Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans - See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision- F6nmiy2, 20I 6 F:\pojxtsW31M.57-0h2-G Wrk ProdQ-3 SPECSTina1 CornbincdV]iv OPGeneral Condfrtons100 72 CO_General Cnditions.dn x 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project Manager —The. authorized representative of the City who will be assigned to the Site. 54. Public Meeting An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive 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. 56. Regular Working Hours Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thm Friday (excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related r L construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fibuary2, 2016 Fllnolm,\0318W57-0112-0 Wrk Prod12-3 SPECSVinal C—bi-&Div 00-Genera1 Cnn0inons500 72 00 General Condirions_d= 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m, and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 'Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehtoy 2, 2016 RlpmjeusMP i 84057-0 n2-0 W rk Nod9-3 SKCSSHin i CombinedWi1 CO -Genera! CUWEUoas100 12 00_G-1 Conditio- d— 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 F 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: _ 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) originaI executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUWIF..NTS Revision: Febluary2, 2016 FAprojeas503M057-0112-0 Wrk hodv-3 SPECSSEinal ComhinedkDiv 00-Genem! Conditions5007200_Gen l Conditions da 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete projeet (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUC`I-ION SPECIFICATION DOCUMENTS Revision: Febua)y 2, 2016 F:Ipmjaols\C-j I M057-019-0 Wi k Pwd\2-3 SPFCSTinal C—bi'e Mil 00-6-111 CoOAia-M 72 0 0enmi Conditic—docx 0072 00 - I GENERAL CONDITIONS Pagc 9 of 63 f section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract ( Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF F0WJ' WORTH STANDARD CONS"rmcrION SPFC]F]CATION DOCUMENTS Revision: Februaly2, 2016 F1projacisM 131057-0B2-0 Wrk F,.&2-3 SPECSTinal CombineMw 00-General Condiho-00072 00_Gen-1 Conditw—d— 00 72 00 - 1 GENFRAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern. over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTI-I STANDARD CONSTRUCTION SPECIFICATION DOC1TMENTS Revision: FJwLiwy 2, 20I 6 F)piojmttM3181057-0112-U Wtk Piod%2-3 SPECSAM-1 CombmcdSU , UU-Gcnaal C—diti.-TO 7200_G,nc l C-diti.-do- 00 72 00 - t GENERAL CONDITIONS Page 1 I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or terinination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When, transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 -- AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 20 t 6 Bp vjttts103] 5105TON-0 WA Pmdl2-3 SPECSflnal Coinhi-&Div 00-Genoal Condwoas100 72 00Gencral Canditions.docx 00 72 00 - 1 GENERAL CONDITIONS Page 12 o1"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 FOR"I' WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febivary2, 2016 Faprojce[s1p3181057-0152-0 Wrk Prod12-3 SPFCSSFi,W Combmld�Div 00-Gcnaal Cunditions100 72 CO 0—.1 Condid... acx 007200- 1 GENERA. 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 fmal commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract, or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or .indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fetouary2, 2016 F:tproi-rs503185057-0152-0 Wdc PrudQ-3 SPECSIFinal Con3binedlDSv 00-General Co.idirions500 72 00_Gennal Condirions.d— 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B_ Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized.- Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: L the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: feinuaiy 2, 2016 F`ltn ojects\p31 S10S7-ON-0 Wrk Prod12-3 SPHCS1Final Camhineddliv 00-General CnnAitions\0� 77. Oo_Genesal C ditions.doc, 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (h) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against, all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06 G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision- Febmary2, 2016 F:Sprojectsl0-1181957-0152-0 Wek ProJ12-3 SPECSffinal CumLmcdlf]iv 90-Grncral CondiGons�DO 72 00_General Conditions.doex 007200- 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 -- BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as ".Additional Insured" on all liability policies. CITY OF FORT' WORTII STANDARD CONSTRUCTION SI'ECIFICATION DOCUMENTS Revision: F(huary2, 2016 F;lprojcelsl031 &057-01 2-0 Wyk ProdV-3 SPFCSFinal Cooibinedv�j, 00-Genera1 COndil 0r1%W0 72 00 G-1 C-Rions.d— 007200-1 GENERAL CONDITIONS Page 17 ofb3 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-: VIl 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 arc approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. hi CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febawy 2, 201 G F.�proie M%03i G57.01V-0 Wrk Prodl23 SPE-CSTiaal Co ubinedlDw MC eral Condttioos1007Z 006er al Condiiions.doc 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000,00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the. Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2, 2016 FAproje sNWM057-0152-0 Wrk P,od12-3 SPFCSV 11-1 Cn binedlDi, 00-Genera1 Cmdi[ionM07200_Ci—.1 Condilio_ 6— 007200-1 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 premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested).' Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 -- CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Yehuary2, 2016 Fpr i-[,\03M057-0P2-0 WA Prod2-3 SPECSTma] Coirr6ineci5€)iv 00-General Conditions500 72 00.Gm"l (:onditions.docx 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor sball provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site, B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2_ for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone; water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. if required by City, Contractor shall fumish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehmy 2, 2010 F.iproleas}q.3135057-0]12.0 Wrk Prod12-� SPGCS11Tinal CombinedlDiv 90-General CondSltons10072 00 (l--] Cond¢ia,.&do" 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felnuary 2, 2016 R: Projo [SMI M57-0IV-0 %Vrk P-&2-3 SPECSW-1 C—IbmeMw 00-Ge col Condit .,= 72 00_ Gea, d Cwditi— dncx 00 72 00 - I GENERAL CONDITIONS Page 22 of 63 2) it will reliably perforin at least equally well the finiction 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 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FOR"]- WORTH STANDARD CONSTRIIC'TION SPECIFICATION DOCUMENTS Revision: Fetrzuaiy2, 2016 F1projeclsl03181057-01 U-0 Wrk h odQ-3 SPECSUinal Com6incdOiv 00-General Canditinnd90 72 OQ Cenral Condilions.docx 007200- 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified-, b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may famish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use ofsubstituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA"I-ION DOCUMENTS Revision: Fehumy2, 2016 F_%projets%031 M57-01Q-0 Wrk ProdQ-3 SPFCSVinal Co hive Div 00-General Coodiions1007200_(k.—1 Cnndidons.ducx 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to funush or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 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 be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIHC:ATION DOCUMENTS Revision: 1- 6imy2,2016 FAprulecal03I S\057.0 W-0 Wik F—IV-3 SPECSTinal 00-Genera1 Condili—,M 72 00 Cities] C.011 60,1s.dac. 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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 determination of the violation. l CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: rebawy2, 2016 FAI—je ts}01I M57-012-0 Mk Pmd12-3 SPECSTinal Comhine&Div 00-Gen I Condisions= 72 00_Gen—I Condihons.do— 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest, extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of 'the Work or resulting from CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2, 2 016 Fagrnjens103184057-011'L-0 Wrk Prodti2-3 SPEC51Final Combincdl�fv 00-General CondiGons�0072 OO General Condiieanadocx 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not spectfed in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to cart' out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits �- 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fein my2,2016 Hproj-0031 SQ57-0h2-0 Wrk PmdV-3 SPECSWinal Combined%Div 00-General Cunditions10072 00 0-1 Comditions.ducx 007200- 1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State _Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. bAp://ww-w.window.state.tx.us/taxinfo/taxfon-ns/93-fonns.html 6.12 Use of Site and Other Areas A. Limitation on Use of'Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas pennitted 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 STANDARD CONS"I'RUC'HON SPECIFICATION DOCUMENTS Revision: F6ma<y 2, 2016 I .%prniwslOA 81957-012-0 Wrk Prodl7-3 SUCSTMI C—bill A Dir OO-Gcn 1 Co Akioos100 72 00 Gym 1 CoMitio- do- 00 72 00 - t GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, tosses, 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 mariner 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 docunnients, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februwy 2, 20 T 6 h:lprglecis503181057-0112-0 Wrk ProdQ-3 SPLCSinal CnmhinedlUiv 04Gene,al Conditions500 72 00 General Co.Auansducx 00 72 00 - 1 GENERAL. CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if arty. 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 maybe Iiable, 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 Lazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY Or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DM)MENTS Revision: February 2, 2016 F:%prolimsNM M057-0152-0 Wrk PlOdV-3 SPECSTml C—binedl0Sv 00-General CondirionsM 72 00_G-1 Conditi— d—, 007200- 1 GENERAL CONDITIONS Page 31 of 63 r changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICNHON DOCUMENTS Revision: February 2, 2016 F_lr—j7'is103IM57-01R-0 Wrk PwW-3 SPFCSiPinal CombinedOiv 00-General Conditio-M 72 00. General Cmdi iot�_dacx 00 72 00 - I GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review- 1 . City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rtwision: Fdnuary2, 2016 F:�pmjeds)031M.57-0112-0 Wrk hod52-3 SFECSTi-f CombmedUw00-Gene aoddGo.,%007200 Gearal (:nndki..,.d— 007200-1 GENERAL CONDITIONS Page 33 of 63 E r 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; 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 Ionger period is specified and shail f irnish 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 IS CITY OF FORT WORTH STANDARD CONSTRUCCION SPECIFICATION DOCUMENTS Revision: February 2, 2016 F;lprojecls403187057-OIL-O Wrk 1'rod�2-3 8PEC54Final ContbinedlDiv 06Geirera] Canditions1O072 o0_Cenerar Condilions.docx 00 72 00 - I GENERAL CONDITIONS Page 34 of 63 SPECIFICALLX 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 CI 6.22 Delegation of'Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and. procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CrrY OF FORT WOWI'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmacy2, 2016 F5 p-jects\011 M57-0I12-0 Wrk P1062-3 SPECS%Fin01 f:—binc(LDw 00-Gc—1 Cmidil i0ns100 72 00_Ge—A Canditions.d0cx 00 72 00 - 1 GENERAL CONDITIONS Pagc 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 V.I, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written, notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCDON SPECIP)CATION DOCUMENTS Rcvision: Fehiiaiy2, 2016 F:lpmjects503131057-0112-0 wrk 1'mdl2-3 SRECS1Final Coinbinedll)i+ 00-Gencial Conditions50072 00_Gencial Conditions dacx 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1, the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay nen Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC1k1CATION DOCUMENTS Revision: rcbmty 2, 2016 FAFr j-i,,T3181057-0112-0 %k Prod4-3 SPFCSTinal Cmnbi -A iv 00-Genera1 COndiM.SWO 72 00 (.—e 1 Cnn&1ians.docx 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 Lawrence Hamilton, P.E., or his/her successor pursuant to written notification from the Director of Water Department. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 F-}p-i-W031 M57-0112-0 Wrk Pw412-3 SPEC55Final Cmbi-(Mw 00-Gewa ] Conditi-.,WO 7200_Getieral Conditinns.docx 007200- I GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisioir H)i1imy2, 2016 f.-lprDiWA031 W57-0M-0 Wrk ProdV-35PECSTinTl Combine&Div 00-6neral ConAilions1007200 General C—hti—s-docx 007200-1 GENERAL CONDITIONS Page 39 of 63 t 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 r reasonable cost thereof Contract CIaims regarding Extra Work shall be made pursuant to f. 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. t CITY OF FORT WORTH, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fd)rualy2, 2016 F.1pr j,etsk03131057-OIV-OWrk PRndV-3SPFCS1Pinal CombincdVJiv00-Geneaal Condiiions%007200 General Condirions.docx 007200- l GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12,01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, tape one of the following actions in writing: I. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F-6uary2, 2016 FS ojeds503185057-0]12-6 Wrk P.&2-3"FCSNFina1 ConrhiixdOw00-Gc-1 CandilionsM 2200_G,,,—1 Canditiom.dacx 067200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs .Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.013, and shall include but not be limited to the following items: 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 furnisbed 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- Felmimy2, 2416 F.lpmj-(sMJ&057-0h2-0 Wdc ProdV-1 SPF.C51Fina1 C—hined0iv00-Genera1 CondiGons100 72 00_Gemal Condi[ions.d.- 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes. related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages.have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTI{ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdniniy2, 2010 H[I .jecMW1M57-0112-0 Wrk P,OQ.3 SF'ECSTinat CombinedDiv W Lien ] C:ondRie,uTO 7200 General C..dilions, dOcA 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph I1.01.AA, 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 perforn-ied 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- Fehumy2, 2016 Flp.0j cL 5 31850,17-01V-0 Wrk Pw&2-3 SPECS%Fi-T Cainbi—&Div 00-0—.] Condi[inn M 72 00_CC—] Condilions.docx 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City, D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item, of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FOWI- WORT[ I STANDARD CONSTRIJn'ION SPECIFICATION DOCUMENTS Rcvision: February 2, 20I 5 F:4prejecO03 i 8%0.57-0112-0 WO, PrSPFCSSFina I Cnmbin 6N, 00-General Cnnditio-M7200 (ieneral Co,dilions.d— 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in ArticIc 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 FORTWORTH STANDARD CONS'I'M JCr10N SPECIFICATION DOCUMENTS Revision: Fd-Nimiy2, 2016 FApmjecrs5031 WO 7-01V-0 Wrk 13rodQ-3 SPECSTinal C..bmcd%DN 00-General Condilions%0072 CO General Condilions.d— 00 72 60 - I GENERAL CONDITIONS Page 46 of 63 E. For call outwork or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 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 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.Q. 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, 11.0l.A.2, and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent (5%), 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C2.a and 12.01.C2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCI]MrNTS Revision: Fcbrualy 2, 2416 F 1prnje L,\03I IM57-01t2-0 Wrk Pro&2-3 Si'FCSNFioal Combi-d0iv 00-General Condin—,s 00 72 00 G,,,,l Candid-s.docx 007200-1 GENERAL CONDITIONS Page 47 of 63 ` tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.0i.A_2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; 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_ Febivaiy2, 2016 [`.lprafectsl0 ]M57-O0-0 Wrk ProdV-SSPEC%Final Combined\Dn, W General CrnfdifeunsM1200_General C—difi—.docx 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 = TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORD WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaiy 2, 2016 Ftlprojecfs103184O57-0112-0 Wrk Prod52.3 SPECST.inal Colilbi.E( Div 00-General Condihl .,s�00 72 OO Genera] Condilions.d— 007200-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. 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 13.09 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. febivary2, 201 G Bprojecls103185057.01V2-0 Wrk ProdV-3 SPFCSIF'snal Com6inedkDiv Oo-Ceneral Conditions%00 72 00_.General Cnndilions.doca 00 72 00 - l GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is .not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: I. 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 d. 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 Worlc 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 WORTS-i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febivaiy 2, 2016 f.--lprojec(s10318ti057-U112-UWdo Prod123SPECSIFinal Com6incdUDiv44-General Conditionc}U97200_Gen 1 Conditio:u-d— 007200- 1 GENEI7AL CONDITIONS Page 51 of63 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 13.06A or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency, B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the.Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 Flpioieus4U31 S4057-0142-9 Wrk Pred�2-3 SPFCS\Final (.ombinedlDiv oo-(ienmi Conditionsl0o 72 UO_(ieneral Condiri-.,.doca 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under. this Paragraph 13.09 will be charged against Contractor, and a Change Order .will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FOTI' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fd nlary 2, 2016 projecls103181057-01 2-U Wek Prod 2-3 SP[CS Finn] ConrhinedU]iv 00-Gen al Condifioas 00 72 OU General Condiuc—do- 007200-1 GFNFRAL CONDITIONS Page 53 of 63 B. Review oflpplications: L City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revolve 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 bis subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d- City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbiu9ly2, 2016 F_5prup:cis5031 M57-OM-0 Wrk Prod�2-3 SPECSTinal CombinedtiDiv 00-General Condiiions500 72 00 General C—difinns.d— 00V00-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2_ For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment. Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b_ there are other items entitling City to a 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 15.02A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCrION SPF.C]PICATIoN DOCUMENTS Revision: Nhualy 2, 2016 F.lproiect%%031R1057-01 V.-0 Wrk 1'rodt2-3 SPECSTim.i {:ombinedlDiv 00-General CondittonslCO 72 00_Ge ml Ca ditions.dorx 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City Will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: J. 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 CONSfRUC1'ION SPECIFICATION DOCIWENTS Revision: Fehijary2, 2016 F;lprojecls,03131057-0IQ 0 Wrk P, o1112-3 VECSTwal Combined0iv 00-Gtncral CondiGonM072 QO_Genoal 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a, directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confixrns, 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 rctainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTU STANDARD CONSTRUCTION SPECTFICAT)ON DOCUMENTS Revision: f ehnnry 2, 2016 F 1ptujccts54]131p57-pill-0 Wrk Prud12-.7 SPGCSU'inal CornhSnedllliv p4-Gene�ai Condit ions14472 p4 Gem,3 T Conditions-dm, 007200- l 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 F shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECINCATION DOCUMENTS Revision: Fchuary 2, 20l 6 F 4projeclsLp313�DS7-01V---O W6, Pwd52-1SPECSTi-I Co hmcd%DwDo-Gcnm1Condkions%007200-General Cnndilinns-docx 007200-I GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established 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 I5.02A. 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. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT' WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehnraly2, 2016 fl5projccls403181057-0112-0 Wrk procit2-3 SPECSU-'final CombincdlDir 00.Genernl (:ozdilions100 72 00_General Condifiu do 00 72 00 - 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. 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, Iosses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, Iosses 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: Fdnuary 2, 201 G Flpr0jc0,W3131057-0 i Q-0 Wrk P,.02-3 SPLCSWi-1 Combiued4Div 00-Geneizl Condi(inns500 72 00_Gei—) Condifinns.d— 00 72 00 - 1 GENERAL CONDITIONS Pagc 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4_ transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and b. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febivary2, 2016 F:\pmjectsl03i KT57-0117.-0 Wrk Prod2-3 SPECWiml CombinedlDiv 00-General Conditions= W 00_Genera1 Cooditionsdo" 007200-1 GENERAL CONDITIONS Page61 of63 t 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 fmaI settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request- C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARDCONSTRUCrTON SPECIFICATION DOCUMENTS Revision: Febmaiy 2, 2016 FlMwy ISV03 0057-0R2-0 Wrk Prod\2-3 SPECST-1 C—bincecAM, 00-G-1 C—dil-000 72 00 General Coy-Rio-doc. 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 L elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claire to a court of competent jurisdiction. ARTICLE 17 —MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 �projec1s103181057-0112-0 Wrk Prod12-3 SPEC51Fina1 Com6incdlDiv 00-General Condiuonsl0� 72 OO General Corrdilions.dacx 007200- l 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 STANDARDCONSTRUC'TION SPECIFICKI70N DOCUMENTS Revision: Fdxuary2, 2016 1-;lprojm003 I SW57-OR2-0 Wrk ProdQ-3 SPECSTFinaI (:—bin,&Div 00-GcnmA CoMwons 00 72 00_G—,.1 Condili—.does 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 7 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions, unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2, "Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1., "Availability of Lands" 34 35 The following is a list of known outstanding right -of --way, and/or casements to be acquired, if any as of 36 December 2018 37 38 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION Neva 1. Sbo —Z f VLMC = VLMC: . -B6a: Some ; 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2, "Availability of Lands" 47 0 CITY OF FORT WORTH Eagle Mountain Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 22, 2016 F:1projecls103181057-0112-0 Wrk Prod12-3 SPEMConformed100 73 00Supplementary Conditions.doc 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 7 1 Utilities or obstructions to be removed, adjusted, and/or relocated 2 3 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 4 as of December 2018. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT 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 investigation, Report No. FE03-42329, dated September 2003, prepared by Terra -Mar, ine. a sub -consultant of Alan Plummer Associates, Inc., a consultant of the City, providing additional information on subsurface conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None. SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Alan Plummer Associates, Inc. (3) Other: None. SC-5.04A., "Contractor's .insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" CITY OF FORT WORTH Eagle Mountain Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 22, 2016 F:lprojecfs103181057-0112-0 Wrk Prod12-3 SPECS1Conformed100 73 00_Supplementary Couditions.doc i 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits. of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 ' Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by Railroad UP, and BNSF. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: X Required for this Contract $Confirm Limits with Railroad $Confirm Limits with Railroad Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH Eagle Mountain Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 22, 2016 F:Iprojects10318k057-0112-0 Wrk Prod52-3 SPECs\Conformed100 73 00 supplementary Conditions.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier <4—,2-,4, 4, or 5> for the project. 2 SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.0913. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. TxDOT Permit at Hwy 287 for Utility Crossing. 2. TxDOT Permit at FM 1220 for Utility Crossing 3. UP Rail Road Pe 2 4. BNSF Rail Road Pennit. SC-6.09C. "Outstanding permits and licenses" CITY OF FORT WORTH Eagle Mountain Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 22, 2016 F:lprojects103181057-M2-0 Wrk Prod\2-3 S1`HC8IConformed100 73 00_Suppletnentary Conditions.doc 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 1 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of December 2 2018 3 4 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION )CFO Gas Pipeline Crossing July 2019 i UP Rail Fbaid P6,rn-rt.. 5 6 7 SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" 8 9 During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest 10 (hereinafter referred to as the "Contractor") agrees as follows: 11 12 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 13 nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter,. 14 "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, 15 (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part 16 of this contract. 17 18 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall 19 not discriminate on the grounds of race, color, or national origin, in the selection and retention of 20 subcontractors, including procurements of materials and leases of equipment. The Contractor shall not 21 participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the 22 Regulations, including employment practices when the contract covers a program set forth in 23 Appendix B of the Regulations. 24 25 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all 26 solicitations either by competitive bidding or negotiation made by the contractor for work to be 27 performed under a subcontract, including procurements of materials or leases of equipment, each 28 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 29 under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or 30 national origin. 31 32 4. Information and Reports: The Contractor shall provide all information and reports required by the 33 Regulations or directives issued pursuant thereto, and shall permit access to its books, records, 34 accounts, other sources of information and its facilities as may be determined by City or the Texas 35 Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders 36 and instructions. Where any information required of a contractor is in the exclusive possession of 37 another who fails or refuses to furnish this information the contractor shall so certify to the City, or the 38 Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to 39 obtain the information. 40 41 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 42 nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the 43 Texas Department of Transportation may determine to be appropriate, including, but not limited to: 44 45 a. withholding of payments to the Contractor under the Contract until the Contractor 46 complies, and/or 47 b, cancellation, termination or suspension of the Contract, in whole or in part. 48 0 CITY OF FORT WORTH Eagle Mountain Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 22, 2016 F:Iprojects103181057-0R2-0 Wrk Prod12-3 SPECSIConformed100 73 00_supplementary Conditions.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None. Vendor Scope of Work Coordination Authority None. SC-8.01, "Communications to Contractor" None. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Lawrence Hamilton, P.E. or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., "Tests and Inspections" None. SC-16.01C.1, "Methods and Procedures" None. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTH Eagle Mountain Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 22, 2016 F: \projecls\03181057-0112-0 Wrk Prcd\2-3 SPECS\ConTormed100 73 00_Supplementary Conditions.doe 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 CITY OF FORT WORTH Eagle Mountain Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 22, 2016 F:lprojecls103181057-0112-0 Wrk Prod12-3 SPECS1Coarormed100 73 00_Supplementary Conditions.doc 01 11 00- 1 SUMMARY OF WORK / Pagel of 3 p' t 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART 1 - GENERAL. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division I - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] r �.. _.._ 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all Iabor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1 _ Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. l CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projccl No: 01309 Revised December 20, ?012 Fiprojects503131057-D1%2-0 Wrk Pmd12-3 SPECMFinaI Combined7Div 01-General Reyuircmcnls50 I I 1 00_Suinirwy of Work. doc 01 11 00-2 SUMMARY OF WORK. Page 2 of 3 1 a. A reasonable amount of tools, materials, and equipment for construction 2 purposes may be stored in such space, but no more than is necessary to avoid 3 delay in the construction operations. 4 b. Excavated and waste materials shall be stored in such a way as not to interfere 5 with the use of spaces that may be designated to be left free and unobstructed 6 and so as not to inconvenience occupants of adjacent property. 7 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 8 manner as not to interfere with the operation of the railroad. 9 1) All Work shall be in accordance with railroad requirements set forth in 10 Division 0 as well as the railroad permit. 11 D. Work within Easements 12 1. Do not enter upon private property for any purpose without having previously 13 obtained permission from the owner of such property. 14 2. Do not store equipment or material on private property unless and until the 15 specified approval of the property owner has been secured in writing by the 16 Contractor and a copy furnished to the City. 17 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 18 obstructions which must be removed to make possible proper prosecution of the 19 Work as a part of the project construction operations. 20 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 21 lawns, fences, culverts, curbing, and all other types of structures or improvements, 22 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 23 appurtenances thereof, including the construction of temporary fences and to all 24 other public or private property adjacent to the Work. 25 5. Notify the proper representatives of the owners or occupants of the public or private 26 lands of interest in lands which might be affected by the Work. 27 a. Such notice shall be made at least 48 hours in advance of the beginning of the 28 Work. 29 b. Notices shall be applicable to both public and private utility companies and any 30 corporation, company, individual, or other, either as owners or occupants, 31 whose land or interest in land might be affected by the Work. 32 c. Be responsible for all damage or injury to property of any character resulting 33 from any act, omission, neglect, or misconduct in the manner or method or 34 execution of the Work, or at any time due to defective work, material, or 35 equipment. 36 6. Fence 37 a. Restore all fences encountered and removed during construction of the Project 38 to the original or a better than original condition. 39 b. Erect temporary fencing in place of the fencing removed whenever the Work is 40 not in progress and when the site is vacated overnight, and/or at all times to 41 provide site security. 42 c_ The cost for all fence work within easements, including removal, temporary 43 closures and replacement, shall be subsidiary to the various items bid in the 44 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Eagle Mountain lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F lyrojectsW HM05T-0112.0 Wrk PmdQ-3 SPECSwinal Combuiedit)iv 03-GeneraF Reyuirern-ts101 I 1 00_summary or Work,doc 01 11 00 - 3 SUMMARY OF WORK Page 3 or 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USE, 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 t CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Seiner Diversion Pipeline to Sig Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: O1309 Revised December 20, 2012 BproreclsW313%057-0152-0 Wrk Prodk2-3 SPECS}Penal Cmn6inedkf)iv 01-General Nequireinenls50l 1100_Summary of Work.doc f r t 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 0125 00 SUBSTITUTION PROCEDURES 012500-1 SUBSTITUTION PROCEDURES Page l of 5 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to I or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division i — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 FSpwjec1sk03 18Q57-01%2-0 Wrk Prod%2-3 SPFCSWi.A Co hi..d%Div 0i-General Requiremem 101 25 00_S.bsw.6on Piocedin s.doc 012500-2 SUBSTITUTION PROCEDURES Page 2 of 5 1 a. Or -equals are unavailable due to strike, discontinued production of products 2 meeting specified requirements, or other factors beyond control of Contractor; 3 or, 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 5 1.5 SUBMITTALS 6 A. See Request for Substitution Form (attached) 7 B. Procedure for Requesting Substitution 8 1. Substitution shall be considered only: 9 a. After award of Contract 10 b. Under the conditions stated herein 11 2. Submit 3 copies of each written request for substitution, including: 12 a. Documentation 13 1) Complete data substantiating compliance of proposed substitution with 14 Contract Documents 15 2) Data relating to changes in construction schedule, when a reduction is 16 proposed 17 3) Data relating to changes in cost 18 b. For products 19 1) Product identification 20 a) Manufacturer's name 21 b) Telephone number and representative contact name 22 c) Specification Section or Drawing reference of originally specified 23 product, including discrete name or tag number assigned to original 24 product in the Contract Documents 25 2) Manufacturer's literature clearly marked to show compliance of proposed 26 product with Contract Documents 27 3) Itemized comparison of original and proposed product addressing product 28 characteristics including, but not necessarily limited to: 29 a) Size 30 b) Composition or materials of construction 31 c) Weight 32 d) Electrical or mechanical requirements 33 4) Product experience 34 a) Location of past projects utilizing product 35 b) Name and telephone number of persons associated with referenced 36 projects knowledgeable concerning proposed product 37 c) Available Feld data and reports associated with proposed product 38 5) Samples 39 a) Provide at request of City. 40 b) Samples become the property of the City. 41 c. For construction methods: 42 1) Detailed description of proposed method 43 2) Illustration drawings 44 C. Approval or Rejection 45 1. Written approval or rejection of substitution given by the City CITY OF FORT WORTIT Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July I, 2011 F:�pmjcu,1O. 1 W57-0152-0 %k Pm&2-3 SPECSTml Camhined\Div 01 General Regim men[,W125 OU_Substitu6an Pmcedures_dac 012500-3 SUBSTITUTION PROCEDURES r f Page 3 of 5 1 2. City reserves the right to require proposed product to comply with color and pattern 2 of specified product if necessary to secure design intent, 3 3. In the event the substitution is approved, the resulting cost and/or time reduction 4 will be documented by Change Order in accordance with the General Conditions. 5 4. No additional contract time will be given for substitution. 6 5. Substitution will be rejected if: 7 a. Submittal is not through the Contractor with his stamp of approval 8 b. Request is not made in accordance with this Specification Section 9 c. In the City's opinion, acceptance will require substantial revision of the original 10 design I I d. In the City's opinion, substitution will not perform adequately the function I2 consistent with the design intent 13 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USE, 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. In making request for substitution or in using an approved product, the Contractor 18 represents that the Contractor: 19 1. Has investigated proposed product, and has determined that it is adequate or 20 superior in all respects to that specified, and that it will perform function for which 21 it is intended 22 2. Will provide same guarantee for substitute item as for product specified 23 3. Will coordinate installation of accepted substitution into Work, to include building 24 modifications if necessary, making such changes as may be required for Work to be 25 complete in all respects 26 4. Waives all claims for additional costs related to substitution which subsequently 27 arise 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIE, LD [SITE] CONDITIONS [NOT USED] 30 1.I2 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 PART 3 - EXECUTION [NOT USED] 33 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised .lily 1, 2011 F.Apmjee1sWI]M057-0I1M %Vrk Prnd,2-3 SPLCS%Fina1 Co3nbined5Dlv0 I-Gcnu al ReyuiremcnOO1 25 00_Substitution I'rocedum.doc 012509-4 SUBSTITUTION PROCEDURES Page 4 of 5 END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICKFION DOCUMENTS City Project No.: 01309 Rcvised July I, 2011 FiprajwsWI I SW57-OR2-0 Wrk h,,dQ-3 SPECSWmA C—bined5Div W-General Requirenu:nis401 23 00 Subsw utan Procedures doe 01 25 00 - 5 SUBSTITUTION PROCEDURES Page 5 of 5 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in BIanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Not recommended By Date Remarks Date Rejected Recommended Received late CITY OF FORT WORTH Eagle Mountain lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcc:t No.- 01309 Revised .luly 1, 2011 Flprj-003131057-0 R2-0 Wrk P.-R2.3 SPECSWinM Combmed%Div 01-General RequiretnentsWl 25 0o_Substnuuon Proced— doc 4f 31 19- l PRECONSTRUCCION MEETING Page f of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. r 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No.- 01309 Revised August 17, 2012 FAproiectsM I M057-0112-0 Wrk Pmd%2-3 SPECSIFinal Combine&Div Ol-Generat Requirements50l 3[ 19_Preeansl vw ion Meetingsdoc 1 2 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 01 31 19-2 PRECONSTRUC ION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting, b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i, Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w, Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa, Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WB.F, or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH Nagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised August 17, 2012 F'%p,ojects10318V057-C IU-0 Wrk ProdQ-1 SPECSTwil Com6inedkUiv 01-General Requi—nr601 31 19_Pr c nst—tion Meelings.doe I 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USE, 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 112 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision I.og DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Seiner Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised August 17, 2012 F%proiens50 I M57-0 h2-0 Wrk Prod12-3 SPEC.Winal Coinbine&Div 01-General Ruluireme11e5101 31 19Preco115t— ion Meetings_doc 01 31 20- 1 PROJECT MEETINGS Page I of 3 I SECTION 01 31 20 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of S potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division I — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. - 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1- After the execution of the Agreement, but before construction is allowed to begin, 32 attend I Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees r. CFI-Y OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 Fap1ojeetsl031 M057.V2-0 Wrk Nndt2-3 SPECSMnal Conr6inedkDw 01-General Requiremctns101 31 20_Project Meetfuss.doe 013120-2 PROJECTMEETINGS Page 2 of 3 1 a. Contractor 2 b. Project Representative 3 c. Other City representatives 4 4. Meeting Schedule 5 a. In general, the neighborhood meeting will occur within the 2 weeks following 6 the pre -construction conference. 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 1. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by Project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as - I 2 needed basis. Such additional meetings shall include, but not be limited to: 13 a. Coordinating shutdowns 14 b. Installation of piping and equipment 15 c. Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 3. The Project Representative will preside at progress meetings, prepare the notes of 19 the meeting and distribute copies of the same to all participants who so request by 20 fully completing the attendance form to be circulated at the beginning of each 21 meeting. 22 4. Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c. Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request 27 d. Engineer's representatives 28 e. City's representatives 29 f Others, as requested by the Project Representative 30 5. Preliminary Agenda may include: 31 a. Review of Work progress since previous meeting 32 b. Field observations, problems, conflicts 33 c. Items which impede construction schedule 34 d. Review of off -site fabrication, delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 f. Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h. Progress, schedule, during succeeding Work period 40 1. Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 1. Pending changes and substitutions 44 m. Review proposed changes for: 45 1) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents CITY OF FORT WORTH Gaglc Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 F;\projects%03I M57-01}2-0 Wrk P,c(N2.3 SFEMN.,al Combi-dWiv 01-General Req.i —tst0l 31 20 Project MceLmgs.doc 01 31 20 - 3 PROJECT MEETING Page 3 of 3 1 o. Review monthly pay request 2 p. Review status of Requests for Information 3 6. Meeting Schedule 4 a. Progress meetings will be held periodically as determined by the Project 5 Representative. 6 1) Additional meetings may be held at the request of the: 7 a) City 8 b) Engineer 9 c) Contractor 10 7. Meeting Location l I a. The City will establish a meeting location. 12 1) To the extent practicable, meetings will be held at the Site, 13 1.5 SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS [NOT USED] 22 PART 3 - EXECUTION [NOT USE, 23 24 25 END OF SECTION IRevision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain L.akc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 F-Sproject_,503MO1 7-01i2-0 wrk Pmd12-3 SPFCSSFfnal CambfnedlDfv 01-General Rcqufrcmenls501 31 20_Aojec7 Meeings.doc 01 32 16-1 CONSTRUCTION PROGRESS SCHEDULE r " Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTTON PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and _Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Haig Fossil Creek Basin ( STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised July 1, 2011 F:\prgjccts\0319\057-0112-0 Wrk Prod12-3 SPECSIFinal Cotnbincd0iv 01-Qeneral RequirementskO1 32 16_Constructiou Progress Schedule.doc 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 3. Progress Schedule -Monthly submittal of a progress schedule documenting 2 progress on the project and any changes anticipated. 3 4. Schedule Narrative - Concise narrative of the schedule including schedule 4 changes, expected delays, key schedule issues, critical path items, etc 5 B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Baseline Schedule 9 1. General 10 a. Prepare a cost -loaded baseline Schedule using approved software and the 11 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 12 Guidance Document. 13 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 14 understanding of the work to be performed and known issues and constraints 15 related to the schedule. 16 c. Designate an authorized representative (Project Scheduler) responsible for 17 developing and updating the schedule and preparing reports. 18 B. Progress Schedule 19 1- Update the progress Schedule monthly as required in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 22 3, Change Orders 23 a. Incorporate approved change orders, resulting in a change of contract time, in 24 the baseline Schedule in accordance with City of Fort Worth Schedule 25 Guidance Document. 26 C. Responsibility for Schedule Compliance 27 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 28 Report that delays to the critical path have resulted and the Contract completion 29 date will not be met, or when so directed by the City, make some or all of the 30 following actions at no additional cost to the City 31 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 32 outlining: 33 1) A written statement of the steps intended to take to remove or arrest the 34 delay to the critical path in the approved schedule 35 2) Increase construction manpower in such quantities and crafts as will 36 substantially eliminate the backlog of work and return current Schedule to 37 meet projected baseline completion dates 38 3) Increase the number of working hours per shift, shifts per day, working 39 days per week, the amount of construction equipment, or any combination 40 of the foregoing, sufficiently to substantially eliminate the backlog of work 41 4) Reschedule activities to achieve maximum practical concurrency of 42 accomplishment of activities, and comply with the revised schedule CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised July 1, 2021 Hprojects1031SW57-0112-0 Wrk Prod12-3 SPFCSII'inal Combinedlt]iv01-General Requireincnts101 32 16_Consnuction Progress Schedule.doc 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2. If no written statement of the steps intended to take is submitted when so requested 2 by the City, the City may direct the Contractor to increase the level of effort in 3 manpower (trades), equipment and work schedule (overtime, weekend and holiday 4 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 5 to the critical path in the approved schedule. 6 a. No additional cost for such work will be considered. 7 D. The Contract completion time will be adjusted only for causes specified in this 8 Contract. 9 a. Requests for an extension of any Contract completion date must be 10 supplemented with the following: 11 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled 13 under the provisions of this Contract. 14 a) The City will, after receipt of such justification and supporting 15 evidence, make findings of fact and will advise the Contractor, in 16 writing thereof. 17 2) If the City finds that the requested extension of time is entitled, the City's 18 determination as to the total number of days allowed for the extensions 19 shall be based upon the approved total baseline schedule and on all data 20 relevant to the extension, 21 a) Such data shall be included in the next updating of the Progress 22 schedule. 23 b) Actual delays in activities which, according to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the network will not be the basis for a change therein. 26 2. Submit each request for change in Contract completion date to the City within 30 27 days after the beginning of the delay for which a time extension is requested but 28 before the date of final payment under this Contract. 29 a. No time extension will be granted for requests which are not submitted within 30 the foregoing time limit. 31 b. From time to time, it may be necessary for the Contract schedule or completion 32 time to be adjusted by the City to reflect the effects of job conditions, weather, 33 technical difficulties, strikes, unavoidable delays on the part of the City or its 34 representatives, and other unforeseeable conditions which may indicate 35 schedule adjustments or completion time extensions. 36 1) Under such conditions, the City will direct the Contractor to reschedule the 37 work or Contract completion time to reflect the changed conditions and the 38 Contractor shall revise his schedule accordingly. 39 a) No additional compensation will be made to the Contractor for such 40 schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion of unaffected work, in which 42 case the Contractor shall take all possible action to minimize any time 43 extension and any additional cost to the City. 44 b) Available float time in the Baseline schedule may be used by the City 45 as well as by the Contractor. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised July 1, 2011 F:IproiectsW3I91057-0112-0 Wrk Prod12-3 SPECSWinal Combined\DivOl-Gencral Rcquircments101 32 16Construction Progress Schedule.doe 01 32 16-4 CONSTRUCTION PROGRESS SCHEDULE Page4 or5 1 1 Float or slack time is defined as the amount of time between the earliest start date 2 and the latest start date or between the earliest finish date and the latest finish date 3 of a chain of activities on the Baseline Schedule. 4 a. Float or slack time is not for the exclusive use or benefit of either the 5 Contractor or the City. 6 b. Proceed with work according to early start dates, and the City shall have the 7 right to reserve and apportion float time according to the needs of the project. 8 c. Acknowledge and agree that actual delays, affecting paths of activities 9 containing float time, will not have any effect upon contract completion times, -10 providing that the actual delay does not exceed the float time associated with 11 those activities. 12 E. Coordinating Schedule with Other Contract Schedules 13 1. Where work is to be performed under this Contract concurrently with or contingent 14 upon work performed on the same facilities or area under other contracts, the 15 Baseline Schedule shall be coordinated with the schedules of the other contracts. 16 a. Obtain the schedules of the other appropriate contracts from the City for the 17 preparation and updating of Baseline schedule and make the required changes 18 in his. schedule when indicated by changes in corresponding schedules. 19 2. In case of interference between the operations of different contractors, the City will 20 determine the work priority of each contractor and the sequence of work necessary 21 to expedite the completion of the entire Project. 22 a. In such cases, the decision of the City shall be accepted as final. 23 b. The temporary delay of any work due to such circumstances shall not be 24 considered as justification for claims for additional compensation. 25 1.5 SUBMITTALS 26 A. Baseline Schedule 27 1. Submit Schedule in native file format and pdf format as required in the City of Fort 28 Worth Schedule Guidance Document. 29 a, Native file format includes: 30 1) Primavera (P6 or Primavera Contractor) 31 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 32 bring in hard copy to the meeting for review and discussion. 33 B. Progress Schedule 34 1. Submit progress Schedule in native file format and pdf format as required in the 35 City of Fort Worth Schedule Guidance Document. 36 2. Submit progress Schedule monthly no later than the last day of the month. 37 C. Schedule Narrative 38 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 39 Schedule Guidance Document. 40 2. Submit schedule narrative monthly no later than the last day of the month. 41 D. Submittal Process 42 1. The City administers and manages schedules through Buzzsaw. Crl'Y OF FORT WORTH Eagle Mountain bake Basin Sanitary Scwer Diversion Pipclinc to Sig Fossil Crock Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 0 13C 9 Revised July 1, 2011 F:\projecls1030057-01\2-0 wrk Prod12-3 SPECS1Final Combine&Div 01-General Requircments101 32 16 _Construction Progress Schedulc.doc 01 32 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 2 Guidance Document. 3 3. Once the project has been completed and Final Acceptance has been issued by the 4 City, no further progress schedules are required. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. The person preparing and revising the construction Progress Schedule shall be 10 experienced in the preparation of schedules of similar complexity. 11 B. Schedule and supporting documents addressed in this Specification shall be prepared, 12 updated and revised to accurately reflect the performance of the construction. 13 C. Contractor is responsible for the quality of all submittals in this section meeting the 14 standard of care for the construction industry for similar projects. 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS [NOT USED] 19 PART 3 - EXECUTION [NOT USED] 20 21 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTI I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised July I, 2011 F;Iprgjcc1s103I9ND57-OR2-0 Wrk PFL02-3 SPECS1Final Comhined\Div 01-General Requirernentsl0l 32 16_Construction Progress Schcdule_doc 013233-1 PRECONSTRUCTION VIDEO r Page 1 of 2 I 3 PART1- GENERAL SECTION 0132 33 PRECONSTRUCTION VIDEO 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos S B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 LI1 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Ally 1, 2011 F.SprojeclsT3I M57-01X2-0 %k ho&2-3 SPECSEinal Cumhinc&Div O]-General Reyuirem—WOW 32 33I'reconsim0ion Video.doc 01 32 33 -2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipclinc to Big Fossii Creek Basin STANDARD CONSTRUCTION SPE('FFICA:FION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 F]prnj-003M057-0 n2-0 WA Pmd12-3 SPECS)Final CCMbiuc&Div Ill -General RequireinentsM 32 33 Preconswclicn Vidco.doc 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 01 33 00 - 1 SUBMIT -PALS Pagel of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Sbop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 1.3 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmitta.l (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities ( CITY OF FORT wORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Dccelnber 20, 2012 F:SpinjeclsMMS%1157-0I U-0 Wrk Prod12-3 SPECS1Fin 1 Co hin &Div 01-6eneral Rcvriwr ,ems%01 33 00_Submiaa1s_dnc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 01 33 00 - 2 SUBMITTALS Page 2 of 8 c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Vast use a letter, A-Z, indicating the resubmission of the salve 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 I. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d_ Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format I. Fold shop drawings larger than. 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b_ List of items / Table of Contents c. Product Data /Shop Drawings/Samples /CalculatiODS CITY OF FORT WOR'flI Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPFCIFICA770N DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lpojcclsiO3I M057-0112-0 Wrk P.&2-3 SPRCSTi-I C —binedlDiv 01-6enera1 Requirc,—ts101 33 0o, Sk Nnuals,doe 013300-3 SUBMITTALS Page 3 of 8 1 E. Submittal Content 2 1. The date of submission and the dates of any previous submissions 3 2. The Project title and number 4 3. Contractor identification 5 4. The names of: 6 a. Contractor 7 b. Supplier 8 c. Manufacturer 9 5. Identification of the product, with the Specification Section number, page and 10 paragraph(s) 11 6. Field dimensions, clearly identified as such 12 7. Relation to adjacent or critical features of the Work or materials 13 8. Applicable standards, such as ASTM or Federal Specification numbers 14 9. Identification by highlighting of deviations from Contract Documents 15 10. Identification by highlighting of revisions on resubmittals 16 11. An 8-inch x 3-inch blank space for Contractor and City stamps 17 F. Shop Drawings 18 1. As specified in individual Work Sections includes, but is not necessarily limited to: 19 a. Custom -prepared data such as fabrication and erection/installation (working) 20 drawings 21 b. Scheduled information 22 c. Setting diagrams 23 d. Actual shopwork manufacturing instructions 24 e. Custom templates 25 f. Special wiring diagrams 26 g. Coordination drawings 27 h. Individual system or equipment inspection and test reports including: 28 1) Performance curves and certifications 29 i. As applicable to the Work 30 2. Details 31 a. Relation of the various parts to the main members and lines of the structure 32 b. Where correct fabrication of the Work depends upon field measurements 33 1) Provide such measurements and note on the drawings prior to submitting 34 for approval. 35 G. Product Data 36 1. For submittals of product data for products included on the City's Standard Product 37 List, clearly identify each item selected for use on the Project. 38 2. For submittals of product data for products not included on the City's Standard 39 Product List, submittal data may include, but is not necessarily limited to: 40 a. Standard prepared data for manufactured products (sometimes referred to as 41 catalog data) 42 1) Such as the manufacturer's product specification and installation 43 instructions 44 2) Availability of colors and patterns 45 3) Manufacturer's printed statements of compliances and applicability CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No.: 01309 Revised December 20, 2012 Flp."ects593[M057-0B2.-9 Wrk ProdU-3 sPECSSFinal Cowhined}Div 0l-General RNuireinents,01 33 00_SubinirWs.doc 01 33 00 - 4 SUBMITTALS Page 4 of 8 1 4) Roughing -in diagrams and templates 2 5) Catalog cuts 3 6) Product photographs 4 7) Standard wiring diagrams 5 8) Printed performance curves and operational -range diagrams 6 9) Production or quality control inspection and test reports and certifications 7 10) Mill reports 8 11) Product operating and maintenance instructions and recommended 9 spare -parts listing and printed product warranties 10 12) As applicable to the Work 11 H. Samples 12 1. As specified in individual Sections, include, but are not necessarily limited to: 13 a. Physical examples of the Work such as: 14 1) Sections of manufactured or fabricated Work 15 2) Small cuts or containers of materials 16 3) Complete units of repetitively used products color/texture/pattern swatches 17 and range sets 18 4) Specimens for coordination of visual effect 19 5) Graphic symbols and units of Work to be used by the City for independent 20 inspection and testing, as applicable to the Work 21 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 22 be fabricated or installed prior to the approval or qualified approval of such item. 23 1. Fabrication performed, materials purchased or on -site construction accomplished 24 which does not conform to approved shop drawings and data is at the Contractor's 25 risk. 26 2. The City will not be liable for any expense or delay due to corrections or remedies 27 required to accomplish conformity. 28 3. Complete project Work, materials, fabrication, and installations in conformance 29 with approved shop drawings, applicable samples, and product data. 30 J. Submittal Distribution 31 1. Electronic Distribution 32 a. Confirm development of Project directory for electronic submittals to be 33 uploaded to City's Buzzsaw site, or another external FTP site approved by the 34 City. 35 b. Shop Drawings 36 1) Upload submittal to designated project directory and notify appropriate 37 City representatives via email of submittal posting. 38 2) Hard Copies 39 a) 3 copies for all submittals 40 b) If Contractor requires more than I hard copy of Shop Drawings 41 returned, Contractor shall submit more than the number of copies listed 42 above. 43 c. Product Data 44 1) Upload submittal to designated project directory and notify appropriate 45 City representatives via email of submittal posting. 46 2) Hard Copies 47 a) 3 copies for all submittals CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F`Aproiects50 I M057-01Q-0 Wrk R'o&2-3 SPFrSTinal Combined\[)w 01-General Requiremea3M 33 00_Suhminals-doe 01 3300-5 SUBMITTALS Page 5 of 8 1 d. Samples 2 1) Distributed to the Project Representative 3 2. I -lard Copy Distribution (if required in lieu of electronic distribution) 4 a. Shop Drawings 5 1) Distributed to the City 6 2) Copies 7 a) 8 copies for mechanical submittals 8 b) 7 copies for all other submittals 9 c) If Contractor requires more than 3 copies of Shop Drawings returned, 10 Contractor shall submit more than the number of copies listed above. II b. Product Data 12 1) Distributed to the City 13 2) Copies 14 a) 4 copies 15 c. Samples 16 I) Distributed to the Project Representative 17 2) Copies 18 a) Submit the number stated in the respective Specification Sections. 19 3. Distribute reproductions of approved shop drawings and copies of approved 20 product data and samples, where required, to the job site file and elsewhere as 21 directed by the City. 22 a. Provide number of copies as directed by the City but not exceeding the number 23 previously specified. 24 K. Submittal Review 25 1. The review of shop drawings, data and samples will be for general conformance 26 with the design concept and Contract Documents. This is not to be construed as: 27 a. Permitting any departure from the Contract requirements 28 b. Relieving the Contractor of responsibility for any errors, including details, 29 dimensions, and materials 30 c. Approving departures from details furnished by the City, except as otherwise 31 provided herein 32 2. The review and approval of shop drawings, samples or product data by the City 33 does not relieve the Contractor from his/her responsibility with regard to the 34 fulfillment of the terms of the Contract. 35 a. All risks of error and omission are assumed by the Contractor, and the City will 36 have no responsibility therefore. 37 3. The Contractor remains responsible for details and accuracy, for coordinating the 38 Work with all other associated work and trades, for selecting fabrication processes, 39 for techniques of assembly and for performing Work in a safe manner. 40 4. If the shop drawings, data or samples as submitted describe variations and show a 41 departure from the Contract requirements which City finds to be in the interest of 42 the City and to be so minor as not to involve a change in Contract Price or time for 43 performance, the City may return the reviewed drawings without noting an 44 exception. 45 5. Submittals will be returned to the Contractor under 1 of the following codes: 46 a. Code 1 CITY OF FORT WORTH Eagle Mounlain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:IprojcctsW318%057-0]'Q-0 Wrk P,n&2-3 SPECSSFinal Combined4Div 01-General ReyuireinemsW1 33 00Subminals.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013300-6 SUBMITTALS Page 6 of 8 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and continents 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) Reuubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. CITY OF FORT WOR"IH Eagle Mounlain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Fayroje ts40 I=57-01Q-0 Wrk P-&2-3 SPGCSFi—I Co ,bin d%f)iv aI-Gi ,-at Requve,nentAl 33 00 Snb.Aaals.dcc 01 33 00 - 7 SUBivIMALS / Page 7 of 8 i 1 c. The City may at its option provide a list or mark the submittal directing the 2 Contractor to the areas that are incomplete. 3 8. If the Contractor considers any correction indicated on the shop drawings to 4 constitute a change to the Contract Documents, then written notice must be 5 provided thereof to the City at least 7 Calendar Days prior to release for 6 manufacture. 7 9. When the shop drawings have been completed to the satisfaction of the City, the 8 Contractor may carry out the construction in accordance therewith and no further 9 changes therein except upon written instructions from the City. 10 10, Each submittal, appropriately coded, will be returned within 30 Calendar Days 11 following receipt of submittal by the City. 12 L. Mock ups 13 1. Mock Up units as specified in individual Sections, include, but are not necessarily 14 limited to, complete units of the standard of acceptance for that type of Work to be 15 used on the Project. Remove at the completion of the Work or when directed. 16 M. Qualifications 17 1. If specifically required in other Sections of these Specifications, submit a P.E. 18 Certification for each item required. 19 N. Request for Information (RFI) 20 1. Contractor Request for additional information 21 a. Clarification or interpretation of the contract documents 22 b. When the Contractor believes there is a conflict between Contract Documents 23 c. When the Contractor believes there is a conflict between the Drawings and 24 Specifications 25 1) Identify the conflict and request clarification 26 2. Use the Request for Information (RFI) form provided by the City. 27 3. Numbering of RFI 28 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 29 increasing sequentially with each additional transmittal. 30 4. Sufficient information shall be attached to permit a. written response without further 31 information. 32 5_ The City will log each request and will review the request. 33 a. If review of the project information request indicates that a change to the 34 Contract Documents is required, the City will issue a field Order or Change 35 Order, as appropriate. 36 1.5 SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 38 1.7 CLOSEOUT SUBMITTALS [NOT USE, 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.9 QUALITY ASSURANCE [NOT USED] 41 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Eagle Mountain Take Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTFON SPECIFICATION DOCUMENTS City Project No.: 01309 Rcviscd December 20, 2012 5lprojects503] 61057-OI12-0 Wrk P.&2-3 SPECS M-1 Combined%Di, 01-Genera] Requlr—entSWI 33 00_Subimttals-d— 01 33 00-8 SUBMITTALS Page 8 of 8 1 1.11 FIELD [SITE] CONDITIONS [NOT USE, 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END Or SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1212012012 D. Johnson 1.4.K.8. Working Days modified to Calendar bays CITY OF PORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Cieck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F9projec�s103185057-0112-0 Wr& I'rad12-3 SPEC51FInal Comk�mcdlDiv 01-General Requlremenls101 33 6d_Su6mivals.doc 01 35 13-1 SPECIAL PROJECT PROCEDURES Pagel orb 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to.- 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 £ Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad pen -nit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the Iump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates CITY OF FORT WORTH Engle ivlountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:Iprojects103181057-0112-0 Wrk Prod\2-3 SPECSMnal Combined\Div 01-General Requircnrcnts101 35 13 Special Project Procedures.doc 01 35 13-2 SPECIAL. PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the t 1 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments (NCTCOG) Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation (TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 39 1. Regulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a- Provide sign of sufficient size meeting all OSIIA requirements. CITY OF FORT wORT11 Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Rig Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: 01309 Revised Decuinbcr 20, 2012 Eaprojects103181057-0112-0 Wyk Prod12-3 SPECSTinal CanbinedlDiv01-Gcncral Requirements101 35 13_._Special Project Procedures.doe 01 35 13-3 SPECIAL PROJECT PROCEDURES / f Page 3 of 8 1 3. Equipment operating within 10 feet of high voltage lines will require the following 2 safety features 3 a. Insulating cage -type of guard about the boom or arm 4 b. Insulator links on the lift hook connections for back hoes or dippers 5 C. Equipment must meet the safety requirements asset forth by OSHA and the 6 safety requirements of the owner of the high voltage lines 7 4. Work within 6 feet of high voltage electric lines 8 a. Notification shall be given to: 9 1) The power company (example: ONCOR) 10 a) Maintain an accurate log of all such calls to power company and record II action taken in each case. 12 b. Coordination with power company 13 1) After notification coordinate with the power company to: 14 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 1.5 lower the lines 16 c. No personnel may work within 6 feet of a high voltage line before the above 17 requirements have been met. 18 C. Confined Space Entry Program 19 1. Provide and follow approved Confined Space Entry Program in accordance with 20 OSHA requirements. 21 2. Confined Spaces include: 22 a. Manholes 23 b. All other confined spaces in accordance with OSHA's Permit Required for 24 Confined Spaces 25 D. Air Pollution Watch Days 26 1. General 27 a. Observe the following guidelines relating to working on City construction sites 28 on days designated as "AIR POLLUTION WATCH DAYS". 29 b. Typical Ozone Season 30 1) May 1 through October 31. 31 c. Critical Emission Time 32 1) 6:00 a.m. to 10:00 a.m. 33 2. Watch Days 34 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 35 with the National Weather Service, will issue the Air Pollution Watch by 3:00 36 p.m. on the afternoon prior to the WATCH day. 37 b. Requirements 38 1) Begin work after 10:00 a.m. whenever construction phasing requires the 39 use of motorized equipment for periods in excess of I hour. 40 2) However, the Contractor may begin work prior to 10:00 a.m. if: 41 a) Use of motorized equipment is less than 1 hour, or 42 b) If equipment is new and certified by EPA as "Low Emitting", or 43 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 44 alternative fuels such as CNG. 45 E. TCEQ Air Permit CITY OF FORT WORTH Eagle Mountain Fake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:1p:ojecis103181057-0112-0 Wrk Prod12-3 SPECS1Final CombinedlDiv01-General Requirements101 35 13_.Special Project Procedures.doc 01 35 13-4 SPECIAL PROJECTPROCEDURFS Page 4 or 8 1 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ 2 F. Use of Explosives, Drop Weight, Etc. 3 1. When Contract Documents permit on the project the following will apply: 4 a. Public Notification 5 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 6 prior to commencing. 7 2) Minimum 24 hour public notification in accordance with Section 01 31 13 8 G. Water Department Coordination 9 1. During the construction of this project, it will be necessary to deactivate, for a 10 period of time, existing lines. The Contractor shall be required to coordinate with 11 the Water Department to determine the best times for deactivating and activating 12 those lines. 13 2. Coordinate any event that will require connecting to or the operation of an existing 14 City water line system with the City's representative. 15 a. Coordination shall be in accordance with Section 33 12 25. 16 b. If needed, obtain a hydrant water meter from the Water Department for use 17 during the life of named project. 18 c. In the event that a water valve on an existing live system be turned off and on 19 to accommodate the construction of the project is required, coordinate this 20 activity through the appropriate City representative. 21 1) Do not operate water line valves of existing water system. 22 a) Failure to comply will render the Contractor in violation of Texas Penal 23 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 24 will be prosecuted to the fall extent of the law. 25 b) In addition, the Contractor will assume all liabilities and 26 responsibilities as a result of these actions. 27 H. Public Notification Prior to Beginning Construction 28 1. Prior to beginning construction on any block in the project, on a block by block 29 basis, prepare and deliver a notice or flyer of the pending construction to the front 30 door of each residence or business that will be impacted by construction. The notice 31 shall be prepared as follows: 32 a. Post notice or flyer 7 days prior to beginning any construction activity on each 33 block in the project area. 34 1) Prepare flyer .on the Contractor's letterhead and include the following 35 information: 36 a) Name of Project 37 b) City Project No (CPN) 38 c) Scope of Project (i.e. type of construction activity) 39 d) Actual construction duration within the block 40 e) Name of the contractor's foreman and phone number 41 f) Name of the City's inspector and phone number 42 g) City's after-hours phone number 43 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 44 A. 45 3) Submit schedule showing the construction start and finish time for each 46 block of the project to the inspector. CITY OF FORT WORTH Eagle .Mountain Lake Basin Sanitary Scwcr Diversion Pipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAprojccts10319\057-0112-0 Wrk Pro(M-3 SPECS1Final CornbinedOiv 01-Genera l Requirements101 35 13_Spccial Project Procedures.doc 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 4) Deliver flyer to the City Inspector for review prior to distribution. 2 b. No construction will be allowed to begin on any block until the flyer is 3 delivered to all residents of the block. 4 1. Public Notification of Temporary Water Service Interruption during Construction 5 1. In the event it becomes necessary to temporarily shut down water service to 6 residents or businesses during construction, prepare and deliver a notice or flyer of 7 the pending interruption to the front door of each affected resident. 8 2. Prepared notice as follows: 9 a. The notification or flyer shall be posted 24 hours prior to the temporary 10 interruption. 11 b. Prepare flyer on the contractor's letterhead and include the following 12 information: 13 1) Name of the project 14 2) City Project Number 15 3) Date of the interruption of service 16 4) Period the interruption will take place 17 5) Name of the contractor's foreman and phone number 18 6) Name of the City's inspector and phone number 19 c. A sample of the temporary water service interruption notification is attached as 20 Exhibit B. 21 d. Deliver a copy of the temporary interruption notification to the City inspector 22 for review prior to being distributed. 23 e. No interruption of water service can occur until the flyer has been delivered to 24 all affected residents and businesses. �_.. 25 £ Electronic versions of the sample flyers can be obtained from the Project 26 Construction Inspector. 27 J. Coordination with United States Army Corps of Engineers (USACE) 28 1. At locations in the Project where construction activities occur in areas where 29 USACE permits are required, meet all requirements set forth in each designated 30 permit. 31 K. Coordination within Railroad Permit Areas 32 1. At locations in the project where construction activities occur in areas where 33 railroad permits are required, meet all requirements set forth in each designated 34 railroad permit. This includes, but is not limited to, provisions for: 35 a. Flagmen 36 b. Inspectors 37 c. Safety training 38 d. Additional insurance 39 e. Insurance certificates 40 f Other employees required to protect the right-of-way and property of the 41 Railroad Company from damage arising out of and/or from the construction of 42 the project. Proper utility clearance procedures shall be used in accordance 43 with the permit guidelines. 44 2. Obtain any supplemental information needed to comply with the railroad's 45 requirements. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No: 01309 Revised December 20, 2012 F:Iprojcc1s103181057-0112-0 Wrk Prod12-3 SPECSTinal CombinedlDiv 01-General Requirernents101 35 13_Special Project Proccdures.doc 01 3513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 3. Railroad Flagmen 2 a. Submit receipts to City for verification of working days that railroad flagmen 3 were present on Site. 4 L. Dust Control 5 1. Use acceptable measures to control dust at the Site. 6 a. If water is used to control dust, capture and properly dispose of waste water. 7 b. If wet saw cutting is performed, capture and properly dispose of slurry. 8 M. Employee Parking 9 1. Provide parking for employees at locations approved by the City. 10 N. f Coordination with North Central Texas Council of Governments (NCTCOG) Clean 11 Construction Specification [if required for the project — verify with City] 12 1. Comply with equipment, operational, reporting and enforcement requirements set 13 forth in NCTCOG's Clean Construction Specification.} 14 1.5 SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALSANI+ORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 20 1.11 FIELD [SITE] CONDITIONS ]NOT USED] 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS [NOT USED] 23 PART 3 - EXECUTION ]NOT USED] 24 25 26 END OF SECTION Revision Log DATE NAME. SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13 — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:\projects\0319\057-0l\2-0 Wrk Prod12-3 SPECS1Pinal Cornbined\Div 01-General Requircincn1s101 35 13_Special Project Proccdures.doe 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: I Limits of Construction: 12 13 14 ® M ■1 M W M ® 1w M w® M M ■i !! i M 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. [CONTRACTOR'S SUPERINTENDENT> AT [TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT C TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na.: 01309 Revised December 20, 2012 F:lprojccts103 t 81057-0112-0 Wrk Prod12-3 SPECSTinal Cotnbinc&Div 01-Cencral Rcquirements101 35 13_Special Project Procedures_doc 01 35 13 -8 SPECIAL PROJECT PROCEDORE5 Page 8 of 8 I EXHIBIT B 2 4 FORTH -s- Date: DOE NO, XXXX project H&me: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTII<ITY 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. TITANIC YOU, CONTRACTOR CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 P:lprojccts103181057-0112-0 Wrk Prod12-3 SPEC SIFinal CombincdWiv 01-Genera l Reyuiretncnts101 35 13_Special Project Proccdures.doc C. 01 4523- 1 TESTING AND INSPECTION SERVICES Page I o1'3 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PARTI- GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REF ERENCES [NOT USED 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Nagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.- 01309 Revised July 1, 2011 FAprojec1sW3M057-0112-0 Wrk Pmd12-3 SPFMFinal Co.bmcdMw 01-General KM.ire—nlsl01 1.5 23_Testing and Inspection Sen-i— doc 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 or 3 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) I copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S City Project No.: 01309 Revised July 1, 2011 F:4projecrs103181057-0112-0 Wrk P—IU 3 SPECSFi—I Comb'medlr)w 01-0enera1 Require=rrs%01 45 23_1resring and laspcction Sm ices.doe 014523-3 TESTING AND INSPECTION SERVICES Page 3 of 3 CITY OF FOR: WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basi❑ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised hlly 1, 2011 Flprojccls10 l W57-0112-0 Wrk 11in&2-3 SPECSTinal Comhinedlniv 01-0eaerai Reguire menrsM 4i 23_Tesling and Inspection S—ices.doc 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 I SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1- Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division I — General Requirements 18 1.2 PRICE .AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 RE, FERENCES (NOT USED) 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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 CITY OF FORT WORTH Eagle Mountain Isake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPE0FICATION DOCUMENTS City Project No: 01309 Revised July 1, 2011 F:lprojeasW3155057-0I k2-0 Wrk Prod%2-3 SP[CMFinal CombinedWiv 01-General Requ6rements501 50 00 Temporary F-dams and Cantml_doc 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Contact City 1 week before water for construction is desired 2 d. Contractor Payment for Construction Water 3 1) Obtain construction water meter from City for payment as billed by City's 4 established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric powered service as required for Work, including 7 testing of Work. 8 1) Provide power for lighting, operation of equipment, or other use. 9 b. Electric power service includes temporary power service or generator to 10 maintain operations during scheduled shutdown. 11 4. Telephone 12 a. Provide emergency telephone service at Site for use by Contractor personnel 13 and others performing work or furnishing services at Site. 14 5. Temporary Heat and Ventilation 15 a. Provide temporary heat as necessary for protection or completion of Work. 16 b. Provide temporary heat and ventilation to assure safe working conditions. 17 B. Sanitary Facilities 18 1, Provide and maintain sanitary facilities for persons on Site. 19 a. Comply with regulations of State and local departments of health. 20 2. Enforce use of sanitary facilities by construction personnel at site. 21 _job a. Enclose and anchor sanitary facilities. 22 b. No discharge will be allowed from these facilities. 23 c. Collect and store sewage and waste so as not to cause nuisance or health 24 problem. 25 d. Haul sewage and waste off -site at no less than weekly intervals and properly 26 dispose in accordance with applicable regulation. 27 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 28 4. Remove facilities at completion of Project 29 C. Storage Sheds and Buildings 30 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 31 above ground level for materials and equipment susceptible to weather damage. 32 2. Storage of materials not susceptible to weather damage may be on blocks off 33 ground. 34 3. Store materials in a neat and orderly manner. 35 a. Place materials and equipment to permit easy access for identification, 36 inspection and inventory. 37 4. Equip building with lockable doors and lighting, and provide electrical service for 38 equipment space heaters and beating or ventilation as necessary to provide storage 39 environments acceptable to specified manufacturers. 40 5. Fill and grade site for temporary structures to provide drainage away from 41 temporary and existing buildings. 42 6. Remove building from site prior to Final Acceptance. 43 D. Temporary Fencing CITY OF FORT WORTH E-aglc Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July I, 2011 fApruje ts103131057-0I12-0 Wrk Prodl2-3 51'ECSSFina1 CoinbinedlDiv OILGenera] RegniMMWIWI 50 00_—,porary Facilities and Controf.dac 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of4 1 1. Provide and maintain for the duration or construction when required in contract 2 documents 3 E. Dust Control 4 1. Contractor is responsible for maintaining dust control through the duration of the 5 project. 6 a. Contractor remains on -call at all times 7 b. Must respond in a timely manner 8 F. Temporary Protection of Construction 9 1. Contractor or subcontractors are responsible for protecting Work front damage due 10 to weather. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERL&L SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. Temporary Facilities 26 1. Maintain all temporary facilities for duration of construction activities as needed. 1, CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Sig Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised .July 1, 2011 F:lprnjeclsk0318%057-01k2-0 Wrk Prod52-3 SPECSTinaI Combmed%Div 01-General Requiremen001 i0 00_Tcinporary Facilities and C.nnrrol.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 3.5 [REPAIR] I [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USE, 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log BATE NAME SUMMARY OF CHANGE CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pro.icet No.: 01309 Revised July 1, 2011 E 1projec[s1113135057-0112-0 Mk ProdV2 3 SPECS%Final Camhi—fllDiv 01-General KequirementsV01 50 00_ Iemtiorary Facilities and Contrul.duc 01 55 26 - I STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL, Pagc I of3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for- 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification i 1 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment - 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed .Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. CITY OF FORT WORTH Eagle Mountain Izkc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 Flp,gie ts50 M057-0R2-0 Wrk P ©d12-3 SPECWinal Combined%Div 01-6enera1 Requiremcnis101 55 26_Slrcel Use Pt il.doc 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 a. To obtain Street Use Permit, submit Traffic Control Plans to City 2 Transportation and Public Works Department. 3 1) Allow a minimum of 5 working days for permit review. 4 2) Contractor's responsibility to coordinate review of Traffic Control plans for 5 Street Use Permit, such that construction is not delayed. 6 C. Modification to Approved Traffic Control 7 1. Prior to installation traffic control: 8 a. Submit revised traffic control plans to City Department Transportation and 9 Public Works Department. 10 1) Revise Traffic Control plans in accordance with Section 34 71 13. 11 2) Allow minimum 5 working days for review of revised Traffic Control. 12 3) It is the Contractor's responsibility to coordinate review of Traffic Control 13 plans for Street Use Permit, such that construction is not delayed. 14 D. Removal of Street Sign 15 1. If it is determined that a street sign must be removed for construction, then contact 16 City Transportation and Public Works Department, Signs and Markings Division to 17 remove the sign. 18 E. Temporary Signage 19 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 20 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 21 Devices (MUTCD). 22 2. Install temporary sign before the removal of permanent sign. 23 3. When construction is complete, to the extent that the permanent sign can be 24 reinstalled, contact the City Transportation and Public Works Department, Signs 25 and Markings Division, to reinstall the permanent sign. 26 F. Traffic Control Standards 27 1. Traffic Control Standards can be found on the City's Buzzsaw website. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Sig Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.- 01309 Revised luly 1, 2011 F:lprojects503181057-0152-0 Wrk Prud42-3 SPEC51Final C—hi—&Div 01-General Requimwnls%01 55 26_Stree1 Use Peimudac 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] S 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION Revision Log DATE I NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitaty Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Piojccl No.: 01309 Revised July 1, 2011 FAproject,%n3M%057.0112-0 Wrk Prod12-3 SPECSSFhml CombinedWiv 01-General Requiremems401 55 26_Sireet Use Pennit_doc 01 57 13-1 STORM WATER POLLUTION PREVENTION I Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. 'Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 F:Iprojccls503181057-011bo Wrk PmdQ-3 SPECSTinal CombinedXDiv 01-General RegorcememsM 57 13Storm Water Potimion Prevemion.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 01 57 13 -2 STORM WATER POI. U'l'ION PREVENTION Page 2 cf 3 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings- 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Noticc of Change required if making changes or updates to NOT 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted - a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 42 1.5 SUBMITTALS 43 A. SWPPP 44 1. Submit in accordance with Section 01 33 00, except as stated herein. 45 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 46 as follows: 47 1) 1 copy to the City Project Manager CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309. Revised July I, 2011 F:lproleas%031M57-0R2-0 Wrk Prud%2-3 SPGC51Final Comhinedlf]iv Ol-General Requiremenls101 w 13_Stoon Water Pollution Prevention.aoc 01 57 13 - 3 STORM WATER POLLUTION PREVENTION r' Page 3 of3 1 a) City Project Manager will forward to the City Department of 2 Transportation and Public Works, Environmental Division for review 3 B. Modified SWPPP 4 I - If the SWPPP is revised during construction, resubmit modified SWPPP to the City 5 in accordance with Section 01 33 00. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USE, 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 PART 3 - EXECUTION [NOT USE, 15 END OF SECTION 16 Revision Log DATE NAME 'SUMMARY OF CHANGE 17 [ CITY OF FORT- WORTH Eagle Mountain Lake Basin Snnilary Sewer Diversion Pipeline to Big Fossil Crcek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiecl No.: 01309 Revised July 1, 2011 F 1pru}cc1s503i MI-W2-0 Wrk Nvc!Q-3 SPECSTinai CombincdlDiv 01-Gencrai Requireme mWl 57 13 Slonn Water Pollution Pr—wion-clot 01 59 13- 1 TEMPORARY PROJECT SIGNAGE Page 1 44 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division i — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] r F- 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USE, 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED) 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPFCIFICATION DocumEN7-S City Project No.: 01309 Revised July 1, 2011 Fap,*.tsWMM057-01%2-0 Wrk ProdU-J SPECMFinal Combined\Div 01-General Repiremen1s101 58 13Te.npmary Proiml Signage_doe 01 58 13-2 TEMPORARY PROJECT SIGNAGI Page 2 of 4 1 1. Provide free standing Project Desi&cation Sign in accordance with City's Standard 2 Details for project signs. 3 B. Materials 4 1. Sign 5 a. Constructed of 3/-inch fir plywood, grade A-C (exterior) or better 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USE, 10 3.2 EXAMINATION [NOT USED 11 3.3 PREPARATION [NOT USED 12 3.4 INSTALLATION 13 A. General 14 1. Provide vertical installation at extents of project. 15 2. Relocate sign as needed, upon request of the City. 16 B. Mounting options 17 a. Skids 18 b. Posts 19 c. Barricade 20 3.5 RE,EPAIR / RESTORATION [NOT USED] 21 3.6 RE -INSTALLATION [NOT USED] 22 3.7 FIELD 10R] SITE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES ]NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE 29 A. General 30 1. Maintenance will include painting and repairs as needed or directed by the City. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0 13 09 Revised July 1, 2011 F.lproiee1s103181057-0112-0 Wrk Prodl2,3 SPECSFinal Combined\Div 01-General Regm... ITl 58 13_Temporary Project .Signagc due 01 59 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 44 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na.: U1309 Revised July 1, 2011 F.ip-j"003I M57.OW.0 Wrk ProdW-3 SPECMFina1 Cam6ined0iv 01-General Ideyoirementswt 58 t3_7'emporan Project Signzee.doc 01 58 13 - 4 TEMPORARY PROJECT SIUNAGE Page 4 of 4 Revision Log DATE NA'4E SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised luly I, 2011 F;Vproychs 03181057-0I12-0 Wrk P162-3 SPECSI i-I CombinedZiv 01-(ienn at Kcq.i--nlsl01 58 13_"1 —pormy Project Sienagc doc 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102 - Construction DocumentslStandard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 L Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUTSUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No.: 01309 Revised December 20, 2012 FlpmjecL,W318%05T0A2-0 Wrk Prod%2.3 SPECS1Rnal CombmedWw 01-Gener31 Rcq6rements50t 60 00_I'md-1 Requiremenmdoc 01 b000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USEDI 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SP}'CIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAprgj=sM 1M017-01%2-0 Wrk ProM-3 SPL{,S1Fina1 Comhinedmiv Oi-General i2equir—nts\01 60 00_Prodttu Requirements -doe 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from. 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division I — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised .luly 1, 2011 F_5projects103134057-015L0 Wrk Prod12-3 SPECSTinal Combined%Div 01-General Reyuiremenlsl0i 66 00_Product Storagc and Handling tRequirements.doc 01 66 00 - 2 PRODUCT STORAGE ARID HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative, 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WOR'111 Eagle Mountain bake Basin Sanitary Sewer Diversion Pipeline to Sig Fossil Creek Basin STANDARD CONSTRUCTION SPECT ICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 1'lprojecls103181057-01l2-O Wrk Pmd%2-3 SPFCW ill.] C.,nbin dWiv 61-Genc,a1 RNire ts101 66 OO-Product St.,rage and Handling RequSremeuts dnc 016600-3 PRODUCT STORAGE AND TIANDLTNG REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [ox] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance With manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECEFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 FApr Jj mW313%051-0112-0 Wrk Pw&2-3 SPECSTinai CambinedV)w 01-General Requirer w001 66 00_Pruduct Storage and Handling Requirements.doc 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTII Eagle Mountain Lake Basin Sanilary Sewer Diversion Pipcline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICA'I70N DOCUMENTS City Project No. 01309 Reviscd.luly 1,2011 F%pr jectsk03I W57-01Q-0 Wrk Prod17.-3 SPECS \Finul C—N.edlDw 01-General Requireinenls401 66 Co. Product Storage and Handling Requirements.doc 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page] of 4 1 SECTION Of 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PARTI- GENERAL 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for perforinance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) host profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No.: 01309 Revised November 22, 2016 F:%pralcc1sl03M037-01V-0 Wrk Prodt2-3 SPECS%Final CombinedlDiv Ol-General Reyuireme 00l 7000_Mobibution and Remobili-ti— doc 017000-2 MOBILIZATION AND RIMOBIiIZATION Page 2 of 4 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel, equipment, and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel, equipment, and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division I — General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment [Consult City Department/Division for direction on if 27 Mobilization pay item to be included or the item should be subsidiary. Include the 28 appropriate Section 1.2 A. 1.] 29 1. Mobilization and Demobilization 30 a, Measure 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 2. Remobilization for suspension of Work as specifically required in the Contract 37 Documents 38 a. Measurement 39 1) Measurement for this Item shall be per each remobilization performed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under "Measurement" will be paid for at the unit 43 price per each "Specified Remobilization" in accordance with Contract 44 Documents. 45 c. The price shall include: 46 1) Demobilization as described in Section 1.I.A.2.a.1) CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised November 22, 2016 F;lp,ojccls10 M059-0112-0 Wrk KvW-3 SPECSTinal Combixx]Wiv 01-Uene,ai Reduircmen1sl01 70 pp. Mobilization and R—hiknion.doc 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 2) Rernobili ation as described in Section l .1.A.2.a.2) 2 d. No payments will be made for standby, idle time, or lost profits associated this 3 Item. 4 3. Remobilization for suspension of Work as required by City 5 a. Measurement and Payment 6 1) This shall be submitted as a Contract Claim in accordance with Article 10 7 of Section 00 72 00. 8 2) No payments will be made for standby, idle time, or lost profits associated 9 with this Item. 10 4. Mobilizations and Demobilizations for Miscellaneous Projects I a. Measurement 12 1) Measurement for this Item shall be for each Mobilization and 13 Demobilization required by the Contract Documents 14 b. Payment 15 1) The Work performed and materials furnished in accordance with this Item 16 and measured as provided under "Measurement" will be paid for at the unit 17 price per each "Work Order Mobilization" in accordance with Contract 18 Documents. Demobilization shall be considered subsidiary to mobilization 19 and shall not be paid for separately. 20 c. The price shaII include: 21 1) Mobilization as described in Section 1.1.A.3.a.1) 22 2) Demobilization as described in Section 1.1.A.3.a.2) 23 d. No payments will be made for standby, idle time, or lost profits associated this 24 Item, 25 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 26 a. Measurement 27 1) Measurement for this Item shall be for each Mobilization and 28 Demobilization required by the Contract Documents 29 b. Payment 30 1) The Work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price per each "Work Order Emergency Mobilization" in accordance with 33 Contract Documents. Demobilization shall be considered subsidiary to 34 mobilization and shall not be paid for separately. 35 c. The price shall include 36 1) Mobilization as described in Section 1.I.A.4.a) 37 2) Demobilization as described in Section L I.A.3.a.2) 38 d. No payments will be made for standby, idle time, or lost profits associated this 39 Item. 40 1.3 REFERENCES [NOT USED) 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS [NOT USED] � �11-910191�Sn�Irv�w� 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] C1I'Y 01- FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 03309 Revised November 22, 2016 F.lpr0jec003181057-0b2-0 Wrk Prodlb3 SPFCSTinal Ce bincdlaiv 01-General RequirementsWl 70 00_Mobilizatroii and Remobilizaiion.doc 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 oC 4 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE INOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION [NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 110-2/16 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 PORT WORTH Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Sig fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Novemher 22, 2016 F`ipr jects103181057-0112-0 Wrk Pro64-3 SPFC51Pinal Combiiie&Div 01-General KNuire—AsM 70 00 Mnbilemtia and Aemohilizatinadu. 017123-I CONSTRUCTION STAKING AND SURVEY r Page l of 5 4 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.Sprojeds1D3131057-0 n2-0 Wrk Pro62-3 SPECSTinal Com6inc&Div 01-Genial Requireinunts501 71 23CanstLuction Staking and S—y.doc 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 1 a. Certificate must be sealed by a registered professional land surveyor in the 2 State of Texas. 3 B. Field Quality Control Submittals 4 1. Documentation verifying accuracy of field engineering work. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Construction Staking 9 1. Construction staking will be performed by the City. 10 2. Coordination 11 a. Contact City's Project Representative at least 2 weeks in advance for 12 scheduling of Construction Staking. 13 b. It is the Contractor's responsibility to coordinate staking such that construction 14 activities are not delayed or negatively impacted. 15 3. General 16 a. Contractor is responsible for preserving and maintaining stakes furnished by 17 City. 18 b. If in the opinion of the City, a sufficient number of stakes or markings have 19 been lost, destroyed or disturbed, by Contractor's neglect, such that the 20 contracted Work cannot take place, then the Contractor will be required to pay 21 the City for new staking with a 25 percent markup. The cost for staking will be 22 deducted from the payment due to the Contractor for the Project. 23 B. Construction Survey 24 1. Construction Survey will be performed by the City. 25 2. Coordination 26 a. Contractor to verify that control data established in the design survey remains 27 intact. 28 b. Coordinate with the City prior to field investigation to determine which 29 horizontal and vertical control data will be required for construction survey. 30 c. It is the Contractor's responsibility to coordinate Construction Survey such that 31 construction activities are not delayed or negatively impacted. 32 d_ Notify City if any control data needs to be restored or replaced due to damage 33 caused during construction operations. 34 1) City shall perfonn replacements and/or restorations. 35 3. General 36 a. Construction survey will be performed in order to maintain complete and 37 accurate logs of control and survey work as it progresses for Project Records. 38 b. The Contractor will need to ensure coordination is maintained with the City to 39 perform construction survey to obtain construction features, including but not 40 limited to the following: 41 1) All Utility Lines 42 a) Rim and flowline elevations and coordinates for each manhole or 43 junction structure 44 2) Water Lines CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01309 Revised December 20, 2012 f:lprojecus1031 MD-0112-11 Wrk Pind12-3 SPfCW1,4al Comhi..,Miv 01-General 14equirernenls%01 71 23Coast—tion Slaking and Su,".doc 01 71 23 -3 CONSTRUCTION STAKING AND SURVEY Page 3 o15 1 a) Top of pipe elevations and coordinates for waterlines at the following 2 locations: 3 (1) Every 250 linear feet 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All 5 Fittings) 6 (3) Cathodic protection test stations 7 (4) Sampling stations 8 (5) Meter boxes/vaults (All sizes) 9 (6) fire lines 10 (7) Fire hydrants 11 (8) Gate valves 12 (9) Plugs, stubouts, dead-end lines 13 (10) Air Release valves (Manhole rim and vent pipe) 14 (11) Blow off valves (Manhole rim and valve lid) 15 (12) Pressure plane valves 16 (13) Cleaning wyes 17 (14) Casing pipe (each end) 18 b) Storm Sewer 19 (1) Top of pipe elevations and coordinates at the following locations: 20 (a) Every 250 linear feet 21 (b) Horizontal and vertical points of inflection, curvature, etc. 22 c) Sanitary Sewer 23 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 24 the following locations: 25 (a) Every 250 linear feet 26 (b) Horizontal and vertical points of inflection, curvature, etc. 27 (c) Cleanouts 28 c. Construction survey will be performed in order to maintain complete and 29 accurate logs of control and survey work associated with meeting or exceeding 30 the line and grade required by these Specifications. 31 d. The Contractor will need to ensure coordination is maintained with the City to 32 perform construction survey and to verify control data, including but not 33 limited to the following: 34 1) Established benchmarks and control paints provided for the Contractor's 35 use are accurate 36 2) Benchmarks were used to furnish and maintain all reference lines and 37 grades for tunneling 38 3) Lines and grades were used to establish the location of the pipe 39 4) Submit to the City copies of Feld notes used to establish all lines and 40 grades and allow the City to check guidance system setup prior to 41 beginning each tunneling drive. 42 5) Provide access for the City to verify the guidance system and the line and 43 grade of the carrier pipe on a daily basis. 44 6) The Contractor remains fully responsible for the accuracy of the work and 45 the correction of it, as required. 46 7) Monitor line and grade continuously during construction. 47 8) Record deviation with respect to design line and grade once at each pipe 48 joint and submit daily records to City_ CrI'Y OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 20t2 Fp,.je 1s%03181057-OR2-0 Wrk PwdQ-3 SPECS%Fia 1 Cmnhin d%Div 01-General Repi,c—.1AI 7I 23_Consiruction Sicking and S.,v y.doc 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 9) If the installation does not meet the specified tolerances, immediately notify 2 the City and correct the installation in accordance with the Contract 3 Documents. 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 APPLICATION 13 3.5 REPAIR/ RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [ofz] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. 18 B. Do not change or relocate stakes or control data without approval from the City. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USE, 21 3.10 CLEANING ]NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SL+'CTION 27 Revision Log DATE TNAME SUMMARY OF CHANGF. CITY OF FORT WORTH Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01-109 Revised December 20, 2012 Flp,nicc[sW318kM7-o112-0 Wrk MdQ-3 SFECSTinal ComhineMiv 01-General Requiremem5\01 71 23 Cerulmchon Slaking and Survey doc 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 8/31/20J2 I D.7ohnson CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F1pmjcvsT31850574157 0 Wrk PYOM-3 SPECSWinal Comhinedlt]iv 01-General Requiremen W] 71 23_C—t—tion Staking and S—y.doc 01 74 23 - 1 CLEANING Paget of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13 -- Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USE, 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USE, 27 1.7 CLOSEOUT SUBMITTALS fNOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 19 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised ,July t, 2011 F:Spr0jEC15W31M057-OI12-0 Wrk Prodk2-3 SPECSMnal Combined%Div 01-6enera1 Requirem nlQ1 74 23_Cle ning,don 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.1.0 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. CITY OF FORT WORTH Eagle Mounlain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised July 1, 2011 F:1lrrojects103 M057-0 n2-0 Wrk Prodl2-3 SPECS%Fi3ral Cm hine< D v 01 General R"q iremcnts101 74 21 Cleati6&doc I 01 74 23 - 3 CLEANING Page 3 of 4 1 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 2 alternate manner approved by City and regulatory agencies. 3 6. Handle materials in a controlled manner with as few handlings as possible. 4 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 5 this project. 6 8. Remove all signs of temporary construction and activities incidental to construction 7 of required permanent Work. 8 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 9 have the cleaning completed at the expense of the Contractor. 10 10. Do not burn on -site. I I B. Intermediate Cleaning during Construction 12 1. Keep Work areas clean so as not to hinder health, safety or convenience of 13 personnel in existing facility operations. 14 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 15 3. Confine construction debris daily in strategically located container(s): 16 a. Cover to prevent blowing by wind 17 b. Store debris away from construction or operational activities 18 c. Haul from site at a minimum of once per week 19 4. Vacuum clean interior areas when ready to receive finish painting. 20 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 21 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 22 may become airborne or transported by flowing water during the storm. 23 C. Interior Final Cleaning 24 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 25 foreign materials from sight -exposed surfaces. 26 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 27 3. Wash and shine glazing and mirrors. 28 4. Polish glossy surfaces to a clear shine. 29 5. Ventilating systems 30 a. Clean permanent filters and replace disposable filters if units were operated 31 during construction. 32 b. Clean ducts, blowers and coils if units were operated without filters during 33 construction. 34 6. Replace all burned out lamps. 35 7. Broom clean process area floors. 36 & Mop office and control room floors. 37 D. Exterior (Site or Right of Way) Final Cleaning 38 1. Remove trash and debris containers from site. 39 a. Re -seed areas disturbed by location of trash and debris containers in accordance 40 with Section 32 92 13. 41 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 42 that may hinder or disrupt the flow of traffic along the roadway. CITY OF FOR-l' wOR"rH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No.: 01309 Revised July 1, 2011 F:kpiolec1s50319T57.W2A Wrk Prod42-3 SPECSTmaI Combined5 Div 91-Ge—al Kequirei emOl 74 230eanfne.doc 01 74 23 - 4 CLEANING Page 4 of 4 1 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 2 junction boxes and inlets. 3 4. If no longer required for maintenance of erosion facilities, and upon approval by 4 City, remove erosion control from site. 5 5. Clean signs, lights, signals, etc. G 3.11 CLOSEOUT ACTIVITIES [NOT USED1. 7 3.12 PROTECTION [NOT USE, S 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY�OFANGE CITY OF FORT WORTH Eagle Mountain Lakc Basin Sanitary Scwcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July i, 2011 FAprojcas%031 M0i7-oi12-0 Wrk Ro&2-3 SPECS1Finai Combtnc&Div 01-General Reyuireinenrel0] 7A 230eanmg doe 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page] of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2, Division 1 General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18. A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 F;4projcc1skN 18%057-0112-0 Wtk Pwd12-3 SPECIAH-1 C—bi.edlDn 01-Gcw.l Require —ISN01 77 190osegw Requi--Is-d— 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 o1"3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C. Final Inspection I. 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 CiWs 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 b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d, bight bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment CITY OF FORT wORT1I Eagle Mountain Lakc Basin Sanitary 5cwer Diversion Pipeline to Big Fossil Crcek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July I, 2011 F4rojec1s103151057-0112-0 Wrk PYor!V.3 SPECS%Fina1 Combincd%Dw al -General Rcquireme145i01 77 19_Closeout Requiremems.doc 01 77 19-3 CLOSEOUT REQUMEMENPS Page 3 of 3 1 D. Notice of Project Completion 2 1. Once the City Project Representative finds the Work subsequent to Final Inspection 3 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 4 E. Supporting Documentation 5 1. Coordinate with the City Project Representative to complete the following 6 additional forms: 7 a. Final Payment Request 8 b. Statement of Contract Time 9 c. Affidavit of Payment and Release of Liens 10 d. Consent of Surety to Final Payment i i e. Pipe Report (if required) 12 £ Contractor's Evaluation of City 13 g. Performance Evaluation of Contractor 14 F. Letter of Final Acceptance 15 1. Upon review and acceptance of Notice of Project Completion and Supporting 16 Documentation, in accordance with General Conditions, City will issue Letter of 17 Final Acceptance and release the Final Payment Request for payment. 18 3.5 REPAIR / RESTORATION [NOT USE, 19 3.6 RE -INSTALLATION ]NOT USED] 20 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USEDI 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Cake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No-: 01309 RevisedJuly 1, 2011 P%proicusX03 M057-01 Q-0 Wrk Prod12-3 SPECS anal Co nbinedlniv 01-Geocial Requircmcnis101 77 19_Closeout Requirements-doc 01 79 23 - 1 OPERATION AND MAINTENANCE DATA r Page I of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division I — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES i� 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit >nanuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 %2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAprojectsT1181057-0112-0 Wrk Prod12-3 SPECSTina1 Combine&Div 01-General Regniremenls101 79 21 Operation and Maintenance Data. doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 c. Text: Manufacturer's printed data, or neatly typewritten d, Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. 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 byproduct name and other identifying symbols asset 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: C1"IY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F lF-j-ta103131057-0112-0 Wrk Pmd12-3 SPECSTinal CouibinedM)iv 01-General Requireme t 01 79 73_Operation and Maintenance Dala.doe 017823-3 OPERATION AND MAINTENANCE DATA r` Page 3 of 5 ' 1 a. Organize in consistent format under separate headings for different procedures. 2 b. Provide logical sequence of instructions of each procedure. 3 5. Copy of each warranty, bond and service contract issued 4 a. Provide information sheet for City personnel giving: 5 1) Proper procedures in event of failure 6 2) instances which might affect validity of warranties or bonds 7 C. Manual for Materials and Finishes 8 1. Submit 5 copies of complete manual in final form. 9 2. Content, for architectural products, applied materials and finishes: 10 a. Manufacturer's data, giving full information on products 11 1) Catalog number, size, composition 12 2) Color and texture designations 13 3) Information required for reordering special manufactured products 14 b. Instructions for care and maintenance 15 1) Manufacturer's recommendation for types of cleaning agents and methods 16 2) Cautions against cleaning agents and methods which are detrimental to 17 product 18 3) Recommended schedule for cleaning and maintenance 19 3. Content, for moisture protection and weather exposure products: 20 a. Manufacturer's data, giving full information on products 21 1) Applicable standards 22 2) Chemical composition 23 3) Details of installation 24 b. Instructions for inspection, maintenance and repair 25 D. Manual for Equipment and Systems 26 1. Submit 5 copies of complete manual in final form. 27 2. Content, for each unit of equipment and system, as appropriate: 28 a. Description of unit and component parts 29 1) Function, normal operating characteristics and limiting conditions 30 2) Performance cinves, engineering data and tests 31 3) Complete nomenclature and commercial number of replaceable parts 32 b. Operating procedures 33 1) Start-up, break-in, routine and normal operating instructions 34 2) Regulation, control, stopping, shut -down and emergency instructions 35 3) Summer and winter operating instructions 36 4) Special operating instructions 37 c. Maintenance procedures 38 1) Routine operations 39 2) Guide to "trouble shooting" 40 3) Disassembly, repair and reassembly 41 4) Alignment, adjusting and checking 42 d. Servicing and lubrication schedule 43 1) List of lubricants required 44 e. Manufacturer's printed operating and maintenance instructions 45 f. Description of sequence of operation by control manufacturer 46 1) Predicted life of parts subject to wear 47 2) Items recommended to be stocked as spare parts CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Faprnims50313%057-01%2-0 Wrk Pm&2-3 SPECS1Final Combined\Dw 01-Gcncral Pepirci a ts50] 78 23_Opetation and Maintenance Data. dac 01 78 23 - 4 OPERATION AND MAIN-rENANCE DATA Pagc 4 of 5 1 g. As installed control diagrams by controls manufacturer 2 h. Each contractor's coordination drawings 3 1) As installed color coded piping diagrams 4 i. Charts of valve tag numbers, with location and function of each valve 5 j. List of original manufacturer's spare parts, manufacturer's current prices, and 6 recommended quantities to be maintained in storage 7 k. Other data as required under pertinent Sections of Specifications 8 3. Content, for each electric and electronic system, as appropriate: 9 a. Description of system and component parts 10 1) Function, normal operating characteristics, and limiting conditions 11 2) Performance curves, engineering data and tests 12 3) Complete nomenclature and commercial number of replaceable parts 13 b. Circuit directories of panelboards 14 1) Electrical service 15 2) Controls 16 3) Communications 17 c. As installed color coded wiring diagrams 18 d. Operating procedures 19 1) Routine and normal operating instructions 20 2) Sequences required 21 3) Special operating instructions 22 c. Maintenance procedures 23 1) Routine operations 24 2) Guide to "trouble shooting" 25 3) Disassembly, repair and reassembly 26 4) Adjustment and checking 27 £ Manufacturer's printed operating and maintenance instructions 28 g, List of original manufacturer's spare parts, manufacturer's current prices, and 29 recommended quantities to be maintained in storage 30 h- Other data as required under pertinent Sections of Specifications 31 4. Prepare and include additional data when the need for such data becomes apparent 32 during instruction of City's personnel. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Provide operation and maintenance data by personnel with the following criteria: 37 1. Trained and experienced in maintenance and operation of described products 38 2. Skilled as technical writer to the extent required to communicate essential data 39 3, Skilled as draftsman competent to prepare required drawings CITY Or FORT wORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: 01309 Revised December 20, 2012 Rlproje 003I M057-0112-0 Wrk Prod%2-3 SPECS\Final C—bi.MMi, OS -General Requirerncn[s101 78 23. Opoation and Maintenance Data.doc 01 78 23 - 5 OPERATION AND ]MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 7 8 END OF SECTION Revision Log DATE NAME SUMMARY Or CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed CITY OF TORT WORTH Eagle Mountain Ldce Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:SprojeclsW31=57-OB24) Wrk Rndl2-3 SPECSTwal Comb,,x6Div 01-General Req.hr em,1O1 73 230p—don and Maintenance Damdoc 1 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page l of 5 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b- Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated witb this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANi+ORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS fNOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS f NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, malting adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Scwer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Rcviscd July 1, 2011 FAprojecur0318V057-0112-0 Wrk 1'rod%2.3 SPECSWinal Combine&Div 01-General ReyuirmnentsW1 78 .D_Projm Record Documems.doe 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such that future search for items shown in the Contract 2 Documents may rely reasonably on information obtained from the approved Project 3 Record Documents. 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 5 information that the change has occurred. 6 4. Provide factual information regarding all aspects of the Work, both concealed and 7 visible, to enable future modification of the Work to proceed without lengthy and 8 expensive site measurement, investigation and examination. 9 1.10 STORAGE AND HANDLING 10 A. Storage and Handling Requirements 1 I 1. Maintain the job set of Record Documents completely protected from deterioration 12 and from loss and damage until completion of the Work and transfer of all recorded 13 data to the final Project Record Documents. 14 2. In the event of loss of recorded data, use means necessary to again secure the data 15 to the City's approval, 16 a. In such case, provide replacements to the standards originally required by the 17 Contract Documents. is 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 22 2.2 RECORD DOCUMENTS 23 A. Job set 24 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 25 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 26 B. Final Record Documents 27 1. At a time nearing the completion of the Work and prior to final Inspection, provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WOWj'11 Cagle Mountain Lake Basin Sanitary Sewer Divcrsion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 FlprujeclA318%057-0€12-0 WA Ymdl2-3 SPR,Wiml Combm,&Div 01-General RequirementsM 73 39_Projecl Rccord Uucui—its,doe 01 79 39-3 PROJECT RECORD DOCUMENTS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set, identify each of the Documents with the 10 title, "RECORD DOCUMENTS - JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time, the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed, devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City, until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 21 clearly mark any deviations from Contract Documents associated with 22 instalIation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents. 25 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries. 28 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes, use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 33 ducts, and similar items, are shown schematically and are not intended to 34 portray precise physical layout. 35 1) Final physical arrangement is determined by the Contractor, subject to the 36 City's approval. 37 2) However, design of future modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings. 40 b. Show on the job set of Record Drawings, by dimension accurate to within 1 41 inch, the centerline of each run of items. CITY OF FORT WORTH Eagle Mountain Lake Basin Saaitaty Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 F %prnlecus503 M057-0IX2-0 Wrk PrndU-3 SPECS%Fina1 C—,bined%Div 01-Genera1 Requiremems401 78 39_Project Record Doeurnems doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 5 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been Dept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 REINSTALLATION [NOT USED] 3.7 FIELD JOR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised July 1, 2011 f 1projccls19313%917-0142-0 Wrk Pmdl23 SPFCWinal CoimbinedlDiv 01-Ceneial Requiremcnt%501 78 39_Project Record Dncm ws.doc 01 79 39 - 5 PROJECT RECORD DOCUMENTS Page 5 of 5 Revision Lag DATE NAME SUMMARY OF CHANGE CITY OF FORTWORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No.: 01309 Revised July 1, 2011 FayrojectstiO3JM57-0I12-0 Wrk Prodt2-3 SPFPCSTi-I Comhi—d4Div Ot-General RequirementsWl 78 39_Pro.leci Record Docwnems.doc 1 2 3 PART 1 - GENERAL, 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 024113-1 SIELECrIVE SITE DEMOLITION Page i of 5 SECTION 02 41 13 SELECTIVE SITE DEMOLITION A. Section Includes: I . Removing sidewalks and steps 2. Removing ADA ramps and landings 3. Removing driveways 4. Removing fences 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall) 7. Removing mailboxes 8. Removing rip rap 9. Removing miscellaneous concrete structures including porches and foundations 10. DisposaI of removed materials B. Deviations this from 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 3. Section 31 23 23 Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Measurement and Payment 1. Measurement a. Remove Sidewalk: Measure by square foot. b. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Driveway: measure by the square foot by type. e. Remove Fence: measure by the linear foot. f Remove Guardrail: measure by the linear foot along the face of the rail in place including metal beam guard fence transitions and single guard rail terminal sections from the center of end posts. g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot h. Remove Mailbox: measure by each. i. Remove Rip Rap: measure by the square foot. j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 2. Payment CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPEC11- (CATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lprojeclskW I S%057-0112-0 Wrk Prodl2-3 SPHCSTi-I CombmedlDiv 02-Existing Condi ions102 41 135electiw Site Demo loon.doc 0241 13 - 2 SELEC."TNE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal. For utility projects, this 5 Item shall be considered subsidiary to the trench and no other compensation 6 will be allowed. 7 b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, 8 tools, equipment, labor and incidentals needed to execute work. For utility 9 projects, this Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. 11 c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, 12 hauling, disposal, tools, equipment, labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects, this Item shall 14 be considered subsidiary to the trench and no other compensation will be 15 allowed. 16 d. Remove Driveway: full compensation for saw cutting, removal, hauling, 17 disposal, tools, equipment, labor and incidentals needed to remove improved 18 driveway by type. For utility projects, this Item shall be considered subsidiary 19 to the trench and no other compensation will be allowed. 20 e. Remove Fence: full compensation for removal, hauling, disposal, tools, 21 equipment, labor and incidentals needed to remove fence. For utility projects, 22 this Item shall be considered subsidiary to the trench and no other 23 compensation will be allowed. 24 f. Remove Guardrail: full compensation for removing materials, loading, hauling, 25 unloading, and storing or disposal; furnishing backfill material; backfilling the 26 postholes; and equipment, labor, tools, and incidentals. For utility projects, this 27 Item shall be considered subsidiary to the trench and no other compensation 28 will be allowed. 29 g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 30 cutting, removal, hauling, disposal, tools, equipment, labor and incidentals 31 needed to execute work. Sidewalk adjacent to or attached to retaining wall 32 (including sidewalk that acts as a wail footing) shall be paid as sidewalk 33 removal. For utility projects, this Item shall be considered subsidiary to the 34 trench and no other compensation will be allowed. 35 h. Remove Mailbox: full compensation for removal, hauling, disposal, tools, 36 equipment, labor and incidentals needed to execute work. For utility projects, 37 this Item shall be considered subsidiary to the trench and no other 38 compensation will be allowed. 39 i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 40 disposal, tools, equipment, labor and incidentals needed to execute worm. For 41 utility projects, this Item shall be considered subsidiary to the trench and no 42 other compensation will be allowed. 43 j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 44 removal, hauling, disposal, tools, equipment, labor and incidentals needed to 45 execute work. For utility projects, this Item shall be considered subsidiary to 46 the trench and no other compensation will be allowed. 47 1.3 REFERENCLS 48 A. Definitions CITY OF FORT WORT14 Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline tc Big Fossil Creek Basin STANDARD CONSTRUCTION SPL-C1FTCATION DOCUMENTS City Project No.- 01309 Revised December 20, 2012 F:',projects1031 E1017-0112-0 Wrk Prod12-3 SPECSkFirtal CmnhiuedkDiv 02.Enisting Conditionsk02. 4 i 13 Selective Site D—lition.doc 0241 13-3 SELECTIVE SITE DEMOLITION f ` Page 3 of 5 1 1, Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 2 pavers. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USE, 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Pill Material: See Section 31 23 23. 16 2.3 ACCESSORIES [NOT USE, € 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 REMOVAL 23 A. Remove Sidewalk 24 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 25 2. Sawcut when removing to nearest joint is not practical. Sec 3A.K. 26 B. Remove Steps 27 1. Remove step to nearest existing dummy, expansion or construction joint. 28 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 29 C. Remove ADA Ramp 30 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 31 See 3 A.K. 32 2. Remove ramp to nearest existing dummy, expansion or construction joint on 33 existing sidewalk. 34 D. Remove Driveway { CITY OF FORT WORTI I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01.309 Revised December 20, 2012 F:lprojecis50 WO57-0i52-0 Wrk Pmd%2-1 SPECWmal Combim&Div 02-Existing ConditivasM 4 1 13_Seleai— Site DemoliGond— 024113-4 SELECriVE SITE DEMOLITION Page 4 of 5 1 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 2 3.4.K. 3 2. Remove drive to nearest existing dummy, expansion or construction joint. 4 3. Sawcut when removing to nearest joint is not practical. See 3A.K. 5 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 6 joint on existing sidewalk. 7 E. Remove Fence 8 1. Remove all fence components above and below ground and backfill with acceptable 9 fill material. 10 2. Use caution in removing and salvaging fence materials. 11 3. Salvaged materials may be used to reconstruct fence as approved by City or as 12 shown on Drawings. 13 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced 14 areas during construction operation and while removing fences. 15 F. Remove Guardrail 16 1. Remove rail elements in original lengths. 17 2. Remove fittings from the posts and the metal rail and then pull the posts. 18 3. Do not mar or damage salvageable materials during removal. 19 4. Completely remove posts and any concrete surrounding the posts. 20 5. Furnish backfill material and backfill the hole with material equal in composition 21 and density to the surrounding soil unless otherwise directed. 22 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 23 foot below the new subgrade elevation and leave in place along with the dead man. 24 G. Remove Retaining Wall (less than 4 feet tall) 25 1. Remove wall to nearest existing joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 27 3. Removal includes all components of the retaining wall including footings. 28 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 29 H. Remove Mailbox 30 1. Salvage existing materials for reuse. _ Mailbox materials may need to be used for 31 reconstruction. 32 1. Remove Rip Rap 33 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 35 J. Remove Miscellaneous Concrete Structure 36 1. Remove portions of miscellaneous concrete structures including foundations and 37 slabs that do not interfere with proposed construction to 2 feet below the finished 38 ground line. 39 2. Cut reinforcement close to the portion of the concrete to remain in place. 40 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 41 water. CITY OF FORT WORTH Eagle Mountain Cake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No_: 01309 Rcvised ➢eccmber 20, 2012 F:%prolects1031 M057-0Ir2-0 Wrk Rnd12-3 SPECSTinai Comb —&Div 02-Existing Condit ionsl02 41 13 Selective Site Demoliucn.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 02 41 13 - 5 SELECTIVE SITE DEMOLITION Page 5 of 5 K. Sawcut 1. Sawing Equipment a. Power -driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 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 USE, 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2, Modified Payment - Items will be subsidiary to trench on utility projects lCITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:%pm*(sW3 M057-011b0 Wrk NodQ-3 SPFCS%Fina1 CombinedV)iv 02-rxisI iog CondilionsM 41 13Selective Site Demolition. doc 0241 14-1 UTILITY REMOVAIJABANDONMENf Page 1 of 17 1 OSECTION 02 4114 2 UTILITY REMOVAL/ABANDONMENT 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following utilities- 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves 11 e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Lines 16 J. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 in. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. None. 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 29 2. Division 1 -- General Requirements 30 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 31 4. Section 33 05 10 Utility Trench Excavation, Embedment and Backfill 32 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 6. Section 33 11 11 — Ductile Iron Fittings 34 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 35 8. Section 33 11 14 — Buried Steel Pipe and Fittings 36 9. Section 33 12 25 — Connection to Existing Water Mains 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Utility Lines 39 1. Abandonment of Utility Line by Grouting 40 a. Measurement CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:%projects103181057-0112-0 Wrk Prod12-3 SPECS\Final CotnbinCdlDly 02-Exislmg Condiiions102 41 14_Ulilily Ronwvat_Abatxlumnent_doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 0241 14 - 2 UTILITY REM OVAT)ABANDONMENT Page 2 of 17 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. 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 per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item sball be per linear foot of existing utility line to be removed. 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 of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) DisposaI of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work pelforined and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to be abandoned. b. Payment CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAproje t,M 1 M057-01 %2-0 W,k Pm N2-3 SPECSTmI CombinM%D iv 02-Exishn� C—dGoa1\02 41 14 Utility Rcmoval_AW.donment.doe l 024114-3 UTILITY REMOVAIAABANDONMENT Page 3 of 17 1 1) The work performed and materials furnished in accordance with. this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 unit price bid per each "Abandon Manhole" for: 4 a) Various diameters 5 b) Various types 6 c. The price bid shall include: 7 1) Removal and disposal of manhole cone 8 2) Removal, salvage and delivery of frame and cover to City, if applicable 9 3) Cutting and plugging of existing sewer lines 10 4) Concrete 11 5) Acceptable material for backfilling manhole void 12 6) Pavement removal 13 7) Excavation 14 8) Hauling 15 9) Disposal of excess materials 16 10) Furnishing, placement and compaction of backf ll 17 11) Surface restoration 18 12) Clean-up 19 5. Cathodic Test Station Abandonment 20 a. Measurement 2I 1) Measurement for this Item will be per each cathodic test station to be 22 abandoned. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under "Measurement" shall be paid for at the 26 unit price bid per each "Abandon Cathodic Test Station". 27 c. The price bid shall include: 28 1) Abandon cathodic test station 29 2) CLSM 30 3) Pavement removal 31 4) Excavation 32 5) Hauling 33 6) Disposal of excess materials 34 7) Furnishing, placement and compaction of backfill 35 8) Clean-up 36 B. Water Lines and Appurtenances 37 1. Installation of a Water Line Pressure Plug 38 a. Measurement 39 1) Measurement for this Item shall be per each pressure plug to be installed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under "Measurement" shall be paid for at the 43 unit price bid for each "Pressure Plug" installed for: 44 a) Various sizes 45 c. The price bid shall include: 46 I) Furnishing and installing pressure plug 47 2) Pavement removal 48 3) Excavation CITY OF FORT WORTH eagle Mountain take Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:Sproiects103t Bk057-0942-0 Wrk Prod%2-3 SPECSSFfnat Combltled%Div 02-Existing Condttfons502 41 14_tkf6ty Remova]_Abandonmenc_doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 0241 14 - 4 UTILITY REMOVAL/ABANDONMENT Page 4 of 17 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts 8) Furnishing, placement and compaction of embedment 9) Funiishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. 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 for each "Water Abandonment PIug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfrll 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. 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 each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: I ) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backhll 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No.: 01309 Revised December 20, 2012 F:lproiecis1031 81057.0112-0 Wrk ProdQ-3 SPECSFina] Combin &Div 02-Exisl ing Condiliuns502 41 14 Unity Rcmoval_Ahandonmenl.doc f �1 0241 14-5 UTILITY REMOVAUABANDONMTNT Page 5 of 17 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under "Measurement" shall be paid for at the 4 unit price bid per each "Salvage Water Valve" for: 5 a) Various sizes 6 c. The price bid shall include: 7 1) Removal and Salvage of valve 8 2) CLSM 9 3) Delivery to City 10 4) Pavement removal 11 5) Excavation 12 6) Hauling I3 7) Disposal of excess materials 14 8) Furnishing, placement and compaction of backfill 15 9) Cleanup 16 5. Water Valve Abandonment 17 a. Measurement 18 I} Measurement for this Item will be per each water valve to be abandoned. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" shall be paid for at the 22 unit price bid per each "Abandon Water Valve" for: 23 a) Various Sizes 24 c. The price bid shall include: 25 1) Abandonment of valve 26 2) CLSM 27 3) Pavement removal 28 4) Excavation 29 5) Hauling 30 6) Disposal of excess materials 31 7) Furnishing, placement and compaction of backfill 32 8) Clean-up 33 6. Fire Hydrant Removal and Salvage 34 a. Measurement 35 1) Measurement for this Item will be per each fire hydrant to be removed. 36 b. Payment 37 1) The work performed and materials fumished in accordance with this Item 38 and measured as provided under "Measurement" shall be paid for at the 39 unit price bid per each "Salvage fire Hydrant". 40 c. The price bid shall include: 41 1) Removal and salvage of fire hydrant 42 2) Delivery to City 43 3) Pavement removal 44 4) Excavation 45 5) Hauling 46 6) Disposal of excess materials 47 7) Furnishing, placement and compaction of backfill 48 8) Clean-up CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Fop jects\0119%057-9112-9 Mk P®d%2-3 SPFCS1Fm.1 Com6ined5viv 02-Exfstinc Condilinns5o2A] ]4_Ulility Rcmoval_A6andonmrnldoc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41. 42 43 44 45 46 47 48 49 0241 14 - 6 UTILITY REMOVAL/ABANDONMENT Page 6 of] 7 7. Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. 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 each "Salvage Water Meter" for: a) Various sizes 2) If a "Water Meter Service Relocate" is performed in accordance with Section 33 12 10, removal and salvage or disposal of the existing (2-inch or smaller) water meter shall be subsidiary to the cost of the "Water Meter Service Relocate", no other compensation will be allowed. c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) . Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) CIean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. 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 each "Salvage Water Sampling Station". c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) _ Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. 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 each "Remove Concrete Water Vault". c. The price bid shall include_ 1) Removal and disposal of concrete water vault CITY OF FORT WORTH Eagle Mountain Lake Basin sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,. 01309 Revised Decembcr 20, 2012 P:1lrrojecls103 B1057-0112-0 Wrk Prod1L-1 SPECSiFinal CumhioredlFliv O]-Gxisling Cnndkinus102 41 14_Utility Removal Ahaelonmeni.doc 0241 14-7 UTILITY REMOVALJABANDONMENT Page 7 of 17 1 2) Removal, salvage and delivery of frame and cover to City, if applicable 2 3) Removal, salvage and delivery of any valves to City, if applicable 3 4) Removal, salvage and delivery of any water meters to City, if applicable 4 5) Pavement removal 5 6) Excavation 6 7) Hauling 7 8) Disposal of excess materials 8 9) Furnishing, placement and compaction of backfill 9 10) Clean-up 10 C. Sanitary Sewer Lines and Appurtenances 11 1. Abandomnent of Sanitary Sewer Line by Cut and installation of Abandonment Plug 12 a. Measurement 13 1) Measurement for this Item shall be per each cut and abandonment plug 14 installed. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 and measured as provided under "Measurement" shall be paid for at the 18 unit price bid for each "Sewer Abandonment Plug" for: 19 a) Various sizes 20 c. The price bid shall include: 21 1) burnishing and installing abandonment plug 22 2) Pavement removal 23 3) Excavation 24 4) Hauling 25 5) CLSM 26 6) Disposal of excess material 27 7) Furnishing, placement and compaction of backfill 28 8) Clean-up 29 2. Sanitary Sewer Manhole Removal 30 a. Measurement 31 1) Measurement for this Item will be per each sanitary sewer manhole to be 32 removed. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under "Measurement" shall be paid for at the 36 unit price bid per each "Remove Sewer Manhole" for: 37 a) Various diameters 38 c. The price bid shall include: 39 1) Removal and disposal of manhole 40 2) Removal, salvage and delivery of frame and cover to City, if applicable 41 3) Cutting and plugging of existing sewer lines 42 4) Pavement removal 43 5) Excavation 44 6) Hauling 45 7) Disposal of excess materials 46 8) Furnishing, placement and compaction of backfill 47 9) Clean-up 48 3. Sanitary Sewer Junction Structure Removal CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F_lp,.jecls103161057-0112-0 W,k ]',.6%2-3 SYECS4Ffnal CombfnedSDfv 02-Exfsnng Condflions102 41 14_Utility Removal_AbandonmenLAoc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 024114-8 UTILrCY REMOVA1JABANDONMI Nr Page 8 of 17 a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. 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 lump sum bid per each "Remove Sewer Junction Box" location. c. The price bid shall include: I ) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfilI 8) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Items and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. 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 each "Remove Manhole Riser" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal CITY OF PORT WORTH Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIk-ICATION DOCUMENTS City Project No.: 01309 Revised D] cember 20, 2012 F:lprojecls1U3181057-U 112-0 Wrk Prod17.3 SPECS1Final CmnbinedlUfv UbExisling CondiiiunslU2 4 E 14_ Utility Rerrxw�l_Ahandonmenl.doc 0241 14 - 9 UTILITY REMOVAL/ABANDONMENT Page 9 or 17 1 4) Excavation 2 5) Hauling 3 6) Disposal of excess materials 4 7) Furnishing, placement and compaction of backfill 5 8) Clean-up 6 3. Storm Sewer Junction Box Removal 7 a. Measurement 8 I) Measurement for this Item will be per each storm sewer junction structure 9 to be removed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under "Measurement" shall be paid for at the 13 unit price bid per each "Remove Storm Junction Box" for: 14 a) Various sizes 15 c. The price bid shall include: 16 1) Removal and disposal of junction box 17 2) Removal, salvage and delivery of frame and cover to City, if applicable 18 3) Pavement removal 19 4) Excavation 20 5) Hauling 21 6) Disposal of excess materials 22 7) Furnishing, placement and compaction of backfill 23 8) Clean-up 24 4. Storm Sewer Junction Structure Removal 25 a. Measurement 26 1) Measurement for this Item will be per each storm sewer junction structure 27 being removed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" shall be paid for at the 31 lump sum bid per each "Remove Storm Junction Structure" location. 32 c. The price bid shall include: 33 1) Removal and disposal of junction structure 34 2) Removal, salvage and delivery of frame and cover to City, if applicable 35 3) Pavement removal 36 4) Excavation 37 5) Hauling 38 6) Disposal of excess materials 39 7) Furnishing, placement and compaction of backfill 40 8) Clean-up 41 5, Storm Sewer Inlet Removal 42 a. Measurement 43 1) Measurement for this Item will be per each storm sewer inlet to be 44 removed. 45 b. Payment 46 1) The work performed and materials furnished in accordance with this Item 47 and measured as provided under "Measurement" shall be paid for at the 48 unit price bid per each "Remove Storm Inlet" for: CITY OF FORT wORTII Eaglc Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec€ No.: 01309 Revised December 20, 2012 TSprniectsWl1 W57-012-0 Wrk PrndQ-3 SPECSTiwl Combnedlni, 02-Existing Condftions50241 14Uidity Re al_Abaudonmem.doc 0241 14 - 10 UTR ITY REMOVAIJABANDONM NT Page 10 or 17 1 a) Various types 2 b) Various sizes 3 c. The price bid shall include: 4 1) Removal and disposal of inlet 5 2) Pavement removal 6 3) Excavation 7 4) Hauling 8 5) Disposal of excess materials 9 6) Furnishing, placement and compaction of backfill 10 7) Clean-up 11 6. Storm Sewer Junction Box Removal 12 a. Measurement 13 1) Measurement for this Item shall be per linear foot of existing storm sewer 14 box to be removed. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 and measured as provided under "Measurement" shall be paid for at the 18 unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. 19 c. The price bid shall include: 20 1) Removal and disposal of Storm Sewer Box 21 2) Pavement removal 22 3) Excavation 23 4) Hauling 24 5) Disposal of excess materials 25 6) Furnishing, placement and compaction of backfill 26 7) Clean-up 27 7. Headwall/SET Removal 28 a. Measurement 29 1) Measurement for this Item will be per each headwall or safety end 30 treatment (SET) to be removed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" shall be paid for at the 34 unit price bid per each "Remove Headwall/SET". 35 c. The price bid shall include: 36 1) Removal and disposal of Ieadwall/SET 37 2) Pavement removal 38 3) Excavation 39 4) Hauling 40 5) Disposal of excess materials 41 6) Furnishing, placement and compaction of backfill 42 7) Clean-up 43 8. Trench Drain Removal 44 a. Measurement 45 1) Measurement for this Item shall be per linear foot of storm sewer trench 46 drain to be removed. 47 b. Payment CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Scwcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No.: 01309 Revised December 20, 2012 FApmje [.,l01I W57-0112-0 Wrk PYodU-3 SFECSWina1 Com6inedhbw 02-Fxistinn CondiGonsW 4 1 14_ U61ily Re val_Aiandarirent.doe 0241 14 - 11 UTILITY REMOVAIJABANDONMI NT Page I 1 of 17 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 unit price bid per linear foot of "Remove Trench Drain" for: 4 a) Various sizes 5 c. The price bid shall include: 6 1) Removal and disposal of stonn sewer line 7 2) Pavement removal 8 3) Excavation 9 4) Hauling 10 5) Disposal of excess materials 11 6) Furnishing, placement and compaction of backfill 12 7) Clean-up 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Coordination 16 1. Contact Inspector and the Water Department Field Operation Storage Yard for 17 coordination of salvage material return. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING 24 A. Storage and Handling Requirements 25 1. Protect and salvage all materials such that no damage occurs during delivery to the 26 City. 54 0TY Of FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Fapr jects5D3191057-0112-D Wrk Prod52.3 SPECSSFfnal Con)bLled%Div 02-Existfne CondRiOns\02 41 14_UtBtty R.—,.1_Ah..d..—t doc 0241 14 - 12 UTILITY REMOVAI.IABANDONMENT Page 12 of 17 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 5 2.2 MATERIALS 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USE, 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. General 1. Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. £ Backfill manhole void in accordance with City Standard Details. B. Water Lines and Appurtenances 1. Water Line Pressure PIugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 I2 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25, c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Deccmber 20, 2012 FAp,ojeos103l X\057-0112-0 Wrk Pru&2-3 SPGCSTinal Ccmbi—&Div 02.-Existing Cnnditinns102 41 14_Utilily Removal_ Abvandontnenl-dec 0241 14-13 UTILITY IEMOVAIJABANDONMENT Page 13 of 17 1 a) A fabricated plug restrained by welding or by a Snap Ring in 2 accordance with Section 33 11 13; or 3 b) A blind flange in accordance with Section 33 11 13 4 3) Perform Cut and Plug in accordance with Section 33 12 25. 5 d. Buried Steel Water Lines 6 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 7 2) Plug using: 8 a) A fabricated plug restrained by welding in accordance with Section 33 9 11 14; or 10 b) A blind flange in accordance with Section 33 11 14 11 3) Perform Cut and Plug in accordance with Section 33 12 25. 12 2: Water Line Abandonment Plug 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Plug with CLSM in accordance with Section 03 34 13. 15 3. Water Line Abandonment by Cnouting 16 a. Excavate and backfill in accordance with Section 33 05 10. 17 b. Dewater from existing line to be grouted. 18 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 19 or CLSM in accordance with 03 34 13. 20 d. Dispose of any excess material. 21 4. Water Line Removal 22 a. Excavate and backfill in accordance with Section 33 05 10. 23 b. Cut existing line from the utility system prior to removal. 24 c. Cut any services prior to removal. 25 d. Remove existing pipe line and properly dispose as approved by City. 26 5. Water Valve Removal 27 a. Excavate and backfill in accordance with Section 33 05 10. 28 b. Remove and dispose of valve bonnet, wedge and stem. 29 c. Fill valve body with CLSM in accordance with Section 03 34 13, 30 6. Water Valve Removal and Salvage 31 a. Excavate and backfill in accordance with Section 33 05 10. 32 b. Remove valve bonnet, wedge and stem. 33 c. Deliver salvaged material to the Water Department Field Operation Storage 34 Yard. 35 d. Protect salvaged materials from damage. 36 e. ,Fill valve body with CLSM in accordance with Section 03 34 13, 37 7. Water Valve Abandonment 38 a. Excavate and backfill in accordance with Section 33 05 10. 39 b. Remove the top 2 feet of the valve stack and any valve extensions. 40 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 41 8. Fire Hydrant Removal and Salvage 42 a. Excavate and backfill in accordance with Section 33 05 10. 43 b. Remove Fire Hydrant, 44 c. Place abandonment plug on fire hydrant lead line. 45 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 46 Yard. 47 e. Protect salvaged materials from damage. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 f Aprojecrs503181057-0152-0 Wrk Proda2,3 SPECSSFiaal Coinbined4Div 02-Eaisling Conditionn\02 41 14_Wility Rnnoval__Abandonmrni.doc 0241 14-14 UTILrrY REMOVAUABANDONMENT Page 14 of 17 1 9. Water Meter Removal and Salvage 2 a. Remove and salvage water meter. 3 b. Return salvaged meter to Project Representative. 4 c. City will provide replacement meter for installation. 5 d. Meter Box and Lid 6 1) Remove and salvage cast iron meter box lid. 7 2) Remove and dispose of any non -cast iron meter box lid. 8 3) Return salvaged material to the Water Department Field Operation Storage 9 Yard. 10 4) Remove and dispose of meter box. 11 10, Water Sample Station Removal and Salvage 12 a. Remove and salvage existing water sample station. 13 b. Deliver salvaged material to the Water Department Field Operation Storage 14 Yard. 15 11. Concrete Water Vault Removal 16 a. Excavate and backfill in accordance with Section 33 05 10. 17 b. Remove and salvage vault lid. 18 c. Remove and salvage valves. 19 d. Remove and salvage meters. 20 e. Deliver salvaged material to the Water Department Field Operation Storage 21 Yard. 22 f. Remove and dispose of any piping or other appurtenances. 23 g. Demolish and remove entire concrete vault. 24 h. Dispose of all excess materials. 25 12. Cathodic Test Station Abandonment 26 a. Excavate and backfill in accordance with Section 33 05 10 27 b. Remove the top 2 feet of the cathodic test station stack and contents. 28 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 29 C. Sanitary Sewer Lines and Appurtenances 30 1. Sanitary Sewer Line Abandonment Plug 31 a. Excavate and backfill in accordance with Section 33 05 10. 32 b. Remove and dispose of any sewage. 33 c. Plug with CLSM in accordance with Section 03 34 13. 34 2. Sanitary Sewer Line Abandonment by Grouting 35 a. Excavate and backfill in accordance with Section 33 05 10. 36 b. Dewater and dispose of any sewage from the existing line to be grouted. 37 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 38 or CLSM in accordance with 03 34 13. 39 d. Dispose of any excess material. 40 3. Sanitary Sewer Line Removal 41 a. Excavate and backfill in accordance with Section 33 05 10. 42 b. Cut existing line from the utility system prior to removal. 43 c. Cut any services prior to removal. 44 d. Remove existing pipeline and properly dispose as approved by City. 45 4. Sanitary Sewer Manholes Removal 46 a. All sanitary sewer manholes that are to be taken out of service are to be 47 removed unless specifically requested and/or approved by City. CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2017 F;%projectsl0 I M51-0I N2.0 Wrk Pro U-3 SPECSWinul ComN—d%Dw 02-Exumg CnnditionsM 41 14_Uldily Kem 1_Aha denment.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 0241 14-15 UTILITY REMOVAL./ABANDONMENT Page 15 of 17 b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances I. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13, 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal a. All storm sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Demolish and remove entire concrete manhole. d. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storn Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 05 10, b. Demolish and remove entire concrete inlet. 1 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Decelnher 20, 2012 F:lprojeets103181057-0152.0 Wrk Peod12-3 SPECS%Final COni6inedlDiv 02-Existing Cnndidons502 41 14_1)tility Removal_Apandommcin.doc 0241 14 - 16 UCILITY REMOVAIJADANDONMENT Page 15 of 17 1 c. Cut and plug storm sewer lines to be abandoned. 2 9. Storm Sewer Trench Drain Removal 3 a. Excavate and backfill in accordance with Section 33 05 10. 4 b. Remove existing pipeline and dispose as approved by City. 5 3.5 REPAIR / RESTORATION [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 FIE LD [oRl SITE QUALITY CONTROL 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION ]NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 CITY OF FORT WORTH Eagle Mountain Cake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Deccmber 20, 2012 p-,1pro1cc1s10313%057-0 1%2-0 Wrk Pm64-3 SPECSWii—1 Comhi—dMiv 0-Existing Condilioris102 41 14_thility Removal Abandon—r.doc 0241 14 - 17 UTILITY REMOVAIJABANDONMENT Page 17 of 17 END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE 12/20/12 D. Johnson I.2.C.3.c. — Include Frame and Cover in Payment description Throughout — added abandonment of storm and sewer manholes when requested and/or approved by City CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No.- 01309 Revised December 20, 2012 Faprojecrs103184057-0112-0 Wik Prod52-3 SPECS%Finat Comnbmediniv 02-Existing Conditions%02 41 14_IJtility R lnoval_Abandonment_doc 4 1 2 3 PART 1 - GENERAL, 4 1.1 SUMMARY SECTION 03 30 00 CAST -IN -PLACE CONCRETE 03 30 00 - 1 CAST -IN -PLACE CONCRETE Page I of 26 5 A. Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design., placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs -on -grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f Suspended slabs 14 g. Blocking 15 h. Cast -in -place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division f General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast -in -Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with I or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast -furnace slag CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01309 Revised December 20, 2012 F:%projc0s%03131057-0152-0 Wsk PwdQ-3 SPECSU=inert C.mbioedXDiv 03-Conerete503 30 00 C-1-in-Place Concrete (1).doc 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 26 1 5) Silica fume 2 b. Subject to compliance with the requirements of this specification 3 B. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification, unless a date is specifically cited. 7 2. American Association of State Highway and Transportation (AASHTO): 8 a. M182, Burlap Cloth Made from .lute or Kenaf. 9 3. American Concrete Institute (ACI): 10 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 11 b. ACI 301 Specifications for Structural Concrete 12 c. ACl 305.1 Specification for Hot Weather Concreting 13 d. ACI 3.06.1 Standard Specification for Cold Weather Concreting 14 e. ACI 308.1 Standard Specification for Curing Concrete I5 f. ACT 318 Building Code Requirements for Structural Concrete 16 g. ACI 347 Guide to Formwork for Concrete 17 4. American Institute of Steel Construction (AISC): 18 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 19 5. ASTM International (ASTM): 20 a. A36, Standard Specification for Carbon Structural Steel. 21 b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 22 Hardware. 23 c. A193, Standard Specification for AIloy-Steel and Stainless Steel Bolting 24 Materials for High -Temperature Service and Other Special Purpose 25 Applications. 26 d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 27 Concrete Reinforcement. 28 e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for 29 Concrete Reinforcement. 30 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. 32 g. C33, Standard Specification for Concrete Aggregates. 33 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 36 Beams of Concrete. 37 j. C94, Standard Specification for Ready -Mixed Concrete. 38 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 39 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 40 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 41 in. C 171, Standard Specification for Sheet Materials for Curing Concrete. 42 n. C150, Standard Specification for Portland Cement. 43 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 44 p. C219, Standard Terminology Relating to Iydraulic Cement. CITY OF FORT WORTIi Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.' 01309 Revised December 20, 2012 F:%pro1ectsW3I M05TOM-0 Wrk Pwdl2-3 SPECSNFinal CoinbineduJiv 03-(,nncrete%03 30 00_Cas[-i"Flace concrele (] ).doe I 033000-3 CAST -TN -PLACE CONCRETE Page 3 of 26 1 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 2 Pressure Method. 3 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 4 s. C309, Standard Specification for Liquid Membrane -Forming Compounds for 5 Curing Concrete. 6 t. C494, Standard Specification for Chemical Admixtures for Concrete. 7 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 8 Pozzolan for Use in Concrete- 9 v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 10 Concrete. 11 w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 12 Use in Concrete and Mortars. 13 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing 14 Flowing Concrete. 15 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 16 Concrete. 17 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 18 Cement Concrete. 19 aa. CI240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 20 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 21 Levelness Numbers. 22 cc. F436, Standard Specification for Hardened Steel Washers. 23 6. American Welding Society (AWS). 24 a. D1.1, Structural Welding Code -Steel. 25 b. DI A, Structural Welding Code - Reinforcing Steel. 26 7. Concrete Reinforcing Steel Institute (CRSI) 27 a. Manual of Standard Practice 28 8, Texas Department of Transportation 29 a. Standard Specification for Construction and Maintenance of Highways, Streets 30 and Bridges 31 1.4 ADMINISTRATIVE REQUIREMENTS 32 A. Work Included 33 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 34 including shoring, reshoring, falsework, bracing, proprietary forming systems, 35 prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 36 blockouts, sleeves, pockets and accessories. 37 a. Erection shall include installation in formwork of items furnished by other 38 trades. 39 2. Furnish all labor and materials required to fabricate, deliver and install 40 reinforcement and embedded metal assemblies for cast -in -place concrete, including 41 steel bars, welded steel wire fabric, ties, supports and sleeves. 42 3. Furnish all labor and materials required to perform the following: 43 a. Cast -in -place concrete 44 b. Concrete mix designs 45 c. Grouting CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Scwer Diversion Pipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lprojcc003 3\057-0112.0 wrk RndQ-3 SPECI;Wina] Cumhia dV7iv 03-Concrere503 30 00_,Coocrere (1).doc 033000-4 CAST -IN -PLACE CONCRETE Page 4 of 26 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 01 33 00, 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials, Project condi- 13 tions, weather, test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 19 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections I through 5 35 b. ACI117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH Eagle Maintain Lake Basin Sanitary Sewer Diversion Pipeline to Bid; Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Faproje ts103161057-OHbO W,k PrG(Q-3 SI'ECS1Fina1 Conibi &Div 03-ConcrcO03 30 00_C.C-in-Place Concrete (1)-doe 03 30 00 - 5 CASE iN-PLACE CONCRETE Page 5 or26 1 1.10 DELIVE, RY, STORAGE, AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED1 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists, the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements, products that f 17 may be incorporated into the Work include, but are not limited to, products t 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include, but are not limited to, manufacturers specified. 22 B. form -Facing Materials 23 1. Rough -Formed Finished Concrete 24 a. Plywood, lumber, metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood, metal, PVC or rubber strips 28 b. 3/-inch x 3/-inch, minimum 29 3. Rustication Strips 30 a. Wood, metal, PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4, Form -Release Agent 33 a. Commercially formulated fonrt-release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form -facing materials, formulate with rust inhibitor. 37 5. Form Ties CITY OF FORT WORTH Eagle Monntain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPEC[FICATION DOCUMEN'ES City Project No.: 01309 Revised December 20, 2012 F4Prnjects501I $5057-OIL-O wrk Pro,h?-1 SPFCS\Fi,lal ComUizud�Div 03-Cona'ete403 30 00_Cast-in-Place Concrete (1 ),doc 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 26 1 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 2 plastic form ties designed to resist lateral pressure of fresh concrete on forms 3 and to prevent spalling of concrete on removal. 4 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 5 of exposed concrete surface. 6 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 7 diameter in concrete surface. 8 d. Furnish ties with integral water -barrier plates to walls indicated to receive 9 dampproofing or waterproofing. 10 C. Steel Reinforcement 11 1. Reinforcing Bars 12 a. ASTM A615, Grade 60, deformed 13 D. Reinforcement Accessories 14 1. Smooth Dowel Bars 15 a. ASTM A615, Grade 60, steel bars (smoo(h) 16 b. Cut bars true to length with ends square and free of burrs. 17 2. Bar Supports 18 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 19 reinforcing bars and welded wire reinforcement in place 20 b. Manufacture bar supports from steel wire, plastic or precast concrete according 21 to CRSI's "Manual of Standard Practice," of greater compressive strength than 22 concrete and as follows: 23 1) For concrete surfaces exposed to view where legs of wire bar supports 24 contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI 25 Class 2 stainless -steel bar supports. 26 2) For slabs -on -grade, provide sand plates, horizontal runners or precast 27 concrete blocks on bottom where base material will not support chair legs 28 or where vapor barrier has been specified_ 29 E. Embedded Metal Assemblies 30 1. Steel Shapes and Plates: ASTM A36 31 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson 32 Stud Welding Division or approved equal 33 F. Expansion Anchors 34 1. Available Products 35 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 36 b. Kwik Bolt II, Hilti Fastening Syste3ns, Tulsa, Oklahoma 37 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 38 G. Adhesive Anchors and Dowels 39 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 40 into hardened concrete or grout -filled masonry. 41 a. The adhesive system shall use a 2-component adhesive mix and shall be 42 injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0 13 99 Revised December 20, 2012 FApajects%03 181057-0112-0 Wrk Prod\2-3 SPECSWinal Comhined\Div 03-Coocrcic103 30 00_Cast-in-Platt Concrele (1).doc I 033000-7 CAs"r-IN-PLACE CONCRETE Page 7 of 26 I b. The embedment depth of the rod shall provide a minimum allowable bond 2 strength that is equal to the allowable yield capacity of the rod, unless otherwise 3 specified. 4 2. Available Products 5 a. Hilti HIT HY 150 Max 6 b. Simpson Acrylic -Tie 7 c. Powers Fasteners AC 100+ Gold 8 3. Tbreaded Rods: ASTM A193 9 a. Nuts: ASTM A563 hex carbon steel 10 b. Washers: ASTM F436 hardened carbon steel I] c. Finish: Hot -dip zinc coating, ASTM Al 53, Class C t2 H. Inserts 13 1. Provide metal inserts required for anchorage of materials or equipment to concrete 14 construction where not supplied by other trades: 15 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 16 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 17 washers. 18 1) Provide 3/-inch bolt size, unless otherwise indicated. 19 b. In horizontal concrete surfaces and whenever inserts are subject to tension 20 forces, provide threaded inserts of malleable cast iron furnished with full depth 21 bolts. 22 1) Provide 3/-inch bolt size, unless otherwise indicated. 23 I. Concrete Materials 24 I. Cementitious Material 25 a- Use the following cementitious materials, of the same type, brand, and source, 26 throughout Project: 27 1) Portland Cement 28 a) ASTM C150, Type 1/11, gray 29 b) Supplement with the following: 30 (1) FIy Ash 31 (a) ASTM C618, Class C or F 32 (2) Ground Granulated Blast -Furnace Slag 33 (a) ASTM C989, Grade 100 or 120. 34 2) Silica Fume 35 a) ASTM C1240, amorphous silica 36 3) Normal -Weight Aggregates 37 a) ASTM C33, Class 3S coarse aggregate or better, graded 38 b) Provide aggregates from a single source. 39 4) Maximum Coarse -Aggregate Size 40 a) 3/-inch nominal 41 5) Fine Aggregate 42 a) Free of materials with deleterious reactivity to alkali in cement 43 6) Water 44 a) ASTM C94 and potable 45 J. Admixtures CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Dcccinber 20, 2012 Fipr je is IM057-01%2-0 Wrk Pm&2-3 SITMI-final CumbinedkDiv 03-ConcreicM3 30 00_Cast-in-Place CowTele (i).doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 03 30 00 - 8 CAST -IN -PLACE CONCRETE Page 8 of 26 1. Air -Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D £. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, Type 11 K. Waterstops 1. Self -Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/— inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4, Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; API Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20,7012 F;%proiec003181057-0112-0 Wd; Prod%2.3 SPFCSWF..l Combin dlDw 03-CuncW603 30 00_Ca,t-i -Place Concrete (1 ).doc 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 26 1 3) ChemMasters; Safe -Cure Clear 2 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 3 Company; W.B. Resin Cure 4 5) Dayton Superior Corporation; Day Chem Rez Cure (J-I I-W) 5 6) Euclid Chemical Company (The); Kurez DR VOX 6 7) Kaufman Products, Inc.; ThinfiIm 420 7 8) Lambert Corporation; Aqua Kure -Clear 8 9) L&M Construction Chemicals, Inc.; L&M Cure R 9 10) Meadows, W. R., Inc.; 1100 Clear 10 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 11 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 12 13) Tamms Industries, Inc.; Horncure WB 30 13 14) Unitex; Hydro Cure 309 14 15) US Mix Products Company; US Spec Maxcure Resin Clear 15 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 16 M. Related Materials 17 1. Bonding Agent 18 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 19 butadiene 20 2. Epoxy Bonding Adhesive 21 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 22 to damp surfaces, of class suitable for application temperature and of grade to 23 suit requirements, and as follows: 24 1) Types I and 11, non -load bearing 25 2) IV and V, load bearing, for bonding 26 3) Hardened or freshly mixed concrete to hardened concrete 27 3. Reglets 28 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 29 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 30 or debris. 31 4. Sleeves and Blockouts 32 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 33 tubes or wood 34 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 35 a. Sized as required 36 b. Shall be of strength and character to maintain formwork in place while placing 37 concrete 38 N. Repair Materials 39 1. Repair Underlayment 40 a. Cement -based, polymer -modified, self -leveling product that can be applied in 41 thicknesses of 1/8 inch or greater 42 1) Do not feather. 43 b. Cement Binder 44 1) ASTM C150, port]and cement or hydraulic or blended hydraulic cement as 45 defined in ASTM C219 CITY OF FORT WORTH Eagle Mountain bake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DocumEws City Project No.: 01309 Revised December 20, 2012 Flpr jects50MM057-OR2-0 Wrk Pmd%?-3 SPECSTinal Cmnbmcd%Dw 03-Copmta 03 3000_Cast-ut-P3ace Concrete(I)_doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 03 30 00 - 10 CAST -IN -PLACE CONCRETE Page t0 of26 c. Primer 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C109/C109M 2. Repair Overlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 e. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General 1. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACT 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 conseentive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial_ mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength Pc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders maybe made for testing for information at earlier ages. 2. Cementitious Materials CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lprojcus%03135057-01%2-0 Wtk Prod12-3 SFECS1Fina] CmnbmedlDzv 63-CencreletiO3 36 00_Cast-in-Place Concrete (I).doc 033000-t1 CAST-W-PLACE CONCRrTE Page It of 26 1 a. Limit percentage, by weight, of cementitious materials other than portland ce- 2 ment in concrete as follows, unless specified otherwise: 3 1) Fly Ash: 25 percent 4 2) Combined Fly Ash and Pozzolan: 25 percent 5 3) Ground Granulated Blast -Furnace Slag: 50 percent 6 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 7 Slag: 50 percent 8 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 9 cent 10 6) Silica Fume: 10 percent 11 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 12 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 13 cent 14 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 15 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 16 percent and silica fume not exceeding 10 percent 17 3. Limit water-soluble, chloride -ion content in hardened concrete to: 18 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 19 (typical) 20 b. 0.15 percent by weight if concrete will be exposed to chlorides 21 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 22 continually dry and protected. 23 4. Admixtures 24 a. Use admixtures according to manufacturer's written instructions. 25 b. Do not use admixtures which have not been incorporated and tested in accepted 26 mixes. 27 c. Use water -reducing high -range water -reducing or plasticizing admixture in 28 concrete, as required, for placement and workability. 29 d. Use water -reducing and retarding admixture when required by high 30 temperatures, low humidity or other adverse placement conditions. 31 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 32 industrial slabs and parking structure slabs, concrete required to be watertight, 33 and concrete with a water-cementitious materials ratio below 0.50. 34 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 35 P. Concrete Mixtures 36 1. Refer to TxDOT "Standard, Specifications for Construction and Maintenance of 37 Highways, Streets, and Bridges" for: 38 a. Culverts 39 b. Headwalls 40 c. Wingwalls 41 2. Proportion normal -weight concrete mixture as follows: 42 a. Minimum Compressive Strength: 3,000 psi at 28 days 43 b. Maximum Water-Cementitious Materials Ratio: 0.50 44 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 45 inches before adding high -range water -reducing admixture or plasticizing 46 admixture, plus or minus 1 inch CITY OF PORT WORTI I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICA fION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FSprojects10319\057-0 N-0 Rrrk Pnod12-3 SPECSWinai CmnbiocdlDir 03-Concrete503 30 00_Cass-in-Place Concrete (1).doc 03 30 00 - 12 CAST -IN -PLACE CONCRETE Page 12 of26 1 d, Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 2 inch nominal maximum aggregate size 3 Q. Fabricating Reinforcement 4 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 5 R. Fabrication of Embedded Metal Assemblies 6 1, Fabricate metal assemblies in the shop. Holes shall be made by drilling or 7 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 8 accordance with AWS D1.1. 9 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 10 All other metal assemblies shall be either hot dip galvanized or painted with an 11 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 12 installed in accordance with the manufacturer's instructions. Repair painted 13 assemblies after welding with same type of paint. 14 S. Concrete Mixing 15 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 16 ASTM C94, and furnish batch ticket information. 17 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 18 and delivery time from 1-1/2 hours to 75 minutes, when air temperature is 19 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 20 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 21 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 22 batch machine mixer. 23 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 24 minutes, but riot more than 5 minutes after ingredients are in mixer, before any 25 part of batch is released. 26 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 27 seconds for each additional i cubic yard. 28 c. Provide batch ticket for each batch discharged and used in the Work, indicating 29 Project identification name and number, date, mixture type, mixture time, 30 quantity, and amount of water added. Record approximate location of final 31 deposit in structure. CITY OF FORT WORTH Eagle Mountain Take Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.lpr0jects1031M057-0A2-0Mk PM&2-3 SPECS%Fin Combinc&Div fl)-Concretel0330 Oo_Cast-i.-Place Can 1r (I).duc 03 30 00 - 13 CASTJN PLACL CONCRETE Page 13 of26 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USE, 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Formwork 9 1. Design, erect, shore, brace, and maintain formwork, according to ACT 301, to 10 support vertical, lateral, static, and dynamic loads, and construction loads that might 11 be applied, until structure can support such loads. 12 2. Construct formwork so concrete members and structures are of size, shape, 13 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 14 a. Vertical alignment 15 1) Lines, surfaces and arises less than 100 feet in height - I inch. 16 2) Outside corner of exposed corner columns and control joints in concrete 17 exposed to view less than 100 feet in height - 1/2 inch. 18 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 19 height but not more than 6 inches. 20 4) Outside corner of exposed corner columns and control joints in concrete 21 exposed to view greater than 100 feet in height - 1/2000 times the height 22 but not more than 3 inches. 23 b. Lateral alignment 24 1) Members -I inch. 25 2) Centerline of openings 12 inches or smaller and edge location of larger 26 openings in slabs - 1/2 inch. 27 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 28 c. Level alignment 29 1) Elevation of slabs -on -grade - 3/4 inch. 30 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 31 inch. 32 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 33 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns 34 and thickness of walls and slabs. 35 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 36 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 37 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 38 c. Relative alignment 39 1) Stairs 40 a) Difference in height between adjacent risers - 1/8 inch. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Scwcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily ProJec( No.: 01309 Revised December 20, 2012 F 1ptniects1031810iT W 2-0 Wrk h od%2.3 SPECSWinal ComhinedSDiv W-Concrete%03 30 00—Cast-in-Place Concrele (I ).doc 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 or26 1 b) Difference in width between adjacent treads - 1/4 inch. 2 c) Maximum difference in height between risers in a flight of stairs - 3/8 3 inch. 4 d) Maximum difference in width between treads in a flight of stairs - 3/8 5 inch. 6 2) Grooves 7 a) Specified width 2 inches or less - 1/8 inch. 8 b) Specified width between 2 inches and 12 inches - 1/4 inch. 9 3) Vertical alignment of outside corner of exposed corner columns and control 10 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 11 4) All other conditions - 3/8 inch in 10 feet. 12 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 13 as follows: 14 a. Class B, 1/4 inch for smooth -formed finished surfaces. 15 b. Class C, 1/2 inch for rough -formed finished surfaces. 16 4. Construct forms tight enough to prevent loss of concrete mortar. 17 5. Fabricate forms for easy removal without hammering or prying against concrete 18 surfaces. Provide crush or wrecking plates where stripping may damage cast 19 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 20 horizontal to 1 vertical. 21 a. Install keyways, reglets, recesses, and the like, for easy removal. 22 b. Do not use rust -stained, steel form -facing material. 23 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 24 required elevations and slopes in finished concrete surfaces. Provide and secure 25 units to support screed strips; use strike -off templates or compacting -type screeds. 26 7. Construct formwork to cambers shown or specified on the Drawings to allow for 27 structural deflection of the hardened concrete. Provide additional elevation or 28 camber in formwork as required for anticipated formwork deflections due to weight 29 and pressures of concrete and construction loads. 30 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 31 caps, walls, and columns straight and to the lines and grades specified. Do no earth 32 form foundation elements unless specifically indicated on the Drawings. 33 9. Provide temporary openings for cleanouts and inspection ports where interior area 34 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 35 securely braced to prevent loss of concrete mortar. Locate temporary openings in 36 forms at inconspicuous locations. 37 10. Chamfer exterior corners and edges of permanently exposed concrete. 38 11. Form openings, chases, offsets, linkages, keyways, reglets, blocking, screeds, and 39 bulkheads required in the Work. Determine sizes and locations from trades 40 providing such items. 41 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 42 sawdust, dirt, and other debris just before placing concrete. 43 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 44 leaks and maintain proper alignment. CITY OF FORT WORTH Fagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Faprojects50S161057-D 117.-0 Wrk Pmdl7.-J SPECS1Pinal Com6ined5viv W-Concrc1e103 3U DO_Cas[-in-Place Coucrelc (I)_doc 03 30 00 - 15 CAS"1--1N-PLACE CONCRETE Page 15 of26 1 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 2 written instructions, before placing reinforcement, anchoring devices, and 3 embedded items. 4 a. Do not apply form release agent where concrete surfaces are scheduled to 5 receive subsequent finishes which may be affected by agent. Soak contact 6 surfaces of untreated forms with clean water. Keep surfaces wet prior to 7 placing concrete. 8 B. Embedded Items 9 1. Place and secure anchorage devices and other embedded items required for 10 adjoining work that is attached to or supported by cast -in -place concrete. Use 11 setting drawings, templates, diagrams, instructions, and directions furnished with 12 items to be embedded. 13 a. Install anchor rods, accurately located, to elevations required and complying 14 with tolerances in AISC 303, Section 7.5. 15 1) Spacing within a bolt group: 1/8 inch 16 2) Location of bolt group (center): '/ inch 17 3) Rotation of bolt group: 5 degrees 18 4) Angle off vertical: 5 degrees 19 5) Bolt projection: t 3/8 inch 20 b. Install reglets to receive waterproofing and to receive through -wall flashings in 21 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 22 shelf angles, and other conditions. 23 C. Removing and Reusing Forms 24 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 25 compressive strength. 26 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 27 Work that does not support weight of concrete may be removed after cumulatively 28 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 29 concrete is hard enough to not be damaged by form -removal operations and curing 30 and protection operations are maintained. 31 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 32 that supports weight of concrete in place until concrete has achieved at least 70 33 percent of its 28-day design compressive strength. 34 b. Do not remove formwork supporting conventionally reinforced concrete until 35 concrete has attained 70 percent of its specified 28 day compressive strength as 36 established by tests of field cured cylinders. In the absence of cylinder tests, 37 supporting formwork shall remain in place until the concrete has cured at a 38 temperature of at Ieast 50 degrees Fahrenheit for the minimum cumulative time 39 periods given in ACT 347, Section 3.7.2.3. Add the period oftilrle when the 40 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 41 listed time period. Formwork for 2-way conventionally reinforced slabs shall 42 remain in place for at least the minimum cumulative time periods specified for 43 1-way slabs of the same maximum span. CITY OF FORT WORTI3 Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATJON DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Pap,*cls1OI8X057-0i%2-0 Wrk P-&2-3 SPLCSTinml C—bi—dMiv 03-Co.aet603 30 QD_Cast-in-Place Cuncrcte ( I )_doc 033000- 16 CAST -IN -PLACE CONCRETE Page 16 or26 1 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 2 removal. Reshores shall remain until the concrete has attained the specified 28 3 day compressive strength. 4 d. Minimum cumulative curing times may be reduced by the use of high -early 5 strength cement or forming systems which allow form removal without 6 disturbing shores, but only after the Contractor has demonstrated to the 7 satisfaction of the Engineer that the early removal of forms will not cause 8 excessive sag, distortion or damage to the concrete elements. 9 e. Completely remove wood forms. Provide temporary openings if required. 10 f Provide adequate methods of curing and thermal protection of exposed concrete 11 if forms are removed prior to completion of specified curing time. 12 g. Reshore areas required to support construction loads in excess of 20 pounds per 13 square foot to properly distribute construction loading. Construction loads up 14 to the rated live load capacity may be placed on unsbored construction provided 15 the concrete has attained the specified 28 day compressive strength. 16 h. Obtaining concrete compressive strength tests for the purposes of form removal 17 is the responsibility of the Contractor. 18 i. Remove forms only if shores have been arranged to permit removal of forms 19 without loosening or disturbing shores. 20 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 21 delaminated, or otherwise damaged form -facing material will not be acceptable for 22 exposed surfaces. Apply new form -release agent. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4t 42 43 44 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores I . The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Piojcct No.: 01309 Revised Decernbcr 20.2012 FAprojec stiWl M57-0 n2-0 Wrk Fr A2-1 SPGCSNFIra1 CeinhinedlDiv 03-Concra603 3C 00_Casl-in-Place Concrete (1) doe 03 30 00 - 17 CAST -IN -PLACE CONCRETE: Page 17 of 26 1 a. Weld reinforcing bars according to AWS DI A, where indicated. Only steel 2 conforming to AS`fM A706 may be welded. 3 4. Installation tolerances 4 a. Top and bottom bars in slabs, girders, beams and joists: 5 1) Members 8 inches deep or less: ±3/8 inch 6 2) Members more than 8 inches deep: +1/2 inch 7 b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 8 inches deep or less; t1/2 inches for members over 8 inches deep, except that 9 tolerance for cover shall not exceed 1/3 of the specified cover. 10 5, Concrete Cover 11 a. Reinforcing in structural elements deposited against the ground: 3 inches 12 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 13 c. Grade beams and exterior face of formed walls and columns exposed to 14 weather or in contact with the ground: 2 inches 15 d. Interior faces of walls: 1 inches 16 e. Slabs: 3/4 inches 17 6. Splices. Provide standard reinforcement splices by lapping and tying ends. Comply 18 with ACI 318 for minimum lap of spliced bars where not specified on the 19 documents. Do not lap splice no. 14 and 18 bars. 20 7. Field Welding of Embedded Metal Assemblies 21 a. Remove all paint and galvanizing in areas to receive field welds. 22 b. Field Prepare all areas where paint or galvanizing has been removed with the 23 specified paint or cold galvanizing compound, respectively. 24 F. Joints 25 1. General: Construct joints true to line with faces perpendicular to surface plane of 26 concrete. 27 2. Construction Joints: Install so strength and appearance of concrete are not 28 impaired, at locations indicated or as approved by Engineer. 29 a. Place joints perpendicular to main reinforcement_ Continue reinforcement 30 across construction joints, unless otherwise indicated. Do not continue 31 reinforcement through sides of strip placements of floors and slabs. 32 b. 1~onn keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 33 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 34 Offset joints in girders a minimum distance of twice the beam width from a 35 beam -girder intersection. 36 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 37 beams, and girders and at the top of footings or floor slabs. 38 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 39 with walls, near corners, and in concealed locations where possible. 40 f Use a bonding agent at locations where fresh concrete is placed against 41 hardened or partially hardened concrete surfaces. 42 3. Doweled Joints: Install dowel bars and support assemblies at joints where 43 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 44 bonding to 1 side of joint. 45 G. Waterstops CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No.- 01309 Revised December 20, 2012 Hpr i-u1031 ST57-014-0 Wrk P-&2-3 SPEC5Tmal Ca-bm.&Dw 03-Concre1e103 30 00_Cast-in-Place Concrete (I).doc 03 30 00 - 18 CAST -IN -PLACE CONCRETE Page 18 oi26 1 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 2 form a continuous diaphragm. Install in longest lengths practicable. Support and 3 protect exposed waterstops during progress of the Work. Field fabricate joints in 4 waterstops according to manufacturer's written instructions. 5 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 6 locations indicated, according to manufacturer's written instructions, adhesive 7 bonding, mechanically fastening, and firmly pressing into place. Install in longest 8 lengths practicable. 9 H- Adhesive Anchors 10 1. Comply with the manufacturer's installation instructions on the hole diameter and 11 depth required to fully develop the tensile strength of the adhesive anchor or 12 reinforcing bar. 13 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 14 loose material from the hole, prior to installing adhesive material. 15 I. Concrete Placement 16 1. Before placing concrete, verify that installation of formwork, reinforcement, and 17 embedded items is complete and that required inspections have been performed. 18 2. Do not add water to concrete during delivery, at Project site, or during placement 19 unless approved by Engineer. 20 3. Before test sampling and placing concrete, water may be added at Project site, 21 subject to limitations of ACI 301. 22 a. Do not add water to concrete after adding high -range water -reducing 23 admixtures to mixture. 24 b. Do not exceed the maximum specified water/cement ratio for the mix. 25 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 26 that no new concrete will be placed on concrete that has hardened enough to cause 27 seams or planes of weakness. If a section cannot be placed continuously, provide 28 construction joints as indicated. Deposit concrete to avoid segregation- 29 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 30 pressures, 15 feet maximum and in a manner to avoid inclined construction 31 joints. 32 b. Consolidate placed concrete with mechanical vibrating equipment according to 33 ACI 301. 34 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 35 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 36 layer and at least 6 inches into preceding layer. Do not insert vibrators into 37 lower layers of concrete that have begun to lose plasticity. At each insertion, 38 limit duration of vibration to time necessary to consolidate concrete and 39 complete embedment of reinforcement and other embedded items without 40 causing mixture constituents to segregate. CITY OF FORT wORT11 Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline 10 Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Elprojecls10318ti057-0112-0 Wrk Prod11-3 SPECSUinal CombinedSDiv 0&-Cmlerele103 30 �0_Casl-in-flare Concrete {I).dac 033000-19 CAST -IN -PLACE CONCRETE Page 19 or26 1 d. Do not permit concrete to drop freely any distance greater than 10 feet for 2 concrete containing a high range water reducing admixture (superplasticizer) or 3 5 feet for other concrete. Provide chute or tremie to place concrete where longer 4 drops are necessary- Do not place concrete into excavations with standing 5 water. if place of deposit cannot be pumped dry, pour concrete through a tremie 6 with its outlet near the bottom of the place of deposit. 7 e. Discard pump priming grout and do not use in the structure. 8 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 9 within limits of construction joints, until placement of a panel or section is 10 complete. 11 a. Consolidate concrete during placement operations so concrete is thoroughly 12 worked around reinforcement and other embedded items and into conre>s. 13 b. Maintain reinforcement in position on chairs during concrete placement. 14 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 15 d. Slope surfaces uniformly to drains where required. 16 e. Begin initial floating using bull floats or darbies to form a uniform and open- 17 textured surface plane, before excess bleedwater appears on the surface. Do not 18 further disturb slab surfaces before starting finishing operations. 19 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 20 concrete work from physical damage or reduced strength that could be caused by 21 frost, freezing actions, or low temperatures. 22 a. When average high and low temperature is expected to fall below 40 23 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 24 temperature within the temperature range required by ACI 301. 25 b. Do not use frozen materials or materials containing ice or snow. Do not place 26 concrete on frozen subgrade or on subgrade containing frozen materials. 27 c. Do not use calcium chloride, salt, or other materials containing antifreeze 28 agents or chemical accelerators unless otherwise specified and approved in 29 mixture designs. 30 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 31 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 32 placement. Chilled nuxing water or chopped ice may be used to control 33 temperature, provided water equivalent of ice is calculated to total amount of 34 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 35 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 36 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 37 dry areas. 38 J. Finishing Conned Surfaces 39 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 40 with tic holes and defects repaired and patched. Remove fins and other projections 41 that exceed specified limits on formed --surface irregularities. 42 a. Apply to concrete surfaces not exposed to public view. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 f %projcosl03t81057-0h2.0 Wrk Prod%2-3 SPECSWinal Conibined�Div03-ConnreteW3 3000_Casr-io-Piace Concrete(I)_Jac 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 26 1 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 2 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 3 texture matching adjacent formed surfaces. Continue final surface treatment of 4 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 5 indicated. 6 K. Miscellaneous Concrete Items 7 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 8 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 9 specified, to blend with in -place construction. Provide other miscellaneous 10 concrete filling indicated or required to complete the Work. 11 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 12 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 13 corners, intersections, and terminations slightly rounded. 14 3. Equipment Bases and Foundations: Provide machine and equipment bases and 15 foundations as shown on Drawings. Set anchor bolts for machines and equipment 16 at correct elevations, complying with diagrams or templates from manufacturer 17 furnishing machines and equipment. 18 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 19 ##3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 20 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 21 during pouring of concrete fill. 22 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 23 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 24 L. Concrete Protecting and Curing 25 1. General: Protect freshly placed concrete from premature drying and excessive cold 26 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 27 ACI 305.1 for hot -weather protection during curing. 28 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 29 supported slabs, and other similar surfaces. if forms remain during curing period, 30 moist cure after loosening forms. If removing forms before end of curing period, 31 continue curing for the remainder of the curing period. 32 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 33 unformed surfaces, including floors and slabs, concrete floor toppings, and other 34 surfaces. 35 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 36 methods: 37 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 38 with the following materials: 39 1) Water 40 2) Continuous water -fog spray 41 3) Absorptive cover, water saturated, and kept continuously wet. Cover 42 concrete surfaces and edges with 12-inch lap over adjacent absorptive 43 covers CITY OF FORT WORTH Eagle Mountain lake Basics Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F_%projecOC318`A57-0n2-0 Wd, Wodl2-3 SPECSIFin 1 ComhinedlDiv 03-Concrele1113 30 00_Casbfn-Place Concrete (1) do. 033000 -21 CAST -IN -PLACE CONCRETE Page 21 of 26 1 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 2 retaining cover for curing concrete, placed in widest practicable width, with 3 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 4 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 5 during curing period using cover material and waterproof tape. 6 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 7 receive floor coverings. 8 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 9 receive penetrating liquid floor treatments. 10 3) Cure concrete surfaces to receive floor coverings with either a moisture - II retaining cover or a curing compound that the manufacturer certifies will 12 not interfere with bonding of floor covering used on Project. 13 c. Curing Compound. Apply uniformly in continuous operation by power spray 14 or roller according to manufacturer's written instructions. Recoat areas 15 subjected to heavy rainfall within 3 hours after initial application. Maintain 16 continuity of coating and repair damage during curing period. 17 3.5 RICPAIR 18 A. Concrete Surface Repairs 19 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 20 Remove and replace concrete that cannot be repaired and patched to Engineer's 21 approval. 22 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 23 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 24 water for handling and placing. 25 3. Repairing Formed Surfaces: Surface defects include color and texture 26 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 27 projections on the surface, and stains and other discoloration that cannot be 28 removed by cleaning. 29 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 30 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 31 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 32 with water, and brush -coat holes and voids with bonding agent. Dill and 33 compact with patching mortar before bonding agent has dried. Pill form -tie 34 voids with patching mortar or cone plugs secured in place with bonding agent. 35 b. Repair defects on surfaces exposed to view by blending white portland cement 36 and standard portland cement so that, when dry, patching mortar will ]Hatch 37 surrounding color. Patch a test area at inconspicuous locations to verify 38 mixture and color match before proceeding with patching. Compact mortar in 39 place and strike off slightly higher than surrounding surface. 40 c. Repair defects on concealed formed surfaces that affect concrete's durability 41 and structural performance as detennined by Engineer. 42 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 43 for finish and verify surface tolerances specified for each surface. Correct low and 44 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 45 a sloped template. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipclinc to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Ftprujec1s503t 81057-0t%2-0 Wrk Pmd12-3 SPECSTmal CombmcdWiv 03-ConcrcW03 30 00_Casl-in-Place Concreie (1).doc 03 30 00 - 22 CAST -IN -PLACE CONCRETE. Page 22 of 26 1 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 2 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 3 or that penetrate to reinforcement or completely through unreinforced sections 4 regardless of width, and other objectionable conditions. 5 b. After concrete has cured at least 14 days, correct high areas by grinding. 6 c. Correct localized low areas during or immediately after completing surface 7 finishing operations by cutting out low areas and replacing with patching 8 mortar. Finish repaired areas to blend into adjacent concrete. 9 d. Repair defective areas, except random cracks and single holes 1 inch or less in 10 diameter, by cutting out and replacing with fresh concrete. Remove defective 11 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 12 inch clearance all around. Dampen concrete surfaces in contact with patching 13 concrete and apply bonding agent. Mix patching concrete of same materials 14 and mixture as original concrete except without coarse aggregate. Place, 15 compact, and finish to blend with adjacent finished concrete. Cure in same 16 manner as adjacent concrete. 17 e. Repair random cracks and single holes 1 inch or less in diameter with patching 18 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 19 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 20 bonding agent. Place patching mortar before bonding agent has dried. 21 Compact patching mortar and finish to match adjacent concrete. Keep patched 22 area continuously moist for at least 72 hours. 23 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 24 adhesive and patching mortar. 25 6. Repair materials and installation not specified above maybe used, subject to 26 Engineer's approval. 27 3.6 RIJ-INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 30 31 32 33 34 35 36 37 38 39 40 A. Testing and Inspecting: City will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections I. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature 6. Verification of concrete strength before removal of shores and forms from beams and slabs C. Concrete Tests: Perform testing of composite sainples of fresh concrete obtained according to ASTM C 172 according to the following requirements: CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMrNTS City Project No.: 01309 Revised December 20, 2012 Elpmj"ts%03 f M37-01V2-0 W rk Prod17.-3 SPECSWinal CowbmdlDiv 03-C—ervd,03 30 00_Casr-in-Place Concrete (1)-doe r 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 26 1 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 2 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 3 each additional 50 cubic yard or fraction thereof 4 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 5 not less than 1 test for each day's pour of each concrete mixture. Perform additional 6 tests when concrete consistency appears to change. 7 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 8 each composite sample, but not less than 1 test for each day's pour of each concrete 9 mixture. 10 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 11 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 12 test for each composite sample. 13 5. Compression Test Specimens: ASTM C31. 14 a. Cast and laboratory cure 4 cylinders for each composite sample. 15 1) Do not transport field cast cylinders until they have cured for a 16 minimum of 24 hours. 17 6. Compressive -Strength Tests: ASTM C39; 18 a. Test 1 cylinder at 7 days. 19 b. Test 2 cylinders at 28 days. 20 c. Hold 1 cylinder for testing at 56 days as needed. 21 7. When strength of field -cured cylinders is less than 85 percent of companion 22 laboratory -cured cylinders, evaluate operations and provide corrective procedures 23 for protecting and curing in -place concrete. 24 8. Strength of each concrete mixture will be satisfactory if every average of any 3 25 consecutive compressive -strength tests equals or exceeds specified compressive 26 strength and no compressive -strength test value falls below specified compressive 27 strength by more than 500 psi. 28 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 29 within 48 hours of testing. Reports of compressive -strength tests shall contain 30 Project identification name and number, date of concrete placement, name of 31 concrete testing and inspecting agency, location of concrete batch in Work, design 32 compressive strength at 28 days, concrete mixture proportions and materials, 33 compressive breaking strength, and type of break for both 7- and 28-day tests. 34 10. Additional Tests: Testing and inspecting agency shall make additional tests of 35 concrete when test results indicate that slump, air entrainment, compressive 36 strengths, or other requirements have not been met, as directed by Engineer. 37 Testing and inspecting agency may conduct tests to detennine adequacy of concrete 38 by cored cylinders complying with ASTM C42 or by other methods as directed by 39 Engineer. CITY OF FORTWORTH I Eagle Mountain Lake Basin Sanitary Scwcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Fpmjcus%03 [M057-0D2-0 Wrk P1062-3 SPEC-STm] CombInaRDw 03-Concrafe103 30 00. Cast -in -Place Concrete (1),doc 03 30 00 - 24 CAST-ITI-PLACE CONCRETE Page 24 of 26 1 a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test 6 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 7 approved by the Engineer. Core sampling and'testing shall be at Contractors 8 expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered 11 by the Engineer shall be provided by the Contractor without cost to the City. 12 11. Additional testing and inspecting, at Contractor's expense, will be performed to 13 determine compliance of replaced or additional work with specified requirements. 14 12. Correct deficiencies in the Work that test reports and inspections indicate does not 15 comply with the Contract Documents. 16 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 17 hours of finishing. 18 E. Concrete Finish Measurement and Tolerances 19 1. All floors are subject to measurement for flatness and levelness and comply with 20 the following: 21 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 22 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 23 both directions, lapping straightedge 3 feet on areas previously checked. Low 24 spots shall not exceed the above dimension anywhere along the straightedge_ 25 Flatness shall be checked the next work day after finishing. 26 b. Slabs shall be level within a tolerance of ± 1/4 inch in 10 feet, not to exceed 3/4 27 inches total variation, anywhere on the floor, from elevations indicated on the 28 Drawings. Levelness shall be checked on a 10 foot grid using a level after 29 removal of forms. 30 c. Measurement Standard: All floors are subject to measurement for flatness and 31 levelness, according to ASTM El 155. 32 2_ 2 Tiered Measurement Standard 33 a. Each floor test section and the overall floor area shall conform to the 2-tiered 34 measurement standard as specified herein. 35 1) Minimum Local Value: The minimum. local FF/FL values represent the ab- 36 solute minimum surface profile that will be acceptable for any 1 test sample 37 (line of measurements) anywhere within the test area. 38 2) Specified Overall Value: The specified overall FF/FL values represent the 39 minimum values acceptable for individual floor sections as well as the floor 40 as a whole. 41 3. Floor `Pest Sections 42 a. A floor test section is defined as the smaller of the following areas: 43 1) The area bounded by column and/or wall lines 44 2) The area bounded by construction and/or control joint lines 45 3) Any combination of column lines and/or control joint lines CITY OF FORT wORTI I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Cieck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Fiprjec ,s 0318%057-O nM Wrk PrndQ7 3 SPFMFina] Combined%Nv 03-Concrele}03 30 00_Casl-in-Place Concrete (I}.doe 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 26 1 b. Test sample measurement lines within each test section shall be 2 multidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a 3 spacing to be detennined by the City's testing agency. 4 c. The precise layout of each test section shall be determined by the City's testing 5 agency. 6 4. Concrete Floor Finish Tolerance 7 a. The following values apply before removal of shores. Levelness values (FL) do 8 not apply to intentionally sloped or cambered areas, nor to slabs poured on 9 metal deck or precast concrete. 10 1) Slabs 11 Overall Value FF45/FL30 12 Minimum Local Value FF30/FL20 13 5. Floor Elevation Tolerance Envelope 14 a. The acceptable tolerance envelope for absolute elevation of any point on the 15 slab surface, with respect to the elevation shown on the Drawings, is as follows: 16 1) Slab -on -Grade Construction: ±'/ inch 17 2) Top surfaces of formed slabs measured prior to removal of supporting 18 shores: f 3/ inch 19 3) Top surfaces of all other slabs: f 3/ inch 20 4) Slabs specified to slope shall have a tolerance from the specified slope of 21 3/8 inch in 10 feet at any point, up to 34 inch from theoretical elevation at 22 any point. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING 26 A. Defective Work 27 1. Imperfect or damaged work or any material damaged or determined to be defective 28 before final completion and acceptance of the entire job shall be satisfaetorilyre- 29 placed at the Contractor's expense, and in conformity with all of the requirements of 30 the Drawings and Specifications. 31 2. Perform removal and replacement of concrete work in such manner as not to impair 32 the appearance or strength of the structure in any way. 33 B. Cleaning 34 1. Upon completion of the work remove from the site all forms, equipment, protective 35 coverings and any rubbish resulting therefrom. 36 2. After sweeping floors, wash floors with clean water. 37 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION 5I'T IFTCATION DOCUMENTS Cily Project No.: 01309 Revised Decelnber 20, 2012 F:Xprojec&03MQ57-0152-0 Wrk Pm&2.3 SPECSWinal CombinedA)iv 03-ConrreieW0 000_C-t-in-Place Concrcle(I).doc 033000-2b CAST-IN-PI.AC) CONCRi-i'm Page 26 of 26 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0.3 —Removed Blue Text/Added Descriptions for water-so]uble, chloride -ion content 3A.C.1 —Changed 75% to 70% CITY OF FORT WORTH Eagle Mountain Lake Basin Sanilary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:1Prnjws%03181()57-012-0 Wrk Pro&2-3 SPECSWima1 Ca bmedMiv 03-Concre1el0330 ti)aloe 033413-1 CONTROLLED LOW STRENGTH MATERIAL, (CLSM) (- Page] ol'7 I SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material (CLSM) for use in the following: 7 a. Flowable backfill 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 03 30 00 - Cast -in -Place Concrete 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 B. AS`I'M International (ASTM): 28 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2. C33 - Standard Specification for Concrete Aggregates. 31 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 4. C 143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 34 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTI1 Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.lproiecrs503M\057-01%2-0 Wyk PindQ-3 SPECSWUlal CombinedSUiv 03-Cnncaete503 34 l3_Contmlled Lmv Strength Material_ CLSM_doc 033413-2 CONTROLLED LOW STRENGTII MATERIAL (CLSM) Page 2 of 7 1 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 26 27 28 29 30 31 32 A. Provide submittals 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 SUBMITTALSANFORMATIONAL SUBMITTALS A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 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 CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISIIED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials I. Portland cement: 'Type lI low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260_ CITY OF FORT' WORTH Eagle Mountain Lake Basin Sanilary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICA T10N DOCUMENTS City Project No.: 01309 Revised December 20, 2012 r :Vp .kel.,U I1 NWM I12-0 Wrk ProdQ-3 SPECS%Final Combined% iv 03-Co,mele\03 34 13 Conlr oiled Lew Strenech Material CLSM.dnc 1 2 3 4 5 6 7 8 9 10 11 12 I3 14 15 16 17 18 19 20 21 22 0334 13 -3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes Perfonnance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix Material Weight Specific Gravity Absolute Volume Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 A. Trial batch 26 1. After mix design has been accepted by Engineer, have trial batch of the accepted 27 mix design prepared by testing laboratory acceptable to Engineer. 28 2. Prepare trial batches using specified cementitious materials and aggregates 29 proposed to be used for the Work. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline 10 Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No.: 01309 Revised December 20, 2012 F.tpr0jw1s103181057-0R7.-0 Wrk P.d12-3 SPE"Tina] Combin Div 03-Con .w%03 34 13Co 1.1kd Law SI—grh M.wi-I_CLSAhdoc 033413-4 CONTROLLED LOW 5IRENGTn MATERIAL (CLSM) Page of7 1 3. Prepare trial batch with sufficient quantity to determine slump, workability, 2 consistency, and to provide sufficient test cylinders. 3 B. Test cylinders.- 4 1. Prepare test cylinders in accordance with ASTM C31 with the following 5 exceptions: 6 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 7 mix. 8 b. Do not rod the concrete mix. 9 c. Strike off the excess material. 10 2. Place test cylinders in a moist curing room. Exercise caution in moving and 11 transporting the cylinders since they are fragile and will withstand only minimal 12 bumping, banging, or jolting without damage. 13 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 14 tested, 15 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 16 a. Perform the capping carefully to prevent premature fractures. 17 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 18 than the test cylinders. 19 c. Do not perform initial compression test until the cylinders reach a minimum 20 age of 3 days. 21 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 22 accordance with ASTM C39 except as modified herein: 23 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 24 or greater than the minimum required compression strength, but not exceed 25 maximum compression strength. 26 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 27 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 28 acceptable trial batch is produced that meets the Specifications. 29 1. All the trial batcbes and acceptability of materials shall be paid by the 30 CONTRACTOR. 31 2. After acceptance, do not change the mix design without submitting a new mix 32 design, trial batches, and test information. 33 -E. Determine slump in accordance with ASTM C1.43 with the following exceptions: 34 1. Do not rod the concrete material. 35 2. Place material in slump cone in 1 semi -continuous filling operation, slightly 36 overfill, tap lightly, strike off, and then measure and record slump. CFI'Y OF FORT WORTH eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipciine to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: 01309 Revised December 20, 2012 F 1pr i..ta%3181057-0152-0 Wrk hod,2-3 SPECSSFinal Combm dSDiv 03-Concrcl )03 34 13 Controlled Luw Stgth Material CLSMdoc 03 34 13 -5 CONI'ROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 I PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Place CLSM by any method which preserves the quality of the material in terms of 7 compressive strength and density: 8 1. Limit lift heights of CLSM placed against structures and other facilities that could 9 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 10 height indicated on the Drawings. Do not place another lift of CLSM until the last 11 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 12 weight of the next lift of CLSM. 13 2. The basic requirement for placement equipment and placement methods is the 14 maintenance of its fluid properties. 15 3. Transport and place material so that it flows easily around, beneath, or through 16 walls, pipes, conduits, or other structures. 17 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 18 material to flow freely during placement: 19 a. After trial batch testing and acceptance, maintain slump developed during 20 testing during construction at all times within t 1 inch. 21 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where 22 required) such that when placed, the )material is self -compacting, self-densifying, 23 and has sufficient plasticity that compaction or mechanical vibration is not required. 24 6. When using as embedment for pipe take appropriate measures to ensure line and 25 grade of pipe. 26 3.5 REPAIR [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. General 30 1. Make provisions for and furnish all material for the test specimens, and provide 31 manual assistance to assist the Engineer in preparing said specimens. 32 2. Be responsible for the care of and providing curing condition for the test specimens. 33 B. Tests by the City 34 1. During the progress of construction, the City will have tests made to determine 35 whether the CLSM, as being produced, complies with the requirements specified 36 hereinbefore. Test cylinders will be made and delivered to the laboratory by the 37 Engineer and the testing expense will be borne by the City. 38 2. Test cylinders CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.%projects50318%057-0112-0 Wrk Prnd12-3 SPECSWinal Combined%➢iv 03-Cnncrere103 34 13_Contwiled Law Sl-nglh Material CLSM.doc 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1 a. Prepare test cylinders in accordance with ASTM C31 with the following 2 exceptions: 3 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 4 the mix. 5 2) Do not rod the concrete mix. 6 3) Strike off the excess material. 7 b. Place the cylinders in a safe location away from the construction activities. 8 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 9 sprinkle water directly on the cylinders. 10 c. After 2 days, place the cylinders in a protective container for transport to the 11 laboratory for testing. The concrete test cylinders are fragile and shall be 12 handled carefully. The container may be a box with a Styrofoam or similar 13 lining that will limit the jarring and bumping of the cylinders. 14 d. Place test cylinders in a moist curing room. Exercise caution in moving and 15 transporting the cylinders since they are fragile and will withstand only 16 minimal bumping, banging, or jolting without damage. 17 e. Do not remove the test cylinder from mold until the cylinder is to be capped 18 and tested. 19 f. The test cylinders may be capped with standard sulfur compound or neoprene 20 pads: 21 1) Perform the capping carefully to prevent premature fractures. 22 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 23 diameter than the test cylinders. 24 3) Do not perform initial compression test until the cylinders reach a 25 minimum age of 3 days. 26 3. The number of cylinder specimens taken each day shall be determined by the 27 Inspector. 28 a. Test I cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 29 except as modified herein. 30 b. The compression strength of the cylinders tested at 28 days shall be equal to or 31 greater than the minimum required compression strength, but not exceed 32 maximum compression strength. 33 4. The City will test the air content of the CLSM. Test will be made immediately after 34 discharge from the mixer in accordance with ASTM C231. 35 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with 36 the following exceptions: 37 a. Do not rod the concrete material, 38 b. Place material in slump cone in 1 semi -continuous filling operation, slightly 39 overfill, tap lightly, strike off, and then measure and record slump. 40 6. If compressive strength of test cylinders does not meet requirements, make 41 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Divcrsion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Piojccl No.: 01309 Revised December 20, 2012 121prajwsl03181057-0n2-0 Wtk Nod%2-3 SPECSWina1 Cnmbmed0iv M-Cuncre[e593 3d 13 Cc,11.11ed Law Strength Material .LSM.doc 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USEDI 7 3.14 ATTACHMENTS [NOT USED] S 01 10 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ]'reject No.: 01309 Revised December 20, 2012 F_5projecrs103I M057-0112-0 Wrk Pw&2-3 SPCCSIM-1 Co..bi—dMiv 0347u., r IM3 34 13_C—r-kd L—, Svem_tlr Mates sal_ CLSM_d— 0334 16- 1 CONCRETE BASF MATERIAL FOR TRENCH REPAIR Page I of4 1 SECTION 03 34 16 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete base material for trench repair 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I — General Requirements 12 3. Section 03 30 00 Cast -in -Place Concrete 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. This Item is considered subsidiary to the structure or Items being placed. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 are subsidiary to the structure or Items being placed and no other compensation 20 will be allowed. 21 1.3 REA ERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 B. ASTM International (ASTM): 27 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 2. C33, Standard Specification for Concrete Aggregates. 30 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens, 32 4. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 33 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 34 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 37 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 38 Pozzolan for Use in Concrete. 1, CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPT:CIFICATION DOCUMENTS City Project No.: 01309 Revised 10ccembei 20, 2012 FSprofec¢s\0319%057-0R2-0 Wtk Pmd52-3 SPECSThul Co bmcdlDis 03-Co.rerc1e103 34 16_Cnn—te Rase Material for Trench Repairdoc 033416-2 CONCRETE BASE MATERIAL FOR TRENCII REPAIR Page 2 of 4 1 9. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 2 Cement Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section 01 33 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start 10 of Iow density concrete backfill work. 11 1.7 CLOSEOUT SUBMITTALS [NOT USE 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 PRODUCT TYPES AND MATERIALS 20 A. Mix Design 21 1. Performance requirements 22 a. Concrete Base Material for Trench Repair 23 1) 28-day compressive strength of not less than 750 psi and not more than 24 1,200 psi. 25 B. Materials 26 1. Portland cement 27 a. Type II low alkali Portland cement as specified in Section 03 30 00. 28 2. Fly ash 29 a. Class F fly ash in accordance with ASTM C618. 30 3. Water 31 a. As specified in Section 03 30 00. 32 4. Admixture 33 a. Air entraining admixture in accordance with ASTM C260. 34 5_ Fine aggregate 35 a. Concrete sand (does not need to be in accordance with ASTM C33). CITY OF FORT WORTH Eagie Mounlain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0)309 Revised December 20, 2012 F.lprojec[sV0313\657-0157,-0 Wrk Pw lv-3 SPECS%H-1 CombincdU}iv 03-C—r.wW3 34 16_ Concrete Base Material far Trench Repai,,doc 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of4 1 b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no 2 plastic fines shall be present. 3 6. Coarse aggregate 4 a. Pea gravel no larger than 3/8 inch. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USE, 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A. Place concrete base material by any method which preserves the quality of the material 13 in terms of compressive strength and density. 14 1. The basic requirement for placement equipment and placement methods is the 15 maintenance of its fluid properties. 16 2. Transport and place material so that it flows easily around, beneath, or through 17 walls, pipes, conduits, or other structures. 18 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where 19 required) such that when placed, the material is self -compacting, self-densifying, 20 and has sufficient plasticity that compaction or mechanical vibration is not required. 21 3.5 REPAIR [NOT USED] 22 3.6 RE -INSTALLATION [NOT USED] 23 3.7 FIELD QUALITY CONTROL 24 A. General 25 1. Make provisions for and furnish all material for the test specimens, and provide 26 manual assistance to assist the Engineer in preparing said specimens. 27 2. Be responsible for the care of and providing curing condition for the test specimens. 28 B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 29 according to ASTM C 172 according to the following requirements: 30 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 31 concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards 32 or fraction thereof. 33 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 34 not less than 1 test for each day's pour of each concrete mixture. Perform additional 35 tests when concrete consistency appears to change. 36 3. Air Content: ASTM C231, pressure method, for normal -weight concrete-, 1 test for 37 each composite sample, but not less than I test for each day's pour of each concrete 38 mixture. CITY OF FORT WORTH Eaglc Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Rcvjscd December 20, 2012 F%projwsk03131057-01%2-0 Wrk Prod12-1 SPECSWina1 Com6ined17)iv 03-Coi—eteM 34 16_Conc.rie Base Malnial For Trcach Repair_dw 0334 i G - 4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 1 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 2 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 3 test for each composite sample. 4 5. Compression Test Specimens: ASTM C31. 5 a. Cast and laboratory cure 4 cylinders for each composite sample. 6 1) Do not transport field cast cylinders until they have cured for a minimum of 7 24 hours. 8 6. Compressive -Strength Tests. ASTM C39 9 a. Test 1 cylinder at 7 days. 10 3.8 SYSTEM STARTUP [NOT USED 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 18 19 END OF SECTION Revision. Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Cake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No-: 01309 Revised December 20, 2012 Hp,ojecis103I M057-C I12-0 Wrk Nod12-3 SPECSIFinal CornhinedlDiv 03-Concrote%03 31 1 O. Concre(e Bax Material For Trcucir RCPAndoc 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 311000-1 SITE CLEARING Pagc I of5 SECTION 3t t0 00 SITE CLEARING A. Section Includes: 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees, when removal of such obsti actions is not specifically shown on the Drawings to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance governs all tree removals. 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 02 41 13 — Selective Site Demolition 4. Section 02 41 14 Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump suin. 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 "Site Clearing". c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of trees, structures and obstructions 3) Backfilling of holes 4) Clean-up 2. Tree Removal (typically included in "Site Clearing", but should be used if "Site Clearing" is not a bid item) a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Removal" for- a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs CITY OF FORT WORTH Eagle Mountain rake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Elprojeclsip3135p57-0 R2-p Wrk prod42-3 SPGC55Fina1 CombinedSDiv 31-Eanhwnrk131 1090.,Sile Clcarine.doc 31 1000-2 SITE CLEARING Page 2 of 5 1 2) Removal and disposal of structures and obstructions 2 3) Grading and backfilling of holes 3 4) Excavation 4 5) Fertilization 5 6) Clean-up 6 3. Tree Removal and Transplantation 7 a. Measurement 8 1) Measurement for this Item shall be per each. 9 b. Payment 10 1) The work performed and the materials furnished in accordance with this 11 Item shall be paid for at the unit price bid per each "Tree Transplant" for: 12 a) Various caliper ranges 13 c. The price bid shall include: 14 1) Pruning of designated trees and shrubs 15 2) Removal and disposal of structures and obstructions 16 3) Moving tree with truck mounted tree spade 17 4) Grading and backfilling of holes 18 5) - Replanting tree at temporary location (determined by Contractor) 19 6) Maintaining tree until Work is completed 20 7) Replanting tree into original or designated location 21 8) Excavation 22 9) Fertilization 23 10) Clean-up 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINSTRATIVE REQUIREMENTS 26 A. Permits 27 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 28 required by the City's Tree Ordinance. (www.FortWorthTexas.gov) 29 B. Preinstallation Meetings 30 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 31 City Inspector, and the Project Manager for the purpose of reviewing the 32 Contractor's tree removal plan. Clearly marls all trees to remain on the project site 33 prior to the meeting. 34 2. The Contractor will provide the City with a Disposal Letter in accordance to 35 Division 01. 36 1.5 SUBMITTALS {NOT USEDI 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 38 1.7 CLOSEOUT SUBMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.9 QUALITY ASSURANCE [NOT USED] 41 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pro*t No.: 01309 Revised December 20, 2012 F:Nprojects10313%057-0112-0 W,k f'-&2-3 SPkCSIFinal COInhlnedifiiv 31-Earthwuek131 10 00_Sitc Cleari ,.doc 31 10 00 - 3 SITE CLEARING Page 3 of 5 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. All trees identified to be protected and/or preserved should be clearly flagged with 9 survey tape. 10 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 11 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 12 saved. 13 3.4 INSTALLATION 14 A. Protection of Trees 15 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 16 Refer to the Drawings for tree protection details. 17 2. If the Drawings do not provide tree protection details, protected trees shall be 18 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 19 the comers located on the canopy drip line, unless instructed otherwise. 20 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 21 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 %2 22 gauge stock fencing or orange plastic snow fence shall be attached to the T-pasts to 23 form the enclosure. 24 4. Do not park equipment, service equipment, store materials, or disturb the root area 25 under the branches of trees designated for preservation. 26 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 27 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 28 the tree. 29 6. Trees and brush shall be mulched on -site. 30 a. Burning as a method of disposal is not allowed. 31 B. Hazardous Materials 32 1. The Contractor will notify the Engineer immediately if any hazardous or 33 questionable materials not shown on the Drawings are encountered. This includes; 34 but not limited to: 35 a. Floor tiles 36 b. Roof tiles 37 c. Shingles CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 J;AprojecrsM 1 MOTU52-0 Wrk Prod12-3 SPECSTinal Cornbine&biv 31-Earlhivorkl3l 10 00_Sile Cleariw.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 31 1000-4 SITE CLEARING Page 4 of 5 d. Siding e. Utility piping 2. The testing, removal, and disposal of hazardous inaterials will be in accordance with Division 1. C. Site Clearing 1. Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber g. Plaster h. Septic tank drain fields i. Abandoned utility pipes or conduits j. Equipment k. Trees 1. Fences in. Retaining walls n. Other items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miscellaneous stone e. Sidewalks f. Drainage structures g. Manholes h. Inlets i. Abandoned railroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and drainage in accordance with Section 02 41 14. 4. hi areas receiving embankment, remove obstructions not designated for preservation to 2 feet below natural ground. 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 6. In all other areas, remove obstructions to I foot below natural ground. T When allowed by the Drawings or directed by the Engineer, out trees and stumps off to ground level. a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removal. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FSprgj-tsWl I8\057-01 Q-0 Wrk Pmd%2-3 SPGCS1Pma1 Combined\Div 31-E., th—rkt31 10 00_ Site Clearmg Jac 31 1000-5 SITE CLEARING Page 5 of5 1 2. All materials and debris removed becomes the property of the Contractor, unless 2 otherwise stated on the Drawings. 3 3. The Contractor will dispose of material and debris off -site in accordance with local, 4 state, and federal laws and regulations. 5 3.5 REPAIR [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 FIELD QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIE 8 fNOTUSED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City's website address CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.Sprojecus103134057-0I Q-0 Wrk Prod12-3 SPECS1FinaI CotllbmedlDiv 31-FarlhwOAD 10 00_Sile CEearing.doc 31 23 16- 1 UNCLASSIFITD EXCAVATION Page] of 5 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PARTI- GENERAL !i!f �.Y11U M• F.11141 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 3. Section 3124 00 Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Excavation by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position, this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal, unless modified by Article 11.04 of the General 30 Conditions. Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per cubic yard of "Unclassified Excavation by Plan". No 36 additional compensation will be allowed for rock or shrinkage/swell 37 factors, as these are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Excavation 40 2) Excavation Safety 41 3) Drying CITY OF FORT WORTH raglc Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 28, 2013 F9 pmje.1,W3181057-0n2-0 WA PwdV2 3 SPECS4Final Cotnbiae<ADiV 31-Eanhuock131 23 16_Unclassified Fxcavauon_doe 31 23 16 - 2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 4) Dust Control 2 5) Reworking or replacing the over excavated material in rock cuts 3 6) Hauling 4 7) Disposal of excess material not used elsewhere onsite 5 8) Scarification 6 9) Clean-up 7 ? Bxeavatie n 1.y Sui-veyed Quantity 8 a. Me n 9 1) Measurement for this Rem shall be by the oubie yard ift its final posifien 1-1-sing . age end af ea or composite methoi:L 11 12 to obtain existing g .,a eafiditions. 13 b) The Gil.ill peFfefm a final post eenstFuction 14 o)-- The Contractor will bepaidf F the e b is yardage of 1R..,,.,.,. red ter-ial 15 ealle-ulated as the differeffee between the two 16 18 la, 12Rymen1 19 1) The w@Fk performed and fnated4als famished in aeeefdaiiee with this it 20 isxred as provided under ").4-eas4-1rernent" will be paid for at the unit 21 » 22 e. The pnee bid sir ,11 inGlHdc 23 1) Exca-a i-efr 24 2) EKGaVa+iE3fl Sa .. z 25 3) Drying 27 28 6) 14 ling 29 7) Disposal of ffl- a+efial not used 30 8)—Seiii-7ifion 31 9) GleR+-up 32 1.3 REFERENCES [NOT USED] 33 A. Definitions 34 1. Unclassified Excavation - Without regard to materials, all excavations shall be 35 considered unclassified and shall include all materials excavated. Any reference to 36 Rock or other materials on the Drawings or in the specifications is solely for the 37 City and the Contractor's information and is not to be taken as a classification of 38 the excavation. 39 1.4 ADMI NSTRATIVE REQUIREMENTS 40 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 41 01. CITY OF FORT WOR'I'H Eagle Mountain bake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S City Project No.: 01309 Revised January 28, 2013 FAprojec003 M057-Qh?-0 Wrk Prod12-3 SPSCS%Final Canihiiic RDiv 31-Earrhwork53 i 23 16 Undassi6ed F—vaUon.doc 31 23 16-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage 13 1. Within Existing Rights -of -Way (ROW) 14 a. Soil may be stored within existing ROW, easements or temporary construction I5 casements, unless specifically disallowed in the Contract Documents. 16 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 3125 00. 18 d. When the Work is performed in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non -paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement, then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 29, 2013 F4projeus103181057-M-0 Wrk P.&2-3 SPECSTinal Combined%Div 3€-Ear1b—kL31 23 €6_Uncl utfied Excavation.dac 31 23 16-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable kill Material 7 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off -site 15 accordance with local, state, and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 k. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings, use approved embankment material compacted in 30 accordance with Section 3124 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORT] I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big FossiI Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 28, 2013 F:lp,cjcctsi0318M7-0112-0 W,k Prod%2-3 SPECS1Y mal C—hi—dMw 31-Eanh,,e W1 23 16 11.dassifcd E--tion.doc 31 23 16-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR f NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] f IS 3.13 MAINTENANCE [NOT USED] t 19 3.14 ATTACHMENTS [NOT USED] 20 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 29, 2013 Fop qcj tsI0318%03?-OI 2-0 Wrk Prod12-3 SPECSWmal CombinedMiv 31-Fanhw k531 23 MU-1-sired Exe wliom.doc 312500-1 EROSION AND SEDIMENT CONTROL Page 1 0179 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Dort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Storm Water Pollution Prevention Plan <1 acre 16 a. Measurement . 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan> 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for "SWPPP > I acre". 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 I . Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.lprojecrsl031 S505T-01%2-0 Wrk Prod12-3 SPECS1Final Combined%Div 31-Cal tlnvork73l 25 00_Erosion and Sediment Control.doc 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics Diaphragm Bursting Strength Tester Method 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 10 TXR150000 11 4. TxDOT Departmental Material Specifications (DMS) 12 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USE, 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 B. TCEQ Notice of intent (NOI) for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change (if applicable) 22 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USE, 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USE, 26 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Rock Filter Dams 33 1. Aggregate 34 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 35 crumbling, flaking and eroding acceptable to the Engineer. 36 b. Provide the following: CITY OF FORT WORTH Eagle Mountain fake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 5lpiojecrs10318tiU57-U 112-U Wrk Prod12-3 SPECS1Finai Comhinedll]iv 31-Gar[hivorkl3l 2.5 OU F.rosfon anJ SeJfinenc Cnnrrotdoc 312500-3 EROSION AND SEWMENT CONTROL Page 3 of 9 1 1) Types 1, 2 and 4 Rock Filter Dams 2 a) Use 3 to 6 inch aggregate. 3 2) Type 3 Rock Filter Dams 4 a) Use 4 to 8 inch aggregate. 5 2. Wire 6 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 7 wires for Types 2 and 3 rock filter dams 8 b. Type 4 dams require: 9 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2%2 10 inches x 3 '/ inches 11 2) Minimum 0.0866 inch steel wire for netting 12 3) Minimum 0.1063 inch steel wire for selvages and corners 13 4) Minimum 0,0866 inch for binding or tie wire 14 B. Geotextile Fabric 15 1. Place the aggregate over geotextile fabric meeting the following criteria: 16 a. Tensile Strength of 250 pounds, per ASTM D4632 17 b. Puncture Strength of 135 pounds, per ASTM D4833 18 c. Mullen Burst Rate of 420 psi, per ASTM D3786 19 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 20 C. Sandbag Material 21 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 22 be used to fill the sandbags. 23 D. Stabilized Construction Entrances 24 1. Provide materials that meet the details shown on the Drawings and this Section. 25 a. Provide crushed aggregate.for long and short-term construction exits. 26 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 27 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 28 and injurious matter. 29 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 30 d. The aggregate shall be placed over a geotextile fabric meeting the following 31 criteria: 32 1) Tensile Strength of 300 pounds, per ASTM'D4632 33 2) Puncture Strength of 120 pounds, per ASTM D4833 34 3) Mullen Burst Rate of 600 psi, per ASTM D3786 35 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 36 E. Embanklnent for Erosion Control 37 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 38 embankment to meet the intended use. 39 F. Sandbags 40 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 41 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 42 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 43 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 44 1 to fill sandbags. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICNFION DOCUMENTS City Project No.: 01309 Revised Deccmbcr 20, 2012 F.Sprojeus103I M057-012-0 Wrk I'n dl2-3 SPECSTinal CoinbinedMiv 31-Farlhwo W] 25 00_Fiosion and Sednoenl Control.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 31 25 00 - 4 EROSION AND SEDIMENT CONTROL Page 4 of 9 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 Cann (,rnd5hf1nn Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Pence 1. Provide a net -reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USE, 28 3.2 EXAARNATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. Storm Water Pollution Prevention Plan 32 1. Develop and implement the project's Storm Water Pollution Prevention Plan 33 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 34 requirements. Prevent water pollution from storm water runoff by using and 35 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 36 discharges to the MS4 from the construction site. 37 B. Control Measures CFFY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.: 01309 Revisal December 20, 2012 F:Sprojects503181057-0152-6 Wrk fhadl2-J SPr;CSifinal CmnbinedlQfv �1-£nrdnvnrkl3l 25 90 Fusion and Sediment Canhntdoc r 31 25 00-5 EROSION AND SEI MENT CONTROL Page 5 of 9 1 1. Implement control measures in the area to be disturbed before beginning 2 construction, or as directed. Limit the disturbance to the area shown on the 3 Drawings or as directed. 4 2. Control site waste such as discarded building materials, concrete tiuck washout 5 water, chemicals, litter and sanitary waste at the construction site. 6 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 7 sedimentation resulting from construction operations, the Engineer will limit the 8 disturbed area to that which the Contractor is able to control. Minimize disturbance 9 to vegetation. 10 4. Immediately correct ineffective control measures. Implement additional controls as 11 directed. Remove excavated material within the time requirements specified in the 12 applicable storm water permit. 13 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 14 temporary control measures, temporary embankments, bridges, matting, falsework, 15 piling, debris, or other obstructions placed during construction that are not a part of 16 the finished work, or as directed. 17 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 18 streambed. 19 D. Do not install temporary construction crossings in or across any water body without the 20 prior approval of the appropriate resource agency and the Engineer. 21 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 22 approved Iocation. Keep paints, chemicals, solvents, and fertilizers off bare ground and 23 provide shelter for stored chemicals. 24 F. Installation and Maintenance 25 1. Perform work in accordance with the TPDES Construction General Permit 26 TXR150000. 27 2. When approved, sediments may be disposed of within embankments, or in areas 28 where the material will not contribute to further siltation. 29 3. Dispose of removed material in accordance with federal, state, and local 30 regulations. 31 4. Remove devices upon approval or when directed. 32 a. Upon removal, finish -grade and dress the area. 33 b. Stabilize disturbed areas in accordance with the pennit, and as shown on the 34 Drawings or directed. 35 5. The Contractor retains ownership of stockpiled material and must remove it from 36 the project when new installations or replacements are no longer required. 37 G. Rock Filter Dams for Erosion Control 38 1. Remove trees, brush, stumps and other objectionable material that may interfere 39 with the construction of rock filter dams. 40 2. Place sandbags as a foundation when required or at the Contractor's option. 41 3. For Types 1, 2, 3, and 5, place the aggregate to the limes, height, and slopes 42 specified, without undue voids, CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAI—j-1sM318%057-0I N2-0 Wrk PwoV-3 SPFCSTina€ Cmobmed\Div 31-Eanh—&31 25 00 Erosion and Sediment Cammt_d— 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 2 upstream side over the aggregate and secure it to itself on the downstream side with 3 wire ties, or hog rings, or as directed. 4 5. Place rock filter dams perpendicular to the flow of the streatn or channel unless 5 otherwise directed. 6 6. Construct filter dams according to the following criteria, unless otherwise shown on 7 the Drawings: 8 a. Type 1 (Non -reinforced) 9 1) IIeight - At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width - At ]east 2 feet 12 3) Slopes - At most 2:1 13 b. Type 2 (Reinforced) 14 1) Height - At least 18 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 c. Type 3 (Reinforced) 19 1) Height - At least 36 inches measured vertically from existing ground to top 20 of filter dam 21 2) Top Width - At least 2 feet 22 3) Slopes - At most 2:1 23 d. Type 4 (Sack Gabions) 24 1) Unfold sack gabions and smooth out kinks and bends. 25 2) For vertical filling, connect the sides by lacing in a single loop -double loop 26 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 27 tight, wrap around the end, and twist 4 times. At the filling end, fill with 28 stone, pull the rod tight, cut the wire with approximately 6 inches 29 remaining, and twist wires 4 times. 30 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 31 connect sides and secure ends as described above. 32 4) Lift and place without damaging the gabion. 33 5) Shape sack gabions to existing contours. 34 e. Type 5 35 1) Provide rock filter dams as shown on the Drawings. 36 H. Construction Entrances 37 1. When tracking conditions exist, prevent traffic from crossing or exiting the 38 construction site or moving directly onto a public roadway, alley, sidewalk, parking 39 area, or other right of way areas other than at the location of construction entrances. 40 2. Place the exit over a foundation course, if necessary. 41 a. Grade the foundation course or compacted subgrade to direct runoff from the 42 construction exits to a sediment trap as shown on the Drawings or as directed. 43 3. At drive approaches, make sure the construction entrance is the full width of the 44 drive and meets the length shown on the Drawings. 45 a. 'rhe width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 46 other points of ingress or egress or as directed by the Engineer. 47 I. Earthwork for Erosion Control CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPI:CIFICNfiON DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FpgectsW3181057-0]Q-0 Wtk Pred%2-3 SPEC'AH11.1 Ca binedlDw 31-EffiIhW k%31 25 06 Frosion-d Sedim ni Cow.Ldoe 31 25 Do- - 7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 1. Perform excavation and embankment operations to minimize erosion and to remove 2 collected sediments from other erosion control devices. 3 a. Excavation and Embankment for Erosion Control Measures 4 1) Place earth dikes, swales or combinations of both along the low crown of 5 daily lift placement, or as directed, to prevent runoff spillover. 6 2) Place swales and dikes at other locations as shown on the Drawings or as 7 directed to prevent runoff spillover or to divert runoff. 8 3) Construct cuts with the low end blocked with undisturbed earth to prevent 9 erosion of hillsides. 10 4) Construct sediment traps at drainage structures in conjunction with other 11 erosion control measures as shown on the Drawings or as directed. 12 5) Where required, create a sediment basin providing 3,600 cubic feet of 13 storage per acre drained, or equivalent control measures for drainage 14 locations that serve an area with 10 or more disturbed acres at 1 time, not 15 including offsite areas. 16 b. Excavation of Sediment and Debris 17 1) Remove sediment and debris when accmrnulation affects the performance of 18 the devices, after a rain, and when directed. 19 J. Sandbags for Erosion Control 20 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water 21 runoff from disturbed areas, create a retention pond, detain sediment and release 22 water in sheet flow. 23 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 24 allow for proper tying of the open end. _..__.._ 25 3. Place the sandbags with their tied ends in the same direction. 26 4. Offset subsequent rows of sandbags 1 /2 the length of the preceding row. 27 5. Place a single layer of sandbags downstream as a secondary debris trap. 28 6. Place additional sandbags as necessary or as directed for supplementary support to 29 berms or dams of sandbags or earth. 30 K. Temporary Sediment -Control Fence 31 1. Provide temporary sediment -control fence near the downstream perimeter of a 32 disturbed area to intercept sediment from sheet flow. 33 2. Incorporate the fence into erosion -control measures used to control sediment in 34 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 35 Section, or as directed. 36 a. Post Installation 37 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 38 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 39 b. Fabric Anchoring 40 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 41 fabric. 42 2) Provide a minimum trench cross-section of 6 x 6 inches 43 3) Place the fabric against the side of the trench and align approximately 2 44 inches of fabric along the bottom in the upstream direction. 45 4) Backfill the trench, then hand -tamp. 46 c. Fabric and Net Reinforcement Attachment Cl`J'Y OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Dcccmber 20, 2012 F:1projectsM 18%057-0112-0 Wrk I'rod12-3 SPECS1Final Cnmhin 6L) a 31-Earth—,k%31 25 09_Erosion and Sedment Control.doc 31 25 00- 8 EROSION AND SEDIMENT CONTROL Pages of 9 1 1) Unless otherwise shown under the Drawings, attach the reinforcement to 2 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 3 equally spaced. 4 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 5 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 6 every 15 inches or less. 7 d. Fabric and Net Splices 8 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 9 least 6 places equally spaced, unless otherwise shown under the Drawings. 10 a) Do not locate splices in concentrated flow areas. 11 2) Requirements for installation of used temporary sediment -control fence 12 include the following: 13 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 14 b) Fabric without excessive patching (more than 1 patch every 15 to 20 15 feet) 16 c) Posts without bends 17 d) Backing without holes 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD loin] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. Waste Management 25 1. Remove sediment, debris and litter as needed. 26 3.11 CLOSEOUT ACTIVITIES 27 A. Erosion control measures remain in place and are maintained until all soil disturbing 28 activities at the project site have been completed. 29 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 30 on areas not covered by permanent structures, or in areas where permanent erosion 31 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE 34 A. Install and maintain the integrity of temporary erosion and sedimentation control 35 devices to accumulate silt and debris until earthwork construction and permanent 36 erosion control features are in place or the disturbed area has been adequately stabilized 37 as detennined by the Engineer. M B. If a device ceases to function as intended, repair or replace the device or portions 39 thereof as necessary. CITY OF FORT WORT11 Fagle Mountain Lake Basin San ilary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATIO-N DOCUMENTS City Project No.: 01309 Revised December 20, 2012 S'aprojecm103I M0.57-01120 Wrk Pmd12-3 SPECSTinal Combine&Div 31-Faithwark131 25 00 Emsion and Sediment Contrcl.doc 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 I C. Perform inspections of the construction site as prescribed in the Construction General 2 Permit TXR150000. 3 D. Records of inspections and modifications based on the results of inspections must be 4 maintained and available in accordance with the permit. 5 3.14 ATTACHMENTS [NOT USED] 6 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcc€ No.: 01309 Revisal December 20, 2012 1-:lprojects%0318%057-0152-0 Wrk Pmd12-3 SPECSTD)al CombiwdlUiv 11-Eai1hworkl3l 25 00_Er lion and Sediment Control.doc 31 37 00 - 1 RIPRAP Pagel 01711 1 SECTION 3137 00 2 RIPRAP 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 General Requirements 12 3. Section 03 30 00 —Cast—In—Place Concrete 13 4. Section 3125 00 —Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by the face square yard to the depth 18 specified of material complete in place. Volume will be computed on the basis 19 of the measured area and type, verified by field measurements. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item. and 22 measured as provided under "Measurement" will be paid for at the unit price 23 bid per square yard of "Riprap" installed for: 24 1) Various types 25 2) Various thicknesses 26 3) Various void -filling techniques 27 3. The price bid shall include: 28 a. Furnishing, hauling, and placing riprap 29 b. Filter fabric 30 c. Expansion joint material 31 d. Concrete and reinforcing steel 32 e. Excavation of toe wall trenches, as applicable 33 f. Excavation below natural ground or bottom of excavated channel, as applicable 34 g. Shaping of slopes, as applicable 35 h. Bedding 36 i. Grout and mortar 37 j. Scales 38 k. Test weights 39 1. Clean-up 40 1.3 REFERENCES 41 A. Reference Standards 1 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeiinc to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lprojeas%031 S%057-01Q-0 Wek Prod%2-3 SPECS%Finat C—bmeCKI)w 31-F-lb o M 137 00_Rip.pdoc 313700-2 RIPRAP Page 2 of 11 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM Standards 5 a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse 6 Aggregates 7 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 8 and Absorption of Fine, Coarse, and Blended Aggregate Using Combined 9 Vacuum Saturation and Rapid Submersion 10 c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate 11 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 12 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 13 Elongation of Geotextiles 14 e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 15 Geotextiles 16 f. ASTM D751-06, Standard Test Methods for Coated Fabrics 17 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 18 Size of a Geotextile 19 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 20 Geotextiles by Permittivity 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SURMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USE, 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [NOT USED] 32 2.2 PRODUCT TYPES AND MATERIALS 33 A. Concrete Riprap 34 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 35 Section 03 30 00, unless otherwise shown on the Drawings. 36 B. Stone Riprap 37 1. Unless otherwise shown on the Drawings, use durable natural stone with a 38 minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss 39 of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 40 cycles of sodium sulfate solution. CITY OF FORT WOR'I'H Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.kp-j—t.A03131057-0112-0 Wrk Prodl2-3 VECS1Final C—hi—dMi, 31-Farlhwork111 17 00-Kiprap.dw 31 3700-3 RIPRAP Page 3 of l l 1 2. For all types of stone riprap perform a size verification test on the first 5,000 square 2 yards of finished riprap stone at a location determined by the Engineer. Weigh each 3 stone in a square test area with the length of each side of the square equal to 3 times 4 the specified riprap thickness. The weight of the stones, excluding spalls, should be 5 as specified below. Additional tests may be required. Do not place additional riprap 6 until the initial 5,000 square yards of riprap has been approved. 7 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 8 parts sand and mixed with water until it achieves a consistency that will flow into 9 and completely fill all voids. 10 4. .Provide filter fabric in accordance with Section 3125 00. For slab riprap, provide 11 the filter fabric type shown on the Drawings 12 a. Large 13 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of 14 the stones heavier than 100 pounds 15 b. Medium 16 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of 17 the stones heavier than 100 pounds Use stones with at least 1 broad flat 18 surface. 19 c. Block 20 1} Use stones between 50 and 250 pounds. Use stones that are at least 3 inches 21 in their least dimension. Use stones that are at least twice as wide as they 22 are thick. When shown on the Drawings or approved, material may consist 23 of broken concrete removed under the Contract or from other approved 24 sources. Before placement of each piece of broken concrete, cut exposed 25 reinforcement flush with all surfaces. 26 d. Slab 27 1) Use boulders or quarried rock that meets the gradation requirements of 28 Table 1. Both the width and the thickness of each piece of riprap must be a 29 least 1/3 of the length. When shown on the Drawings or as approved, 30 material may consist of broken concrete removed under the Contract or 31 from other approved sources. Before placement of each piece of broken 32 concrete, cut exposed reinforcement flush with all surfaces. 33 2) Provide bedding stone that in -place meets the gradation requirements 34 shown in Table 2 or as otherwise shown on the Drawings. 35 Table 1 36 Riprap Gradation Requirements 37 38 Thickness Maximum Size (lb.) 90 percent Size' (lb.) 50& Size' (lb.) 8 percent Size, Minimum (lb.) 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 I 05-220 22 21 in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in, 2,600 1,150-2.50 400-900 40 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciiy Project No.: 01309 Revised December 20, 2012 klpmjc u%03t 81057-01Q-0 WA ProdQ-3 SPECSTinal Combmed1Div 31-Earlhwo*01 37 0DRiprap.doc 2 313700-4 RIPRAP Page 4 of 11 Table 2 RPrlrlinor CtnnP C-rnrlatinn Sieve Size (Square Mesh) Percent by Weight Passing 3 inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 3 C. Special Riprap 4 1. Furnish materials for special riprap according to the Drawings. 5 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 6 2.4 ACCESSORIES [NOT USED] 7 2.5 SOURCE QUALITY CONTROL [NOT USE, 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] I2 3.4 INSTALLATION 13 A. Dress slopes and protected areas to the line and grade shown on the Drawings before 14 the placement of riprap. Place riprap and toe walls according to details and dimensions 15 shown on the Drawings or as directed by the Engineer. 16 B. Concrete Riprap 17 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at 19 al l splices. At the edge of the riprap, provide a minimum horizontal cover of I inch 20 and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from 21 the edge of concrete. Use approved supports to hold the reinforcement 22 approximately equidistant from the top and bottom surface of the slab. Adjust 23 reinforcement during concrete placement to maintain correct position. 24 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is 25 placed. All surfaces must be moist when concrete is placed. 26 3. Compact each layer to a minimum of 95 percent standard proctor density with a 27 moisture content not to exceed +4 percent or -2 percent of optimum moisture or as 28 indicated on the Drawings. 29 4. After placing the concrete, compact and shape it to conform to the dimensions 30 shown on Drawings. After it has set sufficiently to avoid slumping, finish the 31 surface with a wood float to secure a smooth surface or broom finish as approved. CITY OF FORT WORTS{ Eagle Mountain Lake Basin Sanitary Sewer Divcrsion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No-: 01301) Revised Dccembcr 20, 2012 F VF'Wlt 10318\057-0112-0 Wrk P-1 2-3 SFECSWinx1 CombimdTj, 31-Ea&nmk131 37 00_RiM-F_d— 31 3700-5 RIPRAP Page 5 of I I 1 5. Immediately after the finishing operation, cure the riprap according to Section 03 2 3000. 3 C. Stone Riprap 4 1. Provide the following types of stone riprap when shown on the Drawings. 5 a. Dry Riprap 6 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. 7 b. Grouted Riprap 8 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids 9 grouted after all the stones are in place. 10 c. Mortared Riprap 11 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is 12 placed. 13 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in 14 stone riprap, and place to a tight fit. 15 3. Do not place mortar or grout when the air temperature is below 35 degrees 16 Fahrenheit. 17 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise 18 approved, place filter fabric with the length running up and down the slope. Ensure 19 fabric has a minimum overlap of 2 feet. 20 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- 21 shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 22 feet in each direction and 5 feet along the scams. Alternative anchorage and spacing 23 may be used when approved. [� 24 6. Large 25 a. Construct riprap as shown in Figure I and as shown on the Drawings. Place 26 stones in a single layer with close joints so that most of their weight is carried 27 by the earth and not by the adjacent stones. 28 b. Place the upright axis of the stones at an angle of approximately 90 degrees to 29 the embankment slope. 30 c. Place each course from the bottom of the embankment upward with the larger 31 stones in the lower courses. 32 d. Fill open joints between stones with spalls. 33 e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch 34 variation between the tops of adjacent stones. Replace, embed deeper, or chip 35 away stones that project more than the allowable amount above the finished 36 surface. 37 f. When the Drawings require Large stone riprap to be grouted, prevent earth, 38 sand, or foreign material from filling the spaces between the stones. After the 39 stones are in place, thoroughly wet the stones, fill the spaces between the stones 40 with grout, and pack. Sweep the surface of the riprap with a stiff broom after 41 grouting. 42 7. Medium 43 a. Dry Placement 44 1) Construct riprap as shown in Figure 2- Set the flat surface on a prepared 45 horizontal earth bed, and overlap the underlying course to secure a Iapped 46 surface. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Dcccinber 20, 2012 Flpr0jec1SW318W57-0112-0 Wrk ProdQ-3 SPECSEmaI CmnhinedlUiv 31-EanhwarkL31 37 W—Riprap,doc 31 3700-6 RIPRAP Page 6 of 11 1 2) Place the large stones first, roughly arranged in close contact. Fill the 2 spaces between the large stones with suitably sized stones placed to leave 3 the surface evenly stepped and conforming to the contour required. 4 3) Place stone to drain water down the face of the slope. 5 b. Grouting 6 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- 7 surfaced stones to produce an even surface with minimal voids. 8 2) Place stones with the flat surface facing upward parallel to the slope. Place 9 the largest stones near the base of the slope. 10 3) Fill spaces between the larger stones with stones of suitable size, leaving 11 the surface smooth, tight, and conforming to the contour required. 12 4) Place the stones to create a plane surface with a maximum variation of 6 13 inches in 10 feet from true plane. Provide the same degree of accuracy for 14 warped and curved surfaces. 15 5) Prevent earth, sand or foreign material from filling the spaces between the 16 stones. After the stones are in place, thoroughly wet them, fill the spaces 17 between them with grout, and pack. Sweep the surface with a stiff broom 18 after grouting. 19 c. Mortaring 20 1) Construct riprap as shown in Figure 2. Lap courses as described for dry 21 placement. Before placing mortar, wet the stones thoroughly. 22 2) As the larger stones are placed, bed them in fresh mortar and shove 23 adjacent stones into contact with one another. 24 3) After completing the work, spread all excess mortar forced out during 25 placement of the stones uniformly over them to fill all voids completely. 26 Point up all joints roughly either with flush joints or with shallow, smooth- 27 raked joints as directed. 28 D. Block 29 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base 30 course. Bed the base course of stone well into the ground with the edges in contact. 31 Bed and place each succeeding course in even contact with the preceding course. 32 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure 33 the finished surface presents an even, tight surface, true to the line and grades of the 34 typical sections. 35 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 36 foreign material from filling the spaces between the stones. Afler the stones are in 37 place, wet them thoroughly, fill the spaces between them with grout, and pack. 38 Sweep the surface with a stiff broom after grouting. 39 E. Slab 40 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 41 limits shown on the Drawings. Place stone for riprap on the bedding material to 42 produce a reasonably well -graded mass of riprap with the minimum practicable 43 percentage of voids. 44 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 45 field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on 46 the Drawings is allowed in the finished surface of the riprap. CITY OF FORT WORTH Eagle Mountain lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARDCONSTRUCTIONSPECIFICATION DOCUMENTS City Project No.: 01309 Revised Deccmber 20, 2012 E:lprejcasl I8W57-01%2-0 W.k Prcd%2-3 SPECSSPiral Combin R)iv 31-Earlhmorkl3l 3700_RiW p-doc 31 37 00 - 7 R[PRAP Page 7 of 11 1 3. PIace riprap to its full thickness in a single operation. Avoid displacing the bedding 2 material. Ensure that the entire inass of stones in their final position is free from 3 objectionable pockets of small stones and clusters of larger stones. 4 4. Do not place riprap in layers, and do not place it by dumping it into chutes, 5 dumping it from the top of the slope, pushing it from the top of the slope, or any 6 method likely to cause segregation of the various sizes. 7 5. Obtain the desired distribution of the various sizes of stones throughout the class by 8 selective loading of material at the quarry or other source or by other methods of 9 placement that will produce the specified results. 10 6. Rearrange individual stones by mechanical equipment or by hand if necessary to 1 I obtain a reasonably well -graded distribution of stone sizes. 12 F. Special Riprap 13 1. Construct special riprap according to the Drawings. 14 3.5 REPAIR [NOT USED] " I5 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] I8 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] r 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS C17'Y OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Decetu6er 20, 2012 FAprojec003J M057-01%2-0 Wrk Prod%2.3 SPECS%FinaI Combined Div 31-EarthworW l 37 00_Riprap.doc 1 2 3 4 5 b 7 8 9 10 11 12 13 14 m Figure 1 - Large stone riprap, dry or grouted. Grout when specified V-V min 9p W� Slope of embankment Upright axes of stone perpendicular to slope 313700-9 R [PRAP Page 9 of 11 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01309 Revised Decembcr 20, 2012 F:lpwj—tsM I81057-W2-0 Wrk ProdQ-3 SPtCSIFina] Cowbmcd%Dw A I-L.d-crW l 37 CO_Rip.p.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3700-9 RIPRAP Page 9 of I I Grout when specified Flat side up o� s 9" min Slope of embankment ruin Figure 2 - Medium stone riprap, dry or grouted. Mortar when specifiedmin- N V� Slope of T embankment 1 11--6" in Figure 3 - Medium stole riprap, mortared. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Fusin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.1projec1s103i81057-0R2-0 Wrk P-&2-3 SPECS1Final Com6fne4J1Div31-Earth—k531 3700_Riprap.doc 1 2 3 4 5 b 3137 00 - 10 RIPRAP Page 10 of l 1 Grout when specified Multiple layers (mare than one g rock depth) i" min it tope .of embankment Figure 4 — Block stone riprap, dry or grouted. rx �,t�YLL�1RI��L•I to rO w Filter fabric N 'Y u 2 times L thickness min Figure 5 — Slab stone riprap CITY OF FORT WORTI I Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Sig Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F_lpro,jeets1031810579112-I] Wrk Prnd57.-3 SPECS4Finat Comhinedlf]iv 31-FarEhwork53l 371i0 _Riprapdoc 31 3700-11 RIPRAP Page 11 of 11 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.B. — defined compaction requirements beneath concrete rip rap CITY OF PORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,: 01309 Revised December 20, 2012 Flprojeels103I M057.01 Q-0Wrk ProdQ-3 5PECSWinal Coinbined4Div 31-Earthwork131 37 09_Riprap.doc 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 321723-1 PAVEMENTMARKINGS Page 1 of I l 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat -activated thermoplastic tape 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Pavement Markings 22 a. Measurement 23 1) Measurement for this Item shall be per linear foot of material placed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under "Measurement" shall be paid for at the 27 unit price bid per linear foot of "Pvint Marking" installed for: 28 a) Various Widths 29 b) Various Types 30 c) Various Materials 31 d) Various Colors 32 c. The price bid shall include: 33 ] ) Installation of Pavement Marking 34 2) Glass beads, when required 35 3) Surface preparation 36 4) Clean-up 37 5) Testing (when required) 38 2. Legends 39 a. Measurement 40 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised November 2, 2013 I-Aprojecrs5031850 TUI0 2-0 Wrk I'rod%2-3 SPLCS%Einal Combined%Div 32-Exterior tmpro-nts%32 17 23-Pavement Markings.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 321723--2 PAVEMENT MARKINGS Page 2 of I I b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Legend" installed for: a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing 3. Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing 4. Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers S. Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. 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 of "Fire Lane Marking" installed. c. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing 6. Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment CITY OFFORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised November 22, 2013 F:%projws10318%057-01V-0 Wrk Pra(K-3 SPECSTinat Cnn1binedlUiv 32-Exterior Inryrov. n n032 17 23 Pavewent Markmgs doe 321723-3 PAVEMENT MARKINGS Page 3 of I 1 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 unit price bid per linear foot of "Remove Pvmt Marking" performed for: 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each "Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up 19 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work perfonmed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 unit price bid per linear foot of "Remove Legend" performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up 31 1.3 REFERENCES 32 33 34 35 36 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 (MUTCD), 2011 Edition 37 a. Part 3, Markings 38 3. American Association of State Highway and Transportation Officials (AASHTO) 39 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 40 4. Federal Hit-hway Administration (FIIWA) 41 a. 23 CFR Part 655, FIIWA Docket No. FHWA-2009-0139 42 5. Texas Department of Transportation (TxDOT) 43 a. DMS--4200, Pavement Markers (Reflectorized) 44 b. DMS-4300, Traffic Buttons 45 c. DMS-8220, Hot Applied Thermoplastic 46 d. DMS-8240, Permanent Prefabricated Pavement Markings CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Novelnbu 22, 2013 F.1projec1s%0313%057-0R2-0 Wrk Pmd52-3 SPECSTina1 Conxbined%Dw 32-Eml rmr 1nProvemenrs532 17 23Paacmcnl tdarkigg duo 321723-4 PAVEMENT MARKINGS Page 4 of 1 l 1 e. DMS-8241, Removable Prefabricated Pavement Markings 2 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section Ol 33 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING 13 A. Storage and Handling Requirements 14 1. The Contractor shall secure and maintain a location to store the material in 15 accordance with Section 01 50 00. 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY fNOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -SUPPLIED PRODUCTS 20 A. New Products 21 1. Refer to Drawings to determine if there are owner -supplied products for the Project. 22 2.2 MATERIALS 23 A. Manufacturers 24 1. Only the manufacturers as listed in the City's Standard Products List will be 25 considered as shown in Section 0160 00. 26 a. The manufacturer must comply with this Specification and related Sections. 27 2. Any product that is not listed on the Standard Products List is considered a 28 substitution and shall be submitted in accordance with Section OI 25 00. 29 B. Materials 30 1. Pavement Markings 31 a. Thermoplastic, hot applied, spray 32 1) Refer to Drawings and City Standard Detail Drawings for width of 33 longitudinal lines. 34 2) Product shall be especially compounded for traffic markings_ CITY OF FORT WORTH Eagic Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01309 Revised November 22, 2013 FF%p-j-1.,k011 M57-0117.-0 Wik 1.62-3 SPECSWirlal Combi—&Div 32-Exterior bnprove—[n )32 17 23.,Pavemenl MaAing,.doc l L 321723-5 PAVEMENT' MARKFNGS Page 5 or I I 1 3) When placed on the roadway, the markings shall not be slippery when wet, 2 lift from pavement under nonnal weather conditions nor exhibit a tacky 3 exposed surface. 4 4) Cold ductility of the material shall permit normal road surface expansion 5 and contraction without chipping or cracking. 6 5) The markings shall retain their original color, dimensions and placement 7 under normal traffic conditions at road surface temperatures of 158 degrees 8 Fahrenheit and below. 9 6) Markings shall have uniform cross-section, clean edges, square ends and no 10 evidence of tracking. 11 7) The density and quality of the material shall be uniform throughout the 12 markings. 13 8) The thickness shall be uniform throughout the length and width of the 14 markings. 15 9) The markings shall be 95 percent free of holes and voids, and free of 16 blisters for a minimum of 60 days after application. 17 10) The material shall not deteriorate by contact with sodium chloride, calcium 18 chloride or other chemicals used to prevent roadway ice or because of the 19 oil content of pavement markings or from oil droppings or other effects of 20 traffic. 21 11) The material shall not prohibit adhesion of other thermoplastic markings if, 22 at some future time, new markings are placed over existing material. 23 a) New material shall bond itself to the old line in such a manner that no 24 splitting or separation takes place. 25 12) The markings placed on the roadway shall be completely retroreflective 26 both internally and externally with traffic beads and shall exhibit uniform 27 retro-directive reflectance. 28 13) Traffic beads 29 a) Manufactured from glass 30 b) Spherical in shape 31 c) Essentially free of sharp angular particles 32 d) Essentially free of particles showing cloudiness, surface scoring or 33 surface scratching 34 e) Water white in color 35 1) Applied at a uniform rate 36 g) Meet or exceed Specifications shown in AASHTO Standard 37 Specification for Glass Beads Used in Pavement Markings, AASHTO 38 Designation: M 247-09. 39 b. Thermoplastic, hot applied, extruded 40 1) Product shall be especially compounded for traffic markings 41 2) When placed on the roadway, the markings shall not be slippery when wet, 42 lift from pavement under normal weather conditions nor exhibit a tacky 43 exposed surface. 44 3) Cold ductility of the material shall permit normal road surface expansion 45 and contraction without chipping or cracking. 46 4) The markings shall retain their original color, dimensions and placement 47 under normal traffic conditions at road surface temperatures of 158 degrees 48 Fahrenheit and below - CITY Or FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pro.jcct No.: 01309 Revised November 22, 2013 VAprojcc1s103I M57-0 M-0 W ik Prod12-3 SP3 CSFina1 Combmedlffiv 32-Exlerm, lnTrov .1.132 17 23_Pavei W Markings.doc 32 1723 -6 PAVEMENT MARKINGS Pagc 6 of I l 1 5) Markings shall have unifonn cross-section, clean edges, square ends and no 2 evidence of tracking. 3 6) The density and quality of the material shall be uniform throughout the 4 markings. 5 7) The thickness shall be uniform throughout the length and width of the 6 markings. 7 8) The markings shall be 95 percent free of holes and voids, and free of 8 blisters for a minimum of 60 days after application. 9 9) The minimum thickness of the marking, as measured above the plane 10 formed by the pavement surface, shall not be less than 1/8 inch in the center 11 of the marking and 3/32 inch at a distance of inch from the edge. 12 10) Maximum thickness shall be 3/16 inch. 13 11) The material shall not deteriorate by contact with sodium chloride, calcium 14 chloride or other chemicals used to prevent roadway ice or because of the 15 oil content of pavement markings or from oil droppings or other effects of 16 traffic. 17 12) The material shall not prohibit adhesion of other thermoplastic markings if, 18 at some future time, new markings are placed over existing material. New 19 materiaI shall bond itself to the old line in such a manner that no splitting or 20 separation takes place. 21 13) The markings placed on the roadway shall be completely retroreflective 22 both internally and externally with traffic beads and shall exhibit uniform 23 retro-directive reflectance. 24 14) Traffic beads 25 a) Manufactured from glass 26 b) Spherical in shape 27 c) Essentially free of sharp angular particles 28 d) Essentially free of particles showing cloudiness, surface scoring or 29 surface scratching 30 e) Water white in color 31 f) Applied at a uniform rate 32 g) Meet or exceed Specifications shown in AASHTO Standard 33 Specification for Glass Beads Used in Pavement Markings, AASHTO 34 Designation: M 247-09. 35 c. Preformed Polymer Tape 36 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 37 3M High Performance Tape Series 3801 ES, or approved equal. 38 d. Preformed Heat -Activated Thermoplastic Tape 39 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 40 mil preformed thermoplastic or approved equal. 41 2. Raised Markers 42 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 43 Control Devices. 44 b. Non -reflective markers shall be Type Y (yellow body) and Type W (white 45 body) round ceramic markers and shall meet or exceed the TxDOT 46 Specification DMS-4300. 47 c. The reflective markers shall be plastic, meet or exceed the TxDOT 48 Specification DMS-4200 for high-voluine retroreflective raised markers and be 49 available in the following types: CITY OF FORT WOxm Eagle Mountain Lake Basin Sanitary Sewer Divcrsion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Peviscd November 22, 2013 Hprojeclel03I M57-C]Q-0 Wrk Fro&2-1 $PF:CSLFina1 Com6ined0iv 32-EmNior Imp r..e tsV12 17 23_Pavcmcm tvtarkwp.doc 32 17 23 - 7 PAVEMENT MARKINGS Page 7 of 11 1 1) Type I-C, white body, I face reflects white 2 2) Type II -A -A, yellow body, 2 faces reflect amber 3 3) Type II-C-R, white body, 1 face reflects white, the other red 4 5 3. Work Zone Markings 6 a. Tabs 7 1) Temporary flexible -reflective roadway marker tabs shall meet requirements 8 of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker 9 Tabs." 10 2) Removable markings shall not be used to simulate edge lines. 11 3) No segment of roadway open to traffic shall remain without permanent 12 pavement markings for a period greater than 14 calendar days. 13 b. Raised Markers 14 1) All raised pavement markers shall meet the requirements of DMS-4200. 15 c. Striping 16 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 17 8200. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL 20 A. Performance 2I 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 22 the requirements detailed in the table below for a minimum of 30 calendar days. 23 24 25 26 27 28 29 30 Posted S eed (ru h < 30 35 -- 50 > 55 2-lane roads with centerline markings only (I) n/a 100 250 All other roads 2 n/a 50 100 (1) Measured at standard 3o-m geometry in units of mcd/m`nux. (2) Exceptions: A. When raised reflective pavement markings (RRPMs) supplement or substitute for a longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as long as the REM are maintained so that at least 3 are visible from any position along that line during nighttime conditions. B. When continuous roadway lighting assures that the markings are visible, minimum pavement marking retroreflectivity levels are not applicable. 31 PAR.T 3 - EXECUTION 32 3.1 EXAMINATION [NOT USED] 33 3.2 PREPARATION 34 A. Pavement Conditions 35 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 36 markings and other forms of contamination. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Protect No.: 01309 Revised November 22, 2013 E1pr je [t WSM057-0 nb0 Wrk Pw&7-3 SPFCStrinal CombinedMiv 32-Exterior ln4 r eme 032 17 23_Pavement Markioss.doc 32 1723 -8 PAVEMENT MARKINGS Pagc 8 of I I 1 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 2 curing membrane. 3 3. Pavement to which material is to be applied shall be completely dry. 4 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 5 minutes, no condensation develops on the underside of a 1 square foot piece of 6 clear plastic that has been placed on the pavement and weighted on the edges. 7 5. Equipment and methods used for surface preparation shall not damage the 8 pavement or present a hazard to motorists or pedestrians. 9 3.3 INSTALLATION 10 A. General 11 1. The materials shall be applied according to the manufacturer's recommendations. 12 2. Markings and markers shall be applied within temperature limits recommended by 13 the material manufacturer, and shall be applied on clean, dry pavement having a 14 surface temperature above 50 degrees Fahrenheit. 15 3. Markings that are not properly applied due to faulty application methods or being 16 placed in the wrong position or alignment shall be removed and replaced by the 17 Contractor at the Contractor's expense. If the mistake is such that it would be 18 confusing or hazardous to motorists, it shall be remedied the same day of 19 notification. Notification will be made by phone and confirmed by fax. Other 20 mistakes shall be remedied within 5 days of written notification. 21 4. When markings are applied on roadways open to traffic, care will be taken to 22 ensure that proper safety precautions are followed, including the use of signs, 23 cones, barricades, flaggers, etc. 24 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 25 6. Temperature of the material must be equal to the temperature of the road surface 26 before allowing traffic to travel on it. 27 B. Pavement Markings 28 1. Thermoplastic, hot applied, spray 29 a. This method shall be used to install and replace long lines — centerlines, lane 30 lines, edge lines, turn lanes, and dots. 31 b. Markings shall be applied at a 110 mil thickness. 32 c. Markings shall be applied at a 90 mil thickness when placed over existing 33 markings. 34 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 35 e. Typical setting time shall be between 4 minutes and 10 minutes depending 36 upon the roadway surface temperature and the humidity factor. 37 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 38 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 39 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 40 subparagraph 2A.A.1 of this Specification. 41 2. Thermoplastic, hot applied, extruded 42 a. This method shall be used to install and replace crosswalks and stop -lines. 43 b. Markings shall be applied at a 125 mil thickness. 44 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 45 this Specification. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Scwer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01109 Revised Novcinber 27, 2013 f:%projectsV0 IM57-01)2-0 WA Prad%2-3 SPECSTinal Com6inedtpiv32-Exterior hnprovcin-nts13'2 1723-_Pnvetncni Markings. dac 321723-9 PAVEMENT MARKINGS Page 9 of I 1 1 3. Preformed Polymer Tape 2 a. This method shall be used to install and replace crosswalks, stop -lines, and 3 legends. 4 b. The applied marking shall adhere to the pavement surface with no slippage or 5 lifting and have square ends, straight lines and clean edges. 6 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 7 this Specification. 8 4. Preformed Heat -Activated Thermoplastic Tape 9 a. This method shall be used to install and replace crosswalks, stop -lines, and 10 legends. 11 b. The applied marking shall adhere to the pavement surface with no slippage or 12 lifting and have square ends, straight lines and clean edges. 13 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 14 this Specification. 15 C. Raised Markers 16 1. All permanent raised pavement markers on Portland Cement roadways shall be 17 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 18 2. All permanent raised pavement markers on new asphalt roadways may be installed 19 with epoxy or bituminous adhesive. 20 3. A chalk line, chain or equivalent shall be used during layout to ensure that 21 individual markers are properly aligned. All markers shall be placed uniformly 22 along the line to achieve a smooth continuous appearance. f 23 D. Work Zone Markings 24 1. Work shall be performed with as little disruption to traffic as possible. 25 2. Install longitudinal markings on pavement surfaces before opening to traffic. 26 3. Maintain lane alignment traffic control devices and operations until markings are 27 installed. 28 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 29 shown on the Drawings. 30 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 31 of a surface treatment, unless otherwise shown on the Drawings. 32 6. Place markings in proper alignment with the location of the final pavement 33 markings. 34 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 35 transverse lines. 36 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 37 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 38 beam automobile headlight. 39 9. The daytime and nighttime reflected color of the markings must be distinctly white 40 or yellow. 41 10. The markings must exhibit uniform retroreflective characteristics. 42 11. Epoxy adhesives shall not be used to work zone markings. 43 3.4 REMOVALS 44 1. Pavement Marking and Marker Removal CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised November 22, 2013 f 5p,ojectA3185057-0112-0 Wrk Pwd12-3 SPECSkFinal Combiiic6Div 32-Exterior ]mpruvctmnts512 17 23_Pavemem Markingsdoc 321723 -10 PAVEMENT MARKINGS Page 10 of I 1 1 a. The industry's best practice shall be used to remove existing pavement 2 markings and markers. 3 b. If the roadway is being damaged during the marker removal, Work shall be 4 halted until consultation with the City. 5 c. Removals shall be done in such a matter that color and texture contrast of the 6 pavement surface will be held to a minimum. 7 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 8 1/ inch in depth resulting from the removal of pavement markings and markers. 9 Driveway patch asphalt emulsion may be broom applied to reseal damage to 10 asphaltic surfaces. 11 e. Dispose of markers in accordance with federal, state, and local regulations. 12 f. Use any of the following methods unless otherwise shown on the Drawings. 13 1) Surface Treatment Method 14 a) Apply surface treatment at rates shown on the Drawings or as directed. 15 - Place a surface treatment a minimum of 2 feet wide to cover the 16 existing marking. 17 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 18 of 1 lane in width in areas where directional changes of traffic are 19 involved or in other areas as directed by the City. 20 2) Burn Method 21 a) Use an approved burning method. 22 b) For thermoplastic pavement markings or prefabricated pavement 23 markings, heat may be applied to remove the bulk of the marking 24 material prior to blast cleaning. 25 c) When using heat, avoid spalling pavement surfaces. 26 d) Sweeping or light blast cleaning may be used to remove minor residue. 27 3) Blasting Method 28 a) Use a blasting method such as water blasting, abrasive blasting, water 29 abrasive blasting, shot blasting, slurry blasting, water -injected abrasive 30 blasting, or brush blasting as approved. 31 b) Remove pavement markings on concrete surfaces by a blasting method 32 only. 33 4) Mechanical Method 34 a) Use any mechanical method except grinding. 35 b) flail milling is acceptable in the removal of markings on asphalt and 36 concrete surfaces. 37 2. If a location is to be paved over, no additional compensation will be allowed for 38 marking or marker removal. 39 3.5 RE'EPAIR 1 RESTORATION [NOT USED] 40 3.6 RF,-INSTALLATION [NOT USED] 41 3.7 FIELD QUALITY CONTROL 42 A. All lines must have clean edges, square ends, and be uniform cross-section. 43 B. The density and quality of markings shall be uniform throughout their thickness. 44 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 45 shall be free of blisters. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANIIARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revisal November 22, 2013 F:lproieots 01181057-0112-0 Wrk M.&2-3 SPECSV'mal CumbinedlDiv 32-1:mIn., Improveme 032 17 23- PT,ar l M.kings.do 321723-11 PAVEMENT MARKTNGS Page I 1 of I I 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 11 Sf� 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised November 22, 2013 Flpraj-0031MG57-01Q-0 Wrk hodQ-3 SAECSSrinal Com6med5piv 32-ExSerior Imprommntsl32 17 23_Pawment MTrkings.doc I 0J 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 3126 WIRE FENCE AND GATES 3231 26 - 1 WIRE HENCE AND GATES Page 1 of 6 5 A. Section Includes: 6 1. Furnish and construct fence of barbed or smooth wire. 7 2. On utility projects: 8 a. When existing fence is within the project Site (i.e. parallel to the utility trench 9 and/or within utility easement) and is directly disturbed by construction 10 activities, fencing will be paid for as listed in Article I.2 below. 11 b. When existing fence is crossing the proposed utility trench, the work performed 12 and materials furnished in accordance with fence replacement will be 13 considered subsidiary to the trench and no other compensation will be allowed. 14 c. When existing fence is outside of the limits of the project Site or is identified as 15 protected on the Drawings and is disturbed and/or by construction activities, 16 replacement will be at the expense of the Contractor and no other compensation 17 will be allowed. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily Iimited to: 21 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 22 2. Division I - General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Wire Fence 26 a. Measurement 27 1) Measurement for this Item shall be by the linear foot of Wire Fence, 28 excluding gates. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per linear foot of Wire fence installed for various: 33 a) Post types 34 b) Wire types 35 c) Number of Strands as specified in the Drawings 36 c. The price bid shall include: 37 1) Removal of existing fence and/or, unless specifically defined as a separate 38 pay item on Drawings 39 2) Furnishing, preparing, hauling, and installing Wire Fence 40 3) Excavation, backfilling, and disposal of surplus material 41 4) Removal and trimming of brush and tree limbs 42 2. Steel Gates CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil C1eek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.: 01309 Revised December 20, 2012 F:lpmject,50316M057-0142-0 Wrk l'md12-3 SI'ECS%Yinal Comhined}Div 32-Exterior Improvements532 31 26_Wire Fence and Gatead- 1 2 3 4 5 6 7 8 9 10 11 12 32 31 26 - 2 WIRE. FENCE AND GATES Page 2 of 6 a. Measurement 1) Measurement for this Item shall be per each Steel Fence. 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 Steel Gate by height. c. The price bid shall include: 1) Removal of existing fence and/or gates, unless specifically defined as a separate pay item on Drawings 2) Furnishing, preparing, hauling, and installing Steel Gates 3) Excavation, baekfilling, and disposal of surplus material 4) Removal and trimming of brush and tree limbs 13 1.3 REFERENCES 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 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 for Testing and Materials (ASTM): a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot Wrought b. A 121, Standard Specification for Metallic -Coated, Carbon Steel Barbed Ware c. A 116, Standard Specification for Metallic -Coated, Steel Woven Wire Fence Fabric d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures 3. American Wood Protection Association (AWPA) a. P8/P9, Standard for Oil -Borne Preservatives b. C5, Fence Posts - Preservative Treatment by Pressure Processes CITY OF FORT WORTH lagle Mountain Cake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Decelnhei 20, 2012 Faproject,W3151057-0152-0 Wrk P.&2-3 SPECS%Fina] ComhinedkDw 32-Exterior Imprnveiitcnls132 3 1 26Wire Fence and Gatcs.doc 3231 26 - 3 WIRE FENCE AND GATES Page 3 of 6 4 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USE, 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USE, 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Furnish materials in accordance with details shown on the Drawings and with the 14 following requirements. 15 B. Metal Posts and Braces 16 1. Steel Pipe: ASTM F 1083 17 2. T posts: ASTM A 702 t1 S 3. Use only new steel. Do not use rerolled or open -seam material. 19 4. Furnish galvanized steel sections in ASTM F 1083. 20 5. Painting 21 a. Use an approved anticorrosive coating. 22 b. After installation of painted posts and braces, spot -coat damaged areas with the 23 same paint color. 24 c. Use paint with at least the salve anticorrosive properties as the original paint. 25 6. Use the size, weight, and area of posts, braces, and anchor plates shown on the 26 Drawings. 27 C. Wood Posts and Braces 28 1. Untreated Wood: cedar or juniper timber 29 2. Treated Wood 30 a. AWPA standards govern materials and methods of treatments including 31 seasoning, preservatives, and inspection for treatment. 32 b. Each piece or bundle of other treated -timber products must have: 33 1) Legible brand )mark or tag indicating the name of the treater 34 2) Date of treatment or lot number 35 3) AWPA treatment specification symbol 36 c. Provide the level of preservative indicated in Table 1. CITY OF FORT WORTH Eagle Mountain lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Decclnber 20, 2012 F-%proje 1t W318W7-0n2-0 Wrk Pro&2-3 $PECS%Fina1('nmhmed5n:r 32-Exterior hnprovem s132 31 26_Wire Fence and Cates.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 323126-4 WIRE FENCE AND GKIIS Page 4 of 6 Table 1 1Vlinimnm Rvtontinn of PrPenru�f.— Penta- Product chlorophenol AWPA (lb-/cu. ft.) Standard for A WPA Preservative (PS/1'9) 'treatment Standard Wire fence posts round 0.4 C5 1. Ketentron determined by assay (0 to I.0-inch zone). 3. Use sound timber that is free from decay, shakes, splits, or other defects that would weaken the posts or braces or otherwise make them structurally unsuitable for the purposes intended. 4. Knots that are sound, tight, trimmed flush, and not in clusters will be allowed, provided they do not exceed 1/3 of the small diameter or the least dimension of the posts and braces. 5. Remove spurs and splinters, cutting the ends square. D. Gates and Gateposts: Furnish materials to the required dimensions. E. Barbed and Smooth Wire: ASTM A 121, Class 1 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart F. Wire Mesh: ASTM All 6, Class 1 1. Top and bottom wires: at least 10 gauge wire 2. Intermediate wires and vertical stays: 12 1/2 gauge wire 18 G. Miscellaneous 19 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices for 20 holding barbed wire and wire mesh firmly to metal posts. 21 2. Use material of good cominercial quality and design. 22 3. Provide galvanized staples, at least 1 1/2 inch long. 23 H. Concrete 24 1. Minimum 28 day compressive strength of 3,000 psi 25 2. Bagged concrete allowed. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. Space fence posts as shown on the Drawings or to match existing. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F;%pr0iectSW31 MM7-0112-0 Wrk Prod%2-3 SPECS%Fwal Combine(h)iv 32-Fxtee1'io1 I171prevements132 31 2G Wire Fence and Gates dnc 3231 26 - 5 WIRE FENCE AND GATES Page 5 of 6 1 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the 2 Drawings or to match existing. 3 C. Brace comer and pull posts in 2 directions. 4 D. Brace end posts and gateposts in I direction. 5 E. Install a corner post where the alignment changes 30 degrees or more. 6 F. At alignment angles between 15 and 30 degrees, brace the angle post to the adjacent 7 line posts with diagonal tension wires. 8 G. At grade depressions where stresses tend to pull posts out of the ground, snub or guy 9 the fencing at the critical point with a double 9 gauge galvanized wire. 10 H. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom 11 wire or wire mesh fabric, and to a deadman weighing at least 100 pounds. 12 I. Stretch the fence before guying and snubbing. 13 J. Install number stands at spacing shown in Drawings. 14 K. Install corner, end, or angle post assembly before stretching the wire between posts. 15 L. Connect existing cross fences to the new fences and corner posts at junctions with 16 existing fences. 17 M. While drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties or 18 staples, or as shown on the Drawings. 19 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet 20 intervals for wood posts. 21 O. Drive metal line posts provided driving does not damage the posts. 22 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum of 24 23 inches and crowned at the top to shed water. 24 Q_ Thoroughly tamp backfill in 4 inch layers. 25 R. Notch timber posts. 26 3.5 REPAIR/RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F;SproicciA31 WI.0iN2-0 Wrk Prod,2-3 SPLC&Final C—bi-dlDiv 32-L.mrior Imp---n1s532 31 26_Wi,c Fence and G.r- do. 323126_6 WIRE FENCE AND GAPES Page 6 of 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility projects CITY OF TORTWORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FApr*cis)0313\057-0r2-0 Wrk Pm&2-1 sPPCSPinal CombinedllDiv 32-Exmior ImprovcmcnIA32 31 26_Wire Fence and Gale dac 330130-1 SEWER AND MANHOLE TESTING Page t of 6 1 SECTION 33 0130 2 SEWER AND MANHOLE TESTING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection (Mandrel) Test 8 1) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b. Vacuum Testing for sanitary sewer manholes 11 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- 14 inch pipe and smaller. 15 4. Hydrostatic testing is not allowed. 16 5. Manhole testing will include vacuum test. 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. — - - 19 20 r;� _�''ill`c'1�11;1SC!1i I};<!;:.. f01 21"}411f7t'rt111tit:ill1:ilt `,U.;rl]iJl r114 17.IS13k , t 22 Ill "IIv: , it ifl l c- rai T]ti 23 `1l" =1!1si r; ..'{: I rllt"I]:I.illl, 1?'":i},'.., ". .. ..=it'I 1I �)k:ITT ;,'L'i�S0; t::e .1 1: 24 C;'. 11 MY 1.-;1t'ii[ ,if1 CP E Lli [I1 [ ?JA' 011C- I I-1 � -t1T l'L atT'i:ll'C t' 'I)Ul".L`[i 25 tlxtlk rhu J'-!I'I.. IT!g i.'t.'C't'kllliCi;.wi.tic.-3d 26 ! Lt't' ?Y`,zl!ti'II=I�}'•..ills'ti I; I I}f-C'S'll IkiltC; �_i� 27 ; I Us.. 28 BIJ ril`i� 1ThAil's13Fe, eVapor:1tjo!-J rak 29 I)`} CaIC-11Iato L`yap1 }i:iitioil iillf WU13U: IJV. I I I I 1 111l"� i11V.1114 OV.LJ'K :'.i-isSII .:71L! 11'1' 30 11.Oil t t1{:S' ";: 11DLi; fti' SCFti21I'sv t0'01 61 "SlJJ"i::C. :Ct','1 V 01C 31 ;[,ail oI'T.sle ;'fit& j.1 t2°C- il,.sist" 32 '..t C .,:ctIIlle the allow. ab] . 1cakagc 1'i_r;.t11c! b;J%,Tl1- A. I%.PWrib]o 1L"I1:; tzc i — 33 Utk��ul�stCt1 as C}.113 1�4-KiL liS C?f41`N0UF1'f 104V 0 {{'11C"ele'Irea iR i-.02`1'31C t4":1's ?I] , 34 24 f1{it1J'�, 35 3). 1 111 lIle bil )11 E }d11C o erillov.' levc-1 wi0i �+iFt4.`r a i. Ji:{C 110"' W 4'l�'(;t=t1 2'.J`Ci 36 11f1€sr. k 37 GI AiIw.%' lI;t. b.lsrll." ;t, r,CI Ittr Ill lec.(3).41.1wS... 38 dJ [..ti6t;j,%)1 111c _•I:I 11 le.ccr 1.)t tJkc,. h3s111 -1�id idci-jIify all .Ierikw" 39 6)_. up1���k7:ir1 �s i c ...!,I 1]rfors:.YvJrrfv�cals.luv.bciti1?i'ii,cl - -- CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F9projects103181057-0152-0 Wrk 11rodU-3 SPEMConformed133 OL 30_Se and Manhore'1'e ting.doc 3301 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 6 1 7) 15)c ti..I.Cr Ik°c. Uk rr«'3j�i_Ll-x I ;5s",;£: lltyiuli "", }vat42rIcv4'1 (_14cru 2 _4-t..'ISC )+LC1C,� Ti �]'IL' 1IC` :r; I:1 1'' ;" ilk .Ic:a,;r, fl'."li e V IC' t:IL:[c':7nilJC Llitr 2 3 ti'1i33t:1.F ' c}1. :tlor le;s?" 1`��::,?:�ie.2, 511:flV.'L:II !DC :i;IJI yll:6-Jt if rC(Jllkf4%J �4 4 J1I1com rtic.cbI lr)C,IL.kCrcnlUal; 5 } Cjlii{'LII:L1i; 1'ati, L1111k-K.nr o, �•r il.4rr'I(JSriniiL L11:4'tll?li J'ei'I??l, 6 1'i Ihk, -'i11:i'u eI' {,sj 1S7'Ibi+'.II;Io!,l'{1i11C :{tic3 7 �. I3��iux flil° i}�i is�, ies slalals( l�kc s}tint en r;l'1 a�;; �� ;�nci rt`l �iir f:_C E• ELMLLFl L,f S _ _$1t1 1#S%{{! '~-'I d �}[? F I I i c?;i lC 4L' "Fsl l l_ LIi L ti k ��L j';13'l idl l .S I I S?v: zl ll: e' 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the I I Contract 12 2. Division 1 — General Requirements 13 3. Section 03 80 00 — Modifications to Existing Concrete Structures 14 4. Section 33 04 50 — Cleaning of Sewer Mains 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Pipe Testing 18 a. Measurement 19 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 20 completed in place. 21 b. Payment 22 1) The work performed and the materials furnishing in accordance with this 23 Item are subsidiary to the unit price bid per linear foot of sanitary sewer main 24 (pipe) complete in place, and no other compensation will be allowed. 25 2. Manhole Testing 26 a. Measurement 27 1) Measurement for testing manholes shall be per each vacuum test. 28 b. Payment 29 1) The work performed and the materials furnished in accordance with this 30 Item shall be paid for at the unit price bid per each vacuum test completed. 3I c. The price bid shall include: 32 1) Mobilization 33 2) Plugs 34 3) Clean-up 35 1.3 REFERENCES [NOT USED] 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00, 39 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lprcjects103181057-0112-0 Wrk Fm&2-3 SPECS1Conformed133 01 30_ Sewer and Manhole Te ting.doc 33 01 30 - 3 SEWER AND MANHOLE TESTING Page 3 of 6 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS 3 A. Test and Evaluation Reports 4 1. All test reports generated during testing (pass and fail) 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Certifications 8 1. Mandrel Equipment 9 a. If requested by City, provide Quality Assurance certification that the equipment 10 used has been designed and manufactured in accordance to the,required 11 specifications. 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION 20 A. Low Pressure Air Test (Pipe) 21 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 22 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 23 B. Deflection (mandrel) test (Pipe) 24 1. Perform as last work item before final inspection. 25 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 26 3. Materials 27 a. Mandrel used for deflection test 28 1) Use of an uncertified mandrel or a mandrel altered or modified after 29 certification will invalidate the deflection test. 30 2) Mandrel requirements 31 a) Odd number of legs with 9 legs minimum 32 b) Effective length not less than its nominal diameter 33 c) Fabricated of rigid and nonadjustable steel 34 d) Fitted with pulling rings and each end CJTY OF FORT WORTH .Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No.: 01309 Revised December 20, 2012 F 1projects103181057-01Q-0 Wrk Prod12-3 SPECSIConrormedk33 01 30_ me and Manhnle Testing.doc 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 6 1 e) Stamped or engraved on some segment other than a nlmier indicating 2 the following: 3 (1) Pipe material specification 4 (2) Nominal size 5 (3) Mandrel outside diameter (OD) 6 f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. 7 C. Vacuum test (Manhole) 8 1. Plug lifting holes and exterior joints. 9 2. Plug pipes and stubouts entering the manhole. 10 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 11 is drawn. 12 4. Plug pipes with drop connections beyond drop. 13 5. Place test head inside the frame at the top of the manhole. 14 3.4 INSTALLATION 15 A. Low pressure air test (Pipe) 16 1. Install plug with inlet tap. 17 2. Connect air hose to inlet tap and a portable air control source. 18 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 19 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 20 psig. Minimum permissible pressure holding time per diameter per length of pipe 21 is computed from the following equation: 22 23 T = (0.0850*D*K) 24 Q 25 Where: 26 T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig 27 K = 0.000419*D*L, but not less than 1.0 28 D = nominal pipe diameter, inches 29 L = length of pipe being tested (by pipe size), feet 30 Q = 0.0015, cubic feet per minute per square foot of internal surface 31 5. i JNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch 32 through 60-:inch based on the equation above. 33 6. Stop test if no pressure loss has occurred during the first 25 percent of the 34 calculated testing time. 35 B. Deflection (mandrel) test (Pipe) 36 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 37 ensure that maximum allowable deflection is not exceeded. 38 2. Maximum percent deflection by pipe size is as follows: 39 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F-lpmjects1031$1057-0112-0 Wrk Fm&2-3 SPEMConformed133 01 30_Sewer and Mmhole Testing.doc 33 01 30 - 5 SEWER AND MANHOLE TESTING Page 5 of 6 15 through 30 4.0 Greater than 30 3.0 2 C. Vacuum test (Manhole) 3 1. Draw a vacuum of 10 inches of mercury and turn off the pump. 4 2. With the valve closed, read the level vacuum level after the required test time. 5 3. Minimum time required for vacuum drop of 1 inch of mercury is as follows: 6 7 8 [ 9 10 11 12 13 Depth of Manhole, feet 4-foot Dia Seconds 5-foot Dia Seconds 6-foot Dia Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 ** T=5 T=6.5 T=8 ** For manholes over 19 feet deep, add "T" seconds as shown for each respective diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 seconds. 40+6(5)=70 seconds) 4. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have failed the test. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Non -Conforming Work 18 1. Low pressure air test 19 a. Should the air test fail, find and repair leak(s) and retest. 20 2. Deflection (mandrel) test (Pipe) 21 a. Should the mandrel fail to pass, the pipe is considered overdeflected. 22 b. Uncover overdeflected pipe. Reinstall if not damaged. 23 c. If damaged, remove and replace. 24 3. Vacuum test (Manhole) 25 a. Should the vacuum test fail, repair suspect area and retest. 26 1) External repairs required for leaks at pipe connection to manhole. 27 a) Shall be in accordance with Section 03 80 00. 28 2) Leaks within the manhole structure may be repaired internally or 29 externally. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:Sprojec1s103 M057-0112-0 Wrk ProdU-3 SPEMConformed133 01 30_Server and Manhole Testing.doc 330130-6 SEWER AND MANHOLE TESTING Page 6 of 6 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION Revision Log ,, DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:I"jects103I81057-0112-0 Wrk Prod12-3 SPECS1Canfor cdl33 01 30_Smw and Manhole Tdng.doc 33 01 31 - t CLOSED CIRCUIT'I'ELEVISION (CCTV) INSPECTION / Page l 01`7 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 7 sanitary sewer or storm sewer mains 8 2. For sanitary sewer projects all (existing: Pre -CCTV, proposed: Post -CCTV) main 9 shall be inspected, 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 - General Requirements 16 3. Section 33 03 10 Bypass Pumping of Existing Sewer Systems 17 4. Section 33 04 50 — Cleaning of Sewer Mains 18 5. Section 01 32 16 Construction Progress Schedule 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Pre -CCTV Inspection 21 I. Measurement 22 a. Measurement for this Item will be by the linear foot of line televised for CCTV 23 Inspection performed prior to any line modification or replacement determined 24 from the distance recorded on the video log. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item and 27 measured as provided under "Measurement" will be paid for at the unit price 28 bid per linear foot for "Pre -CCTV hnspection", 29 1) Contractor will not be paid for unaccepted video. 30 3. The price bid shall include: 31 a. Mobilization 32 b. Cleaning 33 c. Digital file 34 B. Past -CCTV Inspection 35 1. Measurement 36 a. Measurement for this Item will be by the linear foot of line televised for CCTV 37 Inspection performed following repair or installation determined from the 38 distance recorded on the video log. 39 2, Payment CITY OF FORT WORTH Fagle Mountain Lake Basin Sanitary Sewer Divcrsion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:01 309 Revised March 3, 2016 155piojecis\03181057-0 R2-0 Wyk ho&2-3 SPECST nal Combine hffi, 33-Un1i6es%33 01 31_ "ed Circuit Television (CCTV) lmyection,doc 3301 31 -2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 7 1 a. The work performed and materials furnished in accordance with this Item and 2 measured as provided under "Measurement" will be paid for at the unit price 3 bid per linear foot for "Post -CCTV Inspection". 4 1) Contractor will not be paid for unaccepted video. 5 3. The price bid shall include: 6 a. Mobilization 7 b. Cleaning 8 c. Digital file 9 1.3 REFERENCES 10 A. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. City of Fort Worth Water Department I5 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 16 Program (CCTV Manual). The CCTV Manual is available for download on 17 Buzzsaw. Location: Resources170 Inspection Tools\Standard Construction 18 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 19 download on Buzzsaw. Location: Resources170 — Inspection ToolslStandard 20 Construction. 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Sanitary Sewer Lines 24 a. Meet with City of Fort Worth Water Department staff to confirm that the 25 appropriate equipment, software, standard templates, defect codes and defect 26 rankings are being used, if required. 27 2. Storm Sewer Lines 28 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 29 confirm that the appropriate equipment, software, standard templates, defect 30 codes and defect rankings are being used, if required. 31 B_ Schedule 32 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 33 per Section 01 32 16. 34 2. Include time for City review (2 weeks minimum -- Notification needs to be send out 35 to Project Manager & Field Operation). 36 3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City 37 per Part 1.4 A. 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 01 33 00. 40 B. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WOKTH Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONsTRuCTION SPECIFICATION DOCUMENTS City Project No.:01309 Revised March 3, 2016 F %projecis10318%057-01%2-0 Wrk Prcd%2-3 SPF(:STina1 Comhined%Div 33-U111iticsl33 01 39 _ Closed Circuit Tclevm— (CCIV) Inspectiom&e 3301 31 -3 CLOSED CIRCUIT' TELEVISION (CCTV) INSPECTION Page 3 of 1 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 2 video data per the CCTV Manual. Provide additional copy of video in Windows Media 3 Audio/Video (.wmv) format for City Inspection review. 4 D. If inspected with other software provide video data in Windows Media Audio/Video 5 (.wmv) format. Provide CCTV log in EXCEL spread sheet format — The CCTV spread 6 sheet log can be found on Buzzsaw. Location: Resources170 — Inspection 7 ToolslStandard Construction. 8 E. Inspection Report shall include: 9 1. Asset 10 a. Date 11 b. City 12 c. Address and/or Project Name 13 d. Main Number — GIS ID (If Available) 14 e. Upstream Manhole GIS ID (If Available) 15 f. Downstream Manhole GIS ID (If Available) 16 g. Pipe Diameter 17 h. Material 18 i. Pipe Length 19 j. Mapsco Location Number 20 k. Date Constructed 21 1. Pipe Wall Thickness 22 2. Inspection 23 a. Inspection Number (i.e. 1',2]'d,etc...) 24 b. Crew Number 25 c. Operator Name 26 d. Operator Comments 27 e. Reason for Inspection 28 f. Equipment Number 29 g. Camera Travel Direction (Upstream/Downstream) 30 h. Inspected Length (feet) 31 i. Work Order Number (if required) 32 j. City Project Number (if required) 33 k. City Contract Name 34 1. DOE/TPW Number (if required) 35 m. Consultant Company Name 36 n. Consultant Contact Name 37 o. Consultant Contact Phone Number 38 p. Contractor Company Name 39 q. Contractor Contact Name 40 r. Contractor Contact Phone Number 41 1.6 INFORMATIONAL SUBMITTALS 42 A. Pre -CCTV submittals 43 1. 2 copies of CCTV video results on USB drive 44 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 45 B. Additional information that may be requested by the City CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big 1 ossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prajec€ Nn-:01309 Revised March 3, 2016 F:Sprojem%03I M057-=2-0 Wrk Pind12-3 SPECSIFinai CoinbineduDiv 33-Utilities\33 01 31—Closed Circuit Television (CCTV) ]nspection.doc 33 01 31 -4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 7 1 l . Listing of cleaning equipment and procedures 2 2. Listing of flow diversion procedures if required 3 3. Listing of CCTV equipment 4 4. Listing of backup and standby equipment 5 5. Listing of safety precautions and traffic control measures 6 1.7 CLOSEOUT SUBMITTALS 7 A. Post -CCTV submittals 8 1. 2 copies of CCTV video results on USB drive 9 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to 10 the City Inspector for review prior to scheduling a project final walk through. 11 3. CCTV speadsheet log in EXCEL format A blank copy of the CCTV spread sheet 12 log can be found on Buzzsaw. Location: Resources170 Inspection ToolslStandard 13 Construction 14 4. Construction Plans identifying the line segments that were videoed. Include cover 15 sheet, overall line layout sheet(s), and plan and profile sheet(s). 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 1.8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Equipment— ). 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 parming 90-degrees to the axis of the pipe. 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 CITY OF FORT WOK-rti Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline Io Big Fossil Crock Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No.:01309 Revised March 3, 2010 F;lprejecls}0;181057-9112 0 Wrk 1'adl2-3 SPFCS%Fina1 Cuinbined%Div 33-Ultlflie M 0131- Clused Cllcllt Televisiau (CCTV) ]n Vp han. doe 3301 31 -5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 7 1 a. The video and audio recordings of the sewer inspections shall be made using 2 digital video equipment. A video enhancer may be used in conjunction with, 3 but not in lieu of, the required equipment. The digital recording equipment 4 shall capture sewer inspection on USB drive, with each sewer segment (from 5 upstream manhole to downstream manhole) inspection recorded as an 6 individual file in Windows Media AudioNideo (.wmv) format. City has a right 7 to change the format from .WMV media to .MP4 8 b. The system shall be capable of printing pipeline inspection reports with 9 captured images of defects or other related significant visual information on a 10 standard color printer. I c. The system shall store digitized color picture images and be saved in digital 12 format on a USB drive. 13 d. The system shall be able to produce data reports to include, at a minimum, all 14 observation points and pertinent data. All data reports shall match the defect 15 severity codes outlined in the City's CCTV manual. 16 e. Camera footage, date & manhole numbers shall be maintained in real time and 17 shall be displayed on the video monitor as well as the video character 18 generators illuminated footage display at the control console. 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION 23 A. General 24 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 25 plans or City to be used during inspections. Inspections performed using 26 identification numbers other than the plans or from assigned numbers from the City 27 will be rejected. 28 2. Inspection shall not commence until the sewer section to be televised has been 29 completely cleaned in conformance with Section 33 04 50. (Sewer system should 30 be connected to existing sewer system and should be active) 31 3. Inspection of newly installed sewers (not yet in service) shall not begin prior to 32 completion of the followiDg: 33 a. Pipe testing 34 b. All manhole work is complete 35 c. Installation of all lateral services 36 d. Vacuum test of manholes 37 4. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10, 38 B. Storm Sewer Lines 39 1. Coordinate with City of Port Worth Transportation/Public Works Department for 40 CCTV equipment and cleaning requirements. 41 3.4 INSPECTION (CCTV) 42 A. General CITY OF FORT WORT] I Eagle Mountain bake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMCNTS City Project No.:01309 Revised March 3, 2016 F:1prajects103131057-0142-0 Wrk PratU2-3 SP[CS%Final CombinedSDiv 33-0hilitiesM 01 31_ Clnsed Circuit Television (C(`[ V) I spection,doc 3301 3) -6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 6 of 7 1 1. Begin inspection immediately after cleaning of the main. 2 2. Move camera through the line in either direction at a moderate rate, stopping when 3 necessary to permit proper documentation of the main's condition. 4 3. Do not move camera at a speed greater than 30 feet per minute. 5 4. Use manual winches, power winches, TV cable, and power rewinds that do not 6 obstruct the camera view, allowing for proper evaluation. 7 5. During investigation stop camera at each defect along the main. 8 a. Record the nature, location and orientation of the defect or infiltration location 9 as specified in the CCTV Manual. 10 6. Pan and tilt the camera to provide additional detail at: 11 a. Manholes, Include condition of manhole in its entirety and interior corrosion 12 protection (if applicable) (Camera should pan the entire manhole from top as 13 well as while lowering into manhole, also show complete view of invert) 14 b. Service connections, Pan the Camera to get a complete overview of service 15 connection including zooming into service connection Include location (i.e. 3 16 o'clock, 9 o'clock, etc...) 17 c. Joints, Include comment on condition, signs of damage, etc... 18 d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 19 joints, obstructions or debris (show as % of pipe diameter). If debris has been 20 found in the pipe during the post -CCTV inspection, additional cleaning is 21 required and pipe shall be re -televised. 22 e. Infiltration/Inflow locations 23 f. Pipe material transitions 24 g. Other locations that do not appear to be typical for normal pipe conditions 25 h. Note locations where camera is underwater and level as a % of pipe diameter. 26 7. Provide accurate distance measurement. 27 a. The meter device is to be accurate to the nearest 1/10 foot. 28 8. CCTV inspections are to be continuous. 29 a. Do not provide a single segment of main on more than 1 USB drive. 30 b. A single segment is defined from manhole to manhole. 31 B. Pre -Installation Inspection for Sewer Mains to be rehabilitated 32 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before 33 rehabilitation work. 34 2. If, during inspection, the CCTV will not pass through the entire section of main due 35 to blockage or pipe defect, set up so the inspection can be performed from the 36 opposite manhole. 37 3. Provisions for repairing or replacing the impassable location are addressed in 38 Section 33 31 20, Section 33 31 21 and Section 33 31 22. 39 C. Post -Installation Inspection 40 1. Complete manhole installation before inspection begins. 41 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 42 0450. 43 D. Documentation of CCTV Inspection 44 1. Sanitary Sewer Lines CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:01309 Revised March 3, 2016 rlproject510318t057-0I N2-6 Wik Prod12-3 SPECSWwal Comb'i—&Dw 33-Ulilnies133 01 3 i_Clnsed Circuit Televisic,, (CCTV) 3nspectioadac 33 01 31 -7 CLOSED CHZCUIT TELEVISION (CCTV) INSPECTION Page 7 of 7 1 a. Follow the CCTV Manual (CCTV standard manual supplied by City upon 2 request) for the inspection video, data logging and reporting or Part 1.5 E of 3 this section. 4 2. Storm Sewer Lines 5 a. Provided documentation for video, data logging, and reporting in accordance 6 with City of Fort Worth Transportation/Public Works Department 7 requirements. 8 3.5 REPAIR / RESTORATION [NOT USEDI 9 3.6 RE -INSTALLATION [NOT USED) 10 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING 14 A. See Section 33 04 50. 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USE, 19 20 21 22 END OF SECTION Revision Log DATE NAME SUMMARY OF C14ANGi 12/20/2012 D. Johnson Various— Added requirements for coordination with 'F/PW for Storin Sewer CCTV 03/03/2016 J Kasavich Various — Alternative to CCTV Manual, modified submittal detail requirements CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:01309 Revised March 3, 2016 F:1projectsW318%057-0112-0 Wrk PrcdQ-3 SFECWinal Com6ined%Div 33-U ilities533 01 310osed Circuit Td-ision ((:CTV) Iuspectioadoc 330310-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page I 015 I SECTION 33 03 10 2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer 7 lines unless otherwise specified in the Contract Documents 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division I - - General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by lump sum. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item will 20 be paid for at the lump sum price bid for "Bypass Pumping". 21 3. The price bid shall include: 22 a. Mobilization 23 h. Development of bypass plans 24 c- Transportation and storage 25 d. Setup 26 e. Confined space entry 27 f. Plugging 28 g. Pumping 29 h. Clean up 30 i. Manhole restoration 31 j. Surface restoration 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference 35 standard published at the time of the latest revision date logged at the end of this 36 Specification, unless a date is specifically cited. 37 2. Occupational Safety and Health Organization (OSHA). CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Dcccinbcr 20, 2012 Nproiecis10-10R057-M2-0 wrk nod%2-3 SPECSWimI CumbinedA)iv 33-UtiliNes533 03 f0_$ypass Pumping of Ecisiing Sewer Syslems.doc 33 03 10 -2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Coordination 3 1. Schedule meeting with City to review sewer shutdown prior to replacing or 4 rehabilitating any facilities. 5 2. City reserves the right to delay schedule due to weather conditions, or other 6 unexpected emergency within the sewer system. 7 3. Review bypass pumping arrangement or layout in the field with City prior to 8 beginning operations. Facilitate preliminary bypass pumping run with City staff 9 present to affirm the operation is satisfactory to the City. 10 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of 11 sewer flow with City staff. 12 5. Provide onsite continuous monitoring during all bypass pumping operations using 13 one of the following methods: 14 a. Personnel on site 15 b. Portable SCA.DA equipment 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 0133 00. 18 B. All submittals shall be approved by the City prior to delivery. 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 20 A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all 21 provisions and precautions that will be taken with regard to the handling of sewer 22 flows. Submit the plan to the City for approval a minimum of 7 days prior to 23 commencing work. Include the following details: 24 1. Schedule for installation and maintenance of the bypass pumping system 25 2. Staging areas for pumps 26 3- Pump sizes, capacity, number of each size, and power requirements 27 4. Calculations for static lift, friction losses, and velocity 28 5. Pump curves showing operating range and system head curves 29 6. Sewer plugging methods 30 7. Size, length, material, joint type, and method for installation of suction and 31 discharge piping 32 8. Method of noise control for each pump and/or generator, if required 33 9. Standby power generator size and location 34 10. Suction and discharge piping plan 35 11. Emergency action plan identifying the measures taken in the event of a pump 36 failure or sewer spill 37 12. Staffing plan for responding to alarm conditions identifying multiple contacts by 38 name and phone numbers (office, mobile) 39 13. A contingency plan to implement in the event the replacement or rehabilitation has 40 unexpected delays or problems CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Scwcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Piojr'ct No.: 01309 Revised December 20, 2012 F.iprojwSl 03M057-O A2-0 Bhk Prod%2-3 SPECSSFInal Cc:nbivedWiv 33-tftili[iesti33 03 lQ_8ypass P—ping of Existing Smw Sysicros.dac 330310-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS ' Page 3 of 5 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER -FURNISHED [oRJ OWNER -SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT 10 A. Pumping 11 1. Provide equipment that will convey 100 percent of wet weather peak flow 12 conditions. 13 2. Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not 14 permitted for priming the system. 15 3. Pumps must be constructed to allow dry running for periods of time to account for 16 the cyclical nature of sewer flow. 17 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup 18 pumps on line, isolated from the primary system by valve. 19 5. If multiple pumps are required to meet the flow requirements, provide the necessary 20 fittings and connections to incorporate multiple discharges. 21 6. Noise levels of the pumping system must follow the requirements of the City noise 22 ordinance for gas wells. 23 B. Piping 24 1. Install pipes with joints which prevent the incident of flow spillage. 25 C. Plugs or Stop Logs 26 1. Plugs 27 a. Select a plug that is made for the size and potential pressure head that will be 28 experienced. 29 b. Provide an additional anchor, support or bracing to secure plug when back 30 pressure is present. 31 c- Use accurately calibrated air pressure gauges for monitoring the inflation 32 pressure. 33 d. Place inflation gauge at location outside of confined space area. Keep the 34 inflation gauge and valve a safe distance from the plugs. 35 e. Never over inflate the plug beyond its pressure rating. 36 2. Stop Logs 37 a. Use stop log devices designed for the manhole or sewer vault structure in use. 38 b. If applicable, obtain stop logs from City that may be used on specific structures. t CITY OF FORT WORT11 Eagle Mountain Lake Basin Sanitary Scwcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Decernbei 20, 2012 Hpr jects%03r 9%057-0152.0 Wrk Prodk2-3 SP[CSTinar Cm bin &D!v 33-0rilitksM 03 10_Bypass Pwnping of[xisung Sewer Systeins.doc 330310-4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 of 5 1 2.3 ACCESSORIES [NOT USE, 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and 8 obtain approval of those locations from the City. 9 B. Make preparations to comply with OSHA requirements when working in the presence 10 of sewer gases, oxygen -deficient atmospheres and confined spaces. 11 C. Do not begin bypass preparation and operation until City approval of the submittals 12 requested per this Specification. 13 3.4 INSTALLATION 14 A. Install and operate pumping and piping equipment in accordance to the submittals 15 provided per this Specification. 16 B. Sewer flow stoppage 17 1. Plugging 18 a. Use confined space procedures and equipment during installation when 19 necessary. 20 b. Thoroughly clean the pipe before insertion of the plug. 21 c. Insert the plug seal surface completely so it is fully supported by the pipe. 22 d. Position the plug where there are not sharp edges or protrusions that may 23 damage the plug. 24 e. Use pressure gauges for measuring inflation pressures. 25 f. Minimize upstream pressure head before deflating and removing. 26 C. Sewer flow control and monitoring 27 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding 28 or damage to public or private property. The Contractor is responsible for any 29 damage resulting from bypass pumping operations. 30 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or 31 blocked. Be prepared to immediately start bypass pumping if needed due to 32 surcharge conditions. 33 3. Sewer discharge inay be into another sewer manhole or appropriate vehicle or 34 container only. Do not discharge sewer into an open environment such as an open 35 channel or earthen holding facility. 36 4. Do not construct bypass facilities where vehicular traffic may travel over the 37 piping. 38 a. Provide details in the suction and discharge piping plan that accommodate both 39 the bypass facilities and traffic without disrupting either- service. CITY OF FORT WORTH Eagle Mountain bake Basin Sanitary Sewer Diversion Pipeline to Big Fossii Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revisal December 20, 2012 F:lp,.pds%031 M057-0IU-0 Wrk PwJQ-3 SPECSWinal Conibinc&Div 3 3-1jlilitics%33 03 10_, Bypass PI—pi-9 of Exisling Sewer Syste s.doc 330310-5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS ' Page 5 of 5 1 3.5 REPAIR/ RESTORATION [NOT USE, 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD Join] SITE QUALITY CONTROL 4 A. Field [OR] Site Tests and Inspections 5 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment 6 before actual operation begins. Have City staff on site during tests. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES I 1 A. Once plugging or blocking is no longer necessary, remove in such away that permits 12 the sewer flow to slowly return to normal — preventing surge, surcharging and major 13 downstream disturbance. 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] S 17 END OF SECTION I8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.6 — Clarified submittals required for 18" and larger lines 19 4 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prciect No.: 1)i309 Revised December 20, 2012 Flpr j-t,%03181057-OR2-0 Wrk 1'md12-3 SI'ECS1FSnat Comb-dkDi,• 33-tltiGne%U33 03 t0-Bypass Punxping of Existing sewer Systetns.duc 330410-1 JOINT BONDING ANDE:113,CTRICAL ISOLMION /f - Page 1 of 8 c 1 SECTION 33 04 10 2 JOINT BONDING AND ELECTRICAL ISOLATION 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Joint bonding requirements for electrical continuity of 7 a. Concrete cylinder pipe 8 b. Mortar coated steel pipe 9 c. Dielectrically coated steel pipe 10 d. Ductile iron pipe, as required on Drawings 11 2. Electrical isolation devices for installation at: 12 a. Connections to existing piping 13 b. Laterals 14 c. Cased crossings 15 d. Tunnels 16 e. Selected below grade to above ground piping transitions 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 --- Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1 -- General Requirements 23 3. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. When a pay item for Cathodic Protection exists: 27 a. Measurement 28 1) This Item is subsidiary to Cathodic Protection construction. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the lump sum price bid for "Cathodic Protection" for each 32 material of utility pipe bid, and no other compensation will be allowed. 33 2. When a pay item for Cathodic Protection does not exist: 34 a. Measurement 35 1) Measurement for this Item is by lump sum.. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under "Measurement" will be paid for at the 39 lump sum price bid for "Joint Bonding and Electrical Isolation". 40 CITY OF FORT WORTII raglc Mauntain Lake Basin SaniiarySewcr Diversion Pipeline to B ig Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 p:tprcjects503M057-0 nb0 Mk Prodl2-3 SPECSTinal CombincdlDi, 33-UtilrliesW 04 t0_Joint Bonding and Electrical Isolation.doc 330410-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of S 1 3. The price bid shall include: 2 a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by 3 the Drawings 4 b. Mobilization 5 c. Excavation. 6 d, Furnishing, placement, and compaction of backfill 7 e. Field welding 8 f. Connections 9 g. Adjustments 10 h. Testing II i. Clean-up 12 j. Start-up/Commissioning 13 1.3 RE''FERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. ASTM International (ASTM), 19 3. American Water Works Association (AWWA): 20 a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 fN. 21 4. NACE International (NACE). 22 1.4 ADMINISTRATIVE REQUIREMENTS fNOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 01 33 00, 25 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 26 specials. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Manufacturer's catalog cut sheets shall be submitted for each item. 30 a. Include the manufacturer's name and provide sufficient information to show 31 that the materials meet the requirements of the Contract Documents for: 32 1) Flange Isolation 33 2) Bonding Clips for Concrete Cylinder Pipe 34 3) Petrolatum tape 35 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly 36 identify the item proposed. 37 B. Test and Evaluation Reports 38 1. Record results for the Post -Installation Thermite Weld Inspection and submit to the 39 City for approval prior to backfilling. 40 2. Record results for bonded joint testing and submit to City for approval prior to 41 backfilling. CITY OF FORT WORTH. Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 f Ipmj.,I A I SN057-11112-0 Wrk Pm652-3 SPF(STinl Cmnbi--Div 33-t1tififi A 33 04 1 p_Joml Bonding and Electrical Isola .—d— 330410-3 LOIN"1' BONDING AND ELECTRICAL ISOLATION Page 3 of 8 1 3. Record results for the continuity test for casing to carrier pipe and submit to the 2 City for approval prior to backfilling. 3 1.7 CLOSEOUT SUBMITTALS 4 A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation 5 shall be submitted to the City. 6 B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED PRODUCTS fNOT USED] 14 2.2 MATERIALS 15 A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project 16 t include, but are not limited to, the following: 17 1. Electrical continuity bonds 18 2. Flange isolation assemblies 19 3. Casing spacers 20 4. Casing end seals 21 B. Electrical Continuity Bonds 22 1. Applications for Electrical Continuity Bonding include the following: 23 a. Bonding across bolted joint assemblies 24 b. Bonding across gasketed joint assemblies 25 C. Flange Isolation 26 1. Required applications of dielectric flange isolation assemblies include, but are not 27 limited to, selected locations where new piping is mechanically connected to 28 existing piping. 29 2. Gasket 30 a. Isolating and seal gasket 31 b. G-10 Epoxy Glass material 32 c. Full face 33 d. 1/8-inch thickness 34 e. Use with a minimum of l EDI?M sealing element placed in a tapered groove. 35 £ NSF 61 certified 36 g. A minimum of 800 volts/iuil dielectric strength is required. 37 h. Flange shall seal for the test pressure without leaking. CITY OF FORT WORT[I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pi�eline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No.: 01309 Revised December 20, 2012 F:Spiojecls�0318%057-01�2-p Wik ProdQ-3 SPEMFina] Cnmb-dlDw 33-UtTiti-X33 04 10_Joml Banding and ESlectriral IsOlaGon.doc 330410-4 JOINT BONDING AND ELECTRICAL_ ISOLATION Page 4 of 8 1 3. Sleeves 2 a. Provide full length mylar sleeves. 3 4. Washers 4 a. Provide double G-10 washer sets. 5 D. Casing Spacers 6 1. For piping installed in tunnels or cased crossings, install casing spacers between the 7 piping and the casing or tunnel liner to provide electrical isolation in accordance 8 with Section 33 05 24. 9 E. Casing End Seals 10 1. See Section 33 05 24 for casing end seals. 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED 13 PART 3 - EXECUTION 14 31 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Preparation of Concrete Pipe for Bonding 1. General a. Fabrication 1) Use concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b. Acceptable Methods 1) Establish electrical continuity as indicated in the Contract Documents. 2. Criteria for Electric Continuity a. Tensile Wire 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. 2) Manufacturer is to report values obtained and method of measurement. b. Internal Pipe Joint Components 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity a. Establish continuity between tensile wire coils and steel cylinder On embedded cylinder type pre -stressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. b. Use and install 2 continuous straps 180 degrees apart longitudinally along the pipe. 1) These straps must maintain electrical continuity between metallic components. CITY OF FORT WORTH Eagle Mountain bake Basin Sanitary Sewer Diversion Pipeline to Sig Fossil Cr"k Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2017 FApr je tM.1181057-0 n2-0 Wrk Pro t2-3 SPECS%H-1 Co,nbinCdTw 33-lllilitkes 13 U1 I0_Joint 130,1 Sng end Electrical IsolaGon.doc r r 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 1 c. Use steel straps made of mild steel and free of grease, mill scale or other high 2 resistance deposits. 3 d. Make longitudinal straps electrically continuous with pipe cylinder by steel 4 fasteners of suitable dimensions placed between steel cylinder and longitudinal 5 straps. 6 1) Connect fasteners so as to remain intact during pipe fabrication process. 7 4. Steel Cylinder Continuity 8 a. Establish continuity of all joint components and steel cylinder. 9 1) These components include anchor socket brackets, anchor socket, spigot 10 ring and bell ring. 11 b. If mechanical contact does not provide a resistance of less than 0.03 ohms 12 between components, tack weld component to provide electrical continuity. 13 B. Preparation of Steel Pipe for Bonding 14 1. Bonding wires are not required for welded steel pipe. 15 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint 16 as shown on the Drawings. 17 C. Preparation of Ductile Iron Pipe for Bonding 18 1. Install insulated bond wires as shown on the Drawings. 19 D. Electrical Bond Wires 20 1. Electrical bond wires are to be a minimum No. 4 AWG, 7 stranded, copper cable 21 with THHN insulation. 22 2. Remove I inch of THHN insulation from each end of the bond wire. 23 3. Thermite weld the bond wires to the pipeline. 24 4. Provide the minimum number of bond wires as shown on Drawings for steel or 25 ductile iron pipe. 26 E. Electrical Bond Clip 27 1. Weld 3 ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 28 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot 29 of adjacent pre -stressed concrete cylinder pipe or steel pipe with rubber gasketed 30 joints. 31 2. Manufacture clips to maintain continuity regardless of small deflections of finished 32 joints. 33 3.4 INSTALLATION 34 A. Installation of Electrical Continuity Bonds by Thermite Welding 35 1. Inspection 36 a. Use continuous bond wires with no cuts or tears in the insulation covering the 37 conductor. 38 2. General 39 a. Attach bond wires at required locations by thermite welding process. 40 3. Thermite Welding Methods 41 a. Perform thermite welding of bond wires to piping in the following manner: 42 1) Clean and dry pipe to which the wires are to be attached. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0I309 Revised December 20, 2012 Faprojects%03 t8M057-0112-0 Wrk Prad12-3 SPE"S Final CainbinedlDiv 33-thililies133 04 10—Joint nonding and Electrical isolation.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 3304IC-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 8 2) Use grinding wheel to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a) Grind surface to bright metal. 3) Remove approximately I inch of insulation from each end of wire to be thermite welded to pipe exposing clean, oxide -free copper for welding. 4) Select proper size thermite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface. 5) Place metal disk in bottom of mold. 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7) Close mold cover and mite starting powder with flint gun. 8) After exothermic reaction, remove thermite weld mold and gently strike weld with a hammer to remove weld slag. 9) Pull on wire or strap to assure a secure connection. 10) If weld is not secure or the bond breaks, repeat procedure with new wire. 11) If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. 4. Post -Installation Thermite Weld Inspection a. Contractor is responsible for all testing. b. All testing is to be performed by or under the supervision of certified NACE personnel. c. Visually examine each therlite weld connection for strength and suitable coating prior to backfilling. d. Measure resistance through selected bonded joints with a digital low resistance ohmmeter (DLRO). 1) Resistance of 0.001 ohms or less is acceptable. 2) If the above procedure indicates a poor quality bond connection, reinstall the bond. 3) Record results and submit to the City for approval prior to backfilling. 5. Backfilling of Bonded Joints a. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. b. Use appropriate backfill material to completely cover the electrical bond. c. Provide protection so that future construction activities in the area will not destroy the bonded connections_ d_ If construction activity damages a bonded connection, install new bond wire. B. Installation of Pipeline Flange Isolation Devices 1. Placement a. Install isolation joints at the locations shown on the Drawings. 2. Assembly a. Place gasket, sleeves and washers as recommended by the manufacturer. b. Follow manufacturer's recommendations for even tightening to proper torque. 3. Testing a. Immediately after an electrical isolation fitting has been installed, contact the City to perform testing for electrical isolation effectiveness. 4. Painting a. Do not use metal base paints on electrical isolation devices. CPCY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crock Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 P9proiccts103IM57-0112-0 Wrh ProdQ-3 SPECS1Final CcmVned%Div 33-1-tilitiesl33 04 10_Juint Bundins and Electrical Isolation,doc 330410-7 JOINT BONDING AND ELECI7ZICAL ISOLATION Page 7 of 8 1 5. Encapsulation 2 a. Encapsulate below -grade isolation joints with the Denso Densyl Tape system 3 after the isolation joint has been tested for effectiveness. 4 C. Installation of Casing Spacers 5 1. Casing spacers shall be installed in accordance with Section 33 05 24. 6 D. Installation of End Seals 7 1. End seals shall be installed in accordance with Section 33 05 24. 8 3.5 REPAIR / RESTORATION [NOT USE, 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 FIELD QUALITY CONTROL 11 A. Testing of Joint Continuity Bonds and Isolation Joints 12 1. After the completion of the continuity bonding of individual joints, but before the 13 pipe is backfilled, each banded joint shall be tested for electrical continuity. 14 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a 15 portable 12-volt battery and a driven ground rod. The battery shall be connected 16 such that the positive terminal is connected to the ground rod and the negative 17 terminal is connected to the pipe section under test. The magnitude of test current is 18 not important as long as it causes a change in pipe -to -soil potential on the section of 19 pipe that is in the test current circuit. 20 3. The pipe -to -soil potential shall be measured on each side of the isolation joint using 21 a high impedance voltmeter and portable copper/copper sulfate reference electrode 22 with the test current "on" and "off. 23 4. A joint is considered electrically continuous if the "on" and "off potentials are the 24 same on either side of the joint under test. 25 5. This same procedure shall be used to test individual isolation joints except that the 26 joint is considered effective if the pipe -to -soil potential is not the same when 27 measured on each side of the joint when the test current is "on". 28 6. Record results and submit in accordance with this Specification. 29 B. Casing to Carrier Pipe Isolation Tests 30 1. Immediately after the pipe has been installed in the casing, but prior to connecting 31 the line, make pipe available for testing and contact the City to perform an electrical 32 continuity test to determine that the casing is electrically isolated from the pipeline. 33 2. The continuity test shall be fully documented and approved by the City prior to 34 backfi ]ling. 35 3. Record results and submit in accordance with this Specification. 36 4. If the electrical isolation between carrier pipe and casing is not effective, the cause 37 shall be immediately investigated and the situation remedied. 38 5. Under no circumstances shall a shorted casing be backfilled. 39 3.8 SYSTEM STARTUP [NOT USED] 40 3.9 ADJUSTING [NOT USED] CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICKHON DOCUMENTS City Project No.: 01309 Rcviscd Dcccinbcr 20, 2012 F:%prnlecis103181037-On2-0 Wrk Prad12-3 SPECSTmal Combs n dMw 33-Uiilitiesti33 04 10_Joint Ebndim, and Electrical lsolaiion.doc 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 8 1 3.10 CLEANING [NOT USED] 2 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0 - Modified material specifications for gaskets, sleeves and washers CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FApr jcCs403I M057-0I12-0 Wrk Fandt2-3 SPE SWF l Cmbmedi0io 33-IJtdiiies 33 04 14_loint Banding and Electrical Isolation,dcc 33 04 50 - 1 CLEANING OF SEWER MAINS Page I of'5 1 SECTION 33 04 50 2 CLEANING OF SEWER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any television inspection, any sewer -main shall be cleaned to remove all 7 debris, solids, sand, grease, grit, etc. from the sewer and manholes. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily Iimited to- 1 1 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2, Division I — General Requirements 14 3. Section 33 01 31 Closed Circuit Television (CCTV) Inspection 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. This Item is considered subsidiary to the sewer main being cleaned. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per linear foot of sewer pipe complete in 22 place, and no other compensation will be allowed. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENT'S [NOT USED] 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] CFTY OF FORT WOW1`1) Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0 13 09 Revised December 20, 2012 F 1pwj-1, 03I M057A IV-0 Wrk PwdU-3 SPGCS1Fina] Combinedl6iv 13 illiiilics4}} 04 500-nin« of Sewer Mains-dnr 330450-2 CLEANING OF SEWER MAINS Page 2 ol'5 1 PART 2 - PRODUCTS [NOT USED] 2 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 3 2.2 PRODUCT TYPES 4 A. Use only the type of cleaning material which will not create hazards to health or 5 property or affect treatment plant processes. 6 2.3 ACCESSORIES 7 2.4 SOURCE QUALITY CONTROL 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USEDI 11 3.3 PREPARATION [NOT USED] 12 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 13 3.5 RE'PAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USEDI 17 3.9 ADJUSTING [NOT USE, 18 3.10 CLEANING 19 A. General 20 1. All materials, equipment, and personnel necessary to complete the cleaning of the 21 sanitary sewer main and manholes must be present on the jobsite prior to isolating 22 the sewer manhole or line segment and beginning the cleaning process. 23 2. Maintain clean work and surrounding premises within the work limits so as to 24 comply with Federal, State, and local environmental and anti -pollution laws, 25 ordinances, codes, and regulations when cleaning and disposing of waste materials, 26 debris, and rubbish. 27 3. Deep the work and surrounding premises within work limits free of accumulations 28 of dirt, dust, waste materials, debris, and rubbish. 29 4. Suitable containers for storage of waste materials, debris, and rubbish shall be 30 provided until time of disposal. 31 a. It is the sole responsibility of the Contractor to secure a licensed legal dump site 32 for the disposal of this material_ 33 b. Under no circumstances shall sewage or solids removed from the main or 34 manhole be dumped onto streets or into ditches, catch basins, storm drains, or 35 sanitary sewers. CITY OF FORT WORTH Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crack Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0 13 09 Revised Decembci 2M, 2012 F 1prajectsl0) F 8�OS 1-01}2-0 W rk Prod}2-3 51'ECS}Fi nal Cmnhined50iv 33-Ulilitiesi73 04 50_Cieeni ng oT Sewer Mams_doc 330450-3 CLEANING OF SEWER MAINS Page 3 of 5 1 5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc. 2 from each sewer segment, including the manhole(s). 3 6. Selection of cleaning equipment and the method for cleaning shall be based on the 4 condition of the sanitary sewer mains at the time work commences and will be 5 subject to approval by the City. 6 7. 7 8. 8 9 is 9. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 10. All cleaning equipment and devices shall be operated by experienced personnel. Satisfactory precautions shall be taken to protect the sanitary sewer mains and manholes from damage that might be inflicted by the improper use of the cleaning process or equipment. Any damages done to a sewer main and/or structure by the Contractor shall be repaired by the Contractor at no additional cost and to the satisfaction of the City. Cleaning shall also include the manhole wall washing by high pressure water jet. 11. The Contractor may be required to demonstrate the performance capabilities of the cleaning equipment proposed for use on the project. a. If the results obtained by the proposed sanitary sewer cleaning equipment are not satisfactory, the Contractor shall use different equipment and/or attachments, as required, to meet City satisfaction. b. More than 1 type of equipment/attachments may be required at a location. 12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, weir, dam, or suction shall be constructed in the downstream manhole in such a manner that all the solids and debris are trapped for removal. 13. Whenever hydraulically -propelled cleaning tools which depend upon water pressure to provide their cleaning force, or any tool which retard the flow of water in the sanitary sewer lines are used, precautions shall be taken to insure that the water pressure created does not cause any damage or flooding to public or private property being served by the manhole section involved. 14. Any damage of property, as a result of flooding, shall be the liability and responsibility of the Contractor. 15. The flow of wastewater present in the sanitary sewer main shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 16. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. a. No fire hydrant shall be obstructed or used when there is a fire in the area. b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter and all related charges for the set-up, including the water usage bills from respective water purveyor agency. c. All expenses shall be considered incidental to the cleaning of the existing sanitary sewer mains. 40 B. Methods 41 1. Hydraulic Cleaning 42 a. Hydraulic -propelled devices which require a head of water to operate must 43 utilize a collapsible dam. 44 b. The dam must be easily collapsible to prevent damage to the sewer main, 45 property, etc. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F_5pmjectsiO3 [M057-01Q-0 Wrk Pm&2-3 SPECWina) Combined,Div 33-UtiliticsW 04 50_CTeaning or Scwer Mamss.doc 330450-4 CLEANING Or SEWER MATHS Page 4 of 5 1 c. When using hydraulically -propelled devices, precautions shall be taken to 2 insure that the water pressure created does not cause damage or flood public or 3 private property. 4 d. Do not increase the hydraulic gradient of the sanitary sewers beyond the 5 elevation that could cause overflow of sewage into area waterways or laterals. 6 e. The flow of wastewater present in the sanitary sewer main shall be utilized to 7 provide necessary fluid for hydraulic cleaning devices whenever possible. 8 2. High -Velocity Cleaning 9 a. Cleaning equipment that uses a high velocity water jet for removing debris shall 10 be capable of producing a minimum volume of 50 gpm, with a pressure of 11 1,500 psi, for the sanitary sewer line and 3,500 psi for the (manhole) structure 12 at the pump. 13 1) Any variations to this pumping rate must be approved, in advance, by the 14 City. 15 2) To prevent damage to older sewer mains and property, a pressure less than 16 1500 psi can be used. 17 3) A working pressure gauge shall be used on the discharge of all high 18 pressure water pumps. 19 4) For sewers 18 inches and larger in diameter, in addition to conventional 20 nozzles, use a nozzle which directs the cleaning force to the bottom of the 21 pipe. 22 5) Operate the equipment so that the pressurized nozzle continues to move at 23 all times. 24 6) The pressurized nozzle shall be turned off or reduced anytime the hose is 25 on hold or delayed in order to prevent damage to the line. 26 3. Mechanical Cleaning 27 a. Mechanical cleaning, in addition to normal cleaning when required, shall be 28 with approved equipment and accessories driven by power winching devices. 29 b. Submit the equipment manufacturer's operational manual and guidelines to the 30 City, which shall be followed strictly unless modified by the City. 31 c. All equipment and devices shall be operated by experienced operators so that 32 they do not damage the pipe in the process of cleaning. 33 d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other 34 debris -removing equipment/accessories shall be used as appropriate and 35 necessary in the field, in conjunction with the approved power machines. 36 e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, 37 snakes, scooters, sewer balls, kites, and other approved equipment, in 38 conjunction with hand winching device, and/or gas, electric rod propelled 39 devices, shall be considered normal cleaning equipment. 40 3.11 CLOSEOUT ACTIVITIES [NOT USED] 41 3.12 PROTECTION [NOT USED] 42 3.13 MAINTE, NANCE [NOT USE, 43 3.14 ATTACIIMENTS [NOT USED] 44 END OF SECTION CITY OF FORT WORTH Eagle Mountain Lake Eiasin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FSproieels103181057-0112-0 Wrk Pro62-3 VF.CS1Fna1 C—T i—dOw 31-rltilities433 04 50_Cleaninn� of Sewer Mains.dne 330450-5 CLEANING OF SEWER MAINS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE ary Or FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.Ipru}ects10318W,57-0112-0 Wik I'indk2-3 SPFCS4Final ComhinedlDiv 33-UtilitiesU3 04 50_Cleaning of Sewer Mains-doc 3305 10- 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page l of 21 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACIUILL 3 PART 1 - GENERALL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and BackfiIl for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. Delete the title of Paragraph 3.4.D. 4. And replace with the following title: 26 "Sanitary Sewer Lines and Storm Sewer Lines (HDPE and PVC) 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 — Bidding Requirements, Contract Fonns, and Conditions of the 29 Contract 30 2. Division 1 — General Requirements 31 3. Section 02 41 13 Selective Site Demolition 32 4. Section 02 4I 15 Paving Removal 33 5. Section 02 41 14 — Utility Removal/Abandonment 34 6. Section 03 30 00 — Cast -in -place Concrete 35 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 36 8. Section 31 10 00 Site Clearing 37 9. Section 31 25 00 — Erosion and Sediment Control 38 10. Section 33 05 26 — Utility Markers/Locators 39 11. Section 34 71 13 —Traffic Control CITY OF FORT WORTIt Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 12, 2016 F-5projeosM I3\057-01k2-0 Wrk P o&2-3 SPECSTinal COm6inc&Div 33-Utuhiie "105 t0_IhihLy Trench Excaval ion. E&nbed=nt and 6ackfi€I.doc 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 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 Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work perfonmed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) 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. 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 CITY OF FORT WORT'11 Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 12, 2016 rAPr0ject5103185057-0142-0 Wrk Rad52-3 Cm b]n MDiv 33-Ulililie,L33 Oi 10_Utilily Trench Excavation. Em,badm ,t and nackti➢.doc 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL i Page 3 of 21 1 b) Additional Testing 2 c) Ground water control system installation 3 d) Ground water control system operations and maintenance 4 e) Disposal of water 5 f) Removal of ground water control system 6 5. Trench Safety 7 a. Measurement 8 1) Measured per linear foot of excavation for all trenches that require trench 9 safety in accordance with OSHA excavation safety standards (29 CFR Part 10 1926 Subpart P Safety and Health regulations for Construction) 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price bid per linear foot of excavation to comply with OSHA excavation 15 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 16 limited to, all submittals, labor and equipment. 17 1.3 REFERENCES 18 A. Definitions 19 1. General — Definitions used in this section are in accordance with Terminologies 20 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 21 noted. 22 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 23 haunebing bedding, springline, pipe zone and foundation are defined as shown in ! 24 the following schematic: CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised De-ccmbcr 12, 2016 FtlprojectsAl l810.57-0n2-0 Wrk Ptu&2-3 SPECSTinai CombinedlDiv 33-Utilitics433 OS 10_Utility Trench Excavation, Entbedmenr and Back@ll.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 33 05 10-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 TO�ffAVE 0 AREAS" UNPAWM AREAS \- Ln '7 i3AL'�E'iLL �/ \Z SPRINGLNL i UNDA 11CIN OD CLEARANCE EXCAVATED TRENN WDTH 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. CITY OF FORT WOK t'H Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 12, 2016 F:lprojmisW3181057-01%2-0 Nrk 1'md52-3 SPFCSTinal Combined\Div 33-UdliiScs133 05 10_Uri1ity Trench txcdvation, Embedment and BackFill.doc i I 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 1 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large 2 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 3 f. ASTM D588 Standard Test method for Moisture -Density Relations of Soil- 4 Cement Mixture 5 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 6 Soil Using Stand Efforts (12,400 ft-lb/0 600 Kn-m/M3)). 7 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 8 Place by Sand Cone Method. 9 i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes 10 (Unified Soil Classification System) 11 _j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 12 and Other Gravity -Flow Applications 13 k. ASTM D2922 Standard Test Methods for Density of Soils and Soil 14 Aggregate in Place by Nuclear Methods (Shallow Depth) 15 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 16 place by Nuclear Methods (Shallow Depth) 17 in. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 18 Weight of Soils and Calculations of Relative Density 19 3. OSHA 20 a. Occupational Safety and Health Administration C1~R 29, Part 1926-Safety 21 Regulations for Construction, Subpart P - Excavations 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Utility Company Notification 25 a. Notify area utility companies at least 48 hours in advance, excluding weekends 26 and holidays, before starting excavation. 27 b. Request the location of buried lines and cables in the vicinity of the proposed 28 work. 29 B. Sequencing 30 1. Sequence work for each section of the pipe installed to complete the embedment 31 and backfill placement on the day the pipe foundation is complete. 32 2. Sequence work such that proctors are complete in accordance with ASTM D698 33 prior to commencement of construction activities. 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 01 33 00. 36 B. All submittals shall be approved by the City prior to construction. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Shop Drawings 39 1. Provide detailed drawings and explanation for ground water and surface water 40 control, if required. 41 2. Trench Safety Plan in accordance with Occupational Safety and Health 42 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 43 Excavations CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPEC]F1CATION DOCUMENTS City Project No.: 01309 Revisod December 12, 2016 F_5pr jec[c5p11 ti5057-MR -0 Wrk ProdQ-3 $PFCSTinat CombimdSDiv 33-Utilities133 05 t0_Unlity Trench Excavation. Embedment and Backfill_doc 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page, 6 of 21 1 3. Stockpiled excavation and/or backfill material 2 a. Provide a description of the storage of the excavated material only if the 3 Contract Documents do not allow storage of materials in the right-of-way of the 4 easement. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING 9 A. Storage 10 1. Within Existing Rights -of -Way (ROW) 1 1 a. Spoil, imported embedment and backfill materials may be stored within 12 existing ROW, easements or temporary construction easements, unless 13 specifically disallowed in the Contract Documents. 14 b. Do not block drainage ways, inlets or driveways. 15 c. Provide erosion control in accordance with Section 3125 00. 16 d. Store materials only in areas barricaded as provided in the traffic control plans. 17 e. In non -paved areas, do not store material on the root zone of any trees or in 18 landscaped areas. 19 2. Designated Storage Areas 20 a. If the Contract Documents do not allow the storage of spoils, embedment or 21 backfill materials within the ROW, easement or temporary construction 22 easement, then secure and maintain an adequate storage location. 23 b. Provide an affidavit that rights have been secured to store the materials on 24 private property. 25 c. Provide erosion control in accordance with Section 3125 00. 26 d. Do not block drainage ways. 27 e. Only materials used for 1 working day will be allowed to be stored in the work 28 zone. 29 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 30 1.11 FIELD [SITE] CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FOWI' WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big FossiI Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0 13 09 Revised December 12, 2016 J—Aprni-ts%0.11 M057-0t12-0 Wrk Nod12-3 SPE-CSTinat Comhi,edlDi, 33-Utihfi s%1I 05 IO. Utirily Tench E--tiun. Hnhed3 nr and Back511_doc 3305 10 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1. OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 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 %" 0 ]1" 0-5 #4 0-10 916 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 S 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 Eagle Mountain Lake Basin Sanitary Sewer Diversion] Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.' Ot309 Revised December 12, 2016 1-IprojwS%031 W57-ON-0 Wrk Nod12.3 SPECStFMal C0Tnbincdl Div 33-Utilitin W 05 10_Wility Trench Excavation, Embedmem and Backfill.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACIKFILL Page 8 of 21 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a, Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM C 123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/I1 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 Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 12, 2016 FAp,ojects4031X%057-0112-0 Wrk Fm&2-3 SPFCWinA Combined%Div 33-Utilidesl33 0.5 10_Hinq Tm,cl, Exca h—, E-b6 d[ nackfiti.dac 330510-9 UTILITY 7RENCI3 EXCAVA'1'JON, EMBEDMENT, AND BACKFILL Page 9 of 21 4 1 1. Random samples of delivered product will be taken in the field at point of 2 delivery for each day of placement in the work area. Specimens will be 3 prepared in accordance with ASTM D1632. 4 10, Controlled Low Strength Material (CLSM) 5 a. Conform to Section 03 34 13 6 11. Trench Geotextile Fabric 7 a. Soils other than ML or OH in accordance with ASTM D2487 8 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 9 2) Fibers shall retain their relative position 10 3) Inert to biological degradation 11 4) Resist naturally occurring chemicals 12 5) LTV Resistant 13 6) Mirafi 140N by Tencate, or approved equal 14 b. Soils Classified as ML or OH in accordance with ASTM D2487 15 1) High -tenacity monofilament polypropylene woven yarn 16 2) Percent open area of 8 percent to 10 percent 17 3) Fibers shall retain their relative position 18 4) Inert to biological degradation 19 5) Resist naturally occurring chemicals 20 6) LTV Resistant 21 7) Mirafi FW402 by Tencate, or approved equal 22 12. Concrete Encasement 23 a. Conform to Section 03 30 00, 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED 28 3.2 EXAMINATION 29 A. Verification of Conditions 30 1. Review all known, identified or marked utilities, whether public or private, prior to 31 excavation. 32 2. Locate and protect all known, identified and marked utilities or underground 33 facilities as excavation progresses. 34 3. Notify all utility owners within the project Iimits 48 hours prior to beginning 35 excavation. 36 4. The information and data shown in the Drawings with respect to utilities is 37 approximate and based on record information or on physical appurtenances 38 observed within the project limits. 39 5. Coordinate with the Owner(s) of underground facilities. 40 6. Immediately notify any utility owner of damages to underground facilities resulting 41 from construction activities. 42 7. Repair any damages resulting from the construction activities. J CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONS77ZUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 12, 2016 1-iprgicct5l031 St057.01V-0 WA Prodhb3 SPECS%Final Ca bin &1)iv 33-tltilitie W 05 10 UFility Trench Excavation, Eh Acdment and Back fill.doc 33 05 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFLLL Page 10 of 21 1 B. Notify the City immediately of any changed condition that impacts excavation and 2 installation of the proposed utility. 3 3.3 PREPARATION 4 A. Protection of In -Place Conditions 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 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 Iicensed 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. 1) 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. 6. 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 anus, pull boxes, traffic cabinets, conduit and detector loops. CITY OF FORT WOR Ill Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 12, 2016 FAp,cje ts503181057-01%2-0 Wrk 10_Utility Trench E.c .1i ,, Embedment and Backfill.d- 3305 10 - 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page I 1 of 21 1 c. Immediately notify the City's Traffic Services Division if any damage occurs to 2 any component of the traffic signal due to the contractors activities. 3 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 4 cabinets, conduit and detector loops as a result of the construction activities. 5 7. Fences 6 a. Protect all fences designated to remain. 7 b. Leave fence in the equal or better condition as prior to construction. 8 3.4 INSTALLATION 9 A. Excavation 10 1. Excavate to a depth indicated on the Drawings. 11 2. Trench excavations are defined as unclassified. No additional payment shall be 12 granted for rock or other in -situ materials encountered in the trench. I3 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 14 and bracing in accordance with the Excavation Safety flan. 15 4. The bottom of the excavation shall be firm and fee from standing water. 16 a. Notify the City immediately if the water and/or the in -situ soils do not provide 17 for a firm trench bottom. 18 b. The City will determine if any changes are required in the pipe foundation or 19 bedding. 20 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 21 excavation shall not advance beyond the pipe placement so that the trench may be 22 baekfilled in the same day. 23 6. Over Excavation 24 a. Fill over excavated areas with the specified bedding material as specified for 25 the specific pipe to be installed. 26 b. No additional payment will be made for over excavation or additional bedding 27 material. 28 7. Unacceptable Backfill Materials 29 a. In -situ soils classified as unacceptable backfill material shall be separated from 30 acceptable backfill materials. 31 b. If the unacceptable backfill material is to be blended in accordance with this 32 Specification, then store material in a suitable Iocation until the material is 33 blended. 34 c. Remove all unacceptable material from the project site that is not intended to be 35 blended or modified. 36 8. Rock --- No additional compensation will be paid for rock excavation or other 37 changed field conditions. 38 B. Shoring, Sheeting and Bracing 39 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 40 specific excavation safety system in accordance with Federal and State 41 requirements. 42 2. Excavation protection systems shall be designed according to the space limitations 43 as indicated in the Drawings. 44 3. Furnish, put in place and maintain a trench safety system in accordance with the 45 Excavation Safety Plan and required by Federal, State or local safety requirements. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossif Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Piujcci No.: 01309 Revised December 12, 2016 Fdprojects%031=57.0112-0 Wrk ProdQ-3 SPLMI-inai 05 10_U1iWy Trench E.%cavation_ Einbcd-1 and Backfill.doc 3305 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 1 4. If soil or water conditions are encountered that are not addressed by the current 2 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 3 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 4 City. 5 5. Do not allow soil, or water containing soil, to migrate through the Excavation 6 Safety System in sufficient quantities to adversely affect the suitability of the 7 Excavation Protection System. Movable bracing, shoring plates or trench boxes 8 used to support the sides of the trench excavation shall not: 9 a. Disturb the embedment located in the pipe zone or lower 10 b. Alter the pipe's line and grade after the Excavation Protection System is l I removed 12 c. Compromise the compaction of the embedment located below the spring line of 13 the pipe and in the haunching 14 C. Water Control 15 1. Surface Water 16 a. Furnish all materials and equipment and perform all incidental work required to 17 direct surface water away from the excavation. 18 2. Ground Water 19 a. Furnish all materials and equipment to dewater ground water by a method 20 which preserves the undisturbed state of the subgrade soils. 21 b. Do not allow the pipe to be submerged within 24 hours after placement. 22 c. Do not allow water to flow over concrete until it has sufficiently cured. 23 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 24 Control Plan if any of the following conditions are encountered: 25 1) A Ground Water Control Plan is specifically required by the Contract 26 Documents 27 2) If in the sole judgment of the City, ground water is so severe that an 28 Engineered Ground Water Control Plan is required to protect the trench or 29 the installation of the pipe which may include: 30 a) Ground water levels in the trench are unable to be maintained below 31 the top of the bedding 32 b) A firm trench bottom cannot be maintained due to ground water 33 c) Ground water entering the excavation undermines the stability of the 34 excavation. 35 d) Ground water entering the excavation is transporting unacceptable 36 quantities of soils through the Excavation Safety System. 37 e. In the event that there is no bid item for a Ground Water Control and the City 38 requires an Engineered Ground Water Control Plan due to conditions 39 discovered at the site, the contractor will be eligible to submit a change order. 40 f. Control of ground water shall be considered subsidiary to the excavation when: 41 1) No Ground Water Control Plan is specifically identified and required in the 42 Contract Documents 43 g. Ground Water Control Plan installation, operation and maintenance 44 1) Furnish all materials and equipment necessary to implement, operate and 45 maintain the Ground Water Control Plan. 46 2) Once the excavation is complete, remove all ground water control 47 equipment not called to be incorporated into the work. 48 h. Water Disposal CITY OF FORT WORTH Eaglc Mountain Lake Basin Sanitary Sewer Divmion Pipciinc to Big Fossil Cicek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Projcct No.: 01309 Reviscd December 12, 2016 F:1ProjemM 1 R1057-0112-0 Wrk Prod12-3 SPECSTinal CoinbinedlDiv 31-ntilitie1133 05 10_UtiGty T rencic Exc vation. Embedment and Backfiii.doc 3305 10-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of2l 1 1) Dispose of ground water in accordance with City policy or Ordinance. 2 2) Do not discharge ground water onto or across private property without 3 written permission. 4 3) Permission from the City is required prior to disposal into the Sanitary 5 Sewer. 6 4) Disposal shall not violate any Federal, State or local regulations. 7 D. Embedment and Pipe Placement 8 1. Water Lines less than, or equal to, 12 inches in diameter: 9 a. The entire embedment zone shall be of uniform material. 10 b. Utility sand shall be generally used for embedment. 11 c. If ground water is in sufficient quantity to cause sand to pump, then use I2 crushed rock as embedment. 13 1) If crushed rock is not specifically identified in the Contract Documents, 14 then crushed rock shall be paid by the pre -bid unit price. 15 d. Place evenly spread bedding material on a firm trench bottom. 16 e. Provide firm, uniform bedding. 17 f Place pipe on the bedding in accordance with the alignment of the Drawings. 18 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 19 proposed grade, unless specifically called for in the Drawings. 20 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 21 more than 12 inches, above the pipe. 22 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 23 the elevation of the valve nut. 24 j. Form all blocking against undisturbed trench wall to the dimensions in the 25 Drawings. 26 k. Compact embedment and initial backfill. 27 1. Place marker tape on top of the initial trench backfill in accordance with 28 Section 33 05 26. 29 2. Water Lines 16-inches through 24-inches in diameter: 30 a. The entire embedment zone shall be of uniform material. 31 b. Utility sand may be used for embedment when the excavated trench depth is 32 less than 15 feet deep. 33 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 34 trench depths 15 feet, or greater. 35 d. Crushed rock shall be used for embedment for steel pipe. 36 e. Provide trench geotextile fabric at any location where crushed rock or fine 37 crushed rock come into contact with utility sand 38 f. Place evenly spread bedding material on a firm trench bottom. 39 g. Provide firm, uniform bedding. 40 1) Additional bedding may be required if ground water is present in the 41 trench. 42 2) If additional crushed rock is required not specifically identified in the 43 Contract Documents, then crushed rock shall be paid by the pre -bid unit 44 price- 45 h. Place pipe on the bedding according to the alignment shown on the Drawings. 46 i. The pipe line shall be within: 47 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 48 lines CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 12, 2016 FApncje tsT3i 85057-0112-0 W,k P,.&2-3 SPEC AFinal Com6i—dMir 33-UtilitiesM 05 10—U66ty Tiencit Excavation, Embedment and Backtill doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3305 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. 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 backfill 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 on a firm trench bottom. 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. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) ±1 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. 1. 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. CrTY OF FORT WORTti h�agle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No.: 0 t309 Revised December 12, 2016 F:W.je ts501I MOM IQ-0 Wrk F-d%2-3 SPECs4Fina1 C—binedWiv 33-ULiM-W 05 10_Utilily T—h Ezcavatinn, F: L,�dmem and R-H,11 dne 3305 10 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILI_ r' Page 15 ol'21 1 e. Provide firm, uniform bedding. 2 1) Additional bedding may be required if ground water is present in the 3 trench. 4 2) If additional crushed rock is required which is not specifically identified in 5 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 6 price. 7 f. Place pipe on the bedding according to the alignment shown in the Drawings. 8 g. The pipe line shall be within +0.1 inches of the elevation, and be consistent 9 with the grade shown on the Drawings. 10 h. Place and compact embedment material to adequately support haunches in 11 accordance with the pipe manufacturer's recommendations. 12 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 13 exceed the spring line prior to compaction. 14 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 15 but not more than 12 inches, above the pipe. 16 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 17 ASTM D 698. 18 1. Density test may be performed by City to verify that the compaction of 19 embedment meets requirements. 20 in. Place trench geotextile fabric on top of the initial backfill. 21 n. Place marker tape on top of the trench geotextile fabric in accordance with 22 Section 33 05 26. 23 5. Storm Sewer (RCP) 24 a. The bedding and the pipe zone up to the spring line shall be of uniform 25 material. -- 26 b. Crushed rock shall be used for embedment up to the spring line. 27 c. The specified backfill material may be used above the spring line. 28 d. Place evenly spread bedding material on a firm trench bottom. 29 e. Spread bedding so that lines and grades are maintained and that there are no 30 sags in the storm sewer pipe line. 31 f. Provide firm, uniform bedding. 32 1) Additional bedding may be required if ground water is present in the 33 trench. 34 2) If additional crushed rock is required which is not specifically identified in 35 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 36 price. 37 g. Place pipe on the bedding according to the alignment of the Drawings. 38 h. The pipe line shall be within t0.1 inches of the elevation, and be consistent 39 with the grade, shown on the Drawings. 40 i. Place embedment material up to the spring line. 41 1) Place embedment to ensure that adequate support is obtained in the haunch. 42 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 43 ASTM D 698. 44 k. Density test may be performed by City to verify that the compaction of 45 embedment meets requirements. 46 1. Place trench geotextile fabric on top of pipe and crushed rock. 47 6. Storm Sewer Reinforced Concrete Box 48 a. Crushed rock shall be used for bedding. 49 b. The pipe zone and the initial backfill shall be: CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 12, 2016 F 1p-jectsl031810i7-01%2-0 Wrk FmdQ-3 SFECSWinal ConlbinedlDw 33-Unlitiesl33 01 10_Utility "french Excavation, Cmbedment and Backfill.doc 3305 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFIL L Page 16 of21 1 1) Crushed rock, or 2 2) Acceptable backfill material compacted to 95 percent Standard Proctor 3 density 4 c. Place evenly spread compacted bedding material on a firm trench bottom. 5 d. Spread bedding so that Iines and grades are maintained and that there are no 6 sags in the storm sewer pipe line. 7 e. Provide firm, uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 price. f. PilI the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. 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, riniform 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 all of the Drawings. g. Place remaining embedment, including initial backfill, to a minimurn 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. B. Trench Backfill 1. At a minimum, place backfill in such a planner that the required in -place density and moisture content is obtained, and so (hat there will be no damage to the surface, pavement or structures due to any trench settlement or french movement. CITY OF FORT WORTI-1 Eagle Mountain Lake Basin Sanitary Smer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Rcvised December 12, 2016 Fllpro,jeas�p3181057-01120 Wrk P,nd12-3 SPECS1F4.1 Combi &Div 13-Utilimsl33 05 100tiiity Bench Excavation, Embedinenl and Backfill doc 3305 10 - 17 CTI'ILrI'Y TRENCII EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 2l 1 a. Meeting the requirement herein does not relieve the responsibility to damages 2 associated with the Work. 3 2. Backfill Material 4 a. Final backfill depth Iess than 15 feet 5 1) Backfill with: 6 a) Acceptable backfill material 7 b) Blended backfill material, or 8 c) Select backfill material, CSS, or CLSM when specifically required 9 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 10 1) Backfill depth from 0 tol5 feet deep l l a) Backfill with: 12 (1) Acceptable backfill material 13 (2) Blended backfill material, or 14 (3) Select backfill material, CSS, or CLSM when specifically required 15 2) Backfill depth from 15 feet and greater 16 a) Backfill with: 17 (1) Select Fill 18 (2) CSS, or 19 (3) CLSM when specifically required 20 c. Final backfill depth 15 feet or greater: not under pavement or future pavement) 21 1) Backfill with: 22 a) Acceptable backfill material, or 23 b) Blended backfill material 24 d. Backfill for service lines: 25 1) Backfill for water or sewer service lines shall be the same as the 26 requirement of the main that the service is connected to. 27 3. Required Compaction and Density 28 a. Final backfill (depths less than 15 feet) 29 1) Compact acceptable backfill material, blended backfill material or select 30 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 31 moisture content within -2 to +5 percent of the optimum moisture. 32 2) CSS or CLSM requires no compaction. 33 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 34 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 35 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 36 moisture. 37 2) CSS or CLSM requires no compaction. 38 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 39 1) Compact acceptable backfill material blended backfill material, or select 40 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 41 moisture content within -2 to +5 percent of the optimum moisture. 42 4. Saturated Soils 43 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 44 optimum moisture content, the soils are considered saturated. 45 b. Flooding the trench or water jetting is strictly prohibited. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Cicck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 12, 2016 Flproje ts%W M057-01%2-0 Wrk P-&2-3 SPECSTmal Combme&Di, 33-Uulfues533 05 10_Utffity Trench E -tion, F badmen( and Backfill,doc 3305 10 - 18 1JTlLFFY "FRENCH EXCAVATION, EMBEDMENT, AND BACKFII.I_ Page 18 of'21 1 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 2 Appendix, Contractor shall proceed with Work following all backfill 3 procedures outlined in the Drawings for areas of soil saturation greater than 5 4 percent. 5 d. If saturated soils are encountered during Work but not identified in Drawings or 6 Geotechnical Report in the Appendix: 7 1) The Contractor shall: 8 a) Immediately notify the City. 9 b) Submit a Contract Claim for Extra Work associated with direction from 10 City, 11 2) The City shall: 12 a) Investigate soils and determine if Work can proceed in the identified 13 location. 14 b) Direct the Contractor of changed backfill procedures associated with 15 the saturated soils that may include: 16 (1) Imported backfill 17 (2) A site specific backfill design 18 5. Placement of Backfill 19 a. Use only compaction equipment specifically designed for compaction of a 20 particular soil type and within the space and depth limitation experienced in the 21 trench. 22 b. Flooding the trench or water setting is strictly prohibited. 23 c. Place in loose lifts not to exceed 12 inches. 24 d. Compact to specified densities. 25 e. Compact only on top of initial backfill, undisturbed trench or previously 26 compacted backfill. 27 f. Remove any loose materials due to the movement of any trench box or shoring 28 or due to sloughing of the trench wall. 29 g. Install appropriate tracking balls for water and sanitary sewer trenches in 30 accordance with Section 33 05 26. 31 6. Backr]l Means and Methods Demonstration 32 a. Notify the City in writing with sufficient time for the City to obtain samples 33 and perform standard proctor test in accordance with ASTM D698. 34 b_ The results of the standard proctor test must be received prior to beginning 35 excavation. 36 c. Upon commencing of backfill placement for the project the Contractor shall 37 demonstrate means and methods to obtain the required densities. 38 d. Demonstrate Means and Methods for compaction including: 39 1) Depth of lifts for backfill which shall not exceed 12 inches 40 2) Method of moisture control for excessively dry or wet backfill 41 3) Placement and moving trench box, if used 42 4) Compaction techniques in an open trench 43 5) Compaction techniques around structure 44 e. Provide a testing trench box to provide access to the recently backfilled 45 material. 46 f: The City will provide a qualified testing lab full time during this period to 47 randomly test density and moisture continent_ 48 1) The testing lab will provide results as available on the job site. CITY OF FORT WORTH Eagle Mountain bake Basin Sanitary Scwcr Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City project No.: 01309 Revised December 12, 2016 FAprojectsl03M057-0112-0 Wrk Prod%2-3 SPECS\Final Cc,nbmcd�Ury 33-Ulilit ie U3 05 10_U61ily Trench F.--Ilion, Emhedment and Back 511. doe 3305 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of2l 1 7. Varying Ground Conditions 2 a. Notify the City of varying ground conditions and the need for additional 3 proctors. 4 b. Request additional proctors when soil conditions change. 5 c. The City may acquire additional proctors at its discretion. 6 d. Significant changes in soil conditions will require an additional Means and 7 Methods demonstration. 8 3.5 REPAIR [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 FIELD QUALITY CONTROL 11 A. Field Tests and Inspections 12 1. Proctors 13 a. The City will perform Proctors in accordance with ASTM D698. 14 b. Test results will generally be available to within 4 calendar days and distributed 15 to: 16 1) Contractor 17 2) City Project Manager 18 3) City Inspector 19 4) Engineer 20 c. Notify the City if the characteristic of the soil changes. 21 d. City will perform new proctors for varying soils: 22 1) When indicated in the geotechnical investigation in the Appendix 23 2) If notified by the Contractor 24 3) At the convenience of the City 25 e. Trenches where different soil types are present at different depths, the proctors 26 shall be based on the mixture of those soils. 27 2. Density Testing of Backfrll 28 a. Density Tests shall be in conformance with ASTM D2922. 29 b. Provide a testing trench protection for trench depths in excess of 5 feet. 30 c. Place, move and remove testing trench protection as necessary to facilitate all 31 test conducted by the City. 32 d. For final backfill depths less than 15 feet and trenches of any depth not under 33 existing or future pavement: 34 1) The City will perform density testing twice per working day when 35 backfilling operations are being conducted. 36 2) The testing lab shall take a minimum of 3 density tests of the current lift in 37 the available trench. 38 e. For final backfill depths 15 feet and greater deep and under existing or future 39 pavement: 40 1) The City will perform density testing twice per working day when 41 backfilling operations are being conducted. 42 2) The testing lab shall take a minimum of 3 density tests of the current lift in 43 the available trench. 44 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 45 f. Make the excavation available for testing. 46 g. The City will determine the location of the test. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 12, 2016 F:%pr jectslDl&ti057-0R2-0 WA Pno&2-3 SPECSSFinal ComhinedWiv 334hihties133 05 10_Utility Trench Excavation- Emhedatent and Back811 doc 3305 10 -20 UTILITY TRENCH EXCAVA'TION, EMBEDME N"r, AND BACKFILL Page 20 of 21 1 h. The City testing lab will provide results to Contractor and the City's Inspector 2 upon completion of the testing. 3 i. A forinal report will be posted to the City's Buzzsaw site within 48 hours. 4 j. Test reports shall include: 5 1) Location of test by station number 6 2) Time and date of test 7 3) Depth of testing 8 4) Field moisture 9 5) Dry density 10 6) Proctor identifier 11 7) Percent Proctor Density 12 3. Density of Embedment 13 a. Storm sewer boxes that are embedded with acceptable backfill material, 14 blended backfill material, cement modified backfill material or select material 15 will follow the same testing procedure as backfill. 16 b. The City may test fine crushed rock or crushed rock embedment in accordance 17 with ASTM D2922 or ASTM 1556. 18 B. Non -Conforming Work 19 1. All non -conforming work shall be removed and replaced. 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USE, 23 3.11 CLOSEOUT ACTIVITIES [NOT USED 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE jNOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 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 12/20/203 2 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 61l8i2013 D. Johnson quantity 2.2.A — Added language for concrete encasement CITY of FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Cieck Basin STANDARD CONSTRUCTION SPI'.C1FICATION DOCUMENTS City Pro jcct No.: 01309 Revised December 12, 2016 1`AP1Djects1031M057-OF12-0 W,k ProdV.-3 SPECSV"ioal Combine,10iv 33-1j1i1ities133 05 10_U[ility French Excavation, Enbedmen[ and Sackflll_dnc 3305 10 - 21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 12/12/16 1 Z. Arega I 2.2.A. J .d Modify gradation for sand material CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No__ 01309 Revised December 12, 2016 F%pmj-[,s Q3L$X057-0JN2-Q Wrk Pmd52-3 SPEC55Final CombmcdlDiv 33-UliliocsW 03 10_00ity re-h Excavation, F nbedrnent and B-kfitkd— r" 330513-I FRAME, COVER, AND GRADF RINGS Page 1 of 5 1 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes- 6 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and 7 storm drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 -- General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame, cover 18 and grade rings. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place, and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. ASTM International (ASTM) 29 a. ASTM A48 — Standard Specification for Cray Iron Castings 30 b. ASTM A536 - Standard Specification for Ductile Iron Castings 31 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 32 3. American. Association of State Highways and Transportation Officials (AASHTO) 33 a. AASHTO M306 —Standard Specification for Drainage, Sewer, Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pm_ject No 01309 Revised January 22, 2016 Flpr je W0U1%057-0112-0 Wrk P-&2-3 SPECST-1 C—bi.eMi, 33-Wliti-M 05 13_F,a Cover and Grade Riugs.doc 330513-2 FRAME, COVER, AND GRADE RINGS Page 2 of 5 1 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 2 fabrication for specials. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. All castings shall be cast with: 6 a. Approved foundry's naive 7 b. Part number 8 c. Country of origin 9 2. Provide manufacturer's: 10 a. Specifications 11 b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 e. Installation instructions 15 B. Certificates 16 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 17 designations. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED JoR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 B. Castings 34 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 35 2. Use castings for covers that conforin to ASTM A536, Grade 65-45-12 or better. 36 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 37 loading with permanent deformation. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcek Basin STANDARD CONSTRUCTION SPL•CIPICATiON DOCUMENTS City Project No.: 01309 Revised January 22, 2016 F-1p,0j-t.W318W57-01%2-0 Wrk Prod%2-3 SPECSTi-I Combio"Dir 33-UtiIiti-\33 05 13_ Frame Coveand Grede Rmg.duc 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 5 1 4. Covers 2 a. Size to set flush with the frame with no larger than a 1/8 inch gap between. the 3 frame and cover 4 b. Provide with 2 inch wide pick slots in lieu of pick holes. 5 c. Provide gasket in frame and cover. 6 d. Standard Dimensions 7 1) Sanitary Sewer 8 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 9 cover assemblies unless otherwise specified in the Contract Documents. 10 2) Storm Drain 11 a) Provide a clear opening of 22 1/2 inches for all storm drain frames, 12 inlets and cover assemblies unless otherwise specified in the Contract 13 Documents. 14 b) Provide a minimum clear opening of 30 inches for all storm sewer 15 manholes and junction structures. 16 e. Standard Labels 17 1) Water 18 a) Cast lid with the word "WATER" in 2-inch letters across the lid. 19 2) Sanitary Sewer 20 a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across 21 the lid. 22 3) Storm Drain 23 a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the 24 lid. 25 f. Hinge Covers 26 1) Provide water tight gasket on all hinged covers. 27 2) Water 28 a) Provide hinged covers for all water structures. 29 3) Sanitary Sewer 30 a) Provide hinged covers for all manholes or structures constructed over 31 24-inch sewer lines and larger and for manholes where rim elevations 32 are greater than 12 inches above the surface. 33 C. Grade Rings 34 1. Provide grade rings in sizes from 2-inch up to 8-inch. 35 2. Use concrete in traffic loading areas. 36 3. In non -traffic areas concrete or HDPE can be used. 37 D. Joint Sealant 38 1. Provide a pre --formed or trowelable bitumastic sealant in an extrudable or flat tape 39 form. 40 2. Provide sealant that is not dependant on a chemical action for its adhesive 41 properties or cohesive strength. CITY OF FORT WORTH Eagle Mountain lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqjecl No.: 01309 Revised January 22, 2016 Flprajens10318%057-0112-0 Wrk Pmd42-3 SFFCS4Fina1 CombincdWw 33-1)61iliesM 05 13_Frame Cover and Grade Rings_do 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 330513-4 FRAME, COVER, AND GRADE RINGS Page 4 of 5 A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings, C. Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D, Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 22, 2015 Faprojecisl031 M057-01%2-0 Wrk Pro&2-3 SPECSITinal Cum61ned1Div 33-Unliues133 05 13_Frame Cover and Grade Rings.doc r 1 3305 13 -5 FRAME, COVER, AND GRADE RINGS Page 5 o15 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [m] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USE, 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 6/25/2014 F. Griffin Corrected error in Part 2-2.2-13-4-d-2-a. Cover size should be. 22 V2 inches rather than 19 % inches. 1/22/2016 F. Griffin Part 2-2.2-13-4-d-2-a., Cover size updated to 30 inches to match Detail 33 05 16- D417. CfrY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised January 22, 2016 FApwjj ts%03131057-0[52-0 Mk 1'md12-3 SFECMFinal CombmedXDiv 33-Ud itie %33 05 13_F—o C.— and G,adc P11ICS.doc 3305 14--1 ADJUSTING MANHOLES, INLETS, 'VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page I of 7 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. NOR87 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15, 3. Section 32 01 17 Permanent Asphalt paving Repair 16 4. Section 32 0129 — Concrete Paving Repair 17 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 6. Section 33 05 13 — Frame, Cover and Grade Rings 19 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 20 8. Section 33 39 20 — Precast Concrete Manholes 21 9. Section 33 12 20 Resilient Seated (Wedge) Gate Valve 22 10. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valve 23 11. Section 33 04 11 — Corrosion Control Test Station 24 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Manhole — Minor Adjustment 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment using only grade 30 rings or other minor adjustment devices to raise or lower a manhole to a grade 31 as specified on the Drawings. 32 b. Payment 33 1) The work , eff , t and the materials R f::isheu in aeeeFdanee .itsthis 34 "Manhole 35 . 36 11) Payiiteltt-f6i adjoi'anv-slrubtitit;tl(a1 to 411.pX ac01 iLem. 37 c. The price bid shall include: 38 1) Pavement removal 39 2) Excavation 0 0 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeet No.: 01309 Revised December 20, 2012 FAprojects503185057-0152-0 Wrk Piod52-3 SPHCS\COnformed133 05 14_Adjnsting Manholes, Inlets, Valve Hoxe , and Other StmctuM to Crade.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3305 14 - 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 3) Hauling 4) Disposal of excess material 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 be 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: i ) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, 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 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 on the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter- b. Payment 1) 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- e. 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 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lpmjects103181057-01U-0 Wrk Pmdl2-3 SPEC51Conformedti33 05 l4_Adjusting Manholes, Inlets, Valve Boxes, and Other Struawm to Omde.doc 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 4. Inlet 2 a. Measurement 3 1) Measurement for this Item shall be per each adjustment requiring structural 4 modifications to inlet to a grade specified on the Drawings. 5 b. Payment 6 1) The work performed and the materials furnished in accordance with this 7 Item will be paid for at the unit price bid per each "Inlet Adjustment" 8 completed. 9 c. The price bid shall include: 10 1) Pavement removal 11 2) Excavation 12 3) Hauling 13 4) Disposal of excess material 14 5) Structural modifications 15 6) Furnishing, placing and compaction of embedment and backfill 16 7) Concrete base material, as required 17 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 18 required 19 9) Clean-up 20 5. Valve Box 21 a. Measurement 22 1) Measurement for this Item shall be per each adjustment to a grade specified 23 on the Drawings. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item will be paid for at the unit price bid per each "Valve Box Adjustment" 27 completed. 28 c. The price bid shall include: 29 1) Pavement removal 30 2) Excavation 31 3) Hauling 32 4) Disposal of excess material 33 5) Adjustment device 34 6) Furnishing, placing and compaction of embedment and backfill 35 7) Concrete base material, as required 36 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 37 required 38 9) Clean-up 39 6. Cathodic Protection Test Station 40 a. Measurement 41 1) Measurement for this Item shall be per each adjustment to a grade specified 42 on the Drawings. 43 b. Payment 44 1) The work performed and the materials furnished in accordance with this 45 Item will be paid for at the unit price bid per each "Cathodic Protection Test 46 Station Adjustment" completed. 47 c. The price bid shall include: 48 1) Pavement removal 49 2) Excavation CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:Sprojects103181057-0112-0 Wrk Prodl2-3 SPECS1Conformed133 45 14_Adjusting Manholes, Inlets, Valve Boxes, and Other Struc€unm to Grade.dGc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 3305 14 - 4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 7 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 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 1) 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 backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Miscellaneous Structure This Item is intended for a unique structure. Bid Item should include details to identify the specific structure (i.e. Miscellaneous Structure Adjustment, Sta. 1 +00) 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 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 8) Permanent asphalt patch or concrete paving repair, as required 9) Clean-up CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Deceinber 20, 2012 FAprojectA3l81057-0112-0 Wrk Pm&2-3 SPECS\Conrormcdl33 05 14_Adjusting Manholes, lulels, Valve Boxes, and Other Strnetmes to Gtade.doc 8 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 1.3 REFERENCES 2 A. Definitions 3 1, Minor Adjustment 4 a. Refers to a small elevation change performed on an existing manhole where the 5 existing frame and cover are reused. 6 2, Major Adjustment 7 a. Refers to a significant elevation change performed on an existing manhole 8 which requires structural modification or when a 24-inch ring is changed to a 9 30-inch ring. 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. Texas Commission on Environmental Quality (TCEQ): 15 a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.55 —Manholes and 16 Related Structures. 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED loR1 OWNER -SUPPLIED PRODUCTS [NOT USED] if - *_=l'04001901ki 29 30 31 32 33 34 35 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 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAprojec1s503 t81057-0112-0 Wyk Prod12-3 SPECSTonformedG3.05 14_Adjustiug Manholes, Inlets, Valve Boxes, and Otber Structures to Gr de.doe 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 1. See Section 33 05 13. 2 E. Backfill material 3 1. See Section 33 05 10. 4 F. Water valve box extension 5 1. See Section 33 12 20. 6 G. Corrosion Protection Test Station 7 1. See Section 33 04 11. 8 H. Cast -in -Place Concrete Manholes 9 1. See Section 33 39 10. 10 1. Precast Concrete Manholes 11 1. See Section 33 39 20. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION 17 A. Verification of Conditions 18 1. Examine existing structure to be adjusted, for damage or defects that may affect 19 grade adjustment. 20 a. Report issue to City for consideration before beginning adjustment. 21 3.3 PREPARATION 22 A. Grade Verification 23 1. On major adjustments confirm any grade change noted on Drawings is consistent 24 with field measurements. 25 a. If not, coordinate with City to verify final grade before beginning adjustment. 26 3.4 ADJUSTMENT 27 A. Manholes, Inlets, and Miscellaneous Structures 28 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 29 30-inch frame and cover assembly per TCEQ requirement. 30 2. On manhole major adjustments, inlets and miscellaneous structures protect the 31 bottom using wood forms shaped to fit so that no debris blocks the invert or the 32 inlet or outlet piping in during adjustments. 33 a. Do not use any more than a 2-piece bottom. 34 3. Do not extend chimney portion of the manhole beyond 24 inches. 35 4. Use the least number of grade rings necessary to meet required grade. 36 a. For example, if a I -foot adjustment is required, use 2 6-inch rings, not 6 2-inch 37 rings. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.\pmjectsk03181057-o IU-o Wrk ProdU-3 SPECS1Conforme6133 05 14_Adjuaing Manholes, lnlcts, Valve Boxes, and Other Structures to Crrade.duc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 3305 14 - 7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 7 B. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. 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 / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] 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 1.2.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 12/20/2012 D. Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 rdprojectsMIM057-OM-0 Wrk Prod1,2-3 SPECSNConformedU3 05 14,_Adjusling Manholes, Inicts, Valve Boxes, and Other Stracrures io Grade.duc 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 05 17 CONCRETE COLLARS 3305 17- 1 CONCRETE COLLARS Page] of 3 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 B. Deviations from this City of Port Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 03 30 00 — Cast -In -Place Concrete 14 4. Section 03 80 00 —Modifications to Existing Concrete Structures 15 5, Section 33 05 13 — Frame, Cover, and Grade Rings 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Manhole 19 a. Measurement 20 1) Measurement for this Item shall be per each. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item shall be paid for at the unit price bid per each "Concrete Collar" 24 installed. 25 c. The price bid will include: 26 1) Concrete Collar 27 2) Excavation 28 3) Forms 29 4) Reinforcing steel (if required) 30 5) Concrete 31 6) Backiill 32 7) Pavement removal 33 8) Hauling 34 9) Disposal of excess material 35 10) Placement and compaction of backfill 36 11) Clean-up 37 12) Additional pavement around perimeter of concrete collar as required for 38 rim adjustment on existing manhole. 39 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01309 Revised December 20, 2012 FAprojectsMI M057-0152-0 Wrk 1'rad523 SPECS1Final Cambinedt�iv;yUtilit ies113 OS I7_Cbncrele Collamdoc 330517-2 CONCRrTF COLLARS Page 2 of 3 1 1.3 RE, FERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless'a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS INOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USE, 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USE, 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 21 A. Materials 22 1. Concrete — Conform to Section 03 30 00. 23 2. Reinforcing Steel — Conform to Section 03 21 00. 24 3. Frame and Cover -- Conform to Section 33 05 13. 25 4. Grade Ring — Conform to Section 33 05 13. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment CITY OF FORT WORTH Fit& Mountain Lake Basin Sanitary ScWcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAprojects\0 I I 057-011?-0 W,k Prodt2-3 SPECS H-1 C—bi-d\Div 33-UtihmsM 05 17 Concrete Cnl —d— 3305 17 - 3 CONCRETE COLLARS Page 3 of 3 1 1. Verity lines and grades are in accordance to the Drawings. 2 3.3 PREPARATION [NOT USED] 3 3.4 INSTALLATION 4 A. Final Rijn Elevation 5 1. Install concrete grade rings for height adjustment. 6 a. Construct grade ring on load bearing shoulder of manhole. 7 b. Use sealant between rings as shown on Drawings. 8 2. Set frame on top of manhole or grade rings using continuous water sealant. 9 3. Remove debris, stones and dirt to ensure a watertight seal. 10 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 11 final surface elevation of manhole frame. 12 3.5 REPAIR / RESTORATION [NOT USE, 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING (NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACIIMENTS [NOT USED] 22 23 24 END OF SECTION Revision Log DATE NAME ,SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A.2 — Blue text added to clarify where concrete collars are to be installed. 5 CITY of FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prover No.: 01309 Revised December 20, 2012 FSprajectAW I M057.01 Q-0 Wi k Prad�2-3 SPECS%Ffna l Combfned%Dly 33-Utinfies533 05 17_Concrcre Collaz.doc r L 33 0520- 1 AUGER BORING Page 1 of 7 1 SECTION 33 05 20 2 AUGER BORING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe with 7 lengths less than 350 feet at the locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2, Division 1 — General Requirements 14 3. Section 33 05 10 Utility Trench Excavation, Embedment and Backfill 15 4. Section 33 05 22 — Steel Casing Pipe 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to steel casing pipe construction. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item. are 22 subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be 23 complete in place, and no other compensation will be allowed. 24 1.3 RE, FERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. Occupational Safety and Health Administration (OSHA) 30 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 31 1926, Subpart S, Underground Construction and Subpart P, Excavation. 32 1.4 ADMINISTRATIVE REQUIREMENTS 33 A. Pre -installation 34 1. Provide written notice to the City at least 3 workings days in advance of the 35 planned launch of auger boring operations. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.: 01309 Revised December 20, 7012 F:%proiecis1031 M57-0112-0 WA Pmd12-3 SPECSWiml CombinedMiv 33-UdlitiesW 05 20_Aoecr 6orine.doc 330520-2 AUGER BORFNG Page t o17 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 01 33 00. 3 B. All submittals shall be approved by the City prior to delivery. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Qualifications 9 1. Contractor 10 a. All boring work shall be performed by an experienced subcontractor or 11 Contractor who has at least 5 years of experience in performing tunneling work 12 and has completed at least 5 boring projects of similar diameter and ground 13 conditions. 14 1) At least 1 of the projects shall have an individual boring length equal to or 15 greater in length than the longest tunnel on this project. 16 2) Submit details of referenced projects including owner's name and contact 17 information, project superintendent and machine operators. 18 b. The project superintendent shall have at least 5 years of experience supervising 19 boring construction. 20 1) The Contractor maybe required to submit details of referenced project 21 including owner's name, contact information and project superintendent. 22 c. The site safety representative and personnel responsible for air quality 23 monitoring shall be experienced in tunnel construction and shall have current 24 certification by OSHA. 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 30 2.2 MATERIALS 31 A. Description 32 1. Steel Casing Pipe shall be in accordance with Section 33 05 22. 33 2. Tunnel Liner Plate is not permitted for use with Auger Boring. 34 B. Design Criteria 35 1. Design excavation methods and spoil conveyance system for the full range of 36 ground conditions described in the Geotechnical Reports anticipated 37 2. Tolerance CRY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0 13 09 Revised December 20, 2012 R%projccls10313%057-0112-0 Wrk Pro&2-3 SPECMI`inal CombmcdlDiv 33-U1ilitie5�33 05 20_Augm Boring.doc f 1 330520-3 AUGER BORING Page 3 of 7 I a. Pressurized Carrier pipe 2 I) Lateral or vertical variation in the final position of the pipe casing from the 3 line and grade established by the Drawings shall be permitted only to the 4 extent of Iinch in 10 feet provided that such variation shall be regular and 5 only in the direction that will not detrimentally affect the function of the 6 carrier pipe and clearances from other underground utilities or structures. 7 b. Gravity Carrier Pipe 8 1) Lateral variation in the final position of the pipe casing from the line and 9 grade established by the Drawings shall be permitted only to the extent of 10 1 inch in 10 feet provided that such variation shall be regular and only in the 11 direction that will not detrimentally affect the function of the carrier pipe 12 and clearances from other underground utilities or structures. 13 2) Grades shown on Drawings roust be maintained vertically. 14 3. Use methods and equipment that control surface settlement and heave above the 15 pipeline to prevent damage to existing utilities, facilities and improvements. 16 a. Limit any ground movements (settlement/heave) to values that shall not cause 17 damage to adjacent utilities or surface features (i.e. pavement, structures, 18 railroad tracks, etc.) 19 b. Repair any damage caused by ground movements at no cost to the City. 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 EXAMINATION [NOT USED] 25 3.3 PREPARATION 26 A. Boring shall not begin until the following have been completed: 27 1. Review of available utility drawings and location of conduits and underground 28 utilities in all areas where excavation is to be performed. 29 a. Notify the applicable one -call system prior to any excavation to avoid 30 interference with the existing conduits and utilities in accordance with Division 31 1. 32 1) Repair damage to existing utilities resulting from excavation at no 33 additional cost to the City. 34 b. Follow notification requirements of pen -nit provider where applicable. 35 2. Complete pit excavations and support systems for each drive in accordance with the 36 requirements of the Specifications. 37 3.4 INSTALLATION 38 A. General 39 1. Immediately notify the City if any problems are encountered with equipment or 40 materials or if the Contractor believes the conditions encountered are materially and 41 significantly different than those represented within the Contract Documents. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Hproieeist03I SW57-01NM Wrk Pro&2.-3 SPECSTmal ComhmedSDi, 33-UfiGtfcsM 05 20_hugo Bonne dac 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 330520-4 A[1G1-,R 13ORING Page 4 of 7 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. 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. S. 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 (800-245-4545) 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 insuring 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, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. CITY OF FORT WORTH Eagle Mountain Lake Fusin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 2C, 2012 FAprgiec[sM [8%057-On2-0 Wrk hod12-3 Si'@CslFiaal Combi—&Div 33-Utililics133 05 20_Aucer nod,o&doc 330520-5 AUGER BORING Page 5 of 7 1 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such 2 work shall be sheeted securely and braced in a manner to prevent earth from caving 3 in. 4 3. The location of the pit shall meet the approval of the City. 5 4. The pits of trenches excavated to facilitate these operations shall be backfllled in 6 accordance with Section 33 05 10 immediately after the casing and carrier pipe 7 installation has been completed. 8 D. Boring 9 1. Install steel casing pipe by boring hole with the earth auger and simultaneously 10 jacking pipe into place. 11 2. The boring shall proceed from a pit provided for the boring equipment and 12 workmen. 13 3. Pilot Hole, required for 24-inch and larger casings 14 a. By this method an approximate 2-inch hole shall be bored the entire length of 15 the crossing and shall be checked for line and grade on the opposite end of the 16 bore from the work pit. 17 b. This pilot hole shall serve as the centerline of the larger diameter hole to be 1s bored. 19 c. Other methods of maintaining line and grade on the casing may be approved if 20 acceptable to the Engineer. 21 d. Placed excavated material near the top of the working pit and disposed of as 22 required. 23 1) If no room is available, immediate haul off is required. 24 4. The use of water or other fluids in connection with the boring operation will be 25 permitted only to the extent required to lubricate cuttings. 26 a. Jetting or sluicing will not be permitted. 27 5. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting 28 of at least 10 percent of high grade carefully processed bentonite may be used to.- 29 a. Consolidate cuttings of the bit 30 b. Seal the walls of the hole 31 c. Furnish lubrication for subsequent removal of cuttings and installation of the 32 pipe immediately thereafter 33 6. Allowable variation from the line and grade shall be as specified in this 34 Specification. 35 7. All voids in excess of 2 inches between bore and outside of casing shall be pressure 36 grouted. 37 E. Contact Grouting 38 1. Contact grout any voids caused by or encountered during the boring. 39 a. Modify equipment and procedures as required to avoid recurrence of excessive 40 settlements or damage. 41 F. Control of Line and Grade 42 1. Monitor line and grade continuously during boring operations. 43 a. Record deviation with respect to design line and grade once at each casing 44 joint. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projoet No.- 01309 Revised December 20, 2012 P_5projectslU31=0 T0112-0 Wrk PLvd,2-3 SPF_CSTinal Combin.&Div 33-Utiliti-M 05 20_Auge. noring_doc 330520-6 AUGER BORING Page 6 of 7 1 2. If the pipe installation does not meet the specified tolerances, correct the 2 installation, including any necessary redesign of the pipeline or structures and 3 acquisition of necessary easements. 4 3.5 CLEANUP AND RESTORATION 5 A. After completion of the boring, all construction debris, spoils, oil, grease and other 6 materials shall be removed from the pipe, pits and all work areas. 7 B. Restoration shall follow construction as the Work progresses and shall be completed as 8 soon as reasonably possible. 9 1. Restore and repair any damage resulting from surface settlement caused by shaft 10 excavation or boring. 11 2. Any property damaged or destroyed shall be restored to a condition equal to or 12 better than existing prior to construction. 13 3. Restoration shall be completed no later than 30 days after boring is complete, or 14 earlier if required as part of a permit or casement agreement. 15 4. This provision for restoration shall include all property affected by the construction 16 operations. 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 SITE QUALITY CONTROL 19 A. Field Tests and Inspections 20 1. Allow access to the City and furnish necessary assistance and cooperation to aid in 21 the observations, measurements, data and sample collection, including, but not 22 limited to the following: 23 a. The City shall have access to the boring system prior to, during and following 24 all boring operations. 25 b. The City shall have access to the tunneling shafts prior to, during and following 26 all boring operations. 27 1) This shall include, but not be limited to, visual inspection of installed pipe 28 and verification of line and grade. 29 2) The Contractor shall provide safe access in accordance with all safety 30 regulations. 31 c. The City shall have access to spoils removed from the baring excavation prior 32 to, during and following all boring operations. 33 1) The City shall be allowed to collect soil samples from the muck buckets or 34 spoil piles a minimum of once every 10 feet and at any time when changes 35 in soil conditions or obstructions are apparent or suspected. 36 B. Safety 37 1. The Contractor is responsible for safety on the job site. 38 a. Perform all Work in accordance with the current applicable regulations of the 39 Federal, State and local agencies. 40 b. In the event of conflict, comply with the more restrictive applicable 41 requirement. 42 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. CITY OF FORT' WORTH Eagle Mountain lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Decelnbcr 20, 2012 7, prajc Nt 03151057-01V2-0 Wrk Pmd12-3 SPECS%Find Combin &Div 33-Utilit,&33 05 20_ Auger Boring_do, r' I 330520-7 AUGER BORING Page 7 o f 7 1 a. Diesel, electrical, hydraulic, and air powered equipment are acceptable, subject 2 to applicable local, State and Federal regulations. 3 3. Furnish and operate a temporary ventilation system in accordance with applicable 4 safety requirements when personnel are underground. 5 a. Perforin all required air and gas monitoring. 6 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 7 atmosphere free of toxic or flammable gasses in all underground work areas. 8 4. Perform all work in accordance with all current applicable regulations and safety 9 requirements of the Federal, State and Local agencies. 10 5. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 11 Underground Construction and Subpart P, Excavations. 12 a. In the event of conflict, comply with the more stringent requirements. 13 6. If personnel will enter the pipe during construction, the Contractor shall develop an 14 emergency response plan for rescuing personnel trapped underground in a shaft 15 excavation or pipe. 16 a. Keep on -site all equipment required for emergency response in accordance with 17 the agency having jurisdiction. 18 3.8 SYSTEM STARTUP [NOT USED 19 3.9 ADJUSTING [NOT USED] 20 3A0 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED 24 3.14 ATTACHMENTS [NOT USED 25 26 27 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Hprojens10313107-0112-0 Wrk Prod12-3 SPECSTmal Co bmW\Dw 33-UiRE msW 05 20_Auecr Bon.g.doc 330522-I STEEL CASING PIPE Page t of 6 1 SECTION 33 05 22 2 STEEL CASING PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing 7 Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown 8 on the Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division I — General Requirements 15 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 16 4. Section 33 05 20 --Auger Boring 17 5. Section 33 05 23 — Hand Tunneling 18 6. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement, and compaction of embedment 8) Furnishing, placement, and compaction of backfill 9) Clean-up 2. By Other than Open Cut CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,-: 01309 Revised December 20, 2012 F.lprojectsW3181057-01Q-0 Wrk Ptadt2-3 SPF_CSTPinal CombbedT tv 33-Utilities403 05 22 Steel Casing Pipe.doo 330522-2 STEEL CASINO PIPE Page 2 of 6 1 a. Measurement 2 1) Measured horizontally along the surface for length of Steel Casing Pipe 3 installed 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under "Measurement" will be paid for at the unit 7 price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open 8 Cut" installed for: 9 a) Various Sizes 10 2) The work performed and materials furnished in accordance with this Item 11 and measured as provided under "Measurement" will be paid for at the unit 12 price bid per linear foot of "Casing, By Other than Open Cut" installed for: 13 a) Various Sizes 14 c. The price bid shall include: 15 1) Fumishing and installing Steel Casing Pipe as specified by the Drawings 16 2) Mobilization 17 3) Launching shaft 18 4) Receiving shaft 19 5) Pavement removal 20 6) Excavation 21 7) Hauling 22 8) Disposal of excess material 23 9) Furnishing, placement, and compaction of backfill 24 10) Clean-up 25 1.3 REFERENCES 26 A. Reference Standards 27 1 _ Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. ASTM International (ASTM): 31 a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe 32 (NPS Sizes 4 and Over). 33 3. American Water Works Association (AWWA): 34 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 35 Enamel and Tape - Hot Applied. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. 39 B. All submittals shall be approved by the City prior to delivery. 40 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 41 A. Product Data 42 1. Exterior Coating 43 a. Material data crry OF FORTWORTH Eagie Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Mwi.scd December 20, 2012 F.lprojeus4031M057-0h2.0 WA ?md%2-3 SPFCS\FiR 1 C- tined%Dw 33-Utilili-03 05 22_Sl-i Casing pipe.do 330522-3 STEEL CASING PIPE Page 3 of 6 1 b. Field touch-up procedures 2 2. Interior Coating 3 a. Material data 4 b. Field touch-up procedures 5 B. Shop Drawings 6 1. No shop drawings required for Auger Boring 7 2. For Tunneling, provide the following: 8 a. Furnish details for Steel Casing Pipe outlining the following: 9 1) Grout/lubrication ports 10 2) Joint details 11 3) Other miscellaneous items for furnishing and fabricating pipe 12 b. Submit calculations in a neat, legible format that is sealed by a Licensed 13 ProfessionaI Engineer in Texas, consistent with the information provided in the 14 geotechnical report, and includes: 15 1) Calculations confirming that pipe jacking capacity is adequate to resist the 16 anticipated jacking loads for each crossing with a minimum factor of safety 17 of 2 18 2) Calculations confirming that pipe capacity is adequate to safely support all 19 other anticipated loads, including earth and groundwater pressures, 20 surcharge loads, and handling loads 21 3) Calculations confirming that jointing method will support all loading 22 conditions 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING 27 A. Delivery, Handling, and Storage 28 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, 29 as recommended by the manufacturer, for protection during shipping and storage. 30 2. Deliver, handle and store pipe in accordance with the Manufacturer's 31 reconnnendations to protect coating systems. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 36 2.2 MATERIALS 37 A. Design Criteria 38 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or 39 exceeds the design requirements of this Specification and that is specifically 40 designed for installation by the intended trenchless method. CITY OF FORT WORTLI Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline €o Sig Fossil Crcek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No.: 01309 Revised December 20, 2012 FSprojects%03155057-0 n2-0 WA PrndQ-3 SPEMFInal Cmnbined%Div 33-UlililiesW 05 22Steel Casing Pipe.doc 330522-4 STEEL CASING PIPE Page 4 of 6 1 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: 2 a. Design of the casing pipe shall account for all installation and service loads 3 including: 4 1) ,lacking loads 5 2) External groundwater and earth loads 6 3) Traffic loads 7 4) Practical consideration for handling, shipping and other construction 8 operations 9 5) Any other live or dead loads reasonably anticipated 10 b. Design shall be sealed and signed by a registered Professional Engineer 1 t licensed in the State of Texas. 12 c. The allowable jacking capacity shall not exceed 50 percent of the minimum 13 steel yield stress. 14 3. Steel Casing Pipe shall have a minimum wall thickness as follows: 15 Casing Pipe Diameter (inches) Minimum Wall Thickness (inches) 14 18 .3125 (5/16 20 — 24 .375 3/8 26 — 32 .5 (1/2) 34 — 42 .625 (5/8 44 — 48 .6875 11/16 Greater than 48 Project specific design 16 17 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently 18 install the required carrier pipe with casing spacers as required in Section 33 05 24. 19 a. Allowable casing diameters are shown on the Drawings for each crossing. 20 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable 21 work areas. 22 6. Random segments of pipe will not be permitted for straight runs of casing. 23 a. Closing piece segments, however, shall be acceptable. 24 7. When required by installation method, provide grout/lubricant ports along the pipe 25 at intervals of 10 feet or less. 26 a. Ports and fittings shall be attached to the pipe in a manner that will not 27 materially affect the strength of the pipe nor interfere with installation of carrier 28 pipe. 29 b. Plugs for sealing the fittings shall be provided by the Contractor and shall be 30 capable of withstanding all external and internal pressures and loads without 31 leaking. 32 B. Materials 33 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 34 2. Dimensional Tolerances 35 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are 36 compatible with performance requirements and proposed installation methods 37 that meet or exceed the specific requirements below: CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Sig fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lprnjeus1031 51057-0112-0 Wrk ProdQ-3 SPECS1Final CmnhinedlDiv 33-Utiliti-A33 05 22_Stee! Caving Pi, Jon 330522-5 STEEL CASING 1'111: Page 5 o F 6 1 1) Minimum wall thickness at any point shall be at least 87.5 percent of the 2 nominal wall thickness. 3 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal- 4 circumference, whichever is less. 5 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside 6 diameter. 7 4) Roundness such that the difference between the major and minor outside 8 diameters shall not exceed 0.5 percent of the specified nominal outside 9 diameter or 1/4 inch, whichever is less. 10 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot I 1 length. 12 3. All steel pipe shall have square ends. 13 a- The ends of pipe sections shall not vary by more than 1/8 inch at any point from 14 a true plane perpendicular to the axis of the pipe and passing through the center 15 of the pipe at the end. 16 b. When pipe ends have to be beveled for welding, the ends shall be beveled on 17 the outside to an angle of 35 degrees with a tolerance of ± 2% degrees and with 18 a width of root face 1/16 inch + 1/32 inch. 19 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. 20 a. All girth weld seams shall be ground flush. 21 C. Finishes 22 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in 23 accordance with the requirements of AW WA C203. 24 a. Touch up after field welds shall provide coating equal to those specified above. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 32 33 34 35 36 37 38 39 40 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. A]Iowable joint types for each crossing arc 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. C)TY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.iprojens103I MOO -OR2-0 Wrk Pw&2.3 SPECS%Final Combinc&Div 33driilifie M 05 22, 51cel Casino Pipe_doc 330522-6 STEEL CASING PIPE Page 6 of 6 1 4. Integral machined press -fit connections shall be installed in accordance with the 2 manufacturer's installation procedures and recommendations. 3 13- Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 4 Section 33 05 24. 5 C. Contact grouting of the annulus outside the casing pipe shall be performed in 6 accordance with Section 33 05 23 or Section 33 05 20. 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [oiz] SITE QUALITY CONTROL [NOT USED] t0 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USE 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 314 ATTACHMENTS [NOT USEDI 17 IKI 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHAN6F 12/20/2012 D. Johnson 2.2.A — Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Deceiubnr 20, 2012 FApro*1sW31 MSTOM-0 Wrk F,u&2-3 SPEC&Finat C—hi-dMiv 33-UGfili s\33 05 22-SI-1 Coming F'ipe.du 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 05 23 HAND TUNNELING 33a523-1 IIAND TUNNFLING Page 1 of 10 5 A. Section Includes. 6 1. Minimum requirements for Hand Tunneling using tunnel liner plate or casing pipe 7 at the locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 - General Requirements 14 3. Section 33 05 21 —Tunnel Liner Plate 15 4, Section 33 05 22 — Steel Casing Pipe 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to Tunnel Liner Plate or Steel Casing Pipe 20 installation. 21 2. Payment 22 a. The work performed and materials furnished in accordance with this Item are 23 considered subsidiary the unit price bid per linear foot of By Other than Open 24 Cut installation of Tunnel Liner plate or Steel Casing to be completed in place, 25 and no other compensation will be allowed. 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. American Association of State l-ligbway and Transportation Officials (AASHTO): 32 a. 1I13-17, Standard Specifications for Highway Bridges. 33 3. Occupational Safety and Health Administration (OSHA) 34 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 35 1926, Subpart S, Underground Construction and Subpart P, Excavation. 36 1.4 ADMINISTRATIVE REQUIREMENTS 37 A. Pre -installation CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Rcviscd December 20, 2012 330523-2 BAND TUNNELING Page 2 of 10 1 1. The Contractor shall provide written notice to the City at least 72 hours in advance 2 of the planned launch of tunneling operations. 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 01 33 00. 5 B. All submittals shall be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Shop Drawings 1. Submit the following, when required by the Contract Documents: a. Detailed description of the methods and equipment to be used in completing each reach of tunnel b. Description of the survey methods that will be used to ensure that the tunnel is advanced as shown on the Drawings and within the line and grade tolerances specified c. Shaft layout drawings 1) Detailing dimensions and locations of all equipment, including overall work area boundaries, crane, front-end loader, forklift, spoil stockpiles, spoil hauling equipment, pumps, generator, pipe storage area, tool trailer or containers, fences, and staging area 2) Shaft layout drawings will be required for all shaft locations and shall be to scale, or show correct dimensions. 3) Layout such that all equipment and operations shall be completely contained within the allowable construction areas shown on the Drawings d. Schedule in accordance with Division 1 to include the following activities as independent items: 1) Mobilization 2) Shaft excavation and support 3) Water control at shafts 4) Working slab construction 5) Thrust wall construction 6) Tunneling 7) Shaft backfill 8) Site restoration 9) Cleanup 10) Demobilization 2. For all prgjects, provide the following for Contact Grouting: a. Contact Grouting (outside of casing) Work Plan and Methods including: 1) Grouting methods 2) Details of equipment 3) Grouting procedures and sequences including: a) Injection methods b) Injection pressures c) Monitoring and recording equipment d) Pressure gauge calibration data e) Materials 4) Grout mix details including: a) Proportions b) Admixtures including: CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sower Diversion Pipeline to Big Fossil Crock Basin STANDARD CONSTRUCTION SPEC IFICATJON DOCUMENTS City Project No.: 01309 Revised December 20, 2012 33 05 23-3 BAND TUNNEI..ING Page 3 of 10 1 (1) Manufacturer's literature 2 (2) laboratory test data verifying the strength of the proposed grout 3 mix 4 (3) Proposed grout densities 5 (4) Viscosity 6 (5) initial set time of grout 7 (a) Data for these requirements shall be derived from trial batches 8 from an approved testing laboratory. 9 5) Submit a minimum of 3 other similar projects where the proposed grout 10 mix design was used. 11 6) Submit anticipated volumes of grout to be pumped for each application and 12 reach grouted. t3 B. Daily Records 14 1. Submit samples of the tunneling logs or records to be used at .least 7 days prior to 15 beginning I -land Tunneling. 16 2. Submit daily records to the City's Inspector by noon on the day following the shift 17 for which the data or records were taken. 18 3. Daily records shall include: 19 a. Date 20 b. Time 21 c. Name of operator 22 d. Tunnel drive identification 23 e. Installed liner ring and corresponding tunnel length 24 f Time required to tunnel each ring 25 g. Time required to set subsequent ring 26 h. Spoil volumes (muck carts per liner ring and estimated volume of spoil in each 27 muck cart) 28 i. Grout volumes and pressures 29 j. Soil conditions, including occurrences of unstable soils and estimated 30 groundwater inflow rates, if any 31 k. Line and grade offsets 32 1. Any movement of the guidance system 33 in. Problems encountered during tunneling 34 n. Durations and reasons for delays 35 o. Manually recorded observations made: 36 1) At intervals of not less than 2 every 5 feet 37 2) As conditions change 38 3) As directed by the City and/or Engineer 39 1.7 CLOSEOUT SUBMITTALS [NOT USED] 40 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 41 1.9 QUALITY ASSURANCE 42 A. Qualifications 43 1. Failure to meet the qualification requirements is failure to fulfill the Contract and 44 the Contractor will be required to obtain a subcontractor that meets the qualification 45 requirements. 46 2. Contractor CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 33 05 23 - 4 HAND TUNNELING Page 4 of 10 1 a. All tunneling work shall be performed by an experienced subcontractor or 2 Contractor who has at least 5 years of experience in performing tunneling work 3 and has completed at least 5 projects of similar diameter in similar round 4 conditions. 5 3. All Work by the Contractor shall be done in the presence of the City unless the City 6 grants prior written approval to perform such work in City's absence. 7 4. The Contractor shall allow access to the City and/or Engineer and shall furnish 8 necessary assistance and cooperation to aid in the observations, measurements, data 9 and sample collection including, but not limited to, the following: 10 a. The City and/or Engineer shall have access to the tunneling system prior to, 11 during and following all tunneling operations. 12 b. The City and/or Engineer shall have access to the tunneling shafts prior to, 13 during and following all tunneling operations. 14 1) This shall include, but not be limited to, visual inspection of installed pipe 15 and verification of line and grade. 16 2) The Contractor shall provide safe access in accordance with all safety 17 regulations. 18 c. The City and/or Engineer shall have access to spoils removed from the tunnel 19 excavation prior to, during and following all tunneling operations. 20 1) The City shall be allowed to collect soil samples from the muck buckets or 21 spoil piles a minimum of once every 10 feet and at any time when changes 22 in soil conditions or obstructions are apparent or suspected. 23 1.10 DELIVERY, STORAGE, .AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [OR] OWNER SUPPLIEDPRODUCTS [NOT USED] 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2.2 MATERIALS A. Description 1. Tunnel Liner Plate shall be in accordance with Section 33 05 21, 2. Casing Pipe shall be in accordance with Section 33 05 22. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports 2. Tolerance a. Accurately maintain the face of the excavation inside the tunriel so as to allow the absolute minimum of void space outside the casing/liner plate. b. Maintain a maximum of/z inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. c. The tunnel diameter shall not be greater than 2 inches larger than the casing/liner outer diameter (O.D.). CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Divcrsioo Pipeline to Big Fossil Creek R3 Isin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 jf F 330523-5 IIAND TUNNELING Page 5 of 10 1 3. Use methods and equipment that control surface settlement and heave above the 2 pipeline to prevent damage to existing utilities, facilities and improvements. 3 a. Limit any ground movements (settlement/heave) to values that shall not cause 4 damage to adjacent utilities and facilities. 5 b. Repair any damage caused by ground movements at no cost to the City. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Tunneling shall not begin until the following have been completed: 13 1. Ali required submittals have been made and the City and/or Engineer has reviewed 14 and accepted all submittals. 15 2. Review of available utility drawings and location of conduits and underground 16 utilities in all areas where excavation is to be performed. 17 a. Notify the applicable one -call system prior to any excavation to avoid 18 interference with the existing conduits and utilities. 19 1) Repair damage to existing utilities resulting from excavation at no 20 additional cost to the City. 21 3. Shaft excavations and support systems for each drive completed in accordance with 22 - the requirements of the Specifications. 23 4. Site safety representative has prepared a code of safe practices in accordance with 24 OSHA requirements. 25 a. Provide the Engineer and Owner with a copy of each prior to starting shaft 26 construction or tunneling. 27 b. Hold safety meetings and provide safety instruction for new employees as 28 required by OSHA. 29 5. All specified settlement monitoring points have been installed, approved and 30 baselined in accordance with the Contract Documents. 31 B. Verification of Stability 32 1. Confirm that the ground will remain stable without movement of soil or water while 33 the entry/exit location shoring is removed and while the tunnel is launched or 34 received into a shaft. 35 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: 36 a. Prevent the inflow of weak, running or flowing soils. 37 b. Prevent the inflow of loose rock. 38 c. Prevent and control groundwater inflows. 39 3.4 INSTALLATION 40 A. Tunnel Methods CITY OF FORT WORT] I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 33 0523- 6 HAND TUNNELING Page 6 of 10 1 1. 1 Tunnel liner plate shall not be used where bore or jack methods are used, or where 2 not allowed on the Drawings or permits. 3 2. The Contractor shall be fully responsible to. 4 a. Ensure the methods used are adequate for the protection of workers, pipe, 5 property and the public 6 b. Provide a finished product as required. 7 B. General 8 1. The Contractor shall immediately notify the City, in writing, if and when any 9 problems are encountered with equipment or materials, or if the Contractor believes 10 the conditions encountered are materially and significantly different than those 11 represented within the Contract Documents. 12 2. Properly manage and dispose of groundwater inflows to the shafts in accordance 13 with requirements of Specifications and all permit conditions. 14 a. Discharge of groundwater inflow into sanitary sewers is not allowed without 15 proper approval and permits. 16 3. Furnish all necessary equipment, power, water and utilities for tunneling, spoil 17 removal and disposal, grouting and other associated work required for the methods 18 of construction. 19 4. Promptly clean up. Remove and dispose of any spoil or slurry spillage. 20 5. Whenever there is a condition that is likely to endanger the stability of the 21 excavation or adjacent structures, operate with a full crew 24 hours a day, including 22 weekends and holidays, without interruption, until those conditions no longer 23 jeopardize the stability of the Work. 24 C. Installation with Steel Casing Pipe 25 1. Jack the pipe from the low or downstream end, unless specified otherwise. 26 a. Provide heavy duty jacks suitable for forcing the pipe through the embankment. 27 1) When operating jacks, apply pressure evenly. 28 b. Provide a suitable jacking bead and bracing between jacks so that pressure will 29 be applied to the pipe uniformly around the ring of the pipe. 30 c. Provide a suitable jacking frame or back stop. 31 d. Set the pipe to be jacked on guides, properly braced together, to support the 32 section of the pipe and to direct it in the proper line and grade. 33 e. Place the whole jacking assembly so as to line up with the direction and grade 34 of the pipe. 35 f. In general, excavate embankment material just ahead of the pipe and remove 36 material through the pipe. 37 g. Force the pipe through the embankment with jacks into the space excavated. 38 2. The excavation for the underside of the pipe, for at least 1/3 of the circumference of 39 the pipe, shall conform to the contour and grade of the pipe. 40 a. Provide a clearance of not more than 2 inches for The upper half of the pipe. 41 1) This clearance shall be tapered off to 0 at the point where the excavation 42 conforms to the contour of the pipe. 43 b. Extend the distance of the excavation beyond the end of the pipe depending on 44 the character of the material, but do not exceed 2 feet in any case. 45 1) Decrease the distance if the character of the material being excavated 46 makes it desirable to keep the advance excavation closer to the end of the 47 pipe. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUC71ON SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Deccmber 20, 2012 3305 23 -7 IIAND TUNNELING Page 7 of 10 1 3. If desired, use a cutting edge of steel plate around the head end of the pipe 2 extending a short distance beyond the end of the pipe with inside angles or lugs to 3 keep the cutting edge from slipping back onto pipe. 4 4. When jacking of pipe has begun, carry on the operation without interruption to 5 prevent the pipe from becoming firmly set in the embankment. 6 a. Remove and replace any pipe damaged in the jacking operations. 7 b. The Contractor shall absorb the entire expense. 8 D. Installation with Tunnel Liner Plate 9 1. Install the tunnel liner plates to the limits indicated on the Drawings and as 10 specified in AASHTO HB-17, Section 1I-26, Construction of Tunnels Using Steel 11 Tunnel Liner Plates. 12 a. Assemble liner plates into circumferential rings. 13 b. Liner plates shall be of the type to permit segments to be installed completely 14 from inside the tunnel. 15 2. Accurately maintain the face of the excavation inside the tunnel so as to allow the 16 absolute minimum of void space outside the casing/liner plate. 17 a. Maintain a maximum of % inch tolerance between the outside of the 18 casing/liner plate and the excavation wherever possible. 19 b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. 20 3. Liner plate installation shall proceed as closely as possible behind the excavation. 21 a. Excavation shall at no time be more than 6 inches ahead of the required space 22 to install an individual tunnel liner plate. 23 b. Use breast plates, poling boards or other suitable devices to maintain accurate 24 excavation with the minimum of unsupported excavation at any time. 25 c. Casing/Tunnel liner plate shall not be allowed to deflect vertically during 26 installation. 27 4. Tunneling operations shall control surface settlement and heave above the pipeline 28 to prevent damage to existing utilities, facilities and improvements. 29 a. In no case shall ground movements cause damage to adjacent structures, 30 roadways, or utilities. 31 b. The Contractor shall repair any damage resulting from construction activities, 32 at no additional cost to the City and without extensions of schedule for 33 completion. 34 F. Contact Grouting 35 1. Pressure grout any voids caused by or encountered during the tunneling. 36 a. Modify equipment and procedures as required to avoid recurrence of excessive 37 settlements or damage. 38 2. Install contact grout in the void space between the outside of the casing/tunnel liner 39 and the excavation. 40 a. For tunnel liner plate, install pressure grout mix at the end of each work day or 41 more often, as conditions warrant. 42 3. Install pressure grouting through grout fittings for the casing/tunnel liner plate 48- 43 inches in diameter or larger. 44 a. Grout fittings shall be fabricated into tunnel liner plate at a maximum spacing 45 of 6 feet. 46 b. Remove and plug grout fittings after pressure grouting. CITY Of FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 33 0523 -8 HAND TUNNELING Page 8 of 10 1 4. Install pressure grout from the low end for all crossings where grout fittings are not 2 used. 3 a. Seal the low end and pressure grout until grout is extruded from the opposite 4 end. 5 F. Control of Line and Grade 6 1. Confirm that all established benchmarks and control points provided for the 7 Contractor's use are accurate. 8 a. Use these benchmarks to furnish and maintain all reference lines and grades for 9 tunneling. 10 b. Use lines and grades to establish the location of the pipe using a laser or 11 theodolite guidance system. 12 c. Submit to the City copies of field notes used to establish all lines and grades 13 and allow the Engineer to check guidance system setup prior to beginning each 14 tunneling drive. 15 d. Provide access for the City to perform survey checks of the guidance system 16 and the line and grade of the carrier pipe on a daily basis during tunneling 17 operations. 18 e. The Contractor remains fully responsible for the accuracy of the work and the 19 correction of it, as required. 20 2. The casing/tunnel liner shall be installed in accordance with the following 21 tolerances: 22 a. Variations from design line or grade: ± 2 inches maximum 23 1) If the installation is off line or grade, make the necessary corrections and 24 return to the design alignment and grade at a rate of not more than I inch 25 per 25 feet. 26 3. Monitor line and grade continuously during tunneling operations. 27 a. Record deviation with respect to design line and grade once at each pipe joint 28 and submit records to Engineer daily. 29 4. If the pipe installation does not meet the specified tolerances, correct the 30 installation, including any necessary redesign of the pipeline or structures and 31 acquisition of necessary easements. 32 G. Obstructions 33 1. If the tunneling operations should encounter an object or condition that impedes the 34 forward progress of the shield, notify the City immediately. 35 2. Correct the condition and remove, clear or otherwise make it possible for the shield 36 to advance past any objects or obstructions that impede forward progress. 37 3. Proceed with removal of the object or obstruction by methods submitted by the 38 Contractor and accepted by the City and/or Fngineer. 39 4. Compensation 40 a. The Contractor will receive compensation by change order for removal of 41 obstructions, as defined as metallic debris, reinforced concrete, rocks, whole 42 trees and other hard objects with a maximum dimension larger than 50 percent 43 of the outer diameter of the shield which: 44 1) Cannot be broken up by the cutting tools with diligent effort, and 45 2) Are located partially or wholly within the cross -sectional area of the bore 46 3) Contain utilities or ditch lines located longitudinally within the tunnel 47 horizon CITY OF FORT WORTH Eagle Mounlain Lakr Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMI NTS City Projccl No-: 01309 Revised December20, 20i2 330523-9 HAND TUNNELING i Page 9 or 10 1 b. Payment will be negotiated with the Contractor on a case -by -case basis. 2 c. The City and/or Engineer shall be provided an opportunity to view obstruction 3 prior to removal. 4 1) Any removal process that does not allow direct inspection of the nature 5 and position of the obstruction will not be considered for payment. 6 d. No additional compensation will be allowed for removing, clearing or 7 otherwise making it possible for the shield to advance past objects consisting of 8 cobbles, boulders, wood, reinforced concrete, and other objects or debris with 9 maximum Iateral dimensions less than 50 percent of the outer diameter of the 10 shield. 11 3.5 CLEANUP AND RESTORATION 12 A. After completion of the tunneling, all construction debris, spoils, oil, grease and other 13 materials shall be removed from the tunneling pipe, shafts and all work areas. 14 I. Cleaning shall be incidental to the construction. 15 B. Restoration shall follow construction as the Work progresses and shall be completed as 16 soon as reasonably possible. 17 1. Restore and repair any damage resulting from surface settlement caused by shall 18 excavation or tunneling. 19 2. Any property damaged or destroyed, shall be restored to a condition equal to or 20 better than that to which it existed prior to construction. 21 3. Restoration shall be completed no later than 30 days after tunneling is complete, or 22 earlier if required as part of a permit or easement agreement. r 23 4. This provision for restoration shall include all property affected by the construction 24 operations. 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 SITE QUALITY CONTROL 27 A. Safety 28 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. 29 a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject 30 to applicable local, State, and Federal regulations. 31 2. Furnish and operate a temporary ventilation system in accordance with applicable 32 safety requirements when persormel are underground. 33 a. Perform all required air and gas monitoring. 34 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 35 atmosphere free of toxic or flammable gasses in all underground work areas. 36 3. Perform all Work in accordance with all current applicable regulations and safety 37 requirements of the Federal, State, and Local agencies. Comply with all applicable 38 provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and 39 Subpart P, Excavations. 40 a. In the event of conflict, comply with the more stringent requirements, 41 4. If personnel will enter the pipe during construction, the Contractor shall develop an 42 emergency response plan for rescuing personnel trapped underground in a shaft 43 excavation or pipe. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No.: 01309 Revised December 20, 2012 33 05 23 - 10 HAND TUNNELING Page 10 of 10 1 a. Keep on -site all equipment required for emergency response in accordance with 2 the agency having jurisdiction. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] to 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OP PORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 C. - 1 l 330524-1 INSTALLATION OF CARRIER PIPE TN CASING OR TUNNEL LINER PLATE Page I of 11 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. In Paragraph 2.2.B.1. delete the pipe material table and replace with the follow 10 table 11 12 I3 14 15 16 17 Diameter Specification (inches) Material Reference Water Line 6-12 DIP (Restrained) 33 11 10 DIP (Restrained) 33 11 10 16-20 AWWA C303 Restrained 33 11 13 DIP (Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 24 and greater AWWA C301 Restrained 33 11 15 Sanitary DIP (with Ceramic Epoxy) 33 11 I0 Sewer Line 8-16 PVC C900 DR14 33 31 20 DIP (with Ceramic Epoxy) 33 It 10 Fiberglass 3331 13 18 and Ecater PVC C900 DR 18 33 11 12 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 3. Section 33 01 30 Sewer and Manhole Testing 4. Section 33 11 13 - Concrete Pressure Pipe, Bar --Wrapped, Steel Cylinder Type 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 21 a. Measurement 22 1) Measured horizontally along the surface from centerline to centerline of the 23 beginning of the casing/liner to the end of the casing/liner 24 b. Payment 25 1) The work perfonned and materials furnished in accordance with this Item 26 and measured as provided under "Measurement" shall be paid for at the 27 unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised June 19, 2013 P:%projecls50318W57-0h2-0 Wrk Prod12-3 SPECSWinal CotnLinedlDiv 33-Ulililies%33 05 24Inslallation of Carrier Pipe in Casine or Tunnel Liner Plate_doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 33 05 24 - 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLAT1~ Page 2 of 11 a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/`I'unnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Casing Spacers 5) End seals 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) 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 hid 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 34 1.3 REFERENCES 35 36 37 38 39 40 41 42 43 44 45 46 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. CITY OF FORT WORTH I-agic Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Piujoct No.: 01309 Revised June 19, 2013 I`:lprojecls503 19 057-01Q-0 Wrk Prodl2-3 SPCCS\Final CombinedlDiv 33-UtifiliesM 05 24inala11nlinn of Carrier Pip..., Casing .,Tunnel UT)IIPlale.doc i 33 05 24 - 3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLAIT Pagc 3 of I I 1 b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 2 Mortars (Using 2-in or [50 mm] Cube Specimens). 3 c. D638, Standard Test Method for Tensile Properties of Plastics. 4 3. International Organization for Standardization (ISO): 5 a. 9001, Quality Management Systems - Requirements. 6 4. Occupational Safety and Health Administration (OSHA) 7 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 8 1926, Subpart S, Underground Construction and Subpart P, Excavation. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS 11 A. Submittals shall be in accordance with Section 0133 00. 12 B. All submittals shall be approved by the City prior to delivery. 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 14 A. Product Data 15 1. Casing Isolators/Spacers 16 a. Material Data 17 2, Grout Mix 18 a. Material Data 19 B. Shop Drawings 20 1. Required for 24-inch and larger pipe installations 21 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 22 construction Inethods to be employed. 23 3. Casing Spacers/Isolators 24 a. Detail drawings and manufacturer's information for the casing isolators/spacers 25 that will be used. 26 1) Include dimension and component materials and documentation of 27 manufacturer's ISO 9001:2000 certification. 28 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 29 by --case basis. 30 c. For consideration of alternate method, submit a detailed description of method 31 including details. 32 4. End seal or bulkhead designs and locations for casing/liners. 33 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 34 Plan and Methods including: 35 a. Grouting methods 36 b. Details of equipment 37 c. Grouting procedures and sequences including: 38 1) Injection methods 39 2) Injection pressures 40 3) Monitoring and recording equipment 41 4) Pressure gauge calibration data 42 5) Materials 43 d. Grout mix details including: CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Scwei Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project NO._ 01309 Revised June 19, 2013 FAprojectsW3184057-0IV-0 Wrk Prodi2-3 SPFCS%Final Combined(Div M-Uliliti-M 05 24_Insiallation of Carrier Pipe in Casing or Tonnci Linn Ptale.doc 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of I I 1 1) Proportions 2 2) Admixtures including: 3 a) Manufacturer's literature 4 b) Laboratory test data verifying the strength of the proposed grout mix 5 c) Proposed grout densities 6 d) Viscosity 7 e) Initial set time of grout 8 (1) Data for these requirements shall be derived from trial batches from 9 an approved testing laboratory. 10 e. Submit a minimum of 3 other similar projects where the proposed grout mix 11 design was used. 12 f. Submit anticipated volumes of grout to be pumped for each application and 13 reach grouted. 14 g. For pipe installations greater than 36-111ches, without hold down jacks or a 15 restrained spacer, provide buoyant force calculations during grouting and 16 measures to prevent flotation. 17 1) Calculations sealed by a licensed Engineer in the State of Texas. 18 h. Description of methods and devices to prevent buclding of carrier pipe during 19 grouting of annular space, if required 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE 23 A. Certifications 24 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 25 ISO9001:2000. 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 31 32 33 34 35 36 37 38 39 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 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 Casing Spacers/Isolators shall be new and the product of a manufacturer regularly engaged in the manufacturing of casing spacers/isolators. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary sewer Diversion Pipeline to Big Fossii Creek Basin STANDARD CONSTRUCTION SPF CIFICATION DOCUMENTS City Project No.: 01309 Revised June 19, 2013 17 \projects103181057-01Q-0 Wrk Pro(i)-3 SPECSTinai CnmbinedNDiv 33-14lilies133 05 2-0_In.MHatknn of CairSer Pipe in CasinP er Tunnel 1,MCr P1ata.duc 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of I I 1 B. Design Criteria and Materials 2 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 3 indicated in PART 3 of this Specification, incorporating all support/insulator 4 dimensions required. 5 6 7 8 9 10 I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Diameter Specification (inches) Material Reference Water Line 6-12 DIP (Restrained) 33 11 I0 DIP (Restrained) 33 11 10 16-20 AW WA C303 Restrained 33 11 13 DIP (Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 24 and greater AWWA C301 Restrained 33 11 15 Sanitary DIP (with Ceramic Epoxy) 33 11 10 Sewer Line 8-16 PVC C900 DR14 33 31 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) No annular space fill will be used. 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 1 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. c) 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. i) 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. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Cheek Basin STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No.: 01309 Revised Aire 19, 2013 Paprujecls103I M5;-GI Q-0 Wrk Prod%2-3 SP[CSM..] Com6i-d%Div 33-Utiliti033 05 24_Ins1a11alioo of(' Hr , Pipe in Casino or Tunnel Liner Piawdoc 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of I I 1 2) For water piping 24-inch diameter and greater, use pull -on, IIS inch thick, 2 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 3 Insulator, Inc. or approved equal. 4 3) For sewer piping, no end seals are required since the annular space between 5 the carrier pipe and the casing will be grouted. 6 b. Design end seals to withstand the anticipated soil or grouting pressure and be 7 watertight to prevent groundwater from entering the casing. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 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 may be allowed in lieu of casing spacers/isolators. 2) Mortar bands shall be in accordance with Section 33 11 13. b. Casing Spacers/Isolators 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. Band 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 I ) Provide pressure -molded glass reinforced polymer or UHMW with: a) Minimum of 2 inches in width and a minimum of I 1 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) Pill 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. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossi] Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised June 19, 2013 F:lprnje t.,%U3 i 91057-0n2-0 Wrk P,o&2-15PECSTindl CamhinedlDiv 33-UtiiitiesM 05 24_1_ta11ation of Cattier Pipe in Casmg or Tunnel Liner Plated- 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL. LINER PLATE Page 7 of 11 v - 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS f NOT USED] 5 3.2 EXAMINATION ]NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Carrier pipe installation shall not begin until the following tasks have been 10 completed: 11 a. All required submittals have been provided, reviewed and accepted. 12 b. All casing/liner joints are watertight and no water is entering casing or liner 13 from any sources. 14 c. All contact grouting is complete. 15 d. Casing/liner alignment record drawings have been submitted and accepted by 16 City to docuinent deviations due to casing/liner installation. 17 e. Site safety representative has prepared a code of safe practices and an 1 S emergency plan in accordance with applicable requirements. 19 2. The carrier pipe shall be installed within the casings or liners between the limits 20 indicated on the Drawings, to the specified lines and grades and utilizing methods 21 which include due regard for safety of workers, adjacent structures and 22 improvements, utilities and the public. 23 B_ Control of Line and Grade 24 1. Install Carrier pipe inside the steel casing within the following tolerances: 25 a. Horizontal 26 1) + 2 inches from design line 27 b. Vertical 28 1) ±1 inch from design grade 29 2. Check line and grade set up prior to beginning carrier pipe installation. 30 3. Perform survey checks of line-and-gade of carrier pipe during installation 31 operations. 32 4. The Contractor is fully responsible for the accuracy of the installation and the 33 correction of it, as required. 34 a. Where the carrier pipe installation does not satisfy the specified tolerances, 35 correct the installation, including if necessary, redesign of the pipe or structures 36 at no additional cost to City. 37 C. Installation of Carrier Pipe 38 1. Pipe Installation 39 a. Remove all loose soil from casing or liner. 40 b. Grind smooth all rough welds at casing joints. V CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Piliclinc to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Tune l9, 2013 Y=Sprolecis10313[057-0152-0 Wrk Pro&2-3 SPECSSFinal CombinedlDiv 33-Lhilities133 OS 2a_lnstallaiion oFCan ier Pipe in Casing or Twvml Liner Plate.doc 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of I I 1 2. Installation of Casing Spacers 2 a. Provide casing spacers, insulators or other approved devices to prevent 3 flotation, movement or damage to the pipe during installation and grout backfill 4 placement. 5 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 6 casings or tunnels. 7 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 8 insulators and pipe insertion. 9 d. Install spacers in accordance with manufacturer's recommendations. 10 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 11 and the casing. 12 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 13 the casing/liner in a manner that could damage the pipe or coatings. 14 1) If guide rails are allowed, place cement mortar on both sides of the rails. 15 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 16 lubricant to minimize friction when installing the carrier pipe. 17 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 18 casing. 19 1. Grade the bottom of the trench adjacent to each end of the casing to provide a 20 firm, uniform and continuous support for the pipe. If the trench requires some 21 backfill to establish the final trench bottom grade, place the backfill material in 22 6-inch lilts and compact each layer. 23 j . After the casing or tunnel liner has been, placed, pump dry and maintain dry 24 until the casing spacers and end seals are installed. 25 3. Insulator Spacing 26 a. Maximum distance between spacers is to be 6 feet. 27 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 28 1) Install 2 spacers within I foot on each side of the bell or flange. 29 2) Remaining 2 spacers shall be spaced. equally. 30 c. If the casing or pipe is angled or bent, reduce the spacing. 31 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 32 of size of casing and pipe or type of spacer used. 33 e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 34 spigot into the bell. 35 4. After installation of the carrier pipe: 36 a. Mortar inside and outside of the joints, as applicable 37 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 38 1) If continuity exists, remedy the short, by all means necessary including 39 removing and reinstalling the carrier pipe, prior to applying cellular grout. 40 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 41 casing. 42 d. If steel pipe is used and not welded prior to installation in casing/liner, welding 43 of pipe will only be allowed after grouting of annular space is complete. 44 D. Installation of End Seals 45 1. For Water Pipes 46 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 47 b. Place pull -on synthetic rubber end seals on the pipe and pullover the end of the 48 casing. Securely fasten with stainless steel bands. CITY OF FORT WORTH Eaglc Mountain Lake Basin Sanitary Smer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised June 19, 2013 F3pmje tsi03181057.01%2-0 Wrk Prod12-3 SPECSUI-1 C nnbi-d%Uiv 33-11tilitics133 05 24_1nsW1ation uFC_ie Pipe in Casing or Tunne] Liner Plnte.doc 330524-9 INSTALLATION Or CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of I I 1 2. For Sewer Pipes 2 a. Grout annular space between carrier pipe and casing as indicated in this 3 Specification. 4 E. Annular Space Grouting (For Sewer Only) 5 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 6 operation as necessary. 7 2. Mixing of Grout 8 a. Mix ;material in equipment of sufficient size to provide the desired amount of 9 gout material for each stage in a single operation. 10 1) The equipment shall be capable of mixing the grout at the required densities 11 for the approved procedure and shall be capable of changing the densities 12 as required by field conditions. 13 3. Backfill Annular Space with Grout 14 a. Prior to filling of the annular space, test the carrier pipe in accordance with 15 Section 33 0130. 16 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 17 do not exceed this pressure. 18 c. After the installation of the carrier pipe, the remaining space (all voids) between 19 the casing/liner and the carrier shall be filled with LDCC grout. 20 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 21 be in contact with the gout. 22 2) Grout shall be pumped through a pipe or hose. 23 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 24 pipe during grouting. 25 4. Injection of LDCC Grout 26 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 27 approved recommendations or 5 psi (whichever is lower). 28 b. Pumping equipment shall be of a size sufficient to inject gout at a volume, 29 velocity and pressure compatible with the size/volume of the annular space. 30 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 31 grouting procedures require multiple stages. 32 d. Grout placements shall not be terminated until the estimated annular volume of 33 gout has been injected. 34 5- Block the carrier pipe during grouting to prevent flotation during grout installation. 35 6. Protect and preserve the interior surfaces of the casing from damage. 36 3.5 REPAIR / RESTORATION fNOT USED 37 3.6 RE -INSTALLATION [NOT USED] 38 3.7 FIELD lox] SITE QUALITY CONTROL 39 A. Reports and Records required for pipe installations greater than 48-inches and longer 40 than 350 feet 41 1. Maintain and submit daily logs of grouting operations. 42 a. Include. 43 1) Grouting locations 44 2) Pressures CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer DiversionPipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised June 19, 2013 F.lprujects%0318%057-0n2-0 Wrk Prod12-3 SPECSIH-1 Combined%Div 33-Ihihms,33 05 241nsEallation of Carrier Pipe in Casing or Tunnel Liner Platc.doc 33 05 24 - 10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of I I 1 3) Volumes 2 4) Grout mix pumped 3 5) Time of pumping 4 2. Note any problems or unusual observations on logs. 5 B. Grout Strength Tests 6 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 7 cylinder molds or grout cubes obtained during grouting operations. 8 2. City will perform field sampling during annular space grouting. 9 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 10 cubic yards of grout injected but not less than 1 set for each grouting shift. 11 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 12 C39 (cylindrical specimens) or ASTM C109 (cube specimens). 13 c. Remaining samples shall be tested as directed by City. 14 C. Safety 15 1. The Contractor is responsible for safety on the job site. 16 a. Perform all Work in accordance with the current applicable regulations of the 17 Federal, State and local agencies. 18 b. In the event of conflict, comply with the more restrictive applicable 19 requirement. 20 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 21 shafts/pits. 22 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 23 applicable local, State and Federal regulations. 24 3. Methods of construction shall be such as to ensure the safety of the Work, 25 Contractor's and other employees on site and the public. 26 4. Furnish and operate a temporary ventilation system in -accordance with applicable 27 safety requirements when personnel are underground. 28 a. Perform all required air and gas monitoring. 29 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 30 atmosphere free of toxic or flammable gasses in all underground work areas. 31 5. Perform all Work in accordance with all current applicable regulations and safety 32 requirements of the federal, state and local agencies. 33 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 34 Underground Construction and Subpart P, Excavations. 35 b. In the event of conflict, comply with the more stringent requirements. 36 6. If personnel will enter the pipe during construction, the Contractor shall develop an 37 emergency response plan for rescuing personnel trapped underground in a shaft 38 excavation or pipe. 39 a. Keep on -site all equipment required for emergency response in accordance with 40 the agency having jurisdiction CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised June 19, 2013 F:\projccls103I MOS7-0112-0 Wrk Prod12-3 SPECS%Final Conlllinc(lDiv 33-1)61ities133 05 21-Installamn ofCa-rie, Pipe in Casing or Tunnel Liner Phtc.doc 330524-11 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 11 of 11 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.1 —Modred minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification 1.1.0 — Added Concrete Pressure Pipe Specification reference, 6/19/2013 D..Tohnson 2.2.13.5 — 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. i CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Clcck Basin STANDARD CONSI-RUCTfON SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Aine 19, 2013 f Xprojec003 M057-01%2-0 W.k Prod52-3 SPECS M-1 Cm binedlnry 33-UOGtiesM 05 24Inat.11.1ion of Causer Pipe in Casing or Tk, nd Liner N.1c.doc 1 2 3 PARTI- GENERAL !i1i�.Y11u IuTn� 1 SECTION 33 05 26 UTILITY MARKERS/LOCATORS 330526-1 UTILITY MARKERS/I.00A"I'ORS Pagc 1 of 5 5 A. Section Includes: 6 1. Buried and surface utility markers for utility construction 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to-. 10 1. Division 0 --- Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item will be by lump sum. 17 2. Payment 18 a. The work performed and materials furnished in accordance with this Item will 19 be paid for at the lump sum price bid for "Utility Markers". 20 3. The price bid shall include: 21 a. Furnishing and installing Utility Markers as specified by the Drawings 22 b. Mobilization 23 c. Pavement removal 24 d. Excavation 25 e- Hauling 26 f. Disposal of excess material 27 g. Furnishing, placement and compaction of backfill 28 h. Clean-up 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. American Public Works Association (AWPA): 35 a. Uniform Color Code. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FFipwjecas103181057.0112-0 Wik Prod12-3 SPrCSFinal CombmWe Div 33-U61ities133 05 260lily Markcrs-Locatars.doc 330526-2 UTILITY MARKBRS/LOCATORS Page 2 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Buried Marker 8 2. Surface Marker 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND DANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED [oRj OWNER-SUPPLIEDPRODUCTS [NOT USED] 17 2.2 MATERIALS 18 A. Manufacturers 19 1. Only the manufacturers as listed on the City's Standard Products List will be 20 considered as shown in Section 01 60 00. 21 a. The manufacturer must comply with this Specification and related Sections. 22 2. Any product that is not listed on the Standard Products List is considered a 23 substitution and shall be submitted in accordance with Section 01 25 00. 24 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the 25 manufacturing of Utility Markers/Locators. 26 B. Materials 27 1. Buried Markers (Detectable Warning Tape) 28 a. Provide delectable warning tape as follows: 29 1) 5.0 miI overall thickness 30 2) Width -- 3 inch rnimmum 31 3) Weight — 27.5 pounds per inch per 1,000 square feet 32 4) Triple layer with: 33 a) Minimum thickness 0.35 mils solid aluminum foil encased in a 34 protective inert plastic jacket 35 (1) 100 percent virgin low density polyethylene CITY OF FORT WORTH Eaglc Mountain Lake Basin Sanitary Sewer Diversion Pipeline to 13ig Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Dccmnbcr 20, 2012 FrNprojcuA3 MG57-01%2-0 Wrk Pro&2.3 SPECS%Final C—bmdWiv 33-Utilines133 05 26_U:ibry Markers-F_ecalos.dec 330526-3 UTILITY MARKERS/LOCATORS Page 3 or 5 1 (2) Impervious to all known alkalis, acids, chemical reagents and 2 solvents within soil 3 (3) Aluminum foil visible to both sides 4 5) Locatable by conductive and inductive methods 5 6) Printing encased to avoid ink rub -off 6 7) Color and Legends 7 a) Potable water lines 8 (1) Color —Blue (in accordance with APWA Uniform Color Code) 9 (2) Legend — Caution Potable Water Line Below (repeated every 24 10 inches) 11 b) Reclaimed water lines 12 (1) Color — Purple (in accordance with APWA Uniform Color Code) 13 (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 14 inches) 15 c) Sewer Line 16 (1) Color — Green (in accordance with APWA Uniform Color Code) 17 (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 18 2. Surface Markers 19 a. Provide as follows: 20 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 21 2) White posts with colored, ultraviolet resistant domes as follows: 22 a) Water Lines 23 (1) Color —Blue (in accordance with APWA Uniform Color Code) 24 (2) Legend — Caution Potable Water Line Below 25 b) Reclaimed water lines 26 (1) Color — Purple (in accordance with APWA Uniform Color Code) 27 (2) Legend — Caution Reclaimed Water Line Below 28 c) Sewer lines 29 (1) Color — Green (in accordance with APWA Uniform Color Code) 30 (2) Legend — Caution Sewer Line Below 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 - EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION [NOT USED] 36 3.3 PREPARATION [NOT USED] 37 3.4 INSTALLATION 38 A. Buried Markers (Detectable Warning Tape) 39 1. Install in accordance with manufacturer's recommendations below natural ground 40 surface and directly above the utility for which it is marking. 41 a. Allow 18 inches minimum between utility and marker. CITY OF FORT WORTH Eag1e Mountain Lake Basin Sanitary Sewer Diversion Pipeline io Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Fip ojecls%031M57.OR2-0 Wrk ProdU-3 SPECSWinal Combi-6L)iv 33-UtilitiesM3 05 7.G_Urility Makes-Locators_doc 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 5 1 b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum 2 protection and delectability. 3 B. Surface Markers 4 1. Bury a minimum of 2 feel deep, with a minimum of 4 feet above ground 5 2. The warning sign for all surface markers sball be 21 inches (not including post cap). 6 3. Where possible, place surface markers near fixed objects. 7 4. Place Surface Markers at the following locations: 8 a. Buried Features 9 1) Place directly above a buried feature. 10 b. Above -Ground Features i 1 1) Place a maximum of 2 feet away from an above -ground feature. 12 c. Water lines 16-inches and larger 13 1) Fach right-of-way line (or end of casing pipe) for: 14 a) Highway crossings 15 b) Railroad crossings 16 2) Utility crossings such as: 17 a) High pressure or Iarge diameter gas lines 18 b) Fiber optic lines 19 c) Underground electric transmission lines 20 d) Or other locations shown on the Drawings, or directed by the City 21 d. Surface markers not required for 12-inch and smaller water lines 22 e. For sanitary sewer lines: 23 1) In undeveloped areas, place marker maximum of 2 feet away from an 24 above -ground feature such as a manhole or combination air valve vault. 25 2) Place at 500-foot intervals along the pipeline. 26 3.5 REPAIR I RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PRO`1'ECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 END OF SECTION 38 0TY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Possil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAV,ajeci,W31 MG57-0117--0 Wrk Prod12-3 SPFCSIFfnal Cn ,Ni dVD)w 33-Utiliui .,U3 05 26 Utility Markers Lt Iomdw 33 05 26 - 5 UTILITY MARKERS/LOCATORS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout. CITY OF FORT WORT] I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:Sprojects10318%057-01%2-0 Wrk Pmd12-3 SPECsTinal Com6ined%Div 33-Utilities133 05 26_I 61ky Markers-Locators.dnc 330530-1 LOCATION OF EXISTING UTILITIES Page] of 5 1 SECTION 33 05 30 2 LOCATION OF EXISTING UTILt` TES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of 8 a. Exploratory Excavation 9 b. Vacuum Excavation 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 -- Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division I — General Requirements 16 3. Section 33 05 10 -- Utility Trench Excavation, Embedment and BackfilI 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Exploratory Excavation of Existing Utilities 20 a. Measurement 21 1) Measurement for this Item shall be per each excavation performed as 22 identified in the Drawings, or as directed. 23 b. Payment 24 1) The work performed and materials fin-nished in accordance with this Item 25 and measured as provided under "Measurement" will be paid for at the unit 26 price bid per each "Exploratory Excavation for Existing Utilities" specified. 27 c. The price bid shall include: 28 1) Grade survey 29 2) Pavement removal 30 3) Excavation 31 4) Utility Location 32 5) Hauling 33 6) Disposal of excess material 34 7) Furnishing, placing and compaction of embedment 35 8) Furnishing, placing and compaction of backfili 36 9) Clean-up 37 10) Surface restoration 38 2. Vacuum Excavation of Existing Utilities 39 a. Measurement 40 1) Measurement for this Item shall be per each excavation performed as 41 identified in the Drawings, or as directed. CITY OF FORT WOR7"H Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0) 309 Revised Decemher 20, 2012 F:lprojectslOt85057-0112-0 Wrk Rnd12-3 SPECS1Fina1 Cu,nbinedlDiv 33-lftilitiesl33 05 30, f.ocaion of Existing Uu1ifi.dac 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 5 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under "Measurement" will be paid for at the unit 4 price bid per each "Vacuum Excavation" specified. 5 c. The price bid shall include- 6 1) Grade survey 7 2) Pavement removal 8 3) Vacuum Excavation 9 4) Utility Location 10 5) Hauling 1 t 6) Disposal of excess material 12 7) Furnishing, placing and compaction of embedment 13 8) Furnishing, placing and compaction of backfill 14 9) Clean-up 15 10) Surface restoration 16 1.3 REFERENCES 17 A. Definitions 18 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method 19 used to locate existing underground utility as shown on the plans through the use of 20 standard excavation equipment. 21 2. Vacuum Excavation: Method used to locate existing underground utility as shown 22 on the plans through the use of geophysical prospecting equipment such as vacuum 23 excavation. 24 B. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the Iatest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. American Society of Civil Engineers (ASCE) 29 a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and 30 Depiction of Existing Subsurface Utility Data) 31 1.4 ADMINISTRATIVE REQUIREMENTS 32 A. Coordination 33 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 34 Exploratory Excavation of Existing Utilities. 35 2. Coordinate location of all other existing utilities within vicinity of excavation prior 36 to commencing Exploratory Excavation. 37 3. Coordinate staking of Exploratory Excavations with City at least I week prior to 38 commencement. 39 B. Sequencing 40 1. Exploratory Excavations shall be conducted prior to the construction of the entire 41 project. 42 C. Scheduling 43 1. For critical utility locations, the City may choose to be present during excavation. CITY OF FORT WORTH Eaglc Mountain Lake Basin Sanitary Sower Diversion Pipeline to Big fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Dccember 20, 2012 F:lprojectsND31 R1057-01\2-0 Wrk l'md\2-3 5PFCS\Pirtal CombinedlDiv 33-Utilities\33 D5 30 Location of Ezisthut Uttlities.doe 33 05 30-3 LOCATION OF EXISTING UTILITIES Page 3 of 5 t 1 2. Altcr schedule for Exploratory Excavation of Existing Utilities to accommodate 2 City personnel. 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS 6 A. Report of Utility Location 7 1. Horizontal location of utility as surveyed 8 2. Vertical elevation of utility as surveyed 9 a. Top of utility 10 b. Spring line of utility 11 c. Existing ground 12 3. Material type, diameter and description of the condition of existing utility 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 _ PRODUCTS [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION 22 A. Verification of Conditions 23 1. Verify location of existing utilities in accordance with the General Requirements, 24 the General Notes and the Drawings. 25 3.3 PREPARATION 26 A. Coordinate with City Survey, if applicable. 27 3.4 INSTALLATION 28 A. Exploratory Excavation 29 1. Verify location of existing utility at location denoted on the Drawings, or as 30 directed by the City. 31 a. Expose utility to spring line, as necessary. 32 b. Excavate and Backf ll Trench for the Exploratory Excavation in accordance 33 with Section 33 05 10. CITY OF FORT WORTH eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.Sprnjeus103131057-OI 12-0 Wrk Prod12-3 SPPC55Fiaal CmubinedSDiv 33-Utilil:es133 05 30_Locatioa of Existing U[ililies.doc 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 5 1 B. Vacuum Excavation 2 1. Verify location of existing utility at location denoted on the Drawings, or as 3 directed by the City. 4 2. Designate the horizontal position of the existing underground utilities that are to be 5 located using geophysical prospecting equipment. 6 a. Acquire record documentation from and coordinate with utility companies, as 7 necessary to locate utility. 8 3. Perform excavation in general accordance with the recommended practices and 9 procedures described in ASCE Publication Cl/ASCE 38. 10 C. Upon completion of the utility locating, submit a report of the findings. 11 D. If location of utility is in conflict with the Drawings, notify the City Project Manager 12 for appropriate design modifications. 13 E. Place embedment and backfill in accordance with Section 33 05 10. 14 F. Once necessary .data is obtained, immediately restore surface to existing conditions to 15 1. Obtain a safe and proper driving surface, if applicable 16 2. Ensure the safety of the general public 17 3. The satisfaction of the City 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 REINSTALLATION [NOT USED] 20 3.7 FIELD 10R] SITE QUALITY CONTROL [NOT USED) 21 3.8 SYSTEM STARTUP [NOT USEDI 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NO'[ USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USE, DI 27 3.14 ATTACHMENTS [NOT USED] 28 W END O1< SECTION Revision Log DATE NAME. SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 1.2 — Added Measurement of Payment for Vacuum Excavation 12/20/2012 D.Johnson 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH Fagie Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F\projcctsM IM057-0 B2-0 Wrk Pro�Q-3 SPECS%Finai C—bi-6NDic 33-UtifiucsM 05 30_Lucation or rx isting Ulilitic doe 330530-5 LOCATION OF EXISTING UTILITIES Page 5 of 5 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Rig Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 E4yrojec¢s5p}]gy057-p 112-0 Wrk Prod52-3 SPECSFinal CmnhineJllliv 33-UtiGGes533 OS 30_Loca i— of Exi,fiw Ufi1ifi s_Joc f I 33 11 05- 1 BOLTS, NUTS, AND GASKETS Pagc l of 7 I SECTION 33 1105 2 BOLTS, NUTS, AND GASKETS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: 7 a. T-Bolts and Nuts 8 b. Flange Bolts and Nuts 9 c. Threaded Rods 10 d. Push -on Gaskets 11 e. Mechanical Joint Gaskets 12 f. Flange Gaskets 13 g. Flange Isolation Kits 14 h. Petrolatum Tape Systems 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 19 Contract 20 2. Division I — General Requirements 21 3, Section 33 04 10 —Joint Bonding and Electrical Isolation 22 4. Section 33 11 10 Ductile lion Pipe 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Hydrocarbon Resistant Gaskets 26 a. Measurement 27 1) Measurement for this Item shall be by lump sum. 28 b. Payment 29 1) The work performed and the materials furnished in accordance with this 30 Item shall be paid for at the lump sum price bid for all "Hydrocarbon 31 Resistant Gaskets". 32 2, All Other Items 33 a. Measurement 34 1) The Items in this Section are considered subsidiary to the Item being 35 installed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 are subsidiary to the unit price bid for the Item being installed and no other 39 compensation will be allowed. CITY OF FORT WORTH Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.ipniccis%03t G57-01%2-0 Wrk PmdQ2 3 SPLCS vial CombinedWiv 33-Utilides%33 f ] 05- Roks. NIms, and Gaskeis.doc 33I105-2 BOLTS, NUTS, AND GASKETS Page 2 of 7 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification, unless a date is specifically cited. 6 2. American Iron and Steel Institute (AISI). 7 3. American Society of Mechanical Engineers (ASME): 8 a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 9 4. American Society of Testing and Materials (ASTM): 10 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 11 High Temperature or High Pressure Service and Other Special Purpose 12 Applications. 13 b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for 14 High Pressure or High Temperature Service, or Both. 15 c. A242, Standard Specification for High -Strength Low -Alloy Carbon Structural 16 Steel 17 d. B117, Salt Spray Testing 18 e. F436, Standard Specification for Hardened Steel Washers 19 5. American Water Works Association (AWWA): 20 a. C1 I1/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 21 Fittings. 22 b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In. Through 144 In. 23 (100 min Through 3,600 rein). 24 c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. 25 d. M11, Steel Pipe. 26 e. M41, Ductile -Iron Pipe and Fittings. 27 6. Fastener Quality Act (F'QA) 28 a. Public Law 106-34 (P.L. 106-34) 29 7. NSF International (NSF); 30 a. 61, Drinking Water System Components - Health Effects. 31 8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): 32 a. SP2, Hand Tool Cleaning 33 b. SP3, Power Tool Cleaning 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section 0133 00. 37 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 38 specials. 39 1.6 ACTION SUBMITTALS /INI+ORMATIONAL SUBMITTALS 40 A. Product Data 41 1. Bolts and nuts for mechanical and or flange joints 42 2. Gaskets CUY OF FORT WORTH ]eagle Mountain Take Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.. 01 309 Revises] December 20, 2012 FAprejectsM 181057-0112-0 Wrk Prodl2-3 SPFCSTinal CatnbinedMiv 33-Uuli[ics133 11 05 3011s, Nuts. and Gaskets d0c 33 1105 -3 BOLTS, NUTS, AND GASKETS Page 3 of 7 1 B. Certificates 2 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to 3 the Fastener Quality Act (FQA) (P.L. 106-34). 4 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford 5 Corporation, or a Whitford Corporation certified Applicator. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Qualifications 10 1. Manufacturers 11 a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be 12 performed under the control of the manufacturer. 13 b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or 14 exceed the requirements of this Specification. 15 B. Preconstruction Testing 16 1. The City may, at its own cost, subject random fittings for destructive testing by an 17 independent laboratory for compliance with this Specification. 18 a. The compliance test shall be performed in the United States. 19 b. Any visible defects or failure to meet the quality standards herein will be 20 grounds for rejecting the entire order. 21 1.10 DELIVERY, STORAGE, AND HANDLING 22 A. Storage and Handling Requirements 23 l . Secure and maintain a location to store the material in accordance with Section 01 24 6600. 25 1.11 FIELD f SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS 28 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 29 30 31 32 3,3 34 35 36 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 0125 00. B. Regulatory Requirements CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipelinc to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.lprojeasW31 M057-01%2-0 Wrk ProdQ-3 SPECSTma1 Cwubined%Div 33-UtiliticsW 11 0.5_Roles. Nuts. and Gaskcts-doc 33 11 05 -4 BOLTS, NUTS, AND GASKETS Pagc 4 of 7 1 1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) 2 (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this 3 Act. 4 C. T-Bolts and Nuts 5 1. Standard Xylan Coated T-bolt and Nut 6 a. High strength, corrosion -resistant, low -carbon weathering steel in accordance 7 with AWWA/ANSI CI11/A21.11 and ASTM A242 8 b. Xylan Coating in accordance with this Section 9 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut 10 a. Stainless Steel T-bolt and Nut in accordance with AISI 304. 11 b. Coat nut with Xylan in accordance with this Section. 12 D. Flange Bolts and Nuts 13 1. Stainless Steel Bolt and Xylan Coated Nut 14 a. Meet requirements of AWWA C207 15 b. Bolts: ASTM A193, Grade B8, Class I(AISI 304 Stainless Steel, carbide 16 solution treated) 17 c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AIS1304 Stainless Steel 18 Washers 19 1) Coat nut with Xylan in accordance with this Section. 20 E. Threaded Rods 21 1. Meet requirements of AWWA C207 22 2. Rods: ASTM Al93, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution 23 treated) 24 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel 25 Washers 26 a. Coat nut with Xylan in accordance with this Section. 27 F. Push -on Gaskets 28 1. Conforming to the physical and marking requirements specified in ANSI/AWWA 29 C1I I/A21.11. 30 2. All gaskets shall meet or exceed the latest revisions NSF 61. 31 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless 32 otherwise specified in Drawings. 33 4. Gaskets shall be free from porous areas, foreign material and other defects that 34 make them unfit for intended use. 35 5. Gaskets shall be the size and shape required to provide an adequate compressive 36 force against the plain end and socket after assembly to affect a positive seal under 37 all combinations of joint and gasket tolerances. 38 G. Mechanical Joint Gaskets 39 1. Conforming to the physical and marking requirements specified in ANSI/AWWA 40 C1 I I /A21.11. 41 2. All gaskets shall meet or exceed the latest revisions NSF 61. 42 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless 43 otherwise specified in Drawings. CITY OF FORT WORTIT Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUML'NI'S City Project No.: 01309 Revised December 20, 2012 1'_'1Frojects%318%057-0h2-0 Wtk Prod12-3 SPECSWF 1 Cmn4inMMw 33-Utilidi %s 33 11 05 Bolts, Nuts, and Gaskets doe 33 11 05 -5 BOLTS, NUTS, AND GASKETS Page 5 of 7 1 4. Gaskets shall be free from porous areas, foreign material and other defects that 2 make them unfit for intended use. 3 H. Flange Gaskets 4 1- Class E Flanges 5 a. Full face 6 b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a 7 thickness not less than 1/8 inch 8 c. Virgin stock 9 d. Conforming to the physical and test requirements specified in AWWA/ANSI 10 C1II/A21.11 11 e. All gaskets shall meet or exceed the latest revisions NSF 61, 12 f Finished gaskets shall have Doles punched by the manufacturer and shall match 13 the flange pattern in every respect. 14 g. Frayed cut edges are not acceptable. 15 h. Field cut sheet gaskets are not acceptable. 16 I. IIydrocarbon Resistant Gaskets 17 1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when 18 required. 19 J. Flange Isolation Kits 20 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform 21 to Section 33 04 10. 22 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to 23 bolt head with no grip to ensure sleeves fit properly. 24 K. Petrolatum Tape System 25 1. Petrolatum Tape Primer: Denso Paste, or approved equal 26 2. Molding and Filler mastic: Densyl Mastic, or approved equal 27 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal 28 L. Xylan Coating 29 a. Coat nuts and bolts with a ceramic -filled, baked on fluorocarbon resin, when 30 required. 31 b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to 32 the coating manufacturer's recommended thickness by a certified applicator. 33 c. Coating shall be of Xylan as manufactured by Whitford Corporation and 34 applied by Whitford Corporation or Whitford Corporation Recommended 35 Coater. 36 d. Coating shall be free from holidays and defects. 37 e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be 38 such that the nut turns freely on the bolt. 39 f. Coating shall conform to the performance requirements of ASTM B 117, "Salt 40 Spray Test" and shall include, if required, a certificate of conformance. 41 2.3 ACCESSORIES [NOT USED] 42 2.4 SOURCE QUALITY CONTROL [NOT USE, CITY OF PORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 r;�proje,isi0318t057-0FN2-p Wrk Prodlbi SPECtiIFinal Comhinedl6iv B-Utditi-M It 05_Bnits- Mas, and Gaskets-doc 33 it 05-6 BOLTS, NUTS, AND GASKETS Page 6 of PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USE, 3 3.2 EXAMINATION [NOT USED 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Mechanical Joints 7 1. Assemble mechanical joints in accordance with ANSI/AWWA C1 11/A21.1 1 8 Appendix A, AWWA C600 and AWWA Manual M41. 9 2. Use Standard Xylan Coated T-bolts and Nuts. 10 a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be l l used when specifically required in the Drawings. 12 B. Flanged Joints 13 1. Install in accordance with ASME PCC-1 -2012. 14 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 15 3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with 16 Petrolatum Tape System. 17 a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum 18 tape wrapping will be required. 19 b. If a joint is made between two ductile iron flanges, the joint should be 20 polyethylene encased in accordance with Section 33 11 10. 21 4. Flange bolts are normally spaced evenly around the flange. 22 5. During assembly, tighten nuts gradually and equally using a three -pass method in 23 accordance with ASME PCC-1-2012. 24 a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides 25 to prevent misalignment and to ensure that all bolts carry equal loads. 26 b. For the second pass, tighten the nuts to 100 percent again in a diametrically 27 opposite pattern. 28 c. Allow a minimum of I hour to pass to provide time for settlement between 29 bolts and nuts and gasket relaxation. 30 d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut 31 should be tightened until it will no longer turn. This step compensates for 32 elastic interaction and brings all bolts into parity. 33 6. The threads of the bolts should protrude a minimum of `/2-inch from the nuts. 34 C. Flanged Joints with Isolation Kit 35 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 36 2_ City will verify Isolation in accordance with Section 33 04 10. 37 D. Threaded Rod 38 1. Install as part of joint harness assembly in accordance with AWWA Manual MI 1. 39 2. Space rods evenly around the pipe. 40 3. During assembly, tighten nuts gradually and equally using a three -pass method in 41 accordance with ASME PCC-1-2012. CITY OF FORT wOR 11 Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Cieek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lprojmis403181057-0R2-0 Wrk Prod%2-3 sPFC51Flna1 Comhined%Div 33-U10{[iesM 11 05 Rolls. Nuls. and Gaskcls.dac 331105-7 ROUTS, NUTS, AND GASKETS Page 7 of 7 1 a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides 2 to prevent misalignment and to ensure that all bolts carry equal loads. 3 b. For the second pass, tighten the nuts to 100 percent again in a diametrically 4 opposite pattern. 5 4. The threads of the bolts should protrude a minimum of/z-inch from the nuts. 6 5. Wrap joint harness assembly with Petrolatum Tape System. 7 E. Petrolatum Tape System 8 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. 9 a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 10 1) High pressure wash of 3,000 to 7,000 psi is also suitable. 11 b. Surfaces may be damp but shall not have droplets or continuous film of water. 12 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff 13 brush, gloved hand or rag at normal ambient temperatures. 14 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to 15 fill irregular shapes and reduce sharp -edged surfaces. 16 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. 17 a. For severely corrosive environments, an overlap of 55 percent is recommended. 18 b. Press air pockets out and smooth all lap seams. 19 5. For additional mechanical protection, overwrap may be applied to increase impact 20 strength and electrical resistance. 21 3.5 REPAIR / RESTORATION [NOT USED] 22 3.6 RE -INSTALLATION [NOT USE, 23 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USE, 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipelinc to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:�proiccls103 I M57-ON-0 wrk Prodl2-3 5PFCSTin 1 C—hi—d%Div 33-Utiliti.03 It 05_Bu11s. Nvis. and Gaskds.doc 33 11 10- 1 DUCTILE IRON PIPE Page I of 14 I SECTION 33 1t 10 2 DUCTILE IRON PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Port Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 0131 -- Closed Circuit Television (CCTV) Inspection 15 4. Section 33 04 10 Joint Bonding and Electrical Isolation 16 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 17 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 19 8. Section 33 11 05 —Bolts, Nuts, and Gaskets 20 9. Section 33 11 11 Ductile Iron Fittings 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Pipe 24 a. Measurement 25 1) Measured horizontally along the surface from center line to center line of 26 the fitting, manhole, or appurtenance 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item, 29 and measured as provided under "Measurement" will be paid for at the unit 30 price bid per linear foot for "DIP" installed for: 31 a) Various sizes 32 b) Various types of backfill 33 c) Various linings 34 d) Various Depths, for miscellaneous sewer projects only 35 e) Various restraints 36 f) Various uses 37 c. The price bid shall include: 38 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 39 Drawings CITY OF FORT WORTH Eagle Mountain Lake Basin Sanilary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projoct No.: 01309 Revised December 20, 2012 FAprojectsl MN051-0112-0 WA ProdQ-3 SP@CSTina1 Coinbined5Div 33-Ulilaicsl33 11 10_Duclile Iron Pipe.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 33 11 10 -2 DUCTILE IRON PIPE Page 2 of 14 2) Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) IYumishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) BoIts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 18 1.3 REFERENCES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2_ Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. Al93, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A] 94, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, ,Standard Specification for High -Strength Low -Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus_ g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): CITY OF FORT WOWI'H Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipciine to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No.: 0 13 09 Revised Dccetuber 20, 2012 T\projec[s7031 ft1057-0I Q-0 Wrk Prod12-3 SPECSSPinl Cornbi.,6lDiv 3.3-Unli0esM 11 ]OD —tile Iron Pipe doc 33 11 10-3 DUCTILE IRON PIPE Page 3 of 14 1 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 2 Enamel and Tape - Not Applied. 3 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 4 c. M41, Ductile -Iron Pipe and Fittings. 5 6. American Water Works Association/American National Standards Institute 6 (AWWA/ANSI): 7 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 8 b. CI 05/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 9 c. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 10 d. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 11 Threaded Flanges. 12 e. C150/A21.50, Thickness Design of Ductile -Iron Pipe. 13 f C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 14 g. C600, Installation of Ductile --Iron Water Mains and their Appurtenances 15 7. NSF International (NSF): 16 a. 61, Drinking Water System Components-- Health Effects. 17 8. Society for Protective Coatings (SSPC): 18 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 01 33 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTTALS / INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Interior lining 27 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 28 C104/A21.4, including: 29 1) Material 30 2) Application recommendations 31 3) Field touch-up procedures 32 2. Thrust Restraint 33 a. Retainer glands, thrust harnesses or any other means 34 3. Gaskets 35 a. If hydrocarbon or other special gaskets are required 36 B. Shop Drawings .- Furnish for Ductile Iron Pipe used in the water distribution system or 37 for a wastewater force inain for 24-inch and greater diameters, including: 38 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 39 Texas including: 40 a. Working pressure 41 b. Surge pressure 42 c. Deflection t CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project W: 01309 Revised December 20, 2012 Friprojects403131057-ORM Wyk I'yodl2-3 SPECSWinal CmnbinMOiv 33-Utililu S 33 11 10_Ductile lion Pipe dor 331110-4 DUCTILE IRON PIPE Page: 4 of 14 1 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2 Professional Engineer in Texas, to verify the restraint lengths shown in the 3 Drawings. 4 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 5 Professional Engineer in Texas including. 6 a. Pipe class 7 b. Joints type 8 C. Fittings 9 d. Stationing 10 e. Transitions 11 f. Joint deflection 12 C. Certificates 13 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 14 Section, each nin of pipe furnished has met Specifications, all inspections have 15 been made, and that all tests have been performed in accordance with 16 AWWA/ANSI C151/A21.51. 17 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Finished pipe shall be the product of 1 manufacturer. 24 1) Change orders, specials, and field changes may be provided by a different 25 manufacturer upon City approval. 26 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 27 under the control of the manufacturer. 28 c. Ductile Iron Pipe 29 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 30 a) Perform quality control tests and maintain results as outlined within 31 standard to assure compliance. 32 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 33 of at least 10 seconds. 34 B. Preconstruction Testing 35 L The City may, at its own cost, subject random lengths of pipe for testing by an 36 independent laboratory for compliance with this Specification. 37 a. The compliance test shall be performed in the United ,States. 38 b. Any visible defects or failure to meet the quality standards herein will be 39 grounds for rejecting the entire order. 40 1.10 DELIVERY, STORAGE, AND HANDLING 41 A. Storage and Handling Requirements CITY OF FORT WORTH Eagle Mountain bake Basin Sanitary Scwer Diversion Pipeline to Big fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F 7�ppojccls1031 M1 7-0112-0 Wrk Fmc!Q-3 SPECSIFinal Combine6ll7iv 33-Ucilitiesl33 11 10_ Ductile Iron Pipe -doe 33 11 10-5 DUCTILE IRON PIPE Page 5 of 14 1 1. Ductile Iron Pipe shall be stored and handled iii accordance with the guidelines as 2 stated in AWWA M41. 3 2. Secure and maintain a location to store the material in accordance with Section 01 4 6600. 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2- PRODUCTS 8 2.1 OWNER -FURNISHED [oRj OWNER -SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed in the City's Standard Products List will be 12 considered as shown in Section 01 60 00. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 0125 00. 16 B. Pipe I7 1. Pipe shall be in accordance with AWWA/ANSI CI I I/A21.11, AWWA/ANSI 18 C150/A21.15, and AWWA/ANSI C151/A21.51. 19 2. All pipe shall meet the requirements of NSF 61. 20 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 21 closure pieces and necessary to comply with the Drawings. 22 4. As a minimum the following pressures classes apply. The Drawings may specify a 23 higher pressure class or the pressure and deflection design criteria may also require 24 a higher pressure class, but in no case should they be less than the following: 25 26 27 28 29 30 31 32 33 E 6. Diameter (inches) Min Pressure Class (psi) 3 through 12 350 14 through 20 250 24 200 30throu 64 150 Pipe markings shall meet the minimum requirements of AWViWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark Pressure and Deflection Design CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:11—jecm%031 S1057-01Q 0 Wrk 1'wd12-3 SP ECS%Final C—bi-&I)iv 33-Utilici-s 33 12 10_D-tile 1— 3'ipe.dac 33 11 10-6 DUCTILE IRON PIPE Page 6 or 14 1 a. Pipe design shall be based on trench conditions and design pressure class 2 specified in the Drawings. 3 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 4 C150/A21.50, AWWA/ANSI C15I/A21.51, and AWWA M41 for trench 5 construction, using the following parameters: 6 1) Unit Weight of Fill (w) — 130 pcf 7 2) Live Load = AASHTO HS 20 8 3) Trench Depth — 12 feet minimum, or as indicated in Drawings 9 4) Bedding Conditions = Type 4 10 5) Working Pressure (P,N) = 150 psi 11 6) Surge Allowance (PS) — 100 psi 12 7) Design Internal Pressure (Pi) = PW + PS or 2:1 safety factor of the actual 13 working pressure plus the actual surge pressure, whichever is greater. 14 a) Test Pressure = 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 (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 (Dx) = 3 percent 9) Restrained Joint Safety Factor (Sf) = 15 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) Li 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) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. CFI-Y OF FORT WORTH Eagle Mountain Lake Basin Sanilaiy Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F Vpraiccls1031S\057-0107-0 Wrk Prod12-3 SPECSM—1 Comb m&Div 33-lLIliti-s'.33 11 10. Dolilt Iran Pipe.doc 3311 la-7 DUCTILE IRON PIPE Page 7 of 14 1 2) Soil density — 130 pef (maximum value to be used), for unsaturated soil 2 conditions 3 3) If indicated on the Drawings and the Geotechnical Borings that ground 4 water is expected, account for reduced soil density. 5 8. Joints 6 a. General — Comply with AWWA/ANSI Cl II/A21.11. 7 b. Push -On Joints 8 c. Mechanical Joints 9 d. Push -On Restrained Joints 10 1) Restraining Push -on joints by means of a special gasket it a) Only those products that are listed in Section 01 60 00 12 b) The working pressure rating of the restrained gasket must exceed the 13 test pressure of the pipe line to be installed. 14 c) Approved for use of restraining Ductile Iron Pipe in casing with a 15 carrier pipe of 4-inches to 12-inches 16 d) Otherwise only approved if specially listed on the Drawings 17 2) Push -on Restrained Joint bell and spigot 18 a) Only those products list in the standard products list will be allowed for 19 the size listed in the standard products list per Section 01 60 00. 20 b) Pressure rating shall exceed the working and test pressure of the pipe 21 Iine. 22 e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B 16.1, Class 125 23 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 24 g. Field fabricated flanges are prohibited. 25 9, Gaskets 26 a. Provide Gaskets in accordance with Section 33 11 05. 27 10. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 04 10. 30 11, Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 11 05. 33 b. Flanged Ends 34 1) Meet requirements of AWWA Cl 15. 35 a) Provide bolts and nuts in accordance with Section 33 11 05, 36 12. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel FIanges shall be coated with a Petrolatum 39 Tape System in accordance with Section 33 11 05. 40 13. Ductile Iron Pipe Exterior Coatings 41 a. All ductile iron shall have an asphaltic coating, minimum of I mil thick, on the 42 pipe exterior, unless otherwise specified in the Contract Documents, 43 14. Polyethylene Encasement 44 a. All buried Ductile Iron Pipe shall be polyethylene encased. 45 b. Only manufacturers listed in the City's Standard Products List as shown in 46 Section 01 60 00 will be considered acceptable. f CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big I-ossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Reviscd Dcccn)ber20, 2012 FAprojects031 fi5 T01%2-0 Wrk Pmdt2-3 SPECSIFinnk CombinedMiv 33-UlililiesW 11 10_Duaile Iron PiPe.doc 33 11 10-8 DUCTILE IRON PIPE Page 8 of 14 1 c. Use only virgin polyethylene material. 2 d. Encasement for buried pipe shall be 8 mil linear low density (LLD) 3 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 4 cross -laminated (HDCL) polyethylene encasement conforming to 5 AWWA/ANSI C105/A21.5 and ASTM A674. 6 e. Marking: At a minimum of every 2 feet along its length, the mark the 7 polyethylene film with the following information: 8 1) Manufacturer's name or trademark 9 2) Year of manufacturer 10 3) AWWA/ANS1 C105/A21.5 11 4) Minimum film thickness and material type 12 5) Applicable range of nominal diameter sizes 13 6) Warning -- Corrosion Protection — Repair Any Damage 14 f. Special Markings/Colors 15 1) Reclaimed Water, perform one of the following: 16 a) Label polyethylene encasement with "RECLAIMED WATER", 17 b) Provide purple polyethylene in accordance with. the American Public 18 1 Works Association Unifonn Color Code; or 19 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 20 2) Wastewater, perform one of the following: 21 a) Label polyethylene encasement with "WASTEWATER"; 22 b) Provide green polyethylene in accordance with the American Public 23 Works Association Uniform Color Code; or 24 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 25 g. Minimum widths 26 Polyethylene Tube and Sheet Sizes for Push -On Joint Pine Nominal Pipe Diameter (inches) Min. Width — Flat Tube (inches) Min. Width — Sheet (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 l8 37 74 20 4I 82 24 54 108 30 67 134 36 - 81 162 42 81 162 48 95 190 54 108 216 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Eiprejc.r,WII X%057-C IQ-0 Wrk ft d&2-3 SPECSTi-I Com6incN)w 33-UtiIitics133 11 10.DvoiIc Iron P!PeA c 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 60 108 216 64 121 242 1 15. Ductile Iron Pipe Interior Lining 2 a. Cement Mortar Lining 3 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 4 accordance with AWWA/ANSI CI04/A21.04 and be acceptable according 5 to NSF 6 L 6 b. Ceramic Epoxy or Epoxy Linings 7 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 8 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 9 Products List as shown in Section 01 60 00. 10 2) Apply lining at a minimum of 40 mils DFT. 11 3) Due to the tolerances involved, the gasket area and spigot end up to 6 12 inches back from the end of the spigot end must be coated with 6 mils 13 nominal, 10 mils maximum using a Joint Compound as supplied by the 14 manufacturer. 15 a) Apply the joint compound by brush to ensure coverage. 16 b) Care should betaken that the joint compound is smooth without excess 17 buildup in the gasket seat or on the spigot ends. 18 c) Coat the gasket seat and spigot ends after the application of the lining. 19 4) Surface preparation shall be in accordance with the manufacturer's 20 recommendations. 21 5) Check thickness using a magnetic film thickness gauge in accordance with L 22 the method outlined in SSPC PA 2. 23 6) Test the interior lining of all pipe barrels for pinholes with a non- 24 destructive 2,500 volt test. 25 a) Repair any defects prior to shipment. 26 7) Mark each fitting with the date of application of the lining system along 27 with its numerical sequence of application on that date and records 28 maintained by the applicator of his work. 29 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 30 cut, coat the exposed surface with the touch-up material as recommended 31 by the manufacturer. 32 a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No-: 01309 Revised December 20, 2012 1-:Sprolecle1031310.57-01%2-0 Wrk Pmdk2-3 SPECSTinx1 Ca bin &Di� 33-lhilitiO33 11 10_Du ile lrar Pipe,doc 33 11 10- 10 DUCTILE IRON PIPE Page 10 of 14 1 2.3 ACCESSORIES [NOT USE, 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USE, 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 10 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 11 recommendations. 12 2. See Section 33 11 11 for installation requirements for Ductile Iron fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 05 10. 15 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 16 6. For installation of carrier pipe within casing, see Section 33 05 24. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash -- during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push -on Joints 36 a. Install Push -on joints as defined in AWWA/ANSI C1 I I/A21.11. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01309 Revised December 20, 2012 Fapmie c,s 03 i W5-0112-0 Wrk P-&2-3 SPFCWinal CambineMDw 33-Ulilili.sM 11 Iron t'ipr..duc 331110-11 DUCTILE IRON PIPE Page) l of 14 I d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 e. When using a field cut plain end piece of pipe, refinish the field out and scarf to 4 conform to AWWA C600. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in one direction. 11 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. 14 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C600. 17 d. The manufacturer's recommendation may be used with the approval of the 18 Engineer. 19 D. Polyethylene Encasement Installation 20 1. Preparation 21 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material from becoming trapped between pipe 24 and polyethylene. 25 b. Pit polyethylene film to contour of pipe to affect a snug, but not tight encase 26 with minimum space between polyethylene and pipe. 27 1) Provide sufficient slack in contouring to prevent stretching polyethylene 28 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 29 joints or fittings and to prevent damage to polyethylene due to backfilling 30 operations. 31 2) Secure overlaps and ends with adhesive tape and hold. 32 c. For installations below water table and/or in areas subject to tidal actions, seal 33 both ends of polyethylene tube with adhesive tape at joint overlap. 34 2. Tubular Type (Method A) 35 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 36 b. Slip tube around pipe, centering it to provide 1-foot overlap on each, adjacent 37 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 38 ends. 39 c. bower pipe into trench and snake up pipe joint with preceding section of pipe. 40 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 41 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 42 polyethylene from preceding length of pipe, slip it over end of the new length 43 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 44 f. Secure overlap in place. 45 g. 'Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 46 of pipe, securing fold at quarter points. 47 h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No.: 01309 Revised December 20, 2012 VAprRlectskW I N%057-0112-0 Wrk ProdU-3 SPECSTinal Cninbi-&Div 33-IJulitiesX33 11 10_Ductile Iron Pipe.doc 33 11 10 - 12 DUCTILF IRON PIPE Page 12 of 14 1 i. Proceed with installation of next pipe in saine manner. 2 3. Tubular Type (Method B) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 4 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 5 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 6 of pipe, securing fold at quarter points; secure ends. 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 8 proceeding pipe section, bunching it accordion -fashion lengthwise. 9 e. After completing joint, pull 3-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section of pipe 11 by at least l foot; make each end snug and secure. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-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. h. Repair cuts, 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. 6. 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. CrI"Y OF FORT WORTH Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to 13ig fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pro.jcct No.: 01309 Revised December 20, 2012 FApr*ctsl0_1M057-01%2.0 Wrk Prod52-3 SPECSSFinat CuinbiaedlDiv 33-Utilitics133 I 1 10_UucFile Iron hFe doe 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 1 9. htnctions between Wrapped and Unwrapped Pipe: 2 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet- 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 7 3.5 REPAIR/RESTORATION 8 A. Patching 9 1. Excessive field -patching is not permitted of lining or coating. 10 2. Patching of lining or coating will be allowed where area to be repaired does not 11 exceed 100 square inches and has no dimensions greater than 12 inches. 12 3. In general, there shall not be more than 1 patch on either the lining or the coating of 13 any I joint of pipe. 14 4. Wherever necessary to patch the pipe: 15 a. Make patch with cement mortar as previously specified for interior joints. 16 b. Do not install patched pipe until the patch has been properly and adequately 17 cured and approved for laying by the City. 18 5. Promptly remove rejected pipe from the site. 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [on] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40, 25 B. Wastewater Lines 26 1. Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.111 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH Eagle Mountain Lake Basin sanitary Sewer Diversion Pipeline to Big fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,: 01309 Revised December 20, 2012 F 1p,.i-t,W31810i7.0112-0 Wrk Prod12-3 SPECSWinal Com6ineMjl 33-UtiGGesM 11 10_Dnctile Iron Pipe-doc 33 11 10 - 14 DUCTILE IRON PIPIT Page 14 of 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.I .b. — Updated Payment types 12/20/2012 D. Jobusou 1.3 — Added definitions of gland types for clarity 2.2.8.9, 10, 11 and 12 — Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets CITY OF FORT WORT" Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December M, 2012 Faprojects1031310.57-OI12-0 Wrk Rod\2-3 Sf'ECS1Fin�l ComUiucdlDiv l3-lhilitiesl33 11 10_Ductilc lawn Pipe_dnc P) 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 1111 DUCTILE IRON FITTINGS 33 11 11 - I DUCTILE IRON T'ITTINGS Page I oi' i3 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 03 30 00 — Cast -in -Place Concrete 17 4. Section 33 04 10 Joint Bonding and Electrical Isolation 18 5. Section 33 04 40 —Cleaning and Acceptance Testing of Water Mains 19 6. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 1105 — Bolts, Nuts, and Gaskets 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Water Fittings with Restraint 24 a. Measurement 25 1) Shall be per ton of fittings supplied 26 2) Fittings weights are the sum of the various types of fittings multiplied by 27 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 28 3) The fitting weights listed in AWWA/ANSI C I I O/A21.10 are only allowed 29 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 30 Drawings specifically call for an AWWA/ANSI CI I O/A21.10 fittings. 31 4) If the Contractor chooses to supply AW WA/ANSI C11 O/A21.10 (full 32 body) Ductile Iron Fittings in lieu of AWWA/ANSI CI53/A21.53 33 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 34 measured in accordance with AWWA/ANSI CI53/A21.53. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under "Measurement" will be paid for at the unit 38 price bid per ton of "Ductile Iron Water Fittings with Restraint". 39 c. The price bid shall include: f 4 CITY OF FORT WORTH Eagle Mountain Lakc Basin Sanitary Seiner Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Projecl No_: 01309 Revised December 20, 2012 FAprojcctsl03)8%057-0147_-0 Wrk No(Gb3 SPLCSXFinal t I I 1-Ductile Gun Fiaings.duc 33 11 11 - 2 DUCTILE [RON FIT7'INGs Page 2 of 13 1 I ) Furnishing and installing Ductile Iron Water Fittings as specified by the 2 Drawings 3 2) Polyethylene encasement 4 3) Lining 5 4) Pavement removal 6 5) Excavation 7 6) Hauling 8 7) Disposal of excess material 9 8) Furnishing and installing bolts, nuts, and restraints 10 9) Furnishing, placement and compaction of embedment 11 10) Furnishing, placement and compaction of backfill 12 11) Trench water stops 13 12) Clean-up 14 13) Cleaning 15 14) Disinfection 16 15) Testing 17 2. Ductile Iron Sewer Fittings 18 a. Measurement 19 1) Shall be per ton of fittings supplied 20 2) Fittings weights are the sum of the various types of fittings multiplied by 21 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 22 3) The fitting weights listed in AWWA/ANS1 C110/A21.10 are only allowed 23 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 24 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 25 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 26 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 27 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 28 measured in accordance with AWWA/ANSI C153/A21.53. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per ton of "Ductile Iron Sewer Fittings". 33 c. The price bid shall include: 34 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 35 Drawings 36 2) Epoxy Coating 37 3) Polyethylene encasement 38 4) Lining 39 5) Pavement removal 40 6) Excavation 41 7) Hauling 42 8) Disposal of excess material 43 9) Furnishing and installing bolts, nuts, and restraints 44 10) Furnishing, placement and compaction of embedment 45 11) Furnishing, placement and compaction of backfill 46 12) Clean-up 47 13) Cleaning 48 14) Disinfection CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTs City Project No - 01309 Revised December 20, 2012 I;:lprojecta1031 M057-012-0 Wrk Prod12.-3 SPLCSIF]nal Combin dWi,v 334JIilities\13 I ! I I_6tile Iron Fittings.doc 33 11 11 -3 DUCTILE IRON FITTINGS Page 3 at'] 3 1 15) Testing 2 1.3 REFERENCES 3 A. Definitions 4 1. Gland or Follower Gland 5 a. Non -restrained, mechanical joint fitting 6 2. Retainer Gland 7 a. Mechanically restrained mechanical joint fitting, consisting of multiple 8 gripping wedges incorporated into a follower gland meeting the applicable 9 requirements of ANSI/AWWA CI IO/A21.10. 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. American Society of Mechanical Engineers (ASME): 15 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (CIasses 25, 125 and 250). 16 3. ASTM International (ASTM): 17 a. Al93, Standard Specification for Alloy -Steel and Stainless Steel Baiting for 18 High Temperature or High Pressure Service and Other Special Purpose 19 Applications 20 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 21 Pressure or High Temperature Service, or Both 22 c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 23 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 24 Water or Other Liquids. 25 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 26 4. American Water Works Association (AWWA): 27 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 28 Enamel and Tape - Hot Applied. 29 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 30 c. M41, Ductile -Iron Pipe and Fittings. 31 5. American Water Works Association/American National Standards Institute 32 (AWWA/ANSI): 33 a. C104/A21.4, Cement Mortar Lining for Ductile -Iron Pipe and Fittings. 34 b. CI05/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 35 c. C1 IO/A21.10, Ductile -Iron and Gray -Iron Fittings. 36 d. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 37 e. CI15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 38 "Threaded Flanges. 39 f C15I/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 40 g. CI53/A21.53, Ductile -Iron Compact Fittings for Water Service, 41 6. NSF International (NSF): 42 a. 61, Drinking Water System. Components -Health Effects. 43 7. Society for Protective Coatings (SSPC): 44 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:Sproje ts503i3%057-01%2-0 Wrk PrD62-3 SPEC5 M-1 Ca ,bin dir)w 33-UlilitwsW I I I I_Ducik Im Fininys.doc 33 11 11 -4 DUCTILE IRON FITTINGS Page 4 of 13 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 00, 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 7 8 9 to 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Product Data 1. Ductile Iron Fittings a. Pressure class b. Interior lining C. Joint types 2. Polyethylene encasement and tape a. Planned method of installation b. Whether the film is linear low density or high density cross linked polyethylene c. The thickness of the film provided 3. The interior lining, if it is other than cement mortar lining in accordance with AWWA/ANSI C104/A21.4 a. Material b. Application recommendations c. Field touch-up procedures 4. Thrust Restraint a. Retainer glands b. Thrust harnesses c. Any other means 5. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 6. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 7. 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 C115. a) Provide bolts and nuts in accordance with Section 33 11 05. 8. 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. B. Certificates 1. The manufacturer shall famish an affidavit certifying that all Ductile Iron Fittings meet the _provisions of this Section and meet the requirements of AWWA/ANSI Cl l0/A21.10 or AWWA/ANSI C153/A21.53. CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION! SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F T,-jwsl03I M57-ON-0 W,k P—A2-3 SPECSW,oal C—binedlDiv 33-Utililics133 11 11 Duc[ile Iron Fittin:s, doc 3311 11-5 DUCTILE IRON FITTINGS Page 5 of 13 1 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USE, 4 1.9 QUALITY ASSURANCE 5 A. Qualifications 6 1. Manufacturers 7 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 8 performed under the control of the manufacturer. 9 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 10 C110/A21.10 or AWWA/ANSI C153/A21.53. 11 1) Perform quality control tests and maintain the results as outlined in these 12 standards to assure compliance. 13 B. Preconstruction Testing 14 1. The City may, at its own cost, subject random fittings for destructive testing by an 15 independent laboratory for compliance with this Specification. 16 a. The compliance test shall be performed in the United States. 17 b. Any visible defects or failure to meet the quality standards herein will be 18 grounds for rejecting the entire order. 19 1.10 DELIVERY, STORAGE, AND HANDLING t 20 A. Storage and Handling Requirements 21 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 22 2. Secure and maintain a location to store the material in accordance with Section 01 23 6600, 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 L12 WARRANTY [NOT USE, 26 PART 2 - PRODUCTS 27 2.1 OWNER -BURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 29 A. Manufacturers 30 1. Only the manufacturers as listed on the City's Standard Products List will be 31 considered as shown in Section 01 60 00. 32 a. The manufacturer ]trust comply with this Specification and related Sections. 33 2. Any product that is not listed on the Standard Products List is considered a 34 substitution and shall be submitted in accordance with Section 01 25 00. 35 B. Ductile Iron Fittings 36 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 37 AWWA/ANSI C153/A21.53. 38 2. All fittings for potable water service shall meet the requirements of NSF 61. 1 CITY OF FORT WORT]I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline so Big Fossit Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Dcecinber 20, 2012 F.)projems103M057-01%2-0 Wrk ProdQ-3 SPL(:SWinaI Combined lDiv 33-UziIitiesW I I I I_Ducsile Iron Fit fings.doc 331411-6 DUCTILE IKON FITTINGS Page 6 of 13 1 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 2 the pipe which the fitting is connected, unless specifically indicated in the 3 Drawings. 4 4. Fittings Markings 5 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 6 b. Minimum markings shall include: 7 1) "Dl" or "Ductile' cast or metal stamped on each fitting 8 2) Applicable AWWA/ANSI standard for that the fitting 9 3) Pressure rating 10 4) Number of degrees for all bends . 11 5) Nominal diameter of the openings 12 6) Year and country fitting was cast 13 7) Manufacturer's mark 14 5. Joints 15 a. Mechanical Joints with mechanical restraint 16 1) Comply with AWWA/ANSI C111/A21.1 I and applicable parts of 17 ANSI/AWWA C110/A21.10. 18 2) The retainer gland shall have the following working pressure ratings based 19 on size and type of pipe: 20 a) Ductile Iron Pipe 21 (1) 3-inch — 16-inch, 350 psi 22 (2) 18-inch — 48-inch, 250 psi 23 b) PVC C900 and C905 24 (1) 3-inch —12-inch, 305psi 25 (2) 14-inch —16-inch, 235psi 26 (3) 18-inch — 20-inch, 200psi 27 (4) 24-inch 30 —inch 165psi 28 c) Ratings are for water pressure and must include a minimum safety 29 factor of 2 to 1 in all sizes 30 3) Retainer glands shall have specific designs for Ductile Iron and PVC and 31 should be easily differentiate between the 2. 32 4) Gland body, wedges and wedge actuating components shall be cast from 33 grade 65-45-12 ductile iron material in accordance with ASTM A536. 34 5) Mechanical joint restraint shall require conventional tools and installation 35 procedures per AWWA C600, while retaining full mechanical joint 36 deflection during assembly as well as allowing joint deflection after 37 assembly. 38 6) Proper actuation of the gripping wedges shall be ensured with torque 39 limiting twist off nuts. 40 b. Push -On, Restrained Joints 41 1) Restraining Push -on joints by means of a special gasket 42 a) Only those products that are listed in 01 60 00 43 b) The working pressure rating of the restrained gasket must exceed the 44 test pressure of the pipe line to be installed. 45 c) Approved for use of restraining Ductile Iron. Pipe in casing with a 46 carrier pipe of 4-inches to 12-inches 47 d) Otherwise only approved if specially listed on the drawings 48 2) Push -on Restrained Joint bell and spigot CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPI-CIFICATION DOCUMENTS City Proiect No.: 0 13 09 Revised Deccinber 20, 2012 FAproiectsW318%W7-0n2-0 Wrk Pred%2-3 S13ECS1t7ina] Combined\Div 33-11tilities%33 11 11 Ductile Imn Fittings.dcc 33 13 31 -7 DUCTILE IRON FITTINGS Page 7 of 13 1 a) Only those products list in the standard products list will be allowed for 2 the size listed in the standard products list per Section 01 60 00 3 b) Pressure rating shall exceed the working and test pressure of the pipe 4 line 5 c. Flanged Joints 6 I) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 7 2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 8 125. 9 3) Field fabricated flanges are prohibited. 10 6. Gaskets 11 a. Provide Gaskets in accordance with Section 33 1105. 12 7. Isolation Flanges 13 a. Flanges required by the drawings to be Isolation Flanges shall conform to 14 Section 33 04 10. 15 8. Bolts and Nuts 16 a. Mechanical Joints 17 1) Provide bolts and nuts in accordance with Section 33 1105. 18 b. Flanged Ends 19 1) Meet requirements of AW WA C 115. 20 a) Provide bolts and nuts in accordance with Section 33 11 05, 21 9. Flange Coatings 22 a. Connections to Steel Flanges 23 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 24 Tape System in accordance with Section 33 1105. 25 10. Ductile Iron Fitting Exterior Coatings 26 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of I mil 27 thick, on the exterior, unless otherwise specified in the Contract Documents. 28 11. Polyethylene Encasement 29 a. All buried Ductile Iron Fittings shall be polyethylene encased. 30 b. Only manufacturers listed in the City's Standard Products List as shown in 31 Section 01 60 00 will be considered acceptable. 32 c. Use only virgin polyethylene material. 33 d. Encasement for buried fittings shall be 8 mil linear low density (LLD) 34 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 35 cross -laminated (HDCL) polyethylene encasement conforming to conforming 36 to AWWA/ANSI C105/A2l .5 and ASTM A674. 37 e. Marking: At a minimum of every 2 feet along its length, the mark the 38 polyethylene film with the following information: 39 1) Manufacturer's name or trademark 40 2) Year of manufacturer 41 3) AWWA/ANSI C105/A21.5 42 4) Minimum film thickness and material type 43 5) Applicable range of nominal diameter sizes 44 6) Warning Corrosion Protection Repair Any Damage 45 f Special Markings/Colors 46 1) Reclaimed Water, perform one of the following: 47 a) Label polyethylene encasement with "RECLAIMED WATER", CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:1projecis%03131057-0152-0 Wrk Plnd12-3 SPECSiFinal CombinedlDiv 33-UtiiitiesU3 I i )]_Ductile Iron Rungs.doc 3311It-9 DUCTILE IRON F1TTTNOS Page S of 13 1 b) Provide purple polyethylene in accordance with the American Public 2 Works Association Uniform Color Code; or 3 c) Attach purple reclaimed water marker tape to the polyethylene wrap, 4 2) Wastewater, perform one of the following: 5 a) Label polyethylene encasement with "WASTEWATER'; 6 b) Provide green polyethylene in accordance with the American Public 7 Works Association Uniform Color Code; or 8 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 9 g. Minimum widths 10 Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter (inches) Min. Width -- Flat Tube (inches) Min. Width -- Sheet (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 11 12. Ductile Iron Fittings Interior Lining 12 a. Cement Mortar Lining 13 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 14 accordance with AWWA/ANSI CI04/A21.4 and be acceptable according to 15 NSF 61. 16 b. Ceramic Epoxy or Epoxy Linings 17 1) Ductile Iron Fittings for use in wastewater applications shall be lined with 18 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 19 List as shown in Section 01 60 00, 20 2) Apply lining at a minimum of 40 mils DFT CITY OF FORT WORTS] Eagle Mountain Lake Basin Sanitary Sewci Diversion Pipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pi ojcct No.: 01309 Revised December 20, 2012 F _lprgje t.,MI 1057-0 1Q-0 Wrk Prod%2-3 SPECS%in 1 Con,bina6Viv 33-(JtililiesW 11 11_1).&1. Iron F'inings.doc 3311 11 -9 DUCTILE IRON FITTINGS Page 9 of 13 1 3) Due to the tolerances involved, the gasket area and spigot end up to 6 2 inches back from the end of the spigot end must be coated with 6 mils 3 nominal, 10 mils maximum using a Joint Compound as supplied by the 4 manufacturer. 5 a) Apply the joint compound by brush to ensure coverage. 6 b) Care should betaken that the joint compound is smooth without excess 7 buildup in the gasket seat or on the spigot ends. 8 c) Coat the gasket seat and spigot ends after the application of the lining. 9 4) Surface preparation shall be in accordance with the manufacturer's 10 recommendations. 11 5) Check thickness using a magnetic film thickness gauge in accordance with 12 the method outlined in SSPC PA 2. 13 6) Test the interior lining of all fittings for pinholes with a non-destructive 14 2,500 volt test. 15 a) Repair any defects prior to shipment. 16 7) Mark each fitting with the date of application of the lining system along 17 with its numerical sequence of application on that date and records 18 maintained by the applicator of his work. 19 8) For all Ductile Iron Fittings in wastewater service where the fitting has 20 been cut, coat the exposed surface with the touch-up material as 21 recommended by the manufacturer. 22 a) The touch-up material and the lining shall be of the same manufacturer. 23 2.3 ACCESSORIES fNOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 3.4 INSTALLATION 30 31 32 33 34 35 36 37 38 39 40 41 A. General 1. Install fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's recommendations. 2. Lay fittings to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Ductile Iron Fittings in accordance with 33 05 10, B. Joint Making Mechanical Joints with required mechanical restraint a. All mechanical joints require mechanical restraint. b. Bolt the retainer gland into compression against the gasket, with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. CITY OF FORT WORTH Cagle Mountain Lake Basin Sanitary Scwer Diversion Pipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F;%projcctsW3181053-0n2-0 Wrk Prod12-3 SPL"%final COtnbwe(RDw 33-UEilitiesl33 i I I I_Ductilc Iron Fillings-duc 331111 -10 DUCTILIi IRON FITTINGS Page 10 of 13 1 c. Overstressing of bolts to compensate for poor installation practice will not be 2 permitted. 3 2. Push -on Joints (restrained) 4 a. All push -on joints shall be restrained push -on type. 5 b. Install Push -on joints as defined in AWWA/ANSI C1I I/A21.11. 6 c. Wipe clean the gasket seat inside the bell of all extraneous matter. 7 d. Place the gasket in the bell in the position prescribed by the manufacturer. 8 e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 9 gasket and the outside of the spigot prior to entering the spigot into the bell. 10 f. When using a field cut plain end piece of pipe, refinished the field cut and scarf t 1 to conform to AWWA M-41. 12 3. Flanged Joints 13 a. Use erection bolts and drift pins to snake flanged connections. 14 1) Do not use undue force or restraint on the ends of the fittings. 15 2) Apply even and uniform, pressure to the gasket. 16 b. The fitting must be free to move in any direction while bolting. 17 1) Install flange bolts with all bolt heads faced in I direction. 18 4. Joint Deflection 19 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 20 and grades and shown in the Drawings. 21 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 22 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 23 C600. 24 d. The manufacturer's recommendation may be used with the approval of the 25 Engineer. 26 C. Polyethylene Encasement Installation 27 1. Preparation 28 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 29 installation of polyethylene encasement. 30 1) Prevent soil or embedment material from becoming trapped between 31 fittings and polyethylene. 32 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 33 with minimum space between polyethylene and fittings. 34 1) Provide sufficient slack in contouring to prevent stretching polyethylene 35 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 36 joints or fittings, and to prevent damage to polyethylene due to backfilling 37 operations. 38 2) Secure overlaps and ends with adhesive tape and hold. 39 c. For installations below water table and/or in areas subject to tidal actions, seal 40 both ends of polyethylene tube with adhesive tape at joint overlap. 41 2. Tubular Type (Method A) 42 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 43 section. 44 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 45 pipe section and bunching it accordion -fashion lengthwise until it clears fittings 46 ends. CITY OF FORT WORTH Eagle Mountain Iakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SVECIFTCATIONDOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:%proiects503181a57-01i2-4 Wrk Prod42-3 SPECSWinal Coinhinedlniv 33-1_itiliocsL33 I I I1_D i6le lion Fittings-doc 33 11 11 -11 DUCTILE IRON FITTINGS Page]] of']3 1 c. Lower fittings into trench with preceding section of pipe. 2 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 3 e. After assembling fittings make overlap of polyethylene tube, pull bunched 4 polyethylene from preceding length of pipe, slip it over end of the fitting and 5 wrap until it overlaps joint at end of preceding Iength of pipe. 6 f. Secure overlap in place. 7 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 8 barrel of fitting, securing fold at quarter points. 9 h. Repair cuts, tears, punctures or other damage to polyethylene. 10 i. Proceed with installation of next fitting in same manner. 11 3. Tubular Type (Method B) 12 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 13 section. 14 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 15 end. 16 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 17 barrel of fitting, securing fold at quarter points; secure ends. 18 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 19 proceeding pipe section, bunching it accordion -fashion lengthwise. 20 e. After completing joint, pull 3-foot length of polyethylene over joint, 21 overlapping polyethylene previously installed on each adjacent section of pipe 22 by at least I foot-, make each end snug and secure. 23 4. Sheet Type 24 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 25 section. 26 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 27 clears the fitting ends. 28 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 29 quadrant of fitting. 30 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 31 e. Lower wrapped fitting into trench with preceding section of pipe. 32 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 33 g. After completing joint, make overlap and secure ends. 34 h. Repair cuts, tears, punctures or other damage to polyethylene. 35 i. Proceed with installation of fittings in same manner. 36 5. Pipe -Shaped Appurtenances 37 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 38 polyethylene in same manner as pipe and fittings. 39 6. Odd -Shaped Appurtenances 40 a. When it is not practical to wrap valves, tees, crosses and other odd -shaped 41 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 42 sheet under appurtenances and bringing it up around body. 43 b. Make seams by bringing edges together, folding over twice and taping down. 44 c. Tape polyethylene securely in place at the valve stem and at any other 45 penetrations. 46 7. Repairs CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revisal December 20, 2012 F_lprojecrosW-MM057-0112-0 Wrk Prod12-3 SFFCSWinal ComhinedWi , 33-1Jtilid,,%33 11 11 -Ductile iron Fittiugs_doc 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 331111 -12 DUCTILE IRON FM"INGS Page 12 of 13 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 secure 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 Fittings a. Where polyethylene -wrapped fitting 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 Fittings. D. Blocking 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, crosses and plugs in the pipe lines as indicated in the Drawings. 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, normal to the thrust. 3. The supporting area for each block shall be at least as great as that indicated on the Drawings and shall be sufficient to withstand the thrust, including water hammer, which may develop. 4, Each block shall rest on a firm, undisturbed foundation or trench bottom. 5. If the Contractor encounters soil that appears to be different than that which was used to calculate the blocking according to the Drawings, the Contractor shall notify the Engineer prior to the installation of the blocking. 31 3.5 REPAIR/RESTORATION 32 33 34 35 36 37 38 39 40 41 42 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 1 patch on either the lining or the coating of any fitting. 4. Wherever necessary to patch the fitting: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched fitting until the patch has been properly and adequately cured and approved for laying by the City. c. Promptly remove rejected fittings from the site. CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Rig Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No_- 01309 Revised Decetnher 20, 2012 FSpm1ect,1Q3 [ 9M7-0R2-0 Wrk V.ffi2-3 SPF,CSTinal Coinbined%Div 33-Ulihtiesi33 III ]_Ductile Iron Fhrtr}gs.doc 33111i-13 DUCTILE IRON FITTINGS Page 13 of 13 1 3.6 REINSTALLATION [NOT USE, 2 3.7 FIELD [oR] SITE QUALITY CONTROL 3 A. Potable Water Mains 4 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 5 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 6 main as specified in Section 33 04 40. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 310 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.I.c — Restraints included in price bid 1.2.A.2.c — Restraints included in price bid 1.3 — Added definitions of gland types for clarity 12120/2012 D. Johnson 2.2.13.5 —Removed unrestrained push -on and mechanical joints 2.2.13.6, 7, 8, and 9 -- Added reference to Section 33 05 10 and 33 04 10, removed material specifications for bolts, nuts and gaskets. 3.4 — Requirement for all mechanical and push -on joints to be restrained 3A.D — Corrected reference # CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPI=CIFICATION DOCUMENTS City Project No-- 01309 Revised December 20, 2012 Fdprojecis1032=57-0112-0 Wrk Prod12-3 SPECSIFinai ComhinedOiv 33-Lhilities533 12 1 2_97uctile lion Finines.doc 331112-1 POLYVINYI, CHLORIDE (PVC) PRESSURE PIPE Pagc l of 8 1 SECTION 33 1112 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 36-inch for potable water, 7 wastewater and reuse applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Delete Paragraph 1.3.A.4.c. and replace with "C900-16 Polyvinyl Chloride (PVC) 10 Pressure Pipe and Fabricated Fittings, 4 In. Through 60 In." 11 2. Delete Paragraph 1.3A.4.d. 12 3. Pipe and fittings shall be in accordance with and meet the minimum requirements 13 of AWWA C900-16. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 --- Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division I General Requirements 18 3. 33 01 31 — Closed Circuit Television (CCTV) Inspection 19 4.. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 20 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 21 6. 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 22 7. 33 11 11 —Ductile Iron Fittings 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. Measured horizontally along the surface from center line to center line of the 27 fitting, manhole, or appurtenance 28 2. Payment 29 a. The work performed and materials furnished in accordance with this Item and 30 measured as provided under "Measurement" will be paid for at the unit price 31 bid per linear foot of "PVC Water Pipe" installed for: 32 1) Various sizes 33 2) Various types ofbackfill 34 b. The work performed and materials furnished in accordance with this Item and 35 measured as provided under "Measurement" will be paid for at the unit price 36 bid per linear foot of "Sewer Force Main" installed for: 37 1) Various sizes 38 3. The price bid shall include: CITY OF FORT WORT]I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised April I, 2013 Fap,.iens5031 M057-Gl12-0 Wrk P.d12-3 5PECS5Fina] ConibinedlDiv 33-U(iliciesU3 1112_Poiyvmyl Chloride (I'VC) Pressure Pipe doc 33H12-2 POLYVINYL CHLORIDE (PVC) PRESSURE POPE Page 2 of 8 a. Furnishing and installing PVC Pressure Pipe with joints as specified by the 2 Drawings 3 b. Mobilization 4 c. Pavement removal 5 d. Excavation 6 e. Hauling 7 f. Disposal of excess material 8 g. Furnishing, placement and compaction of embedment 9 h. Furnishing, placement and compaction of backfill 10 i. Trench water stops 11 j. Thrust restraint, if required by Contract Documents 12 k. Gaskets 13 1. Clean-up 14 m. Cleaning 15 n. Disinfection 16 o. Testing . 17 1.3 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification, unless a date is specifically cited. 22 2. American Association of State Highway and Transportation Officials (AASHTO). 23 3. ASTM International (ASTM): 24 a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) 25 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 26 b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using 27 Flexible Elastomeric Seals. 28 4. American Water Works Association (AWWA): 29 a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 30 b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes 31 and Fittings for Water. 32 c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 41N 33 through 12 IN, for Water Transmission and Distribution. 34 d. C905, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 14 IN 35 through 48 IN, for Water Transmission and Distribution. 36 e. M23, PVC Pipe — Design and Installation. 37 f M41, Ductile -Iron Pipe and Fittings. 38 5, NSF International (NSF): 39 a. 61, Drinking Water System Components —Health Effects- 40 6. Underwriters Laboratories, Inc. (UL). 41 1.4 ADMINISTRATIVE REQUIREMENTS ]NOT USED] 42 1.5 SUBMITTALS 43 A. Submittals shall be in accordance with Section 01 3300. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised April 1, 2013 1p,ojects'V0 IM57-0n2-0 Wrk Prodi2-3 SPECS1Fin1 Combincd\Div 33-(Jd ities133 11 12_11olyvwyl Ch1m ide (PVC) Ptessue Pipe,doc I 331112-3 POLYVINYL CHLORWE (PVC) PRESSURE PIPE Page 3 of 1 B. All submittals shall be approved by the City prior to delivery. 2 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 3 A. Product Data 4 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains 5 or wastewater gravity mains, including: 6 a. PVC Pressure Pipe 7 b. Manufacturer 8 c. Dimension Ratio 9 d. Joint Types 10 2. Restraint, if required in Contract Documents 11 a. Retainer glands 12 b. Thrust harnesses 13 c. Any other means of restraint 14 3. Gaskets 15 B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe 16 used in the water distribution system or for a wastewater force main for 24-inch and 17 greater diameters, including: 18 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 19 Texas including: 20 a. Working pressure 21 b. Surge pressure 22 c. Deflection 23 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 24 Professional Engineer in Texas, to verify the restraint lengths shown on the 25 Drawings. 26 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed 27 Professional Engineer in Texas including: 28 a. Pipe class 29 b. Joints type 30 c. Fittings 31 d. Stationing 32 e. Transitions 33 f. Joint deflection 34 C. Certificates 35 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of 36 this Section, each ran of pipe furnished has met Specifications, all inspections have 37 been made and that all tests have been performed in accordance with AWWA C900 38 or AWWA C905. 39 1.7 CLOSEOUT SUBMITTALS [NOT USED] 40 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 41 1.9 QUALITY ASSURANCE 42 A. Qualifications CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised April 1, 2013 MprojectsMI M057-01Q-0 Wik PwdQ-3 SPFCSTwal Combined%Di, 31-UIRMCS533 It 12_Polyvinyl Chloride (PVC) Prm—e Pipe.doc 33 11 12 -4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 1 1. Manufacturers 2 a. Finished pipe shall be the product of 1 manufacturer for each size, unless 3 otherwise approved by the City. 4 1) Change orders, specials, and field changes maybe provided by a different 5 manufacturer upon City approval. 6 b. Pipe manufacturing operations shall be performed under the control of the 7 manufacturer. 8 c. All pipe furnished shall be in conformance with AWWA C900 and AWWA 9 C905. 10 1.10 DELIVERY, STORAGE, AND HANDLING 11 A. Storage and Handling Requirements 12 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 13 2. Secure and maintain a location to store the material in accordance with Section 01 14 6600. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900 or AWWA C905. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to compiy with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: L�:Diameter Min Pressure Class {inch) (psi) CITY OF FORT WORTH Eagle Mountain Take Basin Sanitary Sewer Diversion Pipeline to Big Fossil Cicck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised April 1, 2013 Riprojects10AM97-0112-0 Wrk Prod12-3 SPECWwal Combi—&Div 33-UGiitwc W 11 12-Polyvinyl Chloride (PVC) Pressure Pipe.dnc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 8 331112-5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of S 4 t rough 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimal n requirements of AWWA C900 or AWWA C905. Minimum pipe markings shall be as follows: i ) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 or AWWA C905 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pef b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f Working Pressure (PW) — 150 psi g. Surge Allowance (Ps) = 100 psi minimum h. Test Pressure — 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection — 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical aligmnent changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. 1n no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where 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) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater, CITY OF FORT WORT]I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Reviscd April 1, 2013 F%projects103131057-0112-0 Wrk Prod%2-3 SPFCS%Final Comhi—dMiv 33-rhiliriesW I I I2_PolyvmyI Chloride (PVC) Pressure Pipe.doe 33 11 12-6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 8 1 3) Restrained joints shall consist of approved mechanical restrained or push- 2 on restrained joints as listed in the City's Standard Products List as shown 3 in Section 01 60 00. 4 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. 5 d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 6 resist thrust in accordance with the Drawings and the following: 7 1) Calculate the weight of the earth (We) as the weight of the projected soil 8 prism above the pipe, for unsaturated soil conditions. 9 2) Soil density — 115 pef (maximum value to be used), for unsaturated soil 10 conditions 11 3) In locations where ground water is encountered, reduce the soil density to 12 its buoyant weight for the backfill below the water table. 13 a) Reduce the coefficient of friction to 0.25. 14 4. Joints 15 a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM 16 D3139. 17 b. Since each pipe manufacturer has a different design for push -on joints, gaskets 18 shall be part of a complete pipe section and purchased as such. 19 c. Lubricant must be non -toxic and NSF approved for potable water applications. 20 d. Push -On Restrained Joints shall only be as approved in the Standard Products 21 List in Section 0160 00. 22 5. Detectable Markers 23 a. Provide detectable markers in accordance with Section 33 05 26, 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. General 32 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 33 AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe 34 manufacturer's recommendations. 35 2. Lay pipe to the lines and grades as indicated in the Drawings. 36 3. Excavate and backfill trenches in accordance with Section 33 05 10_ 37 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 38 5. For installation of carrier pipe within casing, see Section 33 05 24. 39 B. Pipe Handling CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised April I, 2013 F 1pro_1,0,k0318}057-0112-0 Wrk P-dlZS SPFCWina] Co bin d\DN P Utzlifi-M 11 12_ Polyvinyl Chloride (PVC) Pressure Pzpcdoc 3311 12-7 POLYVINYL CNN-ORIDI (PVC) PRESSURE PIPE Page 7 o I' 8 1 1. Haul and distribute pipe and fittings at the project site. 2 2. Handle piping with care to avoid damage. 3 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 4 lowering into the trench. 5 b. Use only nylon ropes, slings or other lifting devices that will not damage the 6 surface of the pipe for handling the pipe. 7 3. At the close of each operating day: 8 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 9 the laying operation. 10 b. Effectively seal the open end of the pipe using a gasketed night cap. I I C. Joint Making 12 1. Mechanical Joints 13 a. In accordance with Section 33 11 11. 14 2. Push -on Joints 15 a. Install Push -On joints as defined in AWWA C900 and AWWA C905. 16 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 17 c. Place the gasket in the bell in the position prescribed by the manufacturer, 18 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 19 gasket and the outside of the spigot prior to entering the spigot into the bell, 20 e. When using a field cut plain end piece of pipe, refinish the field cut to conform 21 to AWWA C605. 22 3. Joint Deflection 23 a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines 24 and grades shown in the Drawings. 25 b. Joint deflection shall not exceed 50 percent of the manufacturer's 26 recommendation. 27 D. Detectable Metallic Tape Installation 28 1. See Section 33 05 26. 29 3.5 REPAIRIRESTORATION [NOT USED] 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 FIELD [OR] SITE QUALITY CONTROL 32 A. Potable Water Mains 33 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 34 mains: 35 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 36 main as specified in Section 33 04 40. 37 B. Wastewater Lines 38 I. Closed Circuit Television (CCTV) Inspection 39 a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. 40 3.8 SYSTEM STARTUP [NOT USED] 41 3.9 ADJUSTING [NOT USED CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised April 1, 2013 F_lproleclsl03 181057-OU2-0 Mk 1'mdl2-3 SPECS%Final CombinedlUiv 33-Utilitiesl33 11 12_Polyvinyl Cldoride {PVC) Presswe Pipe due 331112-8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 1 3.10 CLEANING [NOT USED] 2 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3AC.3 — revised maximum joint deflection requirements l2120/2012 D. Johnson 3.4.C.1 — Added reference to Ductile Iron Fittings 3AD—Removed Marker Bails 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch Change Section 2.2 B. 5. from "The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 17454-B." to 4/1/2013 F. Griffin "The pipe material shall be PVC, meeting the requirements of ASTM D 1784, with a cell classification of ['24-54". CITY OF FORT WORTH Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised April 1, 2013 F %projeccs1031 M57-0112-0 Wrk Prod52.3 SPECS E-1 (:ombined)Div 33-Uliliues133 11 12. Polyvinyl Chloride (PVC) Pressure pipe_dec "31 13 • 1 PT8�RiwiLASSRMFORC1DFIPEFOR 0PAVrI'YSANITA.RY" Ws S Palo I nf 7 1 SECTION 33 31 13 2 FIBERGLAS9 REIlVTORCED PrPE rOR GRAVITY SANITARY SEW FAS 3 PARTi 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes- 5 1. Fjbccrglass Reinforced pipe 19-inch and Mrgor NT g>-avity saniLary sewer 7 Applications 8 B. Deviations from this City of Fort WeAh Standard Specification 9 t. None, 10 C'., Related SFeci6cadon Sections ineludt, but ante oat necessarily limifed to: 1 l 1. Division 0 — Bidding Requirements, Contmcl; ,Forms, and Condi[ions of the 12 Contract 13 2. Division I — iieneraI Regiairements 14 3. Section 33 01 31) — Sewer and Manhole Testing 15 4. Section 33 01 31 , Closed Circuit TelevWon (CCTV) [nspeclian 16 5. Section 33 05 10 —Utility Trench Excavation, Embedment. and Backfi11 I G. Section 33 45 26—UtiIity Markexsllro-cainrs 18 7. Sdutiou 33 31 50 — SarLlary Sewer ervic4s Caancctious and Service Line 10. 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Mcnsurcmeni and Payment 1 1. mtawcment 22. a. Measured horizontally along 111e Surface from center fins to cmier line of the 21' maahrde, or appurlenance 24 2. Payment 25 a. ` he work perforrned and materials ftimished in accordance with this Item end 26 mcaqured as providcx1 under `Nleastuemene' will he braid far At. the unit price 27 bid per linear foot for 'Ti berglass Sewer Pipe" insutIled for: 28 1 ) Various sixes 29 2) Varis)wi 1-=k#il1s 30 3. The price hid shall include: 31 it_ FurnislZing and installing Fiberglass gravily pipo with joinfs as specified by #h f,- 32 Draw itig;, 33 t, mobilization 34 M1c. Pwerncnl removal 35 A Excavation 36 e. Hauling 37 f. DispwaI ofexce�s material 38 g. Gaskets 39 h. Fximishing, placement and compaction of embedai nt 40 i, I'urnishifig, placement aad compaction ofbackfiII CITY Ofr PORT WORTH FAWjc Mountain Luke Rmbi SafliLmy 3twu Divorwm Pi pdinq 10 15ig Fossil Cjwk Htsitt STANDARD CONS'i'ldt1crioN srEc1FfcATIoN!]GcumLrms C'JtyPFUjccl No.: 01N9 RcvfscA Daceml2ot 2G, N1'2 F;'FwojmWD3 WR574112 OJ Wrk Vf..&2,3 SMUSU-1-d11 11_ribuflwY RAiefoe'rtl PljK Far (hpY611&uwurySrwm jup a3 a] 13 - 2 17IRERCLASS REOVFI R 6D ME FOR GP-AVrrY SANTrARY SEWMS Pago2of7 1 j. Trtmoh water stops k. Cleaa-up 3 I. Cleaning 4 M. 1'eAing 5 1.3 REFERENCES 6 A. Rcfercni:e Suri&rdq 7 1. Refs =re standards cited in this Specification refer to th# current referee 8 standard published at the k me or the latest revision date lagged at tho end of this 9 peoiflcatIon, unless a date is speeffically cited. 1.0 2, ASTM International (ATM): 11 a. D3 36. Standard '1'a.,qt Melhod for ,Apparent Viscoisct of Hot Melt. Adhesives 12 and Coating I4Mawriats. 13 b, D3262, Standard Specification for "Fibergla$s" (Cilaas-Fiber-Reinforced 14 Thurmostming-Resin) Sewer Pipe. 15 a. 133691, Standard 'fast 11+ athod for Ch=lcal Desistance of." fiberglass" (Glass- 16 li iber-Reinforccd Thermosetting -begin) Pipe in a Deflected Condition. 17 d. D4 l61, Standard Specifwation for'Tiberglals" (0lass-F1br r-R6nfareed 18 Thermosetting-Rcgin) Pipc Joint;= grins Flexfbie >E±lastomeric Seat& 19' e. F477, Stwidard Specification for Elastumeric Seals (Ga Acu) ror Joining Plastic '20 Pipe. 21 1A ADMINISTRKrIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submitteis shall be in accordance with Section 0133 00. 24 fl. A11 submittals shall be approved by the City prior to delivery. 25 1.6 AC„I'[ON SUTB]4ERTALSAINFORMAY'IONAL SUI3i4'l I] TALS 26 A. P'rndua Data 27 1. Maaufacturer 29 2. Manufacturer Number (idontilies factory. location, and date manufactured.) 29 3. Nominal Diameter 30 4. 11"m toad 3l S_ Laying lengths 32 6. A TM designekyn 33 B, Shop Drawings 34 1. Pipe details 35 2., Joint details 36 3, Miscelleneous items to be lbraished and fabricated for the pipe 37 4. Dimensions 39 5, Tolerances 39 6, ;Nall thickness 40 7, Froporties artd strengths crry OF FORT WORTH EogEa biimmLpin I -Au Hoch Smljl� Srwur fXvErsuin PiPofift lu Rig Frk�.411 6A twill STANDARD CONSTRU{'MN 5Y00t ICATION nOCUMENIS City Project NO.! 0B09 kffyisad Oacewbcr Zip, 2Q 12 ].Yfuoje�4s6] 18�F7, 6i\2-0 Wdl i'rmtti-5 �Pf3r?7lupi {'ulPplu�d�{d��d�Mddcubm_hf! f I k }_Fhei�lw� Kein.fnesed C+un fWf C4Y5�7}SYomgfy:ouWrn dP[ J33113-3 V1 13ULASS RFTNFDRCffD PIPE FOR GEp,VTrY SANITARYSEWE" Pirge 3 of 7 t 9, Pips calculations 2 a. CaIMIaticins uonfirming illt± V* will hundIe anticipated loading:signed and 3 sealod by a Licen ged Prol`i mional Engineer in Texas- 4 C. {"_emir cater 5 1. Futnisli an off -davit certifying 1-hat Ei11 Fiberglass Reinforced Pipe meets the 6 provisions Df this Section and has hcen tested and meets the requiromots of AS'TM 7 D326 . 8 1.7 CLOSEOUT SUBMITTALS [NOT'USED] 9 VM MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE I I A. Qualifications 12 1, Manufacturers 11. a, Finished pipe shall be the produci of I manufacture r for each size per projW. 14 b. Pipe-maq�f'acturing uperations shall be Mfonned under the control of the 15 rn a nufac Curer. Ifs c. Al I pipe furnished shall be in wnformauce with aiis specification and ASTM 17 D3262, 18 1,10 DELI VE, RV, STOi AGE, AND RAN MING 19 A, Deliveay 2p 1. Provide adequate strutting during tmwpart to prevent damages to the pipe. fittings 21 and apputv--nances. 22 B. Storage and Handling R"uiremen% 23 1_ Gtaviy pipe shad be atored and luind led in acwrdancc wi111 Ilse manufacturer'-Z' 24 guidcline5. 25 2. Seoure and maintain a location to store the material in ticcuTdencei wiIh 26 Section 01 66 00. 27 1-11 F LD [SMI CONDITIONS INOT USED] 28 1.12' ' ARRANT INO`i' USED1 29 DART 2 - MODUCTS 30 2.1 OWNER -FURNISHED lost] OV4W ERA-,SUPPLIEDFRODUCTS CNOT USE DI 31 2.2 E UI[xf fi>r''M, PRODUCT TYPES AND MATER AU 32 A. Mant thaurarsi 33 1. Only the manufacturers as Iis M is the City°s Standard Produuts List will he 34 considered as sheawn in Section 0) 60 00. 35 a. The manufacturer must comply with this SpeciFiMion and related S=tion;s, 36 2. Any product that is not listed (in the Standard Products List is considered a 37 substitudea and shall be submitted in accordance with Section 01 25 00. Cry OF FORT WORTH Engle Mauntnin Laim Boom 5aailary Snr ew Diyruirm Pipoline to Big Fnssll Creek Anin STANDAIZDCON9TRI)C'NON'SPECInCATION DOCUMENTS Oty FfQ*Pao- 0I-I J ltevised t }echo 24, 2412 F.'1jTmj"%WIUM7.01%3DpryerII17_1'dm93wRqufu -dPip furikowly$tiduryFCwm.J« 3311 11-4 MERGLASS RMFORCEDPfl�EMRGRAVTTYSANMAPYSEW GRS Page 4 oIr 7 I R Perfonmace f .Desiign Criteria. 2 1. Pipe 3 a. Design in. a4cordance with A TM D3262 4 K Design pipe for service loads that include: 5 1) Emmal groundwater arrd earth loads 6 2) .lack nglpushing loads 7 a) The sllawable jaeki g/pmhing capacity ehi l not exceed 40 pereent of 8 the ultimate compressive strength c)r [hc maximum allowable 9 compresslve strength moommimdcd by the manufktuvur, whichever is 10 less. 11 3) Traffic loads 12 4) Practical considerations for noodling, Aipping and ather cxpn9troofio a 13 operations 1.4 c. Design is to be conducted under die �rupervtsion of a Professional Enginrer 15 b4= in the Slate of Texns, who shall seal and sign the diAgn. iG d, Standard lay length of'20 f wl, except for spcetaI Fittings ur closure piec:cs 17 necossury to comply with the Drawings. 1$ C. Stiffness class that satisfies design requitemant. on thr, Dmwmgs, but not less 19 [hen 46 psi. heu used in direct bury operations. 20 f. Accommodate vetlical alignment changes required because of existing ntility.or 21 other eooilicts by an appropriate change in pipe deaigu depth. 22 g. Tn nor cuss mall pipe he -installed deeper than its design allows, 23 2. Dimensional Tolarances 24 a, lmiida di,=ot(-,r 25 1) Pipe shall not vary more than 118 inch from the nominal inside diameter. 26 b. koundnass 27 1) The difference between the major and minor outside diarnetem shall not 28 exceed Q, t perconI of the nominal outside or 'A inch, whichever is -less. 29 c. Dull thickness 3U 1) Provide minimum single 11s)int Ibickness no less than 98 parcont of stated 3 L del iga thickness, 32 d. End 5quarenems 33 1) Provide pipe ends square to pipe axis with maximum tolerance of l/8 inch. 34 e. Fittings 35 1') Provide tolerancf: of angle of elhew and angle bet-ween main and leg of wye 16 or tee to f2 degrees. 37 2) Provide tolerance of laying length of fitting to inches. 38 C:. Materials 39 1, ltcsin sysi=3 40 a, Only use polyester resin sysEem with prbvan himry of performance in this 41 parlicular applicakion. 42 2. 61ass It inforcuaicilts 43 s Use reinforcing glass fibers of highest quality commercial }grade E-glass +44 111ameno with hinder and sizing compatible with lmprognatc;d resists to 45 manufacture CDrnponenls. 46 3, Fillers 47 a. Silica sang! or other suitable materials may be used. C" or- FORT WORTS Eagle 1u{mmimin Loka BWn Smit Sy.U*wDiyetakun Pipalim: to B; g Fooii CiCz* 13MFl STANC3ARDCONSTRUC-- ON RFEEMCATli N nOCtlri EMI City h3jMU Cola., {11309 RrVjM%i DMICMl ri 34, Z412 r-}{mmm%61 moi?-wm Mk ribn-35lT,rASY-imY CRolwnCd45ddrnib141 u1�A_i 71kI]F16errlw%keidun!d Fiph rpt{kaAY gMIHif/gGVX*k; 333113•5 VISER0 LASS iiEFNFORCED PIPE POR ORA PITY SA N ftA KY S9WERS' Pago i nt'i i b. 13sc 98 powent silicii with maxi inum moi sWm: con wsl of 0.2 percent. 2 4. Additive:% 3 11. Resin additives, such as curing; agents, pigments, dyes, fillers; thixotropic 4 agents, eiv., when used, shall not detrimentally affecr. the performance of the S product, 6 5. Internal liner resin 7 a. Suitable f it service as sewer. pipe 8 b, Highly resistant to exposure to sul fi�ric acid 9 e. Produced by biologicaI activity rrom hydrogcn suIFide gases 111 d. Meet or extx:od roquircmeuts of AS TM D3691 II 6. Gaskets 12 a, Supply from approved gasket manufacturer in accordance with A 'EM F477 13 and 5uilahirs fnT smice intandQd. 14 b. Affix gaskets to pipe by means of suitable adhesive or in9tall in a manner so as 15 W prevont Wdr,:kct from rolling out of precut sroove in pipe or sleeve coupling. 16 c. Vrovido the foIlowirlg pActs in potuntialI y rout aminewd areas, 17 1) PtIroleum (die.��l, gaRolim,) — Vitoo 18 2) C)ther oontaminaints—Manufucfuri--r recommendation 19 7. Couplings .26 a. Fiold connect pipe with fiberglass sleeve couplings that utilize elastornoric 1 sealing gaskets as sole moans in mairttain joint water tightness. 22 8.nis�ts 23 a Joints muse meet rlxluiremeuts ofASTM D4161. 24 9, pipe markings AaII mcut the minimum requira menis of ASTM D3236. Minimum 25 pipe markings aball be as follows, 26 a. Manufacturer 27 h_ Manut'actur4-.r Number (idenlilies raotory, ioca3iinnr date manufactured, Sh111 28 and gcquono1 ) 29 c. Nominal diameter 30 d. Beam luad 31 c. Laying length 32 f ASTdesignation 33 TO, conaW110118 34 a. Use only manufactured fittings, 33 h. Svc Soction 33 31.50. 361. l]etcctable f4+leitnllic 'Pape 37 'a, See Section 33 05 26. 33 2.3 ACCESSORIES INOT [USED] 39 2.4 SOURCE QUALrTY CONTROL INOT USED] 40 PAM' 3 - EXECUTION 41 3.1 INSTALLERS INOT ITSED) 42 3.2 EXANUNATION INCYI' USED, C rIY or PUZT Wa ATH fte MuuoWin Lakv Rkin S=hm-y Sower bin lrs MIRliew lei Dig Fu Al Creak. Swgi4 STANDARD CONBi' UC'-7ION MrAF ATI.0hr DDCUMENT5 Giay Pmj&l No.: 01309 Rovised OertlttM& 2f1, 2Al2 F."ecA3iR157-01%14W&F.MZOk-SFImWL.'dT6lnefiiA lnud4lA�h.11tlSs_]LZ93115-Pb O. Re.E.-.d P4. F.1 GFiVlity S*MIWY.JCWM 41K 333133.E FtBFRG G,AS;i REIN FORC ED RIPEFOR ORAVffV SANITARY S P.W F &9 Fags 6 o r 7 3.3 PRGFARATION (NOT USED] 2 3.4 INSTALLATION 3 A. General 4 1. Install pips, fittings, spuc:ials and appurtenances as specified hcmein. as spt:citiud in 5 Section 33 05 10 and in with the pipe manufacturer's recommendations. 6 1 Lay pipe to the Iinus and gmdes a.s indicated in the Drawings. 7 3. Excavate, and backfill trenches in accordance with Scotia a 33 05 10 8 4. Embed pipe in.acc;ordance wilts Section 3.3 45 10. 5, For installation ofcarrier pipe within casing, sev Section 33 05 24, to R Pipe Handling 11 1. Haul and distribute pipe and Ct6ags at the project site. 12 1 llandles piping with care to avoid darnage, 13 a, lnspect each joint of pipe and rujt t or rGpair aQy daM aged pipe prior 10 14 lowering into Iho Uvnch. 15 b. Use only nylon ropes, skngs or other lilting devices that will not damage the 16 surface ol• the pipe fisr hand Iing pipe. 17 3. At tha cIon of each operating day: 18 a. Keep the pipe -clean and free of debris. dirt. animals and trash -during and after 19 tiro laying upem(ioll, 20 la. Effectively seal the open end of the pipes using a gasketed night cap. 21 C. Pipe Joint Installation 22 a, Chan dirt and foreign material from the gasketed sae ket =d the spigot end, 23 b. Assemble pipe joint by sliding the; Iktbricawd spigot end into the gasketed bald 24 and ku the reference mark. 5 c. Install iguch that identification warking-on mch joint are oriented -upward 26 .toward the trmn :h opining. 27 d. When making connection to manhoIv, tisc tiff olastomeric seal or flexible boil 29 to Facilitatu a seal, 29 D.Conner-Lion Inmallation 30 1. Sec Section 33 31 50, 31 E, AotibUable Meta Ilie Tape Installation 32 1. See Section 33 05 26. 33 3,5 RE -INSTALLATION / RE STOR4TION [N(YF L SED1 34 3.6 [NOT 1`iSE ] 35 3.7 FIELD Irml SITE (QUALITY CONTIRM 36 11_ Fuld Toab 6hd inspections 37 1, Closed Circuit Television (C CT'V )1a,3pecl i()n 38 a. Pmvidu a CCTV iaspmtion in accordance with Section 33 0131, 39 2. Asir Test and Deflection (Mandrel) Test 40 a. Perform test in accordance with Section 33 0130. MY OF MRTWORTH 1-Cagle flaw== n Lakb, BmdaSaulku y 9mmDiversion Fipcllnc to Big Norm ! C,reck.HAED STANDAWOC' NSTRUCIION SPECLFICA7TONDOCUMENTS City. PMdactNo.:OT309 iiouiaad I3munber 2l1, 24t3 r,PRN J�014R0y74etii4lWlklFWZTMIER Cu3nood!AddmiLwAd&admh_R#-n-13 P.OajmtFLftfftnoiMlooimGrwvlW-.WngSY dp 3331 13-7 FIRF.ROL ASS RWNVORCED NPEFOlt CR,AVT' ryANITARV S12WEIL5 Papa 7 of 7 1 3,8 SYSTEM STARTUP INOT USED] 2 3.9 ADJVSTING lNurvsm 3 3.10 CLEANIN G INOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PRCrrrf-TION [NOT USED] G 3.13 MAFNTENANCE INOT USED] 7 3.14 ATTACHMEKTS [NOT U EID[ s 9 10 END OF SECTION Revision Log DATF. NAMF I SUA04ARY OF c'HAN(lE (! 1l`Y (V FORT WORTH ftic Muunhiin LdLkt 13ambi Sanitary Srwer Divej- inns Plim ina w Big Frresi I Crock Rhsh ErANDARD CONS'TRIJC-nON S?0C FICAT10N DOCUMENTS City Pmjmt-Na,, 0.130 Re*ise1 Datembor 20. ZM2 P.5.JecU' IM097-ViVPWrkPwd!i.}i1FWSTlnnICnwEiLlmf:+L�S�rda4lddo»luns_2S}S31 Il_FJI Ik+pICNRaI!'IFStvUFAYlCy-Kdmdup9eb*aw-dw 33]120-i POLYVINYL CHLOR 1DX([3VU) GkAVITY NANTTARY SEWER NPE Pa�� 1 of6 1 SECTION 33 3120 � 2 POLY VTNYL CTILOR1DE (PVC) GRAVITY SANrrAIZY SEWER KPE 3 - PART 1- GENERAL 4 1.1 SUMMARY 5 A. Suction Inohidrs; 6 1. Polyvinyi Chloride (PVC) ;) pipe 4-inoh through 27-inch for gravity sanitary scwar 7 applications 8 B. Deviations bum this City of Fort Worth Standard $pec i ficalion 9 1. iVuue. . 10 C. Related SPC6J icRlic}it St;CtiMt includc, but are not necessarily limited to, 11 l . Division 0— Bidding Fegnirement% Contract Forms, and Conditions of the 1 � Ctar�trac k 13 2. Division .1 ^ Cenoml Requirements 14 3. Section 33 01 34 — Scwer and Manholc ToAing '15 4. 8detion 33 01 3.1— dosed Cire uit Television (CCTV) fnspe lien 16 5. Section 33 05 10 — Utility Trench Excavation. Embedment and Backfi11 17 6. Section 33 05 26—Utility MarlcerOl orators _l;$ 7. Section 33 31 50 — Sanitary $ewer Servico Cormuvtiona and Service Line 14 1.2 PRICE AND PAYMENT PROCEDURES 10 A. Measuremeat and Payment 21 1. M".w mrnt 22 a, Measnred hari7onWIly along.the 3urf`aco friar i rvntcr line to center line oft] f U 23 manhole or appu rtenance 24 2, Paymorit 25 a. The work performed and materials turniahed in accordance with this item and 25 measumd as provided tinder " easuranent" will be paid for at the unit price laid 27 per linear toot of "PVC Pipe" installed Far: 28 I) Variewi sizes 29 2) Varjoun Standard Dim onRion patios 30 3) Varialos ernbedinentB 3.1 4) Various depths, far miscellatieo�is proivets only 32 3. 'l a pricc hid zltaII include: 33 a, Furnishing gnd insWling PVC gravity Pipe with joints as specified by t%e 34 Drawings 35 h. Pavement removal 36 c, Excavation 37 d. Hauling 38 e. Disposal ofcxcass naaterial 34 f. Fumishing, plauem*nt and uomp#ction of embedment 40. g. Furnishing, plamuent and compaction of haek ri11 0T Y OF FO ITT WORTH F&A Epglh Mouvtoin Lake Bouin Smiley Srwo- OiVmimi Pirnlin* 41 Big F090 Ctuck ninkr1 STANDARD CONSTRUCTION SPECIRCATION DOOUMEN T5 City Projkt hro-: W 3 RtVjsCd June I+], 23113 ATPAQPr Apt-Q 43 31 2a - 2 ft)Lf.YINYLCHLIMIX(3'VQC3RA TY5AKITARYsF.W ALP6 Pnpp� 2 of ai h. Trmcb water stops 2 i. Clean-up 3 j. Cleaning 4 k. Tolling 5 1.3 REFERENCES 6 A. Reference Standard EL 7 1. Refrruncc s landards.c i ted in this SpeciCicaiion m -for to the cum -tit ref`crence 8 standard pub Iisli d m the time of the latest revision date lagged at the end of Shia; 9 Specilicatiu , unless ai daft, is spvA� itxalI y citrd. 10 2. ArneTic:= AnociaLicia of State Tiighway and Traasportidion a ASFITO). 11 3. ASTM Intor stiona l ("IM), 12 a1G. D 1784, Standard Spec ifinaLion for Rigid Poly(Vinyl Chloride) (PVC) 13 Cornpoun& and Chlorinated Poly( inyl Chloride) (CPVC) Compounds. 14 h. D2412, Standard Test WAW for Der mination of Extarual Loading IS Cha�za uWrristius of Plastic Pipe by Parallel -Plate Loading. 16 e. 133034, Standard Specification fur Type PS i Poly(Vinyf CWoride) (PVC) 17 Sewer Pipe and i~ittira , l8 A D3212, Swndarrd "Specification ibr faints for Drain and Sewcr Plaslic?ipc.� 19 Using F lexsbie Ela3<atamerio Seals. 20 e, f 674, Stindard Specification for Poly {Vinyl Chloride} (PVC) Largo -Diameter 21 plastic Gravity Sower Pipe and Fiaings. 22 4. Texas Commission on Environmental Quality (TCE ); 23 a, Title 3Q, Fart I. Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. 24 b. Title 30, fart I. Chapter 217, Subclraptor Cs, Rule 217.54 — Criteria for Laying 25 Pipe. 26 c. Title 30, Pahl T. Chapter 211, Subehapter C, Rule 21757 — ToAng 27 kocruiremewa for Installation of Gravity Ciolleclion System Pipes, 29 5. Und vritors Laboratories, Inc, (UL), 29 1.4 ADNHMSTRATIVE REQUIREMENTS [NOT USED] 34 1.5 5UB141<i'1TALS 31 A. Submittals small bt in aocur'dance with Section 0I 33 _ 32 B. All sejhmittaN shall be approvM by the City prior to delivery, 33 1,6 ACITON SUBMITTALSM4FORil+i XIONAr. SUBMITTALS 34 A. Product Data 35 1. Prodct da[af ahect 36 2. hiantjfa?cturer 37 3. KominaI pipe diameter 38 +4. Starjdard dimension tatio (SPR) 39 5. Cell classification 40 6. Laying lengths 41 B. Ce tifiimtes carry i W V010 WOR.1,14 Faso EWo M umardn Lake &MLi Saniaufy SaINCr DJYWsion k' FMHac Le Big Vm iL i f 0=r Orj0 -STANDAE D CONSTRUCiTON SP=- ICATEON DOCUV.B 41;- City PMjWL Na-: 013�9 Reviaedduem 19.20E3 ATTACH?4RW7 ATTF - 4 rot.vvNYLr'En�)RTK-( Vg)GRAVITYsANnARYSSWER.PRE Pnkt 3 of fi 1 1. Furnish an affidavit curtifyiug litat all PVC Gravity Pipe me4!s the provkic )ns of ' 2 this Section and has been air and dell ection (csted and meets the requirements of 3 A s'.m D3034 and AS7'M K79. 4 1.7 CLOSEOUT SUBMITTALS SNOT US +KI)l 5 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED1 6 1.9 QUALITY ASSURANCE 7 A. Qualifications 8 1. Manufacturers 9 a- Finished pips~ s3hatI ho 11.1u pratkact of 1 manufacturer for each six per pojt, 10 unless otherwise approvers by the City. I 1 1) Change orders, specials and field changes may bo provided by a dif>f`ement 12 manufacwrer upon City approval. 13 h. Pipe ma nufachiring opera lions shall he performed urkder the ettn"I C1f Ilie 14 manuFriaturer, 15 c. All pipe furnished shall be in conformance witty ASTM D3 03 4 {4-inch through 16 1S-tTtc}s)and AST F67 (18-inch through 27 -inch). 17 1.10 DELIVERY, STORAGE, AND HANDLING 18 A. Storage and Hand ft Requiremonts 19 1. Uravity pipe shall! be stored and hafid1ed in accordance with die manufacturer's 20 guirloline.s. 21 2. Sure and maintain a location to stom the matariai in accordance -with 22 Section 01 66 00. 23 1.11 FLELD [STYE] CONDITIONS. I NOT USE, D] 24 1.12 WARRANTY [NOT USED1 5 PAICF 2 - PRODUCTS 25 2.1 OWNER -FURNISHED Ion] OWN ER-SU PPLIEPPRODUCTS [NOT USED1 21 2.2 UQU.IPMENT, PROD LICT T VPES AND MATERIALS 28 A, Manufacturers 29 1. Only the manufacturers as lisled in the City's Standard Products List will he 30 con FidPred as Aown in Sect i{in 01 60 00. 31 a, The manu.t'acturer must comply with this 5peciflcation and related Sections. 32 2. Any product Lbat is not listed on the "Standard Products List is considerrxl:a 33 substituLion and s4hall be iubmil(ud in accordancu with Sea#ion 0125 00, 34 R. P ri'omanc£ 1 Deign Criteria 35 1, Pipe 56 a. Mcct all rccluiremerits of TCEQ, 37 h, I]esign in aevordance-withASTM D3034 for 4-inch thmugh 15-inch SOR 26 3.3 {end AS7'M F679 For 18-inch through 77-inch 46PM ISPS. 39 c_ PVC GraviEy+ Soni€ary Sewer Pip-e.shall be approved by the UL. CITY OF FORT WORTH rnl F,agla MmtlMin Lakd Bann Sjin[Ury SAwcr bjvmian Pip0inc to Hilt Ffmil CTCIA Basin ` rANr)ARD CON gPEC JFICATION 1300)MENTS C,'lty 13MIML No,: 01�N Roviwd ]ant I9, 2nT3 A9rTPX14K67aF APR..# 333! 2b-d ;`DLYYINYL L!RWRIOU('PYC) QRAV1TY SANTT'ARY 9FW@R PIPE Page 4 z2f 6 1 d, A; aume a standard lay length of 14 foot end 20 feet except fur special fittings or 2 clown pieces nucemary to comply with the Draw ingrt. 3 e. Use green coloring foxy Wound idantifi t.ab on as sanitary sewer pipe. 4 f. PVC: meeting. the requiremenla of ASTM D 1784, wide a cofl classt.fication of S 12454 or 12364 6 g, DzfIrr Lion Design 7 1) Base pipe design t i pipe stiffness, soil stiffness and luad on the pipe. 8 ?) D"iUn Tripe xecarding to the l4Mdified Iowa Formula as dutai led by the 9 Uni-Dell PVC P1pe Assoc iiiHon in the Handbuack of IP VC Pipe, using tho 14 12 13 14 15 16 17 18 19 20 21 22 3 24 25 26 27 28 29 30 31 32 33 34 35 36 37 39 39 40 41 42 43 44 45 46 47 48 49 following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic fool b) Live Load = A SHT'O HS 20 c) Treiwh Depth = 12 reel minimum, or as indicated in Drawings d) Maximum (P-') = I.DOO max e flect_ion .Lag Factor (.DL) = l.0 1) Bedding Factor eon at4nt () = 0.1 g) Moan radius of the pipe (r), inebes, as indicated in Drawings h) Marston's load par unit length (W), potmds per iuch, calculate per iIraings i) PVC modulus of elasticity (E) = 400,DOO psi j) Momont of inerlia ofpipe wall per unit length, (T) = 0112, (incfiItj p ` pipu typo and size (1) Wbcrc (t) = pipt thwkm�sH, incises k) Muxitmrm Calculated Deflection - 5 percent b. Pipe Flotation; If the pipe is Klli-Cd irl 1;0=0n silturated soil (about 120 paunds per cubic runt) with at least 11, pipe diameters of cover, pipe is generally riot subject to flotation, If s3hallowor. chock groundwater flotation potential. Floalinn will occur if: Fe > W13+ wr.1 W,s Where,; Fr, = buoyant farce., pound per foot W$, = empty pipe weight, pound par foal W r = "fight of flooded sail, powid per foot W,j = weight of dry soil, pound per scant Values and formulas for the above variables'can be obtained From the pipe manufacturer and site al>eeif`iv soil iwndi(lons, i. Verify t%-ndi dcptfls after existing utilities are located, j. Accommodate vertical aIIaT ienI. chaugos required boy. ause of cyisting utility or other coullicts by an appropriate change in pipe. design depth. k_ 1n no ♦vane -&bail pipe tic inna[lad deeper than its design allaws, 2. Minimun pipe stiffness t�f. 46 psi at 5 poment collodion when test in accordance wily ATM D2412, 3. Pipe markings v. Meet the minimum requirem�:nm W'AS`f"M J 3034 and A TIv# F679. b. Mirtrmurn pipc markings Nhall be as follows: 1) Manufaeiurer's Name ter Tradt:Inark and pr6ducl ion record 2) NorninaI pipe size CITY (IF FORT WGRU4 Emt EfWft Mountain Laku Basin Sonitu y Sewer Diversion Pigeliue to Big FeAxll Creek SRAP STANDAKD CONSTRUC110S SPECIFICATJON LXX'UMLWT" City ptoje [ NU-: 11130f Ravi-W[ l %l I9,3}l3 AT9'hr,H?cFN,r 40A-4 13 .11 2a -.5 POL]'Vi(KYLC LORME {PVC} GRAYITY.SANITARY SEWER PIPE Page S of 6 1 3) P ccellelassifloatioll 4) AST M or Standard Dimension Ratio (SDR) dcsip�tion 3 5) Seal, of testing agency 113aI. ►+erilivd the suitability of the pipe 4 4. Joints 5 a. Join(q shaII N ga,{ket, bail aid spigot, puAh on type r-onIbnning to 6 ASTM D321 , 7 1), Since each pipe wanufaeturer. has a differi mt design for Gush-o: 'rl jointR; gaskotg 8 shaII be park of a complete pipe &m tic n and purchased as such. 9 5. Connections Ill a. Only use manufactured filings. 11 h. See Section 33 31 50. 12 6, Detectable Metallic Tape 13 a. See Section 33 05 26. N 2.3 ACCESSORIES ]NOT USED1 15 2.4 SOURCE QUALM. CONTROL [NOT USED[ 16 PAWI' 3 - EXECUTION 17 3.1 INSTALLERS [Naf USED1 I R 3.2 EXAMINATION INATION IN OT USED 19 3.3 PREPARATION I-NOTV SEPI 20 3.4 INSTALLATION 21 A. tsoneml 22 1. l;ns#all pipo, spccialg and i1#purlr nances as spec filled herein, as specified in Section 33 05 10. and in accordance with the pipe Inanui`aenlrer's rsmccxmmendations. 24 2. Lay pipe to the lines and grades as indicated in the Drawing; 25 3. Excavate and backfill tronches in acanrdaace with Section'33 05 10, 76- 4, Embed PVC pipe in accorclarice w i I h Section 33 05 10. 27 R Pipa Handling 28 1, Haul and disiribuic pipe and fittings at the project site. 29 2. Handle piping with uvre to avoid damage. 30 ti. Inspect each jaiat of pipc and rcjecL or repair any damaged pipe prior to 3'I lowering into the trench. 32 b, Ure'only nylon ropes, slings *r ether lifting devices that will not damage the 33 surfa�!c of ibe pipe for handling ft pipe. 34 3. At the close of each operating day. 35. a. Keep the pipe elwm and Jrfe of debris, dirt, aninials and trash — dur!ng And after 3Cr the laying oper46on. 37 b. EfFectively seal the open card of the pipe using.a gasketed nigh I. crip, 39 C. Pipe Joint Installation 39 a. Clown flirt and roreign materiat from Cho psketctl socket and the spigot end. C2My or FORT WORTH Eesi Enrlc Mmuluin I-L]cc Sosirt Snrn ituy Sawar Divenlon Pipeline to Big Fogdl Creek-Buirt STANDARD CONSTRUCTION SPECLFICK110N DOCUMENTS i,: ripla-foa No.! aI1w RewisrodJuRo IQ, :W13 ATT&URMEHT AVI -i 1 2 3 4 S 7 8 9 l0 ll 12 Q 14 i5 16 17 l8 19 20 21 22 23 24 25 26 27 2$ 39312b•6 POLYWKYL,CTTI-ORME (PVC} GRAVE Y SANITARY 13 ER PTPE PnJDC F ur. d h. Assemble pipe joint. by sliding the lubricated spigot end into thu gzwkcWd beII end w Lhe rurcrej [ice mark. c. lneta11 sun% tbat IdentifioRtion ruarlCmg on each joint am oriented upward toward the LmDeh opening. d. When making connection to mmholc. oso zn aiastomeric seal or tlexiblu buot to facilitate a seal. D. C:ormcetion Installation 1. See Stction 33 31 50, E. Dete ctathle Melaliic Tape lnatallation 1 _ See St t:don 33 05 4 3.5 RE -PAIR I RKSTORA'1ION SNOT LISED] 16 RE-rNSTALLATION [NOT USEDI 3.7 FYELD 1oa] SLICE QUAL= CONTROL A_ Hold ` esw and Inspectiogs 1, Video Impection a. Provide a Post -CCTV inspection in accordance with Section 33 01 31, 2. Air Test and Dcfloction (Mandrel) Tcst a. Perform i3t accordance with Section 33 01 30, 3.8 SYSTEM STARTUP [-NOT -USED] 3.9 A.DTUS'nNG [NOT USED; 3.10 GLEANING [NOT USF:D1 3.11 C 1,0+8KOUT AICTTYI'f'iES [NOT USFD) 3.12 PROTECTION [NOT USIRD] 3.13 MAILNITNANCE [NOT USED] 3.14 ATTACHMENTS I -NOT USED] 10. N 11 OF SECT'ION 1ZeYi$6[}A L08 DATE NAW. SUMMARY OF CHANGE 6/lV13 D.Inhnson 2.2.R.0?—PipcMn1criatClarificatinn CITY OF FORT WOWrI4 'FAR Ea&,, MuLuld'Ihiukc Bmiu S=Aniy Sevreri]iwzseon Pipolinc to Big Rmil CIC4k Redd RTANDARD CDN9TFt=J0N.SVEGMC!I 'P*N DOCUMENTS City Ymiml No.: [I1R9 ltevleed 1wir P, M13 ATr'ACKMIcMT ADD-{ 333121 -1 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PIPE. Page I of 6 � 2 SECTION 33 3121 I 2 !X.m!7Amwm &&k WigM9XVa L�f mV NO Ali►r L\ 5 A. Seel ,.,, r l4ades. 6 1. Polyvinyl Q34eFide{PVC) 19 +h . 4+8 For- pipe IIIGh Io[ga zich gravity � :7G1n"C'r 7 appliefttiens 8 B. 1 eyi t;..m &em this _City of Fort WoAh StandardS. eeif ead ,r 9 4— one. 10 !!ll Related c d h,,t ei fieatie C�ec4i in ,mot „a r;ly limited + V. k/ll� 4U41Vu 1JVV�AVAA,.] 1A1G1 RCIii, ns elude, are a i 1 1 Diiision 0 Bidding Requifeineuts, ContmetFe Ce 36as . s, and ooTt1i@ 12 Eentr-ae-t 13 14 15 4. Seetien3 01 31 C1O3edzamit Tel L) r ..peetio N4si f (CCT �+ 16 �. �'eEtlBix 3,3 05 10 Utility T-r-ea .h R t l� h .1 + ,1 B 1 F:11 c o cxxxcTrr�crncixztcca'vzrcr^ou�vcmncac-uacr�uczi�llt 17 6. Seetion330526 r.,ry r rr ,,o to -s �_.. .. 18 7SBetion 33 3150 Sanitary crewel SeMee G e13ne t. and c+,...yiee Line 20 A. Measufement and -Pa 21 1. A40 0 en 22 Measure herizonWly the fFem hoe to line a. along suffaeo eenter oef4er- of the 23 manhole or- appurtenanoe 24 2. Payment 25 26 measure ed undef'*4easur-em be paid for- .,t the unit "PVC 27 bidPer linear foot for- STM F1903 Se-wofPipe" 28 tTTVarieus sizes 29 3. Theinel „lo_ priceh;a shall 30 'G',,mishing installing UNrr o r.;+h ; is , by tho a. and gravity p speeified 31 cgs 32 bPavement removal 33 c. Excavation 34 d. Paulirrg 35 e. Disposal f e o material 36 f Furnishing, plaeoment and compaction of embedmefit 37 g, Pufnishing, 38 n. T+eflCh Water steps 39 i. Clean up 40 j. Gleanifigl CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAprojWs103381057-0t\2-0 Wrk ProdV-3 SPEMConfa med133 31 21_Polyviayl Chloride (PVC) Closed Pxufde Gravity Sanitary Server Pipe.doc 33 31 21 -2 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PIPE Page 2 of 6 1 k. TeAing 2 3 A. Refffenee &1andeAr, 4 5 st.,...1.,,..1 published a4 the time ., f g e latest revision . a4e logged at the end of this «�. w.. u 6 Spoeifie,+;.) >' a„less date ; eifically eited. Y Lu y Highway uy and i i uiaul".rvru'rcivir(A.zvrrr0). g 9 a. D1784, Standffd Speeifleation for- Rigid Pely(Vin�4 Chloride) (PVC) 10 Compounds and v1:TinaeLFeA'(Viil1_fllori e) ((PVC) Compounds. 11 b. P2412, 12 Chui-7aet r-is ies of Pl. s6e Pipe 1 Parallel 1 Plat Leading-. HULAV JL AlJV V7r 1 Ci1 U11V1-1Z 13 e, D3212, StadaF.urveifeati0- for- r VifAs fVA Drain an Sewer PLastio Pipes 15 d. .r1903 Stanch, Spee fie.. io f.�._nnl�,(vin� G l r:,1e) (PVC) Closed Arofi . + iVv✓, vLulluLuu vk/yy111yµL.iV.IA le 16 17 4. UaderNiiters Laber4elries,-hs. (Uli). 18 19 1.5 SUBMITTALS 20 A. Sub it4alshall be ; aeoefdanee with Seel o 01 23 nn 21 l2 n n submiU is shall be a e,l by the City Pr-iOF +.. a,.l;_...,R. 22 23 A.—tue4 Data 24 1—P+e&et datashe 25 2. "etttr� 26 3. Nominal pipe diamet 27 4. Cellllelassif ea 28 5. Laying n lengths 29' 6. Field se. aiA and . .,1.,.,t pr-eeedures CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FaprajecisM l81057-0112-0 Wrk Prad12-3 SPFCSICenrcmed133 31 21_Polyvinyl Chloride (PVC) Closed Piorile Gravity Saakaiy Sewer Pipe -doe 33 31 21 -3 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PIPE Page 3 of 6 i unless , V Wi41 YY AUV fAfltlAe 3 1)Changeor-dem, specials, and fic4d ehanges may be p ,idea by a di ff ont- 4 manafac;4ffe-F upon City appr-eiuh 5 �ip@ I�a3n�i4�epcfirrLroirrarroLrr fro 1._.ill b � d d the 4 l f 41•. �v Pczionaccr'ciiic[crcrc�coritrorvizac 6 7 10 1. Gravity pipe shall be ster-ed and handled in meer-danoo with the manufaeturer's 1 i guide"es. 12 2. Saes, zand maiR4m-n a leeafien to stefe the material ; of a it 13 Section 016640-. 15 • . h 1 ■ 1 . ■ ■ a . • , 1. • _ 1 r r ■ r • • ■ MR tei �il71i7 11 MAY —T] rT•l ■l •fim" mm Vt/7 20 1. Only the listed i the City. Sta daF n,.,.due4s List A x manafaewmo 21 as �rn�=■c�-carry-�- . ru�mtirx�vcrcr�c=r'ri><i�r�c 22 23 2. Any that is listed the Standard Produets is pr-e&e4 Ret en -List eeiasideTed a 24 . 25 n. ne .f ...,. a e / Design Cf ter- , 26 1 27 28 30 31 ed by the T - 32 d. Assume a stapAaFd lay length of 14 fi3et except for- speeial Fittings or desume � 34 a rlvv green •.ui� 1V1 bpi �iVµ11U or- white eolo f r 1 eia d ;d....+;fi, atio AItVAA LAdl sanitafy 35 36 12364 37 g. Deflection Desi 38 . 39 2) Tlesig., pipe aeeerdiftg to the Modified T.-.. a 1~',,,-. i l., s detailed by th 40 Uni Boll PVC Pip A..seei do i the 14am1ti.eek f-nVr-+ Pipe, using the 41 following pammetem: CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 20I2 F.lprojeetskO3l8\O57-OIV-O Wrk Prod12-3 SPECSSConfa med133 31 21 Polyvinyl Chloride (PVC) Closed Profile Giavity Sanitary Sewer Pipc.doc 33 31 2I -- 4 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PIPE Page 4 of G 1 a) Unit Weight of Fill (W) — 130 pounds pef eubie-f, 2 b) wive boffi n cure 149 hn 3 e) Trenoh Depth — 12 fee fninimor as ndieace4znvmwzfigs 5 e) Delleelieibag -r aetaf (y) — 1. 6 f) BeddingFaF4er eonstan (K) -0.1 7 g)-Ale>au radius of the pipe (F), iiehes, asindieated in Drawings 8 hf AµatVn's lea r unit length (W), „ s p e , ealou1 to peF9 Dmwifigs 10 11 j) Moment of iiefti,a of e- wallpef uilen h, (1) - 011 4hi�, pe� 12 pipe t"o and siz 13 (,�efe F - pipe 434olmess, inehes 14 k) Max iffwm GaleWated Defiec-tion - 5 peFeefA 15 hletation: Nt4e pipe is buried in eaataratedsoil (about 120 16 µ .an e eubi , feet) ;t>7 .,t leas 144 a tef ,,aye - . �,� ., �,., uviy t� e-m-e�vcczs-of cv�c�i7i'i»v`iiY 17 �y�subjeet-to #letutiei�� eater-ne* 18 potential. Pla4a4iei will eseuf if--. 19 20 -F$-'-VIP-1-Wr-+-Wd 21 22 bue)ga-3; foFee, patmds pe fee 23 e"NteJ'y pipe &> pounds re,. feet N . o 24 10.4 Weight of flooded sail, pounds per fo� - 25 Wdsoil, pounds per- foot 26 27 Values and fVi.,.,,,1a :.rsfor the above r, abler be ebt., a �.,...., the pipe uiµAµ 28 ullA A� ,,., u£ t„ o and site oeifi soil .,a;tio 29 i. t vefify fe h depths after- o Ai utilities e 1, t ,� 11� r.i y1AVAA 30 31 ... ethef eon - ' ' ln., ate ehange in pipe design depth 32 k. In no ease shall pipe be iiisWled deopeF d*m its design allows, 33 ` . M.u.ai pipe s4fness of 46 r,ui 5 Nyayyut deflection c,e test ; ftceefdilffee 34 with A STM P2412. 35 3, Pipe mar4ifig 36 37 b. Minimum pipe mafkingsshall be s follows: 38 1 Manufuet-u er's Name o ` fademark and r edueti o „a 39 2) N r l 40 41 42 5) Sea! o f testing f-t- , � thate -i fied the ;tab li4 .•� u 4yU41� agency o pipe- 43 44 a. joints shall be gasketp hell a*d spigot,_ > on type n f t 45 A QTM P321 '). 46 b. Sinee eaeh pipe mafmfeeturer has a diffeFew design for- an j oii4s; push gas" 47 s4all part art of � pleto vy 0 t ,a ri h > , e ne 48 5. C-onneetion CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAprojects103181057-0112-0 Wrk Prod12-3 SPECS1ConSormed133 31 21_Polyvinyl CWoride (PVC) Closed Profile Gravity Sanitary Sewer Pipe.doe 33 31 21 - 5 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PIPE Page 5 of 6 1a, Use �v �„ fittings. 2 b .Sseeec eft 333 3154. 3 6. Field Seal .t 4 5 f101d OAS. 6 7dose +p le Me4 lie Tape 7 a. See Seet; r 33 nc 26 9 15 A. QeneyW 16 , 17 . �_ .... _ 18 2. Lay pipe to the t aes aiid ,...,,&s as indieatedi the ll...,...ing 19 3 &,,...yi#@ and 1.ae-kf:rl tr.v,1 hes ; aoeefdanee wit-1 3=3 nc 1 n 20 4. i7,,,be PVC; Pr-ess„r.e Pipe ; e fd n e with 33 nc 10. 21 B. Pipe Handling 22 1. Rau and distribute pipe and fittings at the project site. 23 2. H.,,,.,ale piping;t>7 ear-e t a -void damage. 24 a—hispeet :. tof pi-pe and F }ec4 jamaged pipeprior- t 25 lowering into the tree 26 b, Use en4y ii-)4 .,1 fopes, slings o otl,of 1;f 4ag de--v ee th4 will net .1.,.,.age t> 27 &wfffee of -the pipe for- a..,,,,11ing the pipe 28 3. At the 1 se of eaeh ,, o,-.,t;r,,. ,Iay 29 Keep the free di -A, tfasb &ring a. pi-pe elean and of Elebr-i8, animals and and aft 30 thO lftyifig Opffatiffl. 31 bz ot;v all the M_.Yf the _ seal open asketed night 32 Q Pipe joint histallatie 33 . 34 2. Assemble by the lubrioated into the bell pipe joint sliding spigot end gasketed end- 35 to the r-e&, o ar•ti 36 3. Install that idopAifirmficln n each j oint toward the sue-h marld g on are oriented upwaFd 37 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lpmjects503195057 0112-0 Wrk PmdU-3 SPECS1Conformed133 31 21_Polyviuyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe.doc 333121-6 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PIPE Page 6 of 6 1 4. When ffffiking conneetion to manhole, ase an elastomefie seal oF flexible beet to 2 facilitate a seal. 3 P. Field re4i-1 h 4 r Make pipe v,trbe f Fe plac4fig nine i a., ^ when possible. , j...t+v with dise viuuv va via" , 6 7 4. Use field sealapA on etA laeations pef the fnaaufiwttuef's 9 9 1.SeeSeerion 3331-50 12 13 14 15 A Piers Tests .,n 1*sp etio s 16 17 18 2. Air- Test and Deflection (Mand-r-eo—Te4 19 20 3.8 SYSTEM STARTUP [NOT rrS 21 23 24 3.12 PROTECT -ION [NOT USEDI 25 26 3.14 ATTAGM4ENTS !NOT- USED] 27 28 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creels Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lprcjccts\03181057-01\2-0 Wrk ProJ12-3 SPLMConformedN33 31 21_ Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Scwcr Pipc.doc 3331 70 -1 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Pagel of 6 1 SECTION 33 31 70 2 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 3-inch through 8-inch Combination Air -Release and Air/Vacuum Valve Assemblies 7 (Combination Air Valves) for sanitary sewer force mains to include: 8 a. Combination air -release and air/vacuum valve 9 b. Tap to force main 10 e. Inlet piping and appurtenances 11 d. Vent piping and appurtenances 12 e. Vault enclosure and appurtenances 13 B. Deviations from this City of Fart Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division 1 — General Requirements 19 3. Section 33 05 13 Frame, Cover and Grade Rings 20 4. Section 33 05 14 —Adjusting Manholes, Inlets, Valve Boxes, and Other Structures 21 to Grade 22 5. Section 33 11 10 — Ductile Iron Pipe 23 6. Section 33 11 11 Ductile Iron Fittings 24 7. Section 33 12 20 —Resilient Seated (Wedge) Gate Valve 25 8. Section 33 39 20 — Precast Concrete Manholes 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1, Measurement 29 a. Measurement for Combination Air Valves shall be per each. 30 2. Payment 31 a. The work performed and materials furnished in accordance with this Item shall 32 be paid for at the unit price bid per each "Sewer Air Release Valve and Vault" 33 installed for: 34 1) Various inlet sizes 35 3. The price bid shall include: 36 a. Furnishing and installing Combination Air Valves with appurtenances as 37 specified in the Drawings 38 b. Air valve vault and appurtenances 39 c. Tapping the main CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Fiprojecu503181057-0t52-0 Wrk Pmd12-3 SPECS1Fina1 C..binedlDw :3-Utiliti.,M 31 70_ COInbbzalmn Air Valves far Senitmy Seiner Force mains.doc 33 31 70 - 2 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 2 of 6 1 d. Isolation valves 2 e. Fittings 3 f Vent piping 4 g. Vent cover and/or enclosure 5 h. Vent enclosure and/or pipe bollard protection, if required 6 i. Excavation and backfill 7 1.3 REFERENCES 8 A. Definitions 9 1. Combination Air Valve: A device having the features of both an air --release valve 10 and an air/vacuum valve 11 2. Inlet: The opening at the base of the Combination Air Valve mechanism through 12 which air from the force main enters 13 3. Inlet Piping: The piping and appurtenances between the force main and the valve 14 inlet 15 4. Orifice: The opening in the Combination Air Valve mechanism through which air is 16 expelled from or admitted into the force main 17 5. Outlet: The opening at the top of Combination Air Valve mechanism, including the 18 orifice, through which air enters or exits the force main 19 6. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet 20 to its termination point outside the vault 21 B. Reference Standards 22 1. Reference standards cited in this Specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end of this 24 Specification, unless a date is specifically cited. 25 2. American Iron and Steel Institute (AISI). 26 3. American National Standards Institute (ANSI)/American Water Works Association 27 (AWWA): WA): 28 a. ANSI/AWWA C512 —Air-Release, Air/Vacuum Valves, and Combination Air 29 Valves for Waterworks Service. 30 b. AWWA Manual of Water Supply Practices M51 (AWWA Manual M51) Air- 3 l Release, Air/Vacuum, and Combination Air Valves 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED) 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBMITTALS/INIFORMATIONAI, SUBMITTALS 37 A. Product Data 38 1. Combination Air Valves, air/vacuum valves, or combination air valves stating: 39 a. Application. type 40 b. Working pressure rating 41 c. Test pressure rating 42 d. Surge pressure rating CITY OF FOR"I WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:4projwcl 03 MO57-O]2-0 Wrk 14ndl2-3 SPCCS%Fiml C—bi—iNDw 33-UH ifi- 33 31 70 Co.Pbmalio,, Air Valves Pnr Sanitary Sewer Force mai a.doc 333170-3 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS I Page 3 of 6 1 C. inlet size 2 f Small orifice size 3 g. Large orifice size 4 h. Cleaning ports 5 2. Valve vault and appurtenances 6 3. Tapping appurtenances 7 4. Isolation valves 8 5. Fittings 9 6. Vent piping 10 7. Vent cover and/or enclosure 11 8. Vent enclosure and/or pipe bollard protection 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE 15 A. Qualifications 16 1. Manufacturers 17 a. Combination Air Valves of the same size shall be the product of 1 18 manufacturer. 19 1.10 DELIVERY, STORAGE, AND HANDLING 20 A. Storage and Handling Requirements 21 1. Protect all parts such that no damage or deterioration will occur during a prolonged 22 delay from the time of shipment until installation is completed and the units and 23 equipment are ready for operation. 24 2. Protect all equipment and parts against any damage during a prolonged period at the 25 site. 26 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 27 strongly built and securely bolted thereto. 28 4- Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 29 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 30 extremes in temperature. 31 6. Secure and maintain a location to store the material in accordance with Section 01 32 6600. 33 1.11 FIELD CONDITIONS [NOT USED] 34 1.12 WARRANTY 35 A. Manufacturer Warranty 36 1. Manufacturer's Warranty shall be in accordance with Division 1, CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December -A 2012 F:%projens103131037-0h2-0 Wrk Pro&2-3 SPLCWiaa1 Cawbime Div 33-UOGtiesW 31 70_Comb-Iion A. Valves far Sanitary Sewer Force mains.doc 3331 70 - 4 COMBINATION AFR VALVE FOR SANITARY SEWER FORCE MAINS Page 4 of 6 1 PART 2- PRODUCTS 2 2.1 OWNER-I+URNISIIED [oR] OWNER-SLTPLIED PRODUCTS (NOT USED 3 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 4 A. Manufacturers 5 1. Only the manufacturers as listed on the City's Standard Products List will be 6 considered as shown in Section 01 60 00. 7 a. The manufacturer must comply with this Specification and related Sections. 8 2. Any product that is not listed on the Standard Products List is considered a 9 substitution and shall be submitted in accordance with Section 01 25 00. 10 3. The Combination Air Valve shall be new and the product of a manufacturer ll regularly engaged in the manufacturing of air release/air vacuum valves having 12 similar service and size. 13 B. Performance / Design Criteria 14 1. Capacities 15 a. Application — Sanitary Sewer 16 b. Working Pressure from 10 psi to 150 psi 17 c. Test Pressure — 225 psi 18 d. Surge Pressure = 100 psi minimum, unless stated otherwise in the Contract 19 Documents 20 e. Size 21 1) Each orifice size must be sufficient to meet the requirements set forth in 22 AWWA Manual M51 and indicated on the Drawings. 23 2. Function 24 a. High volume discharge during force main filling 25 b. High volume intake through the large orifice 26 c. Pressurized air discharge 27 d. Surge Dampening/Controlled discharge rates 28 1) The valve shall have an integral surge alleviation mechanism which shall 29 operate automatically to limit transient pressure rise or shock induced by 30 closure due to high velocity air discharge or the subsequent rejoining of the 31 separated water columns. The limitation of the pressure rise shall be 32 achieved by decelerating the approaching water prior to valve closure. 33 e. Must operate effectively with the presence of solids encountered in sanitary 34 sewer 35 C. Materials 36 1. Combination Air Valve 37 a. Internal parts 38 1) Non -corroding material such as stainless steel or high density polyethylene 39 b. Valve body 40 1) SAE 304 or SAE 31.6 stainless steel 41 2) Equipped with intake and discharge flanges 42 c. InIet/Discharge orifice area 43 1) Equal to the nominal size of the valve or greater CITY OF FOK:F WORTFI Eagir Mountain Fake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Flprojee1sNO3I M51-GlQ-0 Wrk ProM-3 SPECSIFinal CAnlbir cd0i, 33-lJtilitiesl33 31 70_Cmnbinatmn Air Valves for Sanitary Sewer 1-c— mains.doc f 33 31 70-5 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 5 of 6 1 2.3 ACCESSORIES 2 1. Inlet Piping 3 a. Shall be in accordance with Drawings 4 2. Isolation Valves 5 a. Gate valve (flanged) in accordance with Section 33 12 20 with: 6 1) 2-inch operating nut, non -rising stem with enclosed miter gearing for 3- 7 inch and larger gate valves 8 3. Vent Piping 9 a. 4-inch minimum Ductile Iron Pipe in accordance with Drawings 10 b. No galvanized piping allowed. 11 4. Vent Screen 12 a. Stainless Steel (AISI 304) 13 5. Dropover Enclosure 14 a. Chaanell SPH-1420 thermoplastic enclosure, or approved equal 15 6. Vault 16 a. Provide a flat top, concrete manhole in accordance with Section 33 39 20. 17 b. Manhole dimensions shall be in accordance with Drawings. 18 c. Provide a 32-inch hinged cover with frame and grade ring in accordance with 19 Section 33 05 13. 20 d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 21 manufactured by Grinell, or approved equal, in accordance with the Drawings 22 2.4 SOURCE QUALITY CONTROL 23 A. Tests and Inspections 24 1 _ Testing and inspection of Combination Air Valves shall be in accordance with 25 AWWA C412. 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 31 32 33 34 35 36 3.4 INSTALLATION A. General 1. Install in accordance with manufacturer's recommendations and as shown on the Drawings. 2. All ductile iron piping and valves above ground or within the vault interior shall be painted in accordance with City requirements, unless otherwise stated in the Drawings. CITY OF FORT WORTIi Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAprojcmXD3131057-0h2.0 Wyk Pro&2-3 SPECSIFinal Coiabinedl iv 33-UGIiti-M 31 70_Cn nbination Air Vaives for Sanitary Seaver tbrce mams.doc 33 31 70-6 COMBINATION AIR VALVE FOR SANITARY SEWER FORCE MAINS Page 6 of 6 1 3.5 REPAIR / REA STORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Field Inspections 5 1. The valve shall perform as intended with no deformation, leaking or damage of any 6 kind for the pressure ranges indicated. 7 2. Before acceptance of the installed valve, the City Field Operations Staff shall have 8 the opportunity to inspect and operate the valve. 9 3. The City Will assess the ease of access to the operating nut and ease of operating the 10 corporation stop. 11 4. If access and operation of the valve and its appurtenances meet the City Standard 12 Detail, then the valve will be accepted as installed. 13 5. The Combination Air Valve assembly shall be free from any leaks. 14 B. Non -Conforming Work 15 1. If access and operation of the valve or its appurtenances does not meet the City's 16 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 17 the Contractor's expense. 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USEDI 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTAC14MENTS [NOT USED] OIL 26 27 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson General: Modified specification to reflect materials and equipment in City Standard Detail; Removed cast -in -place manhole references CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline tc Sig Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciiy Project No.: 01309 Revised Deceln6er 20, 2012 F_ltnajectsi031 SQ57-0112-0 Wrk Prodl2-3 SPECS%Fi-1 Camhi-&Div 33-U61w sl33 31 70-Combinahan Air Valves rnr Sanitary Sewer Force mains.duc E t 33 39 10- 1 CAST -IN -PLACE CONCRETE MAN]TOLE Page l of 7 0 2 SECTION 33 39 10 3 CAST -IN -PLACE CONCRETE MAN14OLE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Sanitary Sewer Cast -in -Place Concrete Manholes 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include but are not necessarily limited to: 11 L Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 03 30 00 — Cast -In -Place Concrete 15 4. Section 03 80 00 —Modifications to Existing Concrete Structures 16 5. Section 33 0130 Sewer and Manhole Testing 17 6. Section 33 05 13 — Frame, Cover, and Grade Rings 18 7. Section 33 39 60 Epoxy Liners for Sanitary Sewer Structures 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: I ) Manhole structure complete in place 2) Excavation 3) Forms 4) Concrete 5) Backfrll 6) Foundation 7) Drop pipe 8) Stubs 9) Frame 10) Cover CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.lpiojecls103181057-01%2-0 Wik NwA2-3 SPLCSTinai Combiwdl iv 33-Utilities133 39 10_Cast-in-Place Conciuc Manholes.doc 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 39 10-2 CAST -IN -PLACE CONCRF"I'E MANI IOLI Page 2 of 7 11) Grade rings 12) Pipe connections 13) Pavement removal 14) Hauling 15) Disposal of excess material 16) Placement and compaction of backfrll 17) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 3. Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer .function Structure being installed. 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 lump sum bid per each "Sewer Junction Structure" location. c. Price bid will include: 1) Junction Structure complete in place 2) Excavation 3) Forrns 4) Reinforcing steel (if required) 5) Concrete CITY OF FORT WORTH Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01309 Revised December 20, 2012 F`lprojectsl01 ] W37.0112-0 Wtk Prodl2-3 SPEC Winal Cembmcdllliv 33-lhiliuc133 39 10 Cast-i»-Platt Concrete Manholes.doc 333910-3 CAST -IN -PLACE CONCRETE MAN1#OLF Page 3 of 7 1 6) Backflll 2 7) Foundation 3 8) Drop pipe 4 9) Stubs 5 10) Frame 6 I 1) Cover 7 12) Grade rings 8 13) Pipe connections 9 14) Pavement removal 10 15) Hauling 11 16) Disposal of excess material 12 17) Placement and compaction of backfill 13 18) Clean-up 14 1.3 REFERENCES 15 A. Definitions 16 1. Manhole Type 17 a. Standard Manhole (See City Standard Details) 18 1) Greater than 4 feet deep up to 6 feet deep 19 b. Standard Drop Manhole (See City Standard Details) 20 1) Same as Standard Manhole with external drop connection (s) 21 c. Type "A" Manhole (See City Standard Details) 22 1) Manhole set on a reinforced concrete block placed around 39-inch and 23 larger sewer pipe 24 d. Shallow Manhole (See City Standard Details) 25 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller 26 than 39-inch 27 2. Manhole Size 28 a. 4 foot diameter 29 1) Used with pipe ranging from 8-inch to 15--inch 30 b. 5 foot diameter 31 1) Used with pipe ranging from 18-inch to 36-inch 32 c. See specific manhole design on Drawings for pipes larger than 36-inch. 33 B. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference 35 standard published at the time of the latest revision date logged at the end of this 36 Specification, unless a date is specifically cited. 37 2. ASTM International (ASTM): 38 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 39 b. D4259, Standard Practice for Abrading Concrete, 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS 42 A. Submittals shall be in accordance with Section 0133 00. 43 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORT14 Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F 1pr jects5031&1057-OIL-O Wrk Prod%2-3 SPFCS�Final Co,nbined%Di, 33-Ulililies133 39 10 Cast -in -Place Concrete Manholes doe 33 39 10-4 CASIAN-PLACE CONCRETE MANIIOLF Pape 4 of 7 1 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Drop connection materials 4 2. Pipe connections at manhole walls 5 3. Stubs and stub plugs 6 4. Admixtures 7 5. Concrete Mix Design 8 L7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USE, 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED lox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Materials 1. Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 2100. 3. Frame and Cover — Conform to Section 33 05 13. 4. Grade Ring Conform to Section 33 05 13. 5. Pipe Connections a. Pipe connections can be premolded pipe adapter, flexible locked -in boot adapter, or integrally cast gasket channel and gasket. 6. Interior Coating or Liner Conform to Section 33 39 60, if required. 7. Exterior Coating a. Use Coal Tar Bitumastic for below grade dainp proofing- b. Dry film thickness shall be no less than 12 mils and no greater than 30 mils. c. Solids content is 68 percent by volume t 2 percent. CITY OF FORT WORTn Eagle Mounlain Lake Basin Sanitary Scwcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised 13ecember 20, 2012 F:lprnj,cuA I M057.0112-0 Wek Pm&2-3 SPFCS%F1a1 Co bioedlDw 33-Utiliti-M 39 10 Cast -in -Place Concrete Manholes, doc 333910-5 CAST iN-PT.ACE CONCRETE MANHOLE Page 5 of 7 f C - 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Evaluation and Assessment 7 1. Verify lines and grades are in accordance to the Drawings. 8 3.3 PREPARATION 9 A. Foundation Preparation 10 1. Excavate 8 inches below manhole foundation. 11 2. Replace excavated soil with course aggregate, creating a stable base for the 12 manhole construction. 13 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 14 mud slab may be substituted. 15 3.4 INSTALLATION 16 A. Manhole 17 1. Construct manhole to dimensions shown on Drawings. - 18 2- Cast manhole foundation and wall monolithically. 19 a. A cold joint with water stop is allowed when the manhole depth exceeds 12 20 feet. 21 b. No other joints are allowed unless shown on Drawings. 22 3. Place, finish and cure concrete according to Section 03 30 00. 23 a. Manholes must cure 3 days before backfilling around structure. 24 B. Pipe connection at Manhole 25 1. Do not construct joints of sewer pipe within wall sections of manhole. 26 C. Invert 27 1. Construct invert channels to provide a smooth waterway with no disruption of flow 28 at pipe -manhole connections. 29 2. For direction changes of mains, construct channels tangent to mains with maxiinurn 30 possible radius of curvature. 31 a. Provide curves for side inlets. 32 3. Sewer pipe may be laid through the manhole and the top'/2 of the pipe removed to 33 facilitate manhole construction. 34 4. For all standard manholes provide full depth invert. 35 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 36 inches in depth. 37 D. Drop Manhole Connection tCITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 013U9 Revised December 20, 2012 Flprojectsl03181057-01%2-0 Wrk Ni dti2-3 SPECSTinaI CombinedlDiv 33-Utililie 03 39 10_Cast-in-Place Concrete Manholes.doc 33 39 10-6 CAST -IN -PLACE CONCRETE MANHOLE Page 6 of 7 I I. Install drop connection when sewer line enters manhole higher than 24 inches 2 above the invert. 3 E. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set frame on top of manhole or grade rings using continuous water sealant. 8 3. Remove debris, stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 F. Internal coating 12 1. Internal coating application will conform to Section 33 39 60, if required by 13 Drawings. 14 G. External coating 15 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 16 the coating. 17 2. Cure for 3 days before backfilling around structure. 18 3. Coat the same date the forms are removed. 19 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 20 5. Application will follow manufacturer's recommendation. 21 H. Modifications and Pipe Penetrations 22 1. Conform to Section 03 80 00. 23 I. Junction Structures 24 1. All structures shall be installed as specified in Drawings. 25 3.5 REPAIR 1 RESTORATION [NOT USED] 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. Field Tests and Inspections 29 1. Perform vacuum test in accordance with Section 33 01 30. 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING ]NOT USE, 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DO CUMENI-S City Project No.: 01309 Revised December 20, 2012 P:lprojects%03181057-0Ik2-0 Wrk I'md12-3 SPECSTinal CombinMd Djv 33-Utiliiries133 39 10 Cast -in -Place Concrete Manholescioc 3339 10 -7 CAST -TN -PLACE CONCRETE MANIIOLE Page 7 of 7 END OF SECTION Revision Log DATE NAME ,SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.l.c. —reinforcing steel (removed from items to be included in price bid Cl FY OF FORT WORTH Nagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No.: W 309 Revised December 20, 2012 Fipiojecis1031 M57-OR2.0 Wrk Pvod%2-3 SPECSirinal Combined%Div 33-Utiiities%33 39 10_Cast-imPlace Concrete Manholes.dnc I 333920-1 PRECAST CONCRETE MANHOLE Page I of 7 1 SECTION 33 39 20 2 PRECAST CONCRETE MANHOLE 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast 7 Concrete Manholes 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 03 30 00 — Cast -in -Place Concrete 15 4. Section 03 80 00 — Modifications to Existing Concrete Structures 16 5. Section 33 0130 — Sewer and Manhole Testing 17 6. Section 33 05 13 — Frame, Cover, and Grade Rings 18 7. Section 33 39 60 -- Epoxy Liners for Sanitary Sewer Structures 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Manhole 22 a. Measurement 23 1) Measurement for this Item shall be per each concrete manhole installed. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each "Manhole" installed for: 27 a) Various sizes 28 b) Various types 29 c. The price bid will include: 30 1) Manhole structure complete in place 31 2) Excavation 32 3) Forms 33 4) Reinforcing steel (if required) 34 5) Concrete 35 6) Backfill . 36 7) Foundation 37 8) Drop pipe 38 9) Stubs 39 10) Frame 40 11) Cover 0 CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creels Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 rAprojects10319\057-0152-0 Wrk Pmd12-3 SPL"MConformnedU3 39 20 Precast Concrete Manholes.dac 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 333920-2 PRECAST CONCRETE. MANHOLE Page 2 of 7 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 9) Od.�r gent piping �]) C?r3urinli� 2 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1110 foot. 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 vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1191 occur VOTIt griping .20) Odor unit 2 40 1.3 REFERENCES 41 42 43 44 45 46 47 A. Definitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type "A" Manhole (See City Standard Details) CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FApmjectsW185057-0112-0 Wrk Prod12-3 SPFCSSConfonned133 39 20 Pre mt CencrcteManholes.doc 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 7 f 1 1) Manhole set on a reinforced concrete block placed around 39-inch and 2 larger sewer pipe. 3 d. Shallow Manhole (See City Standard Details) 4 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 5 than 39-inch 6 2, Manhole Size 7 a. 4 foot diameter 8 1) Used with pipe ranging from 8-inch to 15-inch 9 b. 5 foot diameter 10 1) Used with pipe ranging from 18-inch to 36-inch 11 2) See specific manhole design on Drawings for pipes larger than 36-inch. 12 B. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification, unless a date is specifically cited. 16 2, ASTM International (ASTM): 17 a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using 18 Rubber Gaskets 19 b. C478, Standard Specification for Precast Reinforced Concrete Manhole 20 Sections. 21 c. C923, Standard Specification for Resilient Connectors Between Reinforced 22 Concrete Manholes Structures, Pipes, and Laterals. 23 d. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective 24 Coatings for Metal 25 e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective 26 Coating for Roofing 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USEDI 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the City prior to delivery. 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 32 A. Product Data 33 1. Precast Concrete Manhole 34 2. Drop connection materials 35 3. Pipe connections at manhole walls 36 4. Stubs and stub plugs 37 5. Admixtures 38 6. Concrete Mix Design C= OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lprojec1s503185057-0112-0 Wrk Pmd52-3 SPEMConroimed133 39 20_Precast Concrete Manholes.doc 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 7 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY 7 A. Manufacturer Warranty 8 1. Manufacturer's Warranty shall be in accordance with Division 1. 9 PART 2 - PRODUCTS 10 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 11 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 12 A. Manufacturers 13 1. Only the manufacturers as listed on the City's Standard Products List will be 14 considered as shown in Section 01 60 00. 15 a. The manufacturer must comply with this Specification and related Sections. 16 2. Any product that is not listed on the Standard Products List is considered a 17 substitution and shall be submitted in accordance with Section 0125 00. 18 B. Materials 19 1. Precast Reinforced Concrete Sections — Conform to ASTM C478. 20 2. Precast Joints 21 a. Provide gasketed joints in accordance with ASTM C443. 22 b. Minimize number of segments. 23 c. Use long joints at the bottom and shorter joints toward the top. 24 d. Include manufacturer's stamp on each section. 25 3. Lifting Devices 26 a. Manhole sections and cones may be furnished with lift lugs or lift holes. 27 1) If lift lugs are provided, place 180 degrees apart. 28 2) If lift holes arc provided, place 180 degrees apart and grout during manhole 29 installation. 30 4. Frame and Cover — Conform to Section 33 05 13. 31 5. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 32 6. Pipe Connections 33 a. Utilize either an integrally cast embedded pipe connector or a boot -type 34 connector installed in a circular block out opening conforming to ASTM C923. 35 7. Steps 36 a. No steps are allowed. 37 8. Interior Coating or Liner — Conform to Section 33 39 60. 38 9. Exterior Coating CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FAprnjec1s\0318\057-0B2-0 Wrk Pro&2-3 SPFCWcEfon¢ed\33 39 20 Precast Concrete Manholes.doc 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 7 ! 1 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 2 Type I and ASTM D 1227 Type III Class 1. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION 8 A. Evaluation and Assessment 9 1. Verify lines and grades are in accordance to the Drawings. 10 3.3 PREPARATION 11 A. Foundation Preparation 12 1. Excavate 8 inches below manhole foundation. 13 2. Replace excavated soil with course aggregate; creating a stable base for manhole 14 construction. 15 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 16 mud slab may be substituted. r 17 3.4 INSTALLATION l_ 18 A. Manhole 19 1. Construct manhole to dimensions shown on Drawings. 20 2. Precast Sections 21 a. Provide bell -and -spigot design incorporating a premolded joint sealing 22 compound for wastewater use. 23 b. Clean bell spigot and gaskets, lubricate and join. 24 c. Minimize number of segments. 25 d. Use long joints used at the bottom and shorter joints toward the top. 26 B. Invert 27 1. Construct invert channels to provide a smooth waterway with no disruption of flow 28 at pipe -manhole connections. 29 2. For direction changes of mains, construct channels tangent to mains with maximum 30 possible radius of curvature. 31 a. Provide curves for side inlets. 32 3. For all standard manholes provide full depth invert. 33 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 34 inches in depth. 35 C. Drop Manhole Connection 36 1. Install drop connection when sewer line enters manhole higher than 24 inches 37 above the invert. i 38 D. Final Rim Elevation CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Decelnber 20, 2012 Faprojeets103k81057-0h2-0 Wrk ProdQ-3 SPFCS\Confo=e&33 39 20_Precasl Concrete Maoholes.doc 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 7 1 1. Install concrete grade rings for height adjustment. 2 a. Construct grade ring on load bearing shoulder of manhole. 3 b. Use sealant between rings as shown on Drawings. 4 2. Set frame on top of manhole or grade rings using continuous water sealant. 5 3. Remove debris, stones and dirt to ensure a watertight seal. 6 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 7 final surface elevation of the manhole frame. 8 E. Internal coating 9 1. Internal coating application will conform to Section 33 39 60, if required by 10 Drawings. 11 F. External coating 12 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 13 the coating. 14 2. Cure manhole for 3 days before backfiliing around the structure. 15 3. Application will follow manufacturer's recommendation. 16 G. Modifications and Pipe Penetrations 17 1. Conform to Section 03 80 00. 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Field Tests and Inspections 22 1. Perform vacuum test in accordance with Section 33 01 30. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A.I — Modified to include precast manholes for water and reclaimed water 12/20/2012 D. Johnson applications 1.3.B.2 — Modified to include ASTM C443, DI 187 and D 1227 as references CITY OF FORT WORTH Eagle Mountain Cake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No-: 01309 Revised December 20, 2012 F;NproimO03181057-0112-0 Wrk Pmd12-3 SPECS1Conf6tmed133 39 20 Precast Concrete Mauholes.doc 333920-7 PRECAST CONCRETE MANHOLE Page 7 of 7 2.2.B.1-3 — Modified in accordance with new ASTM references 2.2.B.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH Eagle Mountain Cake Basin Sanitary Sewer diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F.%projec1s503185057-01V2-0 Wrk ProdU-3 SPECS1Conformed03 39 20 Precast Concrete Manhofe ,doe 33 39 40 - 1 WASTEWATEP ACCESS CHAMBER (WAC) ,l Page 1 o1`4 i SECTION 33 39 40 2 WASTEWATER ACCESS CHAMBER (WAC) 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Wastewater Access Chambers (WAC) utilized at the end of sanitary sewer mains 7 where it is impracticable to build, maintain and access a standard or shallow 8 manhole 9 a. These are installed as specifically noted on the Drawings, not as an option for 10 manhole installation. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 03 30 00 — Cast -in -Place Concrete 17 4. Section 03 80 00 —Modifications to Existing Concrete Structures 18 5. Section 33 0130 -- Sewer and Manhole Testing 19 6. Section 33 05 13 —Frame, Cover, and Grade Rings 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a- Measurement for this Item shall be per each. 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26 measured as provided under "Measurement" will be paid for at the unit price 27 bid per each "Wastewater Access Chamber" complete in place. 28 3. The price bid will include: 29 a. WAC complete in place 30 b. Excavation 31 c. Backfill 32 d- Frame 33 e. Cover 34 f, Grade rings 35 g. Pipe connections 36 h. Pavement removal 37 i. Hauling 38 j. Disposal of excess material 39 k. Placement and compaction of backfill 40 1. Clean-up CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Dcceinber 20, 2012 FAprajecis103181057-01%2-0 Wrk Pmd4-3 VECSTinal Combined4Div 33-U61it-133 3940_Wasewazu Access Chamber (WAC:).doc 33 39 40 - 2 WASTEWATER ACCESS CHAMBER (WAC) Page 2 of 4 1 In. Testing 2 1.3 REFERENCES 3 A. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification, unless a date is specifically cited. 7 2. ASTM International (ASTM): 8 a. C478, Standard Specification for Precast Reinforced Concrete Manhole 9 Sections. 10 b. C923, Standard Specification for Resilient Connectors Between Reinforced 11 Concrete Manhole Structures, Pipes, and Laterals. 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 SUBMITTALS 14 A. Submittals shall be in accordance with Section 0133 00. 15 B. All submittals shall be approved by the City prior to delivery. 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 17 A. Product Data 18 1. WAC 19 2. Stubs and stub plugs 20 3. Grade ring 21 4. Plugs for air testing 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 A. Manufacturer Warranty 29 1. Manufacturer's Warranty shall be in accordance with Division 1. 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 33 A. Manufacturers CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipetine to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 0I309 Revised December 20, 2012 FApr jCu.% 3 M057-0117,0 Wrk F,od12-1 SPFCSIFin l (:--biredkDw 33-kJtilitiea}33 39 40_Waste ter Access Chamber (WAC).d- 333940-3 WASTEWATER ACCESS CHAMBER (WAC) Page 3 of 4 1 1. Only the manufacturers as listed on the City's Standard Products List will be 2 considered as shown in Section 01 60 00. 3 a. The manufacturer must comply with this Specification and related Sections. 4 2. Any product that is not listed on the Standard Products List is considered a 5 substitution and shall be submitted in accordance with Section 0125 00. 6 B. Materials 7 1. WAC structure 8 a. 3/8 inch thick 1-piece construction 9 b. Large enough for insertion of Closed Circuit Television (CCTV) equipment and 10 high pressure cleaning equipment 11 c. Light in color 12 d. Surface construction to match typical manhole design 13 2. Cast -in -place concrete — Conform to Section 03 30 00. 14 3. Frame and Cover Conforin to Section 33 05 13. 15 a. Because it is not made for personnel access, a standard 24-inch frame and cover 16 assembly may be used. I7 4. Grade Ring — Conform to ASTM C478. 18 5. Pipe Connections — Conform to ASTM C923. 19 2.3 ACCESSORIES [NOT USED 20 2.4 SOURCE QUALITY CONTROL [NOT USED 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Evaluation and Assessment 25 1. Verify lines and grades are in accordance to the Drawings. 26 3.3 PREPARATION 27 A. Surface Preparation 28 I. Excavate 8 inches below manhole foundation. Replace excavated soil with course 29 aggregate; creating a stable base for the manhole to be constructed on. 30 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 31 mud slab may be substituted. 32 3.4 INSTALLATION 33 A. WAC 34 1. Construct to dimensions shown on the Drawings. 35 B. Pipe connection at WAC 36 1. Construct pipe stubs for future connections at locations and with materials indicated 37 on the Drawings. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Dccetnbei 20, 2012 1-lpmjec1s103 M057-0112-0 Wrk Pro62-3 SPHCSXFina1 Com6in d5Div 33-udlifie 133 3940_Wast—.1. Access Chamber (WAC)_d- 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 333940-4 WASTEWA'I',R ACCESS CHAMBER (WAC) Page 4 of 4 2. Install stub plugs at interior of WAC and wood or plastic bulkhead at the end of the stub. C. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing area outside of WAC structure. b. Use sealant between rings as shown on the Drawings. 2_ Set grade rings using continuous water sealant. a. Remove debris, stones and dirt to ensure a watertight seal. 3. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. D. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field 'rests and Inspections 1. Perform vacuum test in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 39 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 DA"I E NAME SUMMARY OF CHANGE CITY OF FORT WOR"T'H Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised Dec:cmber 20, 2012 F'lprojects%0318W57-0I U-0 W,k 1'.&2-3 SPECSTi-I Combmn dWw 33-1.11iFIiCs133 39 46_Wasm va[cc Access Chamber (WAC).Joc 333960- 1 EPDXY LITTERS FOR SANrl'ARY SEWER STRUCTURES ' Page I of 7 1 SECTION 33 39 60 2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Application of a high -build epoxy coating system to concrete utility structures such 7 as manholes, lift station wet wells, junction boxes or other concrete facilities that 8 may need protection from corrosive materials 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include but are not necessarily limited to. 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 -- General Requirements 15 3. Section 33 01 30 — Sewer and Manhole Testing 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 1s 1. Manholes 19 a. Measurement 20 1) Measurement for this Item shall be per vertical foot of coating as measured 21 from the bottom of the frame to the top of the bench. 22 b. Payment 23 1) The work performed and materials fariiished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price bid per vertical foot of "Epoxy Manhole Liner" applied. 26 c. The price bid shall include: 27 1) Furnishing and installing Liner as specified by the Drawings 28 2) Hauling 29 3) Disposal of excess material 30 4) Clean-up 31 5) Cleaning 32 6) Testing 33 2. Non -Manhole Structures 34 a. Measurement 35 1) Measurement for this Item shall be per square foot of area where the 36 coating is applied. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" shall be paid for at the 40 unit price bid per square foot of "Epoxy Structure Liner" applied- 41 c. The price bid shall include: CITY OF PORT WORTH Eagle Mountain Lake Basin Sanitary Scwcr Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECfFICATION DOCUMENTS City Project No 01309 Revised December 20, 2012 P 1pwjects50 M057-0 r,2-0 Wrk NodQ-3 SPrCSTinaI CombinediDw 33-Utililicsi33 39 60_Epoxy Liners for Sanitary Sewer Staictwesdoc 333960-2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 7 1 1) Furnishing and installing Liner as specified by the Drawings 2 2) Hauling 3 3) Disposal of excess material 4 4) Clean-up 5 5) Cleaning 6 6) Testing 7 1.3 REI+ERENCES 8 A. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification, unless a date is specifically cited. 12 2. ASTM International (ASTM): 13 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 14 Reagents. 15 b. D638, Standard Test Method for Tensile Properties of Plastics. 16 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 17 d. . D790, Standard Test Methods for Flexural Properties of Unreinforced and 18 Reinforced Plastics and Electrical Insulating Materials. 19 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 20 the Taber Abraser. 21 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 22 Gages. 23 g. D4541, Standard Test Method for Pull -off Strength of Coatings Using Portable 24 Adhesion Testers. 25 3. Environmental Protection Agency (EPA). 26 4. NACE International (MACE). 27 5. Occupational Safety and Health Administration (OSHA). 28 6. Resource Conservation, and Recovery Act, (RCRA). 29 7. The Society for Protective Coatings/NACE International (SSPC/NACE): 30 a. sp 13/NACE No. 6, Surface Preparation of Concrete. 31 1.4 ADMINISTRATIVE REQUIREMENTS ]NOT USED] 32 1.5 SUBMITTALS 33 A. Submittals shall be in accordance with Section 01 33 00. 34 B. All submittals shall be approved by the City prior to delivery. 35 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 36 A. Product Data 37 1. Technical data sheet on each product used 38 2. Material Safety Data Sheet (MSDS) for each product used 39 3. Copies of independent testing performed on the coating product indicating the 40 product meets the requirements as specified herein CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Flprojec11031M057-0 R2-0 Wrk ProdQ-3 SPECS1Fival Cmnbinedi[)iv 33-Utilitim33 39 60_Epo y Liners far Sanitary Sew Stmctures_d— 333960-3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 7 1 4. Technical data sheet and project specific data for repair materials to be topcoated 2 with the coating product including application, cure time and surface preparation 3 procedures 4 B. Contractor Data 5 1. Current documentation from coating product manufacturer certifying Contractor's 6 training and equipment complies with the Quality Assurance requirements specified 7 herein 8 2. 5 recent references of Contractor indicating successful application of coating 9 product(s) of the same material type as specified herein, applied by spray 10 application within the municipal wastewater environment 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE 14 A. Qualifications 15 1. Contractor 16 a. Be trained by, or have training approved and certified by, the coating product 17 manufacturer for the handling, mixing, application and inspection of the coating 18 product(s) to be used as specified herein 19 b. Initiate and enforce quality control procedures consistent with the coating 20 product(s) manufacturer recommendations and applicable NACE or SSPC 21 standards as referenced herein 22 1.10 DELIVERY, STORAGE, AND HANDLING 23 A. Keep materials dry, protected from weather and stored under cover. 24 B. Store coating materials between 50 degrees F and 90 degrees F. 25 C. Do not store near flame, heat or strong oxidants. 26 D. Handle coating materials according to their material safety data sheets. 27 L I1 FIELD [SITE] CONDITIONS 28 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 29 perform the specified work. 30 1.12 WARRANTY 31 A. Contractor Warranty 32 1. Contractor's Warranty shall be in accordance with Division 0. 33 PART 2 - PRODUCTS 34 2.1 OWNER -FURNISHED ion] OWNER -SUPPLIED PRODUCTS [NOT USED] 35 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 36 A. Repair and Resurfacing Products CITY OF FORT WORTH Eagle Mountain Lace Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No-- 01309 Revised Decetnber 20, 2012 FApro) cts%03181057-0152-0 Wrk R'o62-3 SPECSTmal Combi—dkDr, 33-01ililk03 39 60_4oxy Liners for Sanitary Server 81—t—s.doc 333960-4 EPDXY LINERS FOR SANrrARY SEWER STRUCTU)I ES Page 4 of 7 1 1. Compatible with the specified coating product(s) in order to bond effectively, thus 2 forming a composite system 3 2. Used and applied in accordance with the manufacturer's recommendations 4 3. The repair and resurfacing products must meet the following: 5 a. 100 percent solids, solvent -free epoxy grout specifically formulated for epoxy 6 topcoating compatibility 7 b. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink 8 repair mortar that can be toweled or pneumatically spray applied and 9 specifically formulated to be suitable for topcoating with the specified coating 10 product used 11 B. Coating Product 12 1. Capable of being installed and curing properly within a manhole or concrete utility 13 environment 14 2. Resistant to all forms of chemical or bacteriological attack found in municipal 15 sanitary sewer systems, and, capable of adhering to typical manhole stricture 16 substrates 17 3. The 100 percent solids, solvent -free ultra high -build epoxy system shall exhibit the 18 following characteristics: 19 a. Application Temperature — 50 degrees F, minimum 20 b. Thickness — 125 mils minimum 21 c. Color — White, Light Blue, or Beige 22 d. Compressive Strength (per ASTM D695) — 8,800 psi minimum 23 e. Tensile Strength (per ASTM D638) — 7,500 psi minimum 24 f. Hardness, Shore D (per ASTM D4541) — 70 minimum 25 g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss 26 maximum 27 h. Flexural Modulus (per ASTM D790) — 400,000 psi minimum 28 i. Flexural Strength (per ASTM D790) — 12,000 psi minimum 29 j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) 30 failure 31 k. Chemical Resistance (ASTM D543/020) all types of service for: 32 1) Municipal sanitary sewer environment 33 2) Sulfuric acid, 30 percent 34 3) Sodium hydroxide, 5 percent 35 C. Coating Application Equipment 36 1. Manufacturer approved heated plural component spray equipment 37 2. Hard to reach areas, primer application and touch-up maybe performed using hand 38 tools. 39 2.3 ACCESSORIES [NOT USEDI 40 2.4 ,SOURCE QUALITY CONTROL 41 1. Testing 42 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 43 inanhole, 2 spaced equally apart along the wall and l on the bench. 44 1) Document and attest measurements and provide to the City. CITY OF FORT WORTI I Engle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crock Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 Flproj ccs103 W057-01Q 0 Wrk Pmd%2-3 SPEC.Winal Combino&Mv 33-lllililkcs 33 39 60_Lpnxy Li—s tar Sanitary Seaver Stiucmres-dac t 333960-5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 7 1 b. After coating has set, repair all visible pinholes by lightly abrading the surface 2 and brushing the lining material over the area. 3 c. Repair all blisters and evidence of uneven cover according to the 4 manufacturer's recommendations. 5 d. Test manhole for final acceptance according to Section 33 01 30. 6 PART 3 - EXECUTION 7 3.1 INSTALLERS 8 A. All installers shall be certified applicators approved by the manufacturers. 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION 11 A. Manhole Preparation 12 1. Stop active flows via damming, plugging or diverting as required to ensure all 13 liquids are maintained below or away from the surfaces to be coated. 14 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 15 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 16 source. 17 a. Where varying surface temperatures do exist, coating installation should be 18 scheduled when the temperature is falling versus rising. 19 B. Surface Preparation 20 1. Remove oils, grease, incompatible existing coatings, waxes, form release, curing 21 compounds, efflorescence, sealers, salts or other contaminants which may affect the 22 perfonnance and adhesion of the coating to the substrate. 23 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 24 means of degradation so that only sound substrate remains. 25 3. Surface preparation method, or combination of methods, that may be used include 26 high pressure water cleaning, high pressure water jetting, abrasive blasting, 27 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 28 others as described in SSPC SP 13/NACE No. 6. 29 4. All methods used shalt be performed in a manner that provides a uniform, sound, 30 clean, neutralized, surface suitable for the specified coating product. 31 3.4 INSTALLATION 32 A. General 33 1. Perform coating after the sewer line replacement/repairs, gTade adjustments and 34 grouting are complete. 35 2. Perform application procedures per recommendations of the coating product 36 manufacturer, including environmental controls, product handling, mixing and 37 application. 38 B. Temperature 39 1. Only perform application if surface temperature is between 40 and 120 degrees F. CITY OF TORT WORTH Eaglc Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creel- Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 FaproiensW3131057-01%2-0 Wrk Proa2-3 SPECSWinal CmnbinedlDiv 33-1)ii1itiesM 39 60_Epoxv Lmcrs for Semtary Sewer Structures-d— 33 3960 -6 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Pagc 6 of 7 1 2. Make no application if freezing is expected to occur inside the manhole within 24 2 hours after application. 3 C. Coating 4 1. Spray apply per manufacturer's recommendation at a minimum film thickness of 5 125 mils. 6 2. Apply coating from bottom of manhole frame to the bench/trough, including the 7 bench/trough. 8 3. After walls are coated, remove bench covers and spray bench/trough to at least the 9 same thickness as the walls. 10 4. Apply any topcoat or additional coats within the product's recoat window. 11 a. Additional surface preparation is required if the recoat window is exceeded. 12 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 13 flow- 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD [oil] SITE QUALITY CONTROL 17 A. Each structure will be visually inspected by the City the same day following the 18 application. 19 B. The inspector will check for deficiencies, pinholes and thin spots. 20 C. If leaks are detected they will be chipped back, plugged and coated iminediately with 21 protective epoxy resin coating. 22 1. Make repair 24 hours after leak detection. 23 3.8 SYSTEM STARTUP [NOT USE, 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES 27 A. Upon final completion of the work, the manufacturer will provide a written certification 28 of proper application to the City. 29 B. The certification will confirm that the deficient areas were repaired in accordance with 30 the procedure set forth in this Specification. 31 3.12 PROTECTION [NOT USED] 32 3.13 MAJN`1'ENANCE [NOT USED] 33 3.14 ATTACIIMENTS [NOT USED] 34 END OF SECTION 35 CITY OF FORT wOR:rti Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised December 20, 2012 F:lp .pcl,10312 057-0112-0 Mk P-&2-3 SPECSTina] (:..b oe&Dw 33-11tilili-W 39 60-Epoxy Liners fm Sanitary Sewer Stiuct— doe 333960-7 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 7 of 7 Revision Log DATE NAME. SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,: 01309 Revised December 20, 2012 FAjmojcctsW3181057-0r,2-0 Wrk ProcK2-3 SPECSEmal CombmcdWw 334hflifi s 3 39 60_Epoxy Liners F., Sanitary Sewer Sttaclirtes.doc 3471 13-1 TRAFFIC CONTROL Page I of 5 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" shall be paid for at the 22 unit price bid for "Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 7) Police assistance during peak hours 31 2. Portable Message Signs 32 a. Measurement 33 1) Measurement for this Item shall be per week for the duration of use. 34 b. Payment 35 1) The work performed and materials furnished in accordance to this Item and 36 measured as provided under "Measurement" shall be paid for at the unit 37 price bid per week for "Portable Message Sign" rental. 38 c. The price bid shall include: 39 1) Delivery of Portable Message Sign to Site 40 2) Message updating 41 3) Sign movement throughout constriction CITY OF FORT WORTI I Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01301) Revised November 22, 2013 Hpt jcctst031 M57-0t%2-0 W,k Pmd12-35PFCS\Fi-1 Combi—&Div 34-Transportation5347113_1 raffie Cntrol.doc 3471 13-2 TRAFFIC CONTROL Page 2 of 5 1 4) Return of the Portable Message Sign post -construction 2 3. Preparation of Traffic Control Plan Details 3 a. Measurement 4 1) Measurement for this Item be per each Traffic Control Detail prepared. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 shall be paid for at the unit price bid per each "Traffic Control Detail" 8 prepared. 9 c. The price bid shall include: 10 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 11 longer 12 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 13 (TMUTCD) 14 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 15 4) Incorporation of City comments 16 1.3 REFERENCES 17 A. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification, unless a date is specifically cited. 21 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 22 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 23 Transportation, Standard Specifications for Construction and Maintenance of 24 Highways, Streets, and Bridges. 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. COOrdination 27 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 28 implementing Traffic Control within 500 feet of a traffic signal. 29 B. Sequencing 30 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 31 approved by the City and design Engineer before implementation. 32 1.5 SUBMITTALS 33 A. Provide the City with a current list of qualified flaggers before beginning flagging 34 activities. Use only flaggers on the qualified list. 35 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 36 Engineering Division, 311 W. 10°i Street. The Traffic Control Plan (TCP) for the 37 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 38 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 39 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 40 Engineer. CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENCS City project No.: 01309 Revised November 22, 2013 P:lpsajcus%031 M57-0112-0 Wrk Pindl2-3 SPECSTina3 CombrncdU)1, 34- I.-porlation%34 71 13 I ffic C-1W.doc 3471 13-3 TRAYFIC CONTROL 4' Page 3 of 5 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications, The Contractor will be responsible for having a licensed Texas 3 Professional Engineer sign and seal the Traffic Control Plan sheets. 4 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. 5 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 6 changes to the Traffic Control Plan(s) developed by the Design Engineer. 7 G. Design Engineer will furnish standard details for Traffic Control. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USE, 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER -FURNISHED fOR] OWNER -SUPPLIED PRODUCTS [NOT USED] 17 2.2 ASSEMBLIES AND MATERIALS 18 A. Description 19 1. Regulatory Requirements 20 a. Provide Traffic Control Devices that conform to details shown on the 21 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 22 Device List (CWZTCDL). 23 2. Materials 24 a. Traffic Control Devices must meet all reflectivity requirements included in the 25 'TMUTCD and TxDOT Specifications — Item 502 at all times during 26 construction. 27 b. Electronic message boards shall be provided in accordance with the TMUTCD. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 EXAMINATION [NOT USED] 32 3.2 PREPARATION 33 A. Protection of In -Place Conditions 4. CITY OF FORT WORTH Eagle Mountain Lakc Basin Sanitary Sewer Diversion Pipeline to Big Fossil Cicek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised November 22, 2013 F.kp,ojactsW IIM57-DIV-0 "I,k Prod72.3 SPECSSFinal Combin dVDiv 34=rranspnnationl7471 137ralric Conlrol.dou 3471 13 - 4 TRAFFIC CONTROL Page 4 of 5 1 1. Protect existing traffic signal equipment. 2 3.3 INSTALLATION 3 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 4 the Drawings and as directed. 5 B. Install Traffic Control Devices straight and plumb. 6 C. Do not make changes to the location of any device or implement any other changes to 7 the Traffic Control Plan without the approval of the Engineer. 8 1. Minor adjustments to meet field constructability and visibility are allowed. 9 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 10 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 11 covering, or removing Devices. 12 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 13 and that retroreflective characteristics meet requirements during darkness and rain. 14 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 15 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 16 lights, signs, or other precautionary measures for the protection of persons or property), the 17 Inspector may order such additional precautionary measures be taken to protect persons 18 and property. 19 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 20 or in conflict with the proposed method of handling traffic or utility adjustments, can be 21 constructed during any phase. 22 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 23 distance of drivers entering the highway from driveways or side streets. 24 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 25 be erected and mounted on portable supports. 26 1. The support design is subject to the approval of the Engineer. 27 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 28 J. If at any time the existing traffic signals become inoperable as a result of construction 29 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 30 approved by the Engineer, to be used for Traffic Control. 31 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 32 turn-ons, street light pole installation, or other construction will be done during peak traffic 33 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 34 L. hlaggers 35 1. Provide a Contractor representative who has been certified as a flagging instructor 36 through courses offered by the Texas Engineering Extension Service, the American 37 Traffic Safety Services Association, the National Safety Council, or other approved 38 organizations. 39 a- Provide the certificate indicating course completion when requested. 40 b. This representative is responsible for training and assuring that all flaggers are 41 qualified to perform flagging duties. Ci1'Y OF FORT WORTH Lagle Mountain Lake Basin Sanitary Scwer Diversion Pipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 0 13 09 Revised November 22, 2013 F.-%p,.j- 0185057-0112-0 Wrk Prod12-3 SFEC.MH-1 Cc bv,cd\M, 34-T71 k3_'i raffle C—tr ].d— 3471 13-5 TRAFFIC CONTROL Page 5 of 5 1 2. A qualified flagger must be independently certified by 1 of the organizations listed 2 above or trained by the Contractor's certified flagging instructor. 3 3. Flaggers must be courteous and able to effectively communicate with the public. 4 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 5 and follow the flagging procedures set forth in the TMUTCD. 6 5. Provide and maintain flaggers at such points and for such periods of time as may be 7 required to provide for the safety and convenience of public travel and Contractor's 8 personnel, and as shown on the Drawings or as directed by the Engineer. 9 a. These flaggers shall be located at each end of the lane closure. 10 M. Removal 11 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 12 and other Traffic Control Devices used for work -zone traffic handling in a timely 13 manner, unless otherwise shown on the Drawings. 14 3.4 REPAIR / RESTORATION [NOT USED] 15 3.5 RE -INSTALLATION [NOT USED] 16 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.7 SYSTEM STARTUP [NOT USED] 18 3.8 ADJUSTING [NOT USED] 19 3.9 CLEANING [NOT USED] 20 3.10 CLOSEOUT ACTIVITIES [NOT USED] 21 3.11 PROTECTION [NOT USED] 22 3.12 MAINTENANCE [NOT USED] 23 3.13 ATTACHMENTS [NOT USED] 24 25 26 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH Nagle Mounlain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 01309 Revised November 22, 2013 F:1pmje tst03I W57-0112-0 WA Prua2-3 SPHCSTmal CombincdlDiv 34-Transpoaalianl3A 71 13_Tmfiic Coatrol.doc APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and physical Conditions. Geotechnical Report and Subsurface Utility Engineering Reports. GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06. D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities {TX DOT Permit} Rail Road Permit GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised July 1, 2011 GC-4.01 Availability of hands THIS PAGE LEFT Il®TENTIONALLY BLANK CITY OF FORT WORT13 Eagle Mountain Lake Basin Sanitary Scwcr Diversion Pipeline to Big Fossil Creck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUvIENTS City Project No. 01309 Revised July 1, 2011 Page 1 of 7 D218171912 8/3/2018 9.15 AM PG 7 Fee: $40.00 Submitter. XEROX COMMERCIAL SOLUTIONS r • Electronically Recorder! by Tarrant County Clerk in Official Public Records i�- c;.;, Mary Louise Garcia 01309 I=aat Eagle Mbuitfalh Lake Basin Sanitary Siuder Divisidrr Pigormeto Big Fossit Creek Basin Parcel # 6: 944 Ghastien Ct., Fart Worth, TX 76131 Lot 7k, Block A,13. Thomas- Additlorr 1 9489 0091] 13027 6016 8477 41 CITY OF.FORT WORTH TEMPORARY CONSTRUCTION' EASEMENT DATE.: 07/12/2018 GRANTOR: KEVIN JAMES VESCHI GRANTOWS MAILING ADDRESS (including- County); P_O, BOX 11a L.EWISVILLE, DENTON COUNTY, -TX GRANTEE!=:; CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 2,00 TEXAS ST, FORT WORTH, TARRANT C.0UNTYj:TX 70102 CONSIDERATION:' Tan Dollars t$10.00). and other good and valuable consideration, tale b0t*ipt and suffiolency bf Which is hereby acknovi ridged, PROPERTY; BEING a tract of I -and I+acated 3n the Benjamin Thomas Survey, Abstract No. 1-497, City. .of Fort Ww1h, Tarrant County, Texas, said tract of land being a portion of LOT 7-R, BLOCK A, REPLAT OF B. THO AS ADDITION, being an Addition to the-Cil. Of Fort Worth, Tarrant County, Texas, -accariling td the pint thereof recorded in Cabinet ASlide 6610l, ]Plat Records; Tarrant GQunty, Texasf said tract being a portion -of that same tract conveyed to kEVIN ,TAMES VESCHI, by .deed as recorded in Instrument D216191412, Deed Records, Tarrant County, Tex -as, Tu npowy CuoairaaGen 1�asemoat 01/18{],417 o rvY rr: 01309 East Eagle Mountain Lake Basin Sanitary Sewer Division Pipeline to Big Fossil Creek Basin Parcel # 6 944 Chastien Ct., Fort Worth, TX 76131 Lot 7R, Block A, B. Thomas Addition CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 07/1212018 GRANTOR: KEVIN JAMES VESCHI GRANTOR'S MAILING ADDRESS (including County): P.O. SOX 110 LEWISVILLE, DENTON COUNTY, TX GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: BEING a tract of land located in the Benjamin Thomas Survey, Abstract No. 1497, City of Fort Worth, Tarrant County, Texas, said tract of land being a portion of LOT 7-R, BLOCK A, REPLAT OF B. THOMAS ADDITION, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Cabinet A, Slide 6610, Plat Records, Tarrant County, Texas, said tract being a portion of that same tract conveyed to KEVIN .TAMES VESCHI, by deed as recorded in Instrument D216191412, Deed Records, Tarrant County, Texas. Temporary Construction Easement 01/1812017 OR1`WORT , Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A°, and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of installation of a permanent sanitary sewer facility line. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. Grantee agrees to remove from Grantor's lands, with reasonable diligence, all rocks that are brought to the surface as a result of Grantee's construction activities. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. f SIGNATURES APPEAR. ON THE FOLLOWING PAGE] Temporary Construction Easement ouisnai7 Foxr, GRANTOR: KEVIN JAMES VESCHI GRANTEE: City of Fort Worth By (Signa e Co ,'I tope a en for (Print Name) , Title APPROVED AS O RM AND LEGALITY (Signature) (Print Name) Title Jm ca Sarignang, MkWnt ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersi ned authority, a Nota Public in and for the State of Texas, on this day personally appearedP.t1 in 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 g+ai e _ w� Un �I`„ and that he/she executed the same as the act of said ��,, ��„�Q_ Q for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this /0"A day of -7i ,L_ - , 201i!� Dt�,uYPo L�© $lylll�Ed�R * � �iES�P�► ��� OF T@lpBfd Notary Public in and for the State of Texas 'temporary Construction Easement 01/ta@017 ORT WURTH. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in aped for the State of Texas, on this day personally appeared (06 rd , of the City of Fort Worth, known # me to be the sarffe person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the 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 23 r-c�— day of 201k . ot*t`yr�o LEO SUMMER * * Notary* Publoftia of 'hexer Notary ID #128264929 Commlift Exp, MAY 10, 2022 Notary Public in and for the State of Texas Temporary Construction Easement _ 01/18/2011 Fox.„ r W�oxT_u_. EXHIBIT "A" TEMPORARY CONSTRUCTION EASEMENT PARCEL 6 BEING a 0.1153 acre tract of land located in the Benjamin Thomas Survey, Abstract No. 1497, City of Fort Worth, Tarrant County, Texas, said 0.1153 acre tract of land being a portion of LOT 7-R, BLOCK A, REPLAT OF B. THOMAS ADDITION, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Cabinet A, Slide 5610, Plat Records, Tarrant County, Texas, said 0.1153 acre tract being a portion of that same tract conveyed to KEVIN JAMES VESCHI, by deed as recorded in Instrument D21619I412, Deed Records, Tarrant County, Texas, said 0,1153 acre tract of land being a 20 feet wide Temporary Construction Easement and being more particularly described by metes and bounds as follows: BEGINNING at the northeast lot line of said Lot 7-R same being a southwest lot line of Lot 8-R of said B. Thomas Addition, from said beginning point a 5/8" capped iron rod stamped "SEMPCO" found at the southeast lot corner of said Lot 6-R, bears South 35°24'10" East, 195.05 feet, said beginning point also having a NAD 83 grid coordinate of N: 7,009,474.08 and E: 2,312,091.69; THENCE departing said lot lines, over and across said Lot 7-R the following courses and distances: South 42035'26" West, 149.31 feet; South 18°21'52" Nest, 93.98 feet to the south lot line of said Lot 7-R same being the north lot Iine of Lot 6-R, of said B. Thomas Addition; THENCE North 79°36'53" West, along the said lot lines, 20.20 feet; THENCE departing said lot lines, over and across said Lot 7-R the following courses and distances: North 18°21'52" East, 101.08 feet; North 42035'26" East, 157.86 feet to the said northeast lot line of Lot 7-R same being the said southwest lot line of Lot 8-R; THENCE South 38'24'10" East, along the said lot Iines, 20.45 feet to the POINT OF BEGINNING. The hereinabove described tract of land contains a computed area of 0.1153 acres (5,022 square feet) of land more or less. The basis of bearings for this survey is NAD83 Texas North Central Zone (4202). All distance shown are surface. I I'W EAGLE MOUNTAIN TO FOSSIL CREEK BASIN DIVERSION PROJECT PARC12L 6 - T.C.E. - EX. "A" - PAGE 1 OF 3 SPOONER AND AssocFATEs, INC, 34S BYERS STREET, #100, EULESs. TExAS 78039- PH. 817^885-B448-ESPOONERGsp"FnsuRVEYoRs.coM-- S&AN17.050 *SURVEYORS CERTIFICATE* I do hereby certify that the above legal description was prepared from public records and from an actual and accurate survey upon the ground and that same is true and correct. p ,�G 5 5 TEgE;Q Surveyors : Eric S. Spooner ERIC S. SPOONeR Registered Professional Land Surveyor, Texas No. 5922 -6 9922 ' Spooner and Associates, Inc. ��. PoFC S 5 1 ?� O4 Texas Board of Professional Land Surveying No, 10054900 � s u R*+�� Surveyed on the ground 08-2017 FTW EAGLE MOUNTAIN TO FOSSIL. CREEK BASIN DIVERSION PROJECT PARCEL G T.C.E. -- EX- "A" -- PAGF- 2 of 3 SPOONER AND ASSOCIATES, INC, $09 HYERS STREET, #100, EULESS, TEXAS 76038 -- PH. 617-685-84.48--ESPOONEROSPOONERSURVEYOF78.COM - S&A #17-080 EXHIBIT "Brf \ / 1i 1I SEE ATTACHED LEGAL DESCRIPTION ON PAGE 1 OF EXHIBIT "A" HEREIN "Imopo g EX. CITYDFFORTWORTH l®a � \ \ \ / / / 30' SANITARY SEWER EASEMENT INS. NO. D204007848, O.P.R.T.C.T ! / EXISTING CiTYOF FORT WORTH EX. CITY OFFORT WORTH � \\ / 20'TEMPORARY 30' SANITARY SEWER FASEMENT / \ / % POINT OF CONSTRUCTON EASEMENT INS NO. D204372771 / \ INS. NO. D204007847 \ / BEC�INAIINI X _ o.P.R.Tc.7: / \ E• 2,912,091.69 (GRID COORDINATE) 0 25' 50' GRAPHIC SCALE IN FEET LDTtlNE\` -\ {"a50' EXHIBITS 20' TEMPORARY "CONSTRUCTION EASEMENT r 11 0.1153 ACRES (5,022 S.F.). 1 � v REPLAT OF &AI Q I B. THOMAS ADDI TION 11 � CAB. A, SLIDE 5610 P.R. T.C.T. LOT T R, BLOCKA e ®� KEVIN JAIL ES VESCHI INS. NO, D2I619I412 1 I Lq D.R. is C. T. 1 I LOT LINE 1 LOT 6-R 1 BLOCKA 1 1 i EXISTING CITY OF FORT WORTH 1 30'SANITARY SEWER EASEMENT INS. NO. 0204372772, O.P.R.T.C.T 1 PROPOSED TEMPORARY 1 i CONSTRUCTION EASEMENT l BY SEPARATE INSTRUMENT LOT 8-R BLOCKA EXISTING 20' r—DRAINAGE EASEMENT \ CAS. A, SLIDE 5610, \ P.R.T.C.T. \ \ RIGHT-OF-WAY \ \ LINE RIGHT-CF-WAY LINE 518" CIR FADED CAP STAMPED SEMPCO" LINE TABLE LINE # DIRECTION LENGTH Ll N79°36'53"W 20.20' L2 S35"24'10'E 20.45' TEMPORARY CONSTRUCTION EASEMENT CITY OF FORT WORTH, TARRANT CO., TEXAS THE BASIS OF BEARINGS FOR THIS SURVEY IS A§cIATES THE TEXAS STATE PLANE NAD83 NORTH CENTRAL ZONE (4202). o a LOGATION; CITY OF FORT WORTH, TARRANTCO.. TEXAS WI OLt- PROPERTY ACREAQE; 17-0BO PARCEL 6 LOT 7-!i TEMP COIVST ESMNT,DWG 309 BYERS STREET, SU17E 700, F-uL4~SS, TEXAS 7603! (817) 085.8448 WWW.SPOONERSURVEYORS.COM TBPLS FIRM NO.10054900 CHASTIEN COURT (60, PUBLIC RIGHT-OF-WAY) C48, A, SLIDE 6610, PR. T.C. T. !OF-WAYLINE a> s TERM % ..� b t.. ERIC S. s§POONER 5922 S&AJOa NO.; 17-OBO f DRAWN BY; J.a.N I PAGE 3 OF 3 DATE: nsva M17 GHECK50 8Y. E.S.S. PARCEL 6 Page 1 of 6 D218179779 811412018 9:00 AM PGS 6 Fee: $36.00 Submitter: XEROX COMMERCIAL SOLUTIONS f Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia 01309 East Eagle Mountain Lake Basin Sanitary Sewer Division Pipeline to Big Fossil Creek Basin Parcel # 5 929 Chastien Gt., Fort Worth, TX 76131 Lot 6R, Block A, ®. Thomas Addition CITY OF FORT WORTH TEMPORARY CO NSTRUCTION_EASEMENT DATE: 1012512017 GRANTOR: JON EDWARD TUCKER and KATHRYN ASHLEIGH TUCKER GRANTOR'S MAILING ADDRESS (including County): 929 Chastien Ct, Fort Worth, Tarrant County, TX 76131 r GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (Including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: BEING a tract of land located in the Benjamin Thomas Survey, Abstract No.1497, City of Fort Worth, Tarrant County, Texas, said tract of land being a portion of LOT 8AR, BLOCK A, REPLAT OF 8. Tk1OMAS ADDITION, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Cabinet A, Slide 5610, Plat Records, Tarrant County, Texas, said tract being a portion of that same tract conveyed to JON EDWARD TUCKER and KATHRYN ASHILEIGH TUCKER, by deed as recorded in Instrument D216135734, Deed Records, Tarrant County, Texas. Temponffy con5hV00n 8asemcnt 11111 V2017 1ORTWd - 01309 East Eagle Mountain Lake Basin Sanitary Sewer Division Pipeline to Big Fossil Creels Basin Parcel # 5 929 Chastlen Ct., Fort Worth, TX 76131 Lot 6R, Block A, B. Thomas Addition CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 10/25/2017 GRANTOR: JON EDWARD TUCKER and KATHRYN ASHI_EIGH TUCKER GRANTOR'S MAILING ADDRESS (including County): 929 Chastien Ct. Fort Worth, Tarrant County, TX 76131 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: BEING a tract of land located in the Benjamin Thomas Survey, abstract No. 1497, City of Fort Worth, Tarrant County, Texas, said tract of land being a portion of LOT 6-R, BLOCK A, REPLAT OF B. THOMAS ADDITION, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Cabinet A, Slide 5610, Plat Records, Tarrant County, Texas, said tract being a portion of that same tract conveyed to JON EDWARD TUCKER and KATHRYN ASHLEIGH TUCKER, by deed as recorded in Instrument D216135734, Deed Records, Tarrant Countyi Texas. Temporary Construction Easement 01/18/2017 C.. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of installation of a permanent sewer facility line. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/18/2017 FORTWORTIL GRANTOR: JON EDWARD TUCKER STATE OF TEXAS § COUNTY OF TARRANT § KATHRYN ASHLEIGH TUCKER GRANTEE: City o Fort Worth By (Signatur Steve ooke, Property sgement Director (Print Name) , "i Yves APPROVED AS TjD FORM AND L (Print Name) Title J -Sangavang, 1stsnt C'It A tomay ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, , on this day personally appeared. _;Jdix-.& &-(U , 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 ofTdvx, , .� r�" and that he/she executed the same as the act of said :5.,,,- for the purposes and consideration therein expressed -and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 9,6 day of -- ��tA , 20-k8. *arru� LEO e� SUEEAIdER w` { Notary Putblio-��� of Taxes Notary ID #128264929 CommMlon Exp. MAY 10, 2022 Notary Public in and for the State of Texas Temporary Construction Easement 0111$12017 ACKNOWLEDGEMENT 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 , known to me to be the same person whose name is subscribed to the f regoing instrument, and acknowledged to me that the same was the act of, and that he/she executed the same as the act of said o�tr�� for the purposes and consideration therein expressed and in'thd capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 201fi. acommUloti LEO SUNa ry publfoaftte of Texas�lotary ID 0/28264929 EV. MAY t0, 2022 STATE OF TEXAS § COUNTY OF TARRANT § Notary Public in and for the State of Texas ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the tate o Texas, on this day personally appeared P &AA r , of the City of Fort Worth, kn wn to me to t6e the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the 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 13 14-v day of CA cu�a_a" —, 201 g . of gYs4� �� LEO Sl.ffi11 NER * fVa�ry P JMI a Of Tara No�ry ID,112826l6g29 a� Minton EV. M y i0, 2422 Notary Public in and for the State of Texas Temporary Construction Easement OU1812017 Qli7 WQR7 EXHIBIT "A" TEMPORARY CONSTRUCTION EASEMENT PARCEL 5 BEING a 0,1384 acre tract of land located in the Benjamin Thomas Survey, Abstract No. 1497, City of Fort Worth, Tarrant County, Texas, said 0.1384 acre tract of land being a portion of LOT 6-R, BLOCK A, REPLAT OF B. THOMAS ADDITION, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Cabinet A. Slide 5610, Plat Records, Tarrant County, Texas, said 0.1384 acre tract being a portion of that saute tract conveyed to JON EDWARD TUCKER and KATHRYN ASHLEIGH TUCKER, by deed as recorded in Instrument D216135734, Deed Records, Tarrant County, Texas, said 0.1384 acre tract of land being a 20 feet wide Temporary Construction Easement and being more particularly described by metes and bounds as follows: BEGINNING on the southwest lot line of said Lot 6-R, same being a northeast property line of a tract of land conveyed to CFI Farm Properties, LLC, by deed as recorded in Instrument Number D209083859, Official Public Records, Tarrant County, Texas, from said beginning point a I" iron rod found at the south lot corner of said Lot 6-R, bears South 480'38'34" East, 432.94 feet, said beginning point -also having a NAD 83 grid coordinate of N: 7,008,983.53 and E: 2,311,864.28; THENCE North 48°38'34" West, along the said southwest lot line of Lot 6-R and along the said northeast property line of the CFI tract, 21.73 feet; THENCE North 18°21'52" East, departing said lot line and said property line, 295.78 feet to the north lot line of said Lot 6-R, same being the south lot line of Lot 7-R of said B. Thomas Addition; THENCE South 79°36'53" East, along the said lot lines, 20.20 feet; THENCE South 18°21'52" West, departing said lot lines, 307.07 feet to the POINT OF BEGINNING. The hereinabove described tract of land contains a computed area of 0.1384 acres (6,02.9 square feet) of land more or less. The basis of bearings for this survey is NAD83 Texas North Central Zone (4202). All distance shown are surface. *SURVEYORS CERTIFICATE* I do hereby certify that the above legal description was prepared from public records and from an actual and accurate survey upon the ground and that same is true and correct. 0 '('.ERI�C S Tth' surveyors e: ric S. Spooner SPOONER Registered Professional Land Surveyor, Texas No. 5922 922 Spooner and Associates,Irrc. 0''PTexas Board of Professional Land Surveying No. 10054900 � s u RAF' Surveyed on the ground 08-2017 FM EAGLE MOUNTAIN TO FOSSIL CREEK BASIN DIVERSION PROJECT PARCEL 5 — T.C.E. — Ex. "A" — PAGE I OF 2 SPOONER AND Assocmms. INO, 309 BYERS STREET, 0100, EuLsss, TFXA5 76039 — PH. 817-685•6448 — ESPOONER@SPODNERSUFiVEYORS.COiA— S$A N17.O80 EXHIBIT "B�. / \� /' 0 50' 100' SEE ATTACHED LEGAL DESCRIPTION ON PAGE 1 OF EXHIBIT "A" HEREIN / \ \� GRAPHIC SCALE IN FEET LOT7-R f/ // \\\ V=100' BLOCKA EXIST1NG20' LOTLINE--. \ DRAINAGE EASEMENT ! / i CAB. A, SLIDE 5B10, P.R.T.C.T. EXISTING CITY OF FORT WORTH / I PROPOSED TEMPORARY \ LOTS-R 30' SANITARY SEWER EASEMENT I �"�_ CONSTRUCTION EASEMENT , \ BLOCKA INS. ND. p204372771, O.P.R.T.GT. '•,]`'bJJ BYSEPARRTE INSTRLIILIL�NT ! ! / S 79° 36' 53" E RIGHT -ate wAY EXISTINGCITYOFFORTwORTHT""alt,_20.20' 30'SANITARYSEWER EASEMENTINS NO.0204372772, 0.P.R.T.C.T.LOTLINE pRIca �! 41 ®+05 REPLAT OF \ EXISTING 10' / ey1 11 B. THOMASADDITION \ ljp UTILITYEASEMENT ! � y ®�� CAB, A, SLIDE 5610 \ CAB. A, SLIDE 5610, tv P.R. T. C. T. \ P.R.TC.T 1 4 1%� EXHIEIT -S \ to 20' TEMPORARY ` !CONSTRUCTION EASEMENT' \ LINE \ \ ! 0.1384 ACRES (6,029 S.F.) PROPERTY ! l 20' / LOT 6 R, BLOCKA N 48° 38' 34" 1N \ JON EDWARD TUCKER and 2 '7 \ KATHRYN ASHLEIGH TUCKER POINT OF \ INS, NO. D216135734 BEGINNING \ D.R. T.0 T, IV. 7,008,983.53 \ E. 2,311,864.28 \ (GRID COORDINATE) ti CALLED 380.90ACRES ` CFI FARM PROPER TIES, L L 0 ` INS. NO. D209083859 O.P.R.T.C.T \ LINE_ CHASTIEN COURT (60,pUBL10 RIGHT--OF-WAY) CAB. AA SLID—E.6610, PR. T-C.T. 1 RIGHT-OFWAYLiNE LOT LINE Lor5-R SLOCKA 1,691 BETHEL FA MIL Y CHURCH, INC. �� 1 " IRON INS. NO. D205382053 �1® ROD FOUND O.P.R.T C. T. TEMPORARY CONSTRUCTION EASEMENT SPOONER& CITY OF FORT WORTH, TARRANT CO., TEXAS AclATES THE BASIS OF BEARINGS FOR THIS SURVEY IS THE TEXAS STATE PLANE NAD83 NORTH6§.s,.0.pftD" L"� CENTRAL. ZONE (4202). ° ° PROPERTY; JON EDWARD TUCKER 8 KATHRYN ASHU--lU Lor=ON. CITY OF FORT WORTH. TARRANT CO., TEXAS WHOLE PROPr=RTYACREAGE. 17-060 PARCEL 5 LOT 6•R_TEMP CONST ESMNTDWG WO BYERS STREET, SUITE 100, EULESS. TEXAS 7603' (817) 695-MO WWW.SPOON€RSURVEYORS.COIII TSPLS FIRM NO.10064000 T N PAGE 2 OF 2 PARCEL 5 DATE. 06fW017 I CHECKED BY: E.S.S. �.° FR r.. 1 RIC S. SPOONER q�F5922 r` Page 9 of 7 D218085188 41231201812.43 PM PG5 7 Pee: $40.00 Submiiter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records L l QGc s I.fRJ Mary Louise Garcia CPN 01309, Eagle Mountain to Big Fossil Crook Diversion Pipeline Parcel # 17 9250 Wagley Robertson Rd Erasmus H Elkins Survey, Abstract: 487, Tract. 2E01 STATE OF TEXAS § § KNOW ALL MIEN 13Y THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: GRANTOR: Briscoe Clark Company, LTD. GRANTOR'S MAILING ADDRESS (Inclucing County); 1731 Spyglass Dr. #79 Austin, TX 78746 GRANTEE: CITY OF FORT WORTH 200 TEXAS STREET FORT {NORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in the attached Exhibits "A and "B 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 Sewer 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 Exhlbit "A" attached hereto and incorporated Herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility_ In no event shall Grantor (1) 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, SEWER FACILITY EASEMENT Rev. 11911 B T WOR CPN 01309, Eagle Mountain to Big Fossil Creek Diversion Pipeline Parcel # 17 9250 Wagley Robertson Rd Erasmus H Elkins Survey, Abstract: 487, Tract: 2E01 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: GRANTOR: Briscoe Clark Company, LTD. GRANTOR'S MAILING ADDRESS (Inducing County); 1731 Spyglass Dr. #79 Austin, TX 78746 GRANTEE: CITY OF FORT WORTH 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in the attached Exhibits "A" and "B". 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 Sewer 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 Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (I1) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, SEWER FACILITY EASEMENT Rev. 1018 ORT WORTH. pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement 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 Easement Tract 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. Subchapter E of the Texas Property Code, as amended, the owner or the owner's heirs, successors, or assigns may be entitled before the I Ot' anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the property was acquired through eminent domain, and the repurchase price will be the price the city pays you in this acquisition. 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. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev. 1/9118 oRt Woxr . GRANTOR: Briscoe Clark Company, LTD. By; Clark Briscoe Development Company, its General Partner THE STATE OF TEXAS COUNTY OF TARRANT GRANTEE: City of Fort Worth By (Signature)- afore} Si : (Print Name)� rJ• , Title APPROVED AS TO F M AND LEGALITY (Signature) (Print Name) n9r, ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared3e w r g r Scv , 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 ofa4wa GIt Gala- raagd that he/she executed the same as the act of said ezojeftat jj,4.`-w—C, the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this -�'` day of p c- - - 20_T. atit rrq KATIiLESN BLANK � Notary ���`",�:xo;• public, Stete ct Texas Comm. Expires 11-D9-2o1& Notary ID 13t14339t2 ",?::, I-;.. Z- Notary Public 1n and for the State of Texas SEWER FACILITY EASEMENT Rev. 119118 ORT WORT . ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in an f the State of Texas, on this da personally appeared rit AAAMAPIn-f the City of Fort Worth, known, me to the same person whose name is s d the scriheforegoing instrument, and acknowledged to me that the same was the act of the 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 20J9 WftKS. SANCHEZ My N01M ID 8I60490 60111 0400Mbdr 19, 202i `f +1"'- day of otary Public in and for the Sta#e f Texas SFWER FACILITY EASEMENT Rev. 7l9118 oRr W 0- EXHIBIT "A" PERMANENT SANITARY SEWER EASEMENT PARCEL I7 BEING a 0.3519 acre tract of land located in the Erasmus H. Elkins Survey, Abstract No. 487, City of Fort Worth, Tarrant County, Texas, said 0.3519 acre tract of land being a portion of the remainder of a called 283.2113 acre tract of land conveyed to BRISCOE CLARK COMPANY, LTD., by deed as recorded in Instrument Number D204097109, Official Public Records, Tarrant County, Texas, (O.P.R.T.C.T.), said 0.3519 acre tract of land being a permanent Sanitary Sewer Easement and being more particularly described by metes and bounds as follows: BEGINNING at the southwest property corner of the said Briscoe Clark tract, same being a northeast property corner of a tract conveyed to Q.P. Courtney, JR. and Will A. Courtney, by deed as recorded in Volume 6087, Page 434, O.P.R.T.C.T., from said beginning point a 112" iron rod found at the east lot corner of Lot 1, Block 1, TXU/Wagley-Robertson Addition, being an Addition to the. City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Cabinet A, Slide 6774, Plat Records, Tarrant County, Texas, bears South 11'07'59" East, 545,10 feet, said beginning point having a NAD 83 grid coordinate of N: 7,011,589.29 and E: 2,314,181.18, said beginning point being at the beginning of a non -tangent curve to the left having a radius of 1,345.00 feet; THENCE In a northwesterly direction, along the west property line of the said Briscoe Clark tract same being an east property line of the said Courtney tract, along the said curve to the left, an are length of 30.00 feet, and across a chord which bears North 29°10'32" West, a chord length of 30.00 feet, to the beginning of a non -tangent curve to the left having a radius of 830.49 feet; THENCE departing the said property lines, over and across the said Briscoe Clark tract, the following courses and distance: In a northeasterly direction, along the said non -tangent curve to the left, an are length of 19.85 feet, and across a chord which bears North 64°10'21" East, a chord length of 19.85 feet, to the beginning of a reverse curve having a radius of 1,107.97 feet; In a northeasterly direction, along the said reverse curve, an are Iength of 485.35 feet, and across a chord which bears North 77a12'51" East, a chord length of 481.48 feet to the east property line of the said Briscoe Clark tract, same being a west property line of the remainder of a called 277.5113 acre tract of land conveyed to Forestar (USA) Real Estate Group Inc., by deed as recorded in Instrument Number D212079897, O.P.R,T.C.T.; THENCE South 00010'55" West, along the said east property lines, 32.39 feet to the southeast property corner of the said Briscoe Clark tract, same being a north property line of the said Courtney tract, and being the beginning of a non -tangent curve to the left having a radius of 1,050.00 feet; THENCE along the said property lines, the following courses and distance: In a southwesterly direction, along the said curve to the left, an arc length of 472,45 feet, and across a chord which bears South 77°2644" West, a chord length of 468,47 feet, being the beginning of a reverse curve having a radius of l ,050.00 feet; In a southwesterly direction, along the said reverse curve, an arc length of 17.00 feet, and across a chord which bears South 65001'08" West, a chard length of 17.00 feet to the POINT OF BEGINNING. The hereinabove described tract of land contains a computed area of 0.3519 acres (15,327 square feet) of land more or less. EAGLE. MOUNTAIN LAKE TO BIG FOSSIL CREEK DIVERSION PIPELINE PROJECT BRISCOE CLARK COMPANY, LTD. - PARCEL 17 P.S.S.E. -- Ex. 'W' - PAGE 1 OF 3 SPOONER AND ASSOCIATES. INC, 309 BYERS STREET, #100. EaESs. Tws 76039 - PH. 817-685-8448 - ESPooNER® SPOONERsuRVEYOR9.COM - S&A # 17-080 5 The basis of bearings for this survey is NAD83 Texas North Central Zone (4202). All distance shown are surface. 14SURVEYORS CERTIFICATE` I do hereby certify that the above legal description was prepared from public records and from an actual and accurate survey upon the ground and that same is true and correct. 00 (ERIC FT..........Surveyors . Eric S. Spooner SPOONER Registered Professional Land Surveyor, Texas No. 5922 922Spooner and Associates, Inc. sa+ooTexas Board of Professional Land Surveying No. 10054900 uRq � Surveyed on the ground July-2017 EAGLE MOUNTAIN LAKE To BIG FOSSIL CREEK DIVERSION PIPELINE PROJECT BRISCOE CLARK COMPANY, LTD. -- PARCEL 17 - P.S.S.E. - Ex. "A" -- PAGE 2 OF 3 SPOONER AND ASSDCIATES, ING, 309 BYERS STREET, 0100, EULES5, TEXAS 76039 - PH, 8 i 7-686.8448 - ESPOONEn OsPooNERSURvEYORS.GOm - S&A #17-080 EXHI BIT eB ii REMAINDER OFA CALLED 283,2113 ACRES SEE ATTACHED LEGAL DESCRIPTION ON BRISCOE CLARK COMPANY, LTD PAGES 1 & 2 OF EXHIBIT "A" HEREIN INS. NO. D204087109 O.P.R.T.C.T. �\ PERMANENT SANITARY PROPERTYLINE \ \ \ SEWER EASEMENT \ 0.3519 ACRES (16,327 S.F.) _ \ ,EX. CITYOFFORTWORTH \ 15'WATER EASEMENT r'3i,� �\ INS NO. D205199803 DROPERTY \ `� e7P.R.T.C.T. 00 PROPERTY LINE LINE J ' �' ®� fk,b 1� POINT OF 1 BEGINNING \ 1 N• 7,011,589.29 1 E.-2,314,18i.18 (GRID COORDINATE) 1 1 EXHISITA 1 REMAINDER OFA CALLED 214.228 ACRES Q.P. COURTNEY, JR. and WILL A COURTNEY VOL. 6087, F0. 434 ! O.P.R.T.C.T. `m ! l ! EX. CITY OF FORT WORTH :1 ! 15'W4TER EASEMENT ice" INS. NO. D205199806 . y O.F.R.T.C.T. } } \ !t PROPERTYLINE } } } LOT 1, BLOCK 1 TXU1WAGLEY- ROUERTSONADDITION C48. A, SLIDE 6774 P.R. T.C. T. I }} }i i } 112"IRON I 1 ROD FOUND REMAINDER OFA CALLED 277.6113 ACRES FORESTAR (USA) REAL ESTATE GROUP ING, INS. NO. D212079897 O.P.R.T.ar. i f r S00°10'55"w 32.39' I i EX. WILLIAMS BARNETT GATHERINGSYSTEM, LA 30' PIPEL INE EASEMENT —I •— INS Na D209216843 I O.PR.T:C T. 1 I i I PROPERTY LINE I j i I 0 50' 100' I 1 - i GRAPHIC SCALE IN FEET In = 100' I rjpds Y0roxs i '4oa 10 I CURVE TABLE CURVE 1# RADIUS LENGTH CH BEAMING CIS LENGTH C1 1,345.00' 30.00' N29010'32"W 30.00' C2 830.49' 19.86, N64°10'21" Iv 19.05, C3 1,107.97' 465.35' N77012'51" E 401.48' C4 1,050.00' 472.45' 877026'44"W 468.47' C5 1,050.00' 17.00, S65°0'I'08"W 17,00' PERMANENT SANITARY SEWER EASEMENT SPOONER&8'TeRF�+ apt a F CITY OF FART WORTH, TARRANT CO., TEXAS THE BASIS OF BEARINGS FOR THIS SURVEY IS AT THE TEXAS STATE PLANE NAD83 NORTH ERIC S_ SPOONER CENTRAL ZONE (4202). • 309 BYERS STREET, StIrM 100, EULESS, TEXAS 76039 ,A 5822 v ' '?O P'. PROPERTY: SRISCOF CL4RK-COMPANY, LTD. LOCATION: CITY OF FORT WORTH, TARRANT CO., TEXAS WWW.SPOONERSURVEYORS.COM o¢ � psi WHOLE PROPERTY ACREAGE: REMAINDER OF A CALLED 2812113 ACRES (817)685.8448 �O � 17-WO PARCEL 17 8RISCOE PERM ESMNT.DWG TSPLS FIRM NO.1005000 Five DATE: 06123/2017 cHEcf(ED.eY: e.&.,. PAGE 3 OF 3 PARCEL 17 Page 1 of 15 D218213202 91251201810:41 AM PGS 15 Fee: $72.00 5ubmitter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records in 5�,- Mary Louise Garcia NORTHSIDE 1148 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 9 IgWSFE DOE No. 7344 9200 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY, ABSTRACT No. 487 STATE OF TEXAS § g KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FORT WORTH - WATER -SEWER FACILITY EASEMENT DATE: 9/6/2018 GRANTOR: Will Allen Courtney, Trustee of the Cynthia Anna Courtney Trust and the Quintard Peters Courtney III Trust, Will Allen Courtney, Individual, Will Allen Courtney, Co -Trustee under the Irrevocable Trust Agreement dated September 20, 1995, Will Allen Courtney, Jr., Co -Trustee under the Irrevocable Trust Agreement date September 20, 1996, Catherine Courtney Schmuck, Co -Trustee under the Irrevocable Trust Agreement date September 20, 1996, Will Allen Courtney, Trustee, under tiie Will Allen Courtney 2012 Irrevocable Trust Agreement dated December 19,2012 GRANTOR'S MAILING ADDRESS (including County): PO BOX 121488 FORT WORTH, TARRANT COUNTY, TX 76121-1488 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in Exhibits "A" and "B" 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 -Sewer Facility, hereafter referred to as "Facility". The Facility Water -Sewer Fuoility Easement Rev. UVAU . T I Page 2 of 15 includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "E" attached ' hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property In any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (I1) 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 install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement 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 Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property 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 Property. TO HAVE AND TO HOLD the above -described Easement Property, 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 park thereof. When the context requires, singular nouns and pronouns include the plural [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Water-Sewinr Facility Easement Re v. 1/9118 Page 3 of 15 GRANTOR: The Cynthia Anna Courtney Trust By: Will Allen Courtney, Trustee The Quintard Peters Courtney Ill Trust By: Will Allen Courtney, Trustee The Irrevocable Trust Agreement dated September 20, 1995 By: Will Allen Courtney, Co -Trustee The Will Allen Courtney 2012 irrevocable Trust Agreement dated December 19, 2012 By: Will Allen Courtney, Trustee By: _ Will Allen Courtney, Individual The Irrevocable Trust Agreement dated September 20, 1995 By: Will Allen Courtney, Jr., Co -Trustee The Irrevocable Trust Agreement dated September 20, 1995 By: Catherine Courtney Schmuck, Co -Trustee GRANTEE: City of Fort Worth Jesus J. Chapa Assistant City Aanager APPROVED AS TO FORM AND LEGALITY By: f Jessiur- gsvang, Assistant ity Attorney 81 4 T W(? T a Rage 4 of 15 GRANTOR: The Cynthla Anna Courtne .rust Will Allen Courtney, Trustee GRANTEE; City of Fort Worth Jesus J. Chapa Assistant City Manager The Quintard Peters Co Ane'911II Trust By: APPROVED h . t*D AS TO FORM AND LEGALITY Will Allen Courtney, Trustee By: Jessia- svang, Assistant The Irrevocable Trust Agreement dated liyAttorney September 20, 1996 BY'.� � �^ Will Allen Courtney, Co -Trustee The Will Allen Courtney 2012 Irrevocable Trust Agreement dated DecempboA 9, 2012 By" - Will Allen Courtney, Trustee By: kr �"&' ox. YViII Alien Courtney, Individual The Irrevocable Trust Agreement dated September 20, 1996 By: VAII Allen Courtney, Jr., QVustee The Irrevocable Trust Agreement dated September 2Q, 1995 r By: Cath r ne-Courtney Sch ck, Co- rust Paige 5 of 15 THE! STATE OF TEXAS � COUNTY OP TARRANT � ACKNOWLEDGMENT 13 FORE ME, the undersigi�e rauihortty, ;a Notary Public, In and for the Stag of Texas, on this day pereonally appeared.* known to me to be the rams parson whose name Is subs abed to the foregoing instrumi art, and acknowledged to me that the same was a eat of ** and tha't he/she executed the same as the act of said ** the purposes and oonslderatlon theroln expressed and In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this .day of GARY M. MOATES Notary Public, State of Texas Comm. Explree 09.07-2022 11 /t, THE STATE OF TEXA6 COUNTY OF TARRANT § ACKNOWLEDGMENT In and for the State of Texas BEFORE M , the undersign authority, a Notary Publlo In sand for the State of 17exas, on this day pmonally appeared $ , known to me to be the same parson whose name is subs )bed to the foregoing lrrstrtm e-4, and acknowiedged to me that the same was t act of *#* i-- -- --- and that he/she executed the same sa ilia act of said *** the purposes and consideration therein expressed and In the capacity thereln stated. GIVE iW&M - - FR OE this ---- 20th - -- - - _ day Of ` %l!j ura GARY M. MOATES r�tiP?';.P�rr Se umber =_° (Nd4ry Public, State of Texas Comm. Expires 09-07-2022 Notary ID 637 3232 r Notar7Public In send for the State of Texas *Will Allen. Courtney, Trustee **The Cynthia Anne Courtney Trust ***The Quintard Peters Courtney III Trust Page 6 of 16 TH5 STATE OF TEXAS Ct UNW OF TARRANT ACKHO WLWONlUNT BEFO S i4E, the underslgne authorlty, a Notety Publlo in and for the State of Vexes, an this day personally appeared _ * ff//._ L��� _ � ^[wort to me to be the same person Whose name Is subs /feed to the foregoing Instrment, and ackrtowiedged to me ti7at ft same was he act of-** � and that he/she executed the same as the act: of Said ** the purposes and consideration thereln axpres3ed and in the capacity thereinstated. GIVEN UNDER MY HAND.AND SEAL OF OFFICE this 20th day of Septemb91 1]� Y Ai. �+ tart' Pub!€c, Sta�ta a7exea ' Caro tTE. l=xp€res 09-07-2022 �latary €D 631, 232 Notary Public In and forge State of Texas THE STATE OF TEXAS COUNTY OF TAMMT ACKNOWLEDGMENT BEf ORR W, the undersigned authority, a Notaq Public in .and far the State of Texas, on this day personal/ appeared *** �_. �_. , known to me to be the same person whose name Is subs ed to the forogoing instrw7jent, and aakoovviedged to me that the same was ha act of ** and thist he/she executed the same as the act of sald ** the purposes and consideration therein expressed and In the aapeolty theroln stated. GIVEN UNDER MY HAN0 AND SHAL OF OFFICE this ,20th I day of Se tembe _ `'%n' wgU "�. GARY M. MOATES ,*..eNatary Public, State of Toxas W% a Comm. Ex Tres 09-07-2022 7' top % NotaryID 6833232 Notary Public in and for the State of Texas *Will Allen Courtney Co -Trustee *'The Irrevocabtc Trust Agreement Dated September 20, 1995 ***Will Allen Courtney, Jr., Co -Trustee A , Wage 7 of 15 THE STATE OF TEXAS � COUNTY OF TARRANT ACKNOWLEDGME14T SnFORE ME, the undersigne�uthority, a Notary Public In Find for the State of Texas, on this day personally appeared * , known to me to be the same person Whose, name Is subs 'bed to the foregoing Instrument, and acknowledged to me that the same was the act of and that helshe executed the sable as the act of Bald "* the purposes and consideration therein expressed and in the capaolty therein stated. GIVEN UNDER MY HAND AND SEAL OF C?FMCE thle 20th day of CHARY M. MOATI:S ?z°: Notary Public, State of Texas Comm. Expires O9-47-2022 Notary ID B313232 • - No#aty I c n a d for the State of Texas THE STATE OF f SXAS � COUNTY OF TARRANT � ACKNOWLEDGMENT BEFORE ME, the underaigneOuthority, a Notary Puhito In and for the Skate of Texas, on this day personally appeared *** -.-.. -, known to me to btu the same person whose narrle is subscribed to the foregoing inst ument, and Koknowledged to me that the some was Oe act of *** , and that ho/she executed fhe same as the act of said purposes and consideration thereln expressed and in the capacity tharain stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this � day of EGARY M. MOATES Notary public, State of Texas Comm. kplres 09-07-2022 ' Notary ID 6313232 Notary lbllc in and for the S#ate of Texas *Will Allen Couutney, Trustee **The Will Allen Courtney 2012 Irrevocable Trust Agreement dated December 19, 2012 ***Will Allen Courtney, Individually Ei Page 8 of 15 THE STATE Orr T"AS § COUNTY OF TARRANT � ACKNOWLEDGMENT B4FORra M15, the undarslgri4authorlt+, a Notary Public In and for the ate. of Texas, on this day personall appeared [/ � , known to ine to b© the game parson whose name Is subs !bad to the fomgoing Instrument, and acknowledged to me that the same W4s th4 pot of-** and that he/she executed the same as the act of satd the purposes and consideration therein expressed and In the napaotty therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE- this 20ah day of ii J 4r .2019. GA R ..... m M. MOATES n�Notary Pubiio, State of Toxes Mud' COMM. Expires 009-07-20.2 Its" "Inand for the State of Toxas ''rr cP` Notary Ib 0313232 STATE OF TEKA$ § COUNTY OF TARRANT § BI CFO RE ME, the underslcdrred authority, a on Is _I Mary Pui�I1, In and for the State of Texas, day personally appeared tr ' +� - "'t, of the City of Fort Worth, known to me t1b be the same person whnse -name is UubsGrilb4d to the foregoing Instrument, and aoknowledged to me that the -same was the act of the City of Fork Wodh and that he/she executed the same as the act, of the City of Fort Wa€th for the purposes and consideration therein expressed and In the capacity them'eln stated. GIVEN UNDER DIY RAN AND SEAL OFOFFIOE this-4� __,"day of r� � ') , Q Notary Publics in and for the State f Texos MARIAs,9ANCNM ,�;� ir:�>�t}vcvmfxiris,242t *Catherine Courtney Schmuck, Co -Trustee "The Irrevocable Trust Agreement slated September 20, 1995 Page 9 of 15 t.. THE STATE OF TEXAS � COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribes{ to the foregoing instrument, and acknowledged to me that the same was the act of and that helshe executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas ACKNOWLEPGEMEN7 STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Pu lic ' and for the State of Texas, n t is d y pers nally appeared � , y,g of the City of Fort Worth, known to me lo be the same person whose name is ubscribed to the foregoing instrument, and acknowledged to me that the same was the act of the 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 HA AND SEAL OF OFFICE this 4— day of 201 N �nr i �EZ otary Pubic 1"n and for the State f Texas MARMy Notary ID 0 22513400 Expires December t8, ?.021 Ibrrr Worm, Page 10 of 15 NORTHSZDE 1148 INCH WATER TRANSAIISSION MAIN, PHASE 2 PARCEL No. 9 PE DOE No. 7344 92a0 WAGLEY ROBER.TSON RD. ERASMUS H. ELIUNS SURVEY, ABSTRACT No. 487 EXHIBIT "A" Being a Permanent water -sower facility easement situated in the Erasmus E. Elkins Survey, Abstract No. 487, City of Flirt Worth, Tarrant County, Texas, said perjuavent water -sewer facility easement being a portion of the remainder of a 214.228 acre tract of land (lay deed) deeded tv Q. P. Courtney, Jr., and Will A. Courtney as recorders in Volume 6087, Page 434 of the Deed Records of Tarrant County, Texas, said permanent water -sewer facility easement being more particularly described by metes and bounds as follows; COMMENCING at a 1/2 inch iron, rod with cap stamped "RPLS 4773" found for the east corner of Lot 1, Block 1, of TXU/Wagley-Robertson Addition, an addition to Tarrant County, Texas as recorded in Cabinet A, Slide 6744 of the Plat Records of Tarrant County, Texas, from which a 1/2 inch iron rod fbu d for the south corner of said Lot l bears South 40 degrees 01 wiinutes 57 seconds West, a distance of 300.00 feet; TEENCE North 49 degrees 58 minutes 03 seconds West, with the northeast line of said Lot 1, a distance of 572.34 feet to the POINT OF BEGINN WG of the herein described permanent: water-sewcr facility easement; THENCE North 49 degrees 58 minutes 03 seconds West, with the northeast line of said Lot 1, passing at a distance of 99.44 feet, a point for the northwest corner of said Lot 1 and fat the northeast corner of a 5.0' right-of-way dedication as shown on said plat of Wagley Robertson Addition, in all, a distance of 105.38 feet to a point for the northwest corner of said 5.01 right-of-way dedication, said point being in the west line of said 214,228 acre tract of land and being in the east right-of-way line of Wagley Robertson Road (a variable width right-of-way), from which a 5/8 inch iron rod with cap stamped "RPLS 3917" found for reference bears South 51 degrees 33 minutes 22 seconds East, a distance of 0.78 feet; THENCE North 00 degrees 10 minutes 35 seconds West, with the west line of said 214.228 acre tract of land and with the east right-of-way line of said Wagley Robertson Road, a distance of 37.05 feet to a point for the southwest comer of an existing 15.0 Water Line Easement granted to the City of Fort Worth as recorded in County Clary File No. D205199806 of the Official Public Records of Tarrant County, Texas, said point being the beginning of a non -tangent curve to the left having a radius of 1,000.00 feet, a central angle of 23 degrees 00 minutes 06 seconds and whose chord bears North 76 degrees 51 minutes 44 seconds Fast, a distance of 399.76 feet; Exhibit A Page 1 of 3 Page I I of IS TH1aNCE with the southeasterly line of said existing 15.0 Water Line Easement, an arc length of 401.45 feet to a point for corner in a southwesterly line of a 283.2113 acre tract of laud (by deed.) deeded to Briscoe Clark Company, Ltd. as recorded in County Clerk File No, D204097109 of said Official Public Records of Tarrant County, Texas, said point being a southwesterly corner of an existing 15.0' Water Lino granted to the City of Fort North as recorded in County Clerk File No. D205199803 of said Official Public Records of Tarrant County, Texas, said point being the beginning of a non - curve to the right having a radius of 1,345.00 feet, a central angle of 02 degrees 08 minutes 18 seconds and whose chord bears South 29 degrees 59 minutes 10 seconds East, a distance of 50.19 feet; THENCE with a southwesterly line of said 283.2113 acre treet of land and with said non -tangent cur'ue to the right, aa- arc length of 50.19 feet to a. point for a corner in the southwesterly lino of said 283.2113 acre tract of laird, said point being the beginning of a non tangent curve to the Ieft having a radius of 1,050.00 feet, a central angle of 00 degrees 55 minutes 40 seconds and whose chord bears North 64 degrees 38 minutes 24 seconds Bast, a distance of 17.00 feet; THENCE with a southeasterly lane of said 283,2113 acre tract and with said non --tangent curve to the left, an ave length of 17.00 feet to EL point for the beginning of a reverse curve to the right having a radius of 1,050.00 feet, a central angle of 35 degrees 02 minutes 28 seconds and whose chord bears North 81 degrees 41 minutes 48 seconds East, a F distance of 632.20 feet; THENCE with a southeasterly line of said 293.2113 acre tract and with said reverse curve to the right, passing at an are length of 472.40 feet, a point for a corner in the westerly line of a 277.5113 acre tract of land (by deed) deeded to Forestar (USA) Real Estate Crroup inc. as recorded in County Clerk File No. D212079897 of the Official. Public Records of Tarrant County, Texas, in all, an are length of 642.16 feet to a point for a corner in the west litre of said 283.2113 acre tract of land, said point being a corner in the merest line of said 277.5113 acre tract of land, THENCE South 00 degrees 1 I minutes 18 seconds East, with the west line of said 283.2113 acre tract of land and tlne west lime of said 277.5113 acre tract of land, a distance of 61.45 feet to a point for the beginning of a non -tangent curve to the left having a radius of 990.08 feet, a central angle of 33 degices 17 minutes 09 seconds and whose chord bears South 83 degrees 10 minutes 58 seconds West, a distance of 567.13 feet; THENCE u+ith said non tangent curve to the left, an are length of 575.18 feet to a point for corner; 'MENCE South 65 degrees 47 minutes 16 seconds Nest, a distance of 109.70 feet to a point for the beginning of a curve to the right having a radius of 1,1.05.90 feet, a central angle of 16 degrees 38 minutes 03 seconds and whose chord bears South 76 degrees 06 minutes 26. seconds West, a distance of 319.94 feet; Exhibit A Page 2 of 3 Rage 12 of 15 THENCE with said curve to the right, an are length of 321.06 feet to the POINT OF BEGINNING and containing 83,164 square feet or 1.909 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearmi gs and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. i Date: May 8, 2018 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exbibit A. Page 3 of 3 Page 13 of 15 9 EXHIBIT „B a! PARCIa'L No. 9 PE MATC LINE "A„ ASMUS H, ELKINS SURVEY ABSTRACT No. 487 REMAINDER OF 274.22E ACRES (BY DEED) Q. P. COURTNEY, JR., AND WILL A. COURTNEY SUBJECT TRACT do VOLUME 60137, PAGE 4,34 LOCATION OF ACQUISITION D.R.T.C.T. NOTES! 1. A LEGAL. DESCRIPTION OF EVEN DATE ACCOMPANIES IMS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFFMCEO TO THE TEXAS COORDINATE SYSTEM, NAD--M. THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE StIRFACE. 3. SURVEYED ON THE AROUND .RILY 7. 2015. REMAINDER OF 214.228 } I ACRES } } (BY DEED) Q. P. COURTNEY, JR., AND I t WILL. A. COURTNEY i } 3y� VOLUME 6087, PAGE 434 I I D.R.T.0 T. I I 15,0' WATER LINE EASEMENT TO—T- I THE CITY OF FORT WORTH C.C.F. No. D205109808 O.P.R.T.CT. ` �i P. O. C" I l FND 1/2"IR WITH I I CAP 'RPiS 4-773' ` I o��` I I FND 1/2"IR I1` 100 50 C 100 SCALE IN FEET s Fort Worth �r7� 1000 THROCKWORTON STREET • FORT. *mTFL TEXAS 78102 NORTHSIDE 11 48 - INCH WATER TRANSMISSION MALN, PHASE 2 PARCEL NO, 9 PE I CITY PROJ, NO. 002304 SURVEY: EWMUS H. ELKINS SURVEY ABSTRACT NO. 487 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TD(AS EASEMENT ACQUISITION AREA: 83,164 SQUARE FEET OR 1.909 ACRES WHOLE PROPERTY ACREAGE. 32.672 ACRES +/—(CALCULATED) Page 14 of 15 EXHIBIT $$B PARCEL Mo. 9 _PV a�r•.ar�ra•s� �MMIDI 064M ]i57 E� i : 1 1 e KCA �T��iFiQT�3� <C�Iti71��<7�(Ff7w W. OEM M911iE3M1naxii311i' VIAY mmffz- i m n r„ai:,r.rR .�� ns � nnn a..,w rr. f,•.ii ..wr-n� M.ATCHLINE "A" NOTES! 1. A LEGAL DEBCltInON OF EVEN DATE ACCOMPANIES THIS PLAT. 2, ALL 73MINGS AND GOORDINATM ARE REWW40ED TO 7HE TEXAS CCORDWATE SYSTEM, NAD-03, THE NORTH CENTRAL. ZONE 4202, ALL DISTANCES AND ARM SHOWN ARE SURFACE,. 3. SURYEYFD ON THE GROUND JULY 7, MS. 6.5 1 , Ds.:o SUBJECT TRACT & LOCA10N OF ACQUISITION 100 50 0 100 SCALE IN FEET Co"lityF oWorth 100 THROOKMORTON STREET • FORT WORTH. TEXAS 76102 NORTH'SIDE II 48—INCH � CATER TRANSMISSION MAIN, PHASE 2o� �Q-;�E'� 57E'iQ�e;• 0, B PE CITY PIRC?J. NO. 00230 T WATER —SEWER FACILITY EASEMENT I DOE NO. 7344 ...._....,..w..,.w, .,. . P. COURTNEY. JR. AND WILL A. COURTNEY C RTIS�SIuII; ,.. LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION ARFA; 83,164 SQUARE FEET OR 1,909 ACMES WHOLE PROPERTY ACREAGE: 32.672 ACRES +/—(CALCULATED) a N4 Page 15 of 15 EXHIBIT „B �r .PARCEL .No. 9 PN C9rR1� Immv:�7:�U��Iirx�IY�:1;[t. sIC�H. 2:l�IiCHC�� CC*]�1�1����0l,.e�i�I1�11,TZ�F`i�(�k it Ili=i �(fl='a,��7{°f 114 ,T, I liGRi��irl�i Wid r : �i :'i�E it33d7�� IC�rrylllf+T�� ,. �+X�SYt;3b:T:1Y11�,3�1i1Er➢f�r137�9i i REMAINDER OF 283aiI3 ACRES (BY DEED) BRISCOE CLARK COMPANY, LTD. O.C.F. No. D204097100 O.P.R.T.C.T. C ::r:.............. PERMANENT WATER—SEWER j FACILITY EASEMENT 83,104 OR 9 ACRES REMAINDER OF 214.2-28 a. ACRES (BY DEED) Q. P. COURTNEY, JR., AND o WILL A. COURTNEY 9N. VOLUME 6087, PAGE 434 D.R.T.C.T.z`"� UP I w zQ � �� � `AS �8 n I 5 H` - 1 I SU13JECT TRACT & LOCATION OF ACQUISIMN I NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFM514CED TO "HE TEXAS COORAINATE SYSTEM, NAD-•83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE, 3. SURVEYED ON THE GROUND JUI_Y 7, 2016. &VW REMAINDER OF 277.5113 ACRES (BY DEED) FORESTAR (USA) REAL ESTATE GROUP INC. G.C.F. No, D212079897 O,P.R.T.C.T. Ia . is J r C 4r cn ZN 1 r,ej itzo cs a nu c# r a" o "E a ria in a 100 50 0 100 IN i of Fort Worth 1000 THROCKNORTON STREET • FORT WORTH, TEXAS 78102 NORTHS'ME II 48—INCH ......» O TERTRANSMISSIONMAIN, pJ�J� sE z �.�.TRANSMISSIONTRANSMISSION PARCEL, NO. 9 PE CIiY PROD. ND,• 0d2304 �.+ * .tf1 PERMANENT WATER —SEWER FACILITY EASEMENT' DOE NO, 7344 � ", CU TIS SMIT OWNERS; Q. P. COURTNEY JI2. AND WILL A. COURTNEY SURVEY: ERASMUS H. ELKINS SURVEY ABSTRACT NO. 487 Ic' .�' 549; � LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 83,164 SQUARE FEET OR 1.909 ACRES S..... WHOLE PROPERTY ACREAGE: 32.572 ACRES V--(CALCULATEn) CURTIS SMITH JOB No. FNI-1601,00 DRAWN ". JLO ICAD FILE: PARR —PE —REV 1.DWG REOIMRED PROFESSIONAL LAND SURVEYOR DATE; MAY $. 2018 EXHIBNT P PAGE 3 OF 3 1 SCALE: 1" — 100' NO, $404 lEXA.9 FIRM No, 10108900 GORRONDCNA & ASSOCIATER, INC.. 7524 JACK NEWELL BOULEVARD SOUTFI FORT WORTH, TX. 76110 . 817-488-1424 FAX 017-496-1708 Rage 1 of 7 D218139968 612612018 3:67 PM PGS 7 Fee. $40.00 Submitter: CSC ERECORDINO SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records it-(�w��Gc► �,�,;, Mary Louise Garcia 01309 East Eagle Mountain Labe Basin Sanitary Sewer Division Pipeline to Big Fossil Creek Basin Parcel 0 18 Wagley Roberton Rd., Fort Worth, 'TX 76131 Forestar (USA) Real Estate Group Inc. CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 1012512017 GRANTOR: Forestar (USA) Real estate Group, Inc. GRANTOR'$ MAILING ADDRESS (including County): 5300 See Cava Rd_ Building Two, Suite 500 Austin, Travis County, TX 78746 GRANTEE. CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 'lit i fMf-�� CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: BEING a tract of land located In the Erasmus H. Elkins Surrey, Abstract No. 487, City of Fork Worth, Tarrant County, Texas, said tract of land being a portion of the remainder of a called 277.5113 acre tract of land conveyed to FORESTAR (USA) READ ESTATE GROUP, INC., by deed as recorded in Instrument dumber D212079097, Official Public Records, Tarrant County, Texas. %mpomy Consunefim Favcmant D]f M037 V Page 2 of 7 Grantor, for the consideration paid to Grantor, hereby gra-K bargain and convey unto Grantee, its succMors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, in acoordance with the legal description hereto attached as Exhibit W, and ingress and egress over Grantor's property to the easement as shown on Exhibit *B". It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of installation of a permanent sewer facility line. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease, TO HAVE ANC TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its sucoessors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SiGNATUR96 .APPEAR ON THE FOILOWI G PAGE] Ta-porwy Cangm-Aida Ba➢erom i1i1=017 Page 3 of 7 GRANTOR: Ff,t GRANTEE: City of Fort Worth By (Signatm): (Print Name),)eJO -c Title APPROVED AST ISM AND LEGALITY {Signature} (Print lame) , t`itle ACK O LED EIliENT STATE OF TEXAS 9 COUNTY OF TARRANT § DEFORM ME, the undersigned authority, a Notary Public in and for the State of Texas, an this day personally appeared t � .----- 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 off _NJ ��r+�oYti and that he/she executed the same as the act of said ,{�' " - - _ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL, OF OFFICE this day of 20 ; � Notary Rtbk, eta of Texas ! s r - .,.., core,.rr�s-0�-�Q21 Public in and far to of Texas Notary ID IS1343214 Temporary contu 6ftsaumcm OtF181 I &ZP91a Page 4of7 ACKNOWLEDGEMENT STATE OF TIC S COUNTY OF TARRAN ` � BEFORE ME, the undersigned authority, a rotary Pu lie in and for the State of Texas, o t is y personally appeared - -,_�aS f the City of Fort Worth, kno+� n tom to be the same person whose name is sub cribed o Whe foregoing instrument, and acknovAedged to me that the same was the act of the City of Fort Worth and that helshe executed the same as the act of the City of Part Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this AJ )6-1:= _ day of 20 MAMAS.&WHEZ otary Publio in and for the Stet of Texas z��s 6.- = my NmW Ib # 2256490 ry+ s a4* EgIms Decvaftr 1*9, 2zi Temporary Conduction Fatament NAME? I�� Page 6of7 TEMPORARY CONSTRUCTION EASEMENT PARCEL 18 BEH4G a 0.7479 acre tract of land located in the Era mus H. Elkins Survey, Abstract No. 487, City of Fort Worth, Tarrant County, Texas, said 0.7479 acre tract of land being a portion of the remainder of a called 277.5113 acre t t of land conveyed to FORESTAR (USA) REAL ESTATE GROUP, INC., by deed as recorded in Instrument Number D212079897, Official Public lords, Tarrant County, Texas, (0-P.R.T.C.T.), said 0.7479 acre tract of land being a 20 feet wide Temporary Construction Easement and being more particularly described by metes and bounds as follows: Bl GH KING on the east property line of the said Forester tract, same being the west property line of a tract of land conveyed to Saginaw Watersbend, LTD_, by deed as recorded in Instrument Nunnber D2152.81476, O.PA T.C.T., from wid beginning point a 1/2" iron rod found at a northeast property corner of flue said Fom aw tract, bears North 001139117" Just, 43.40 feet, said beginning point having a NAD 83 grid coordinate of N: 7,011,43810 and E: 2,316,414.87; THENCE South 00139'07" West, along the said property lines, 20.00 feet; THENCE departing the said property limes, over and across the said Farestar tract, tl= following courses and distance: South 89" 3258" West, 608.47 feet, to the beginning of a non -tangent curve to the right having a radius of I,502,00 ifeet; In a northwesterly direction, along the said non -tangent curve to the right, an are length of 579.42 feet, and across a chord which bears North 7902357" West, a chord length of 575.83 feet; , North 681"2(V52" West, 209.79 feet, to the beginning of a non -tangent curve to the left having a radius of 1,047.97 feet; Jfn a northwesterly dimbo n, along the said curve to the left, an arc length of 231.16 feet, and across a chord which bears North 74°40'01 " West, a chard length of 230.69 feet to a west property line of the said Forestar tract, same being the east property line of a tract of land conveyed to Q.P. Courtney, 3R. and Will K Courtney, by deed as recorded in Voluxnm 6087, Page 434, O.P.R.T.C.T.; THENCE North W 10'55" Fast, along the said property lines, 20.24 feet, to the beginning of a non -tangent carve to the tight having a radius of 1,067 97 feet; THENCE, departing the said property lines, over a W across the said Forestar tract, the following curses and distance: In a sotutl►easterly direction, along the said carve to the eight, an arc length of 238.67 feet, and across a chord which beans South 74°45101' East, a chord length of 238.18 feet; South 6SW52" East, 2.09.79 feet, to the beginning of a non -tangent curve to the left having a radius of 1,482.00 feet; In a southeasterly direction, along the said curve to the left, an arc length of 571.70 feet, and across a chard which bears Smith 79 23'57" East, a chord length of 568.16 feet; North 891,32'58" East, 60&86 feet to the li#plNT OF BEGINNING. EACH E MOUNTAIN LAKEE TO BIG FOSSIL CRXtKK DtVMION PIPEUNE PROJECT FORBSTAR (USA) REAL ESTATE GROUP,1NC. -- PARCEL 18 - F.S.s.a. -- EX. "A" - PACM l OF 3 SFa3N6pAHOAs3D=Te&,4c,SMrtYEitS5f19V.#ID%E=LLWTVXAS`0M9vPit.617�r39EH844� esaoo7+�+�8POCM�.aac4-S3A#97 4 Page 6 of i The hereinabove described tract of land contains a computed area of 0.7479 acres (32,579 square feet) of land more or less. The basis of bearings for this survey is NAkD$3 Texas North C'entra.[ Zone (4202). All distance shown are surface. *SURVEYORS CERTIFICATB* I do hereby certify that the above legal description was prepared from public records and from an actual and accurate survey upon the ground and that sauce is true and correct_ ', Z...°i �iP fi f7: 4 Surveyors NBF^gc S. Spooner URIC S. sPflON�R Registered Professional Land Surveyor, Texas No. 5922 S. 912 Spooner and Associates, Inc. C Po �4�p a Texas Board of Professional Land Surveying No. I OOM900 'y6 Surveyed on the ground July-2017 EAGLE MouwrAIN LAKE i-o Bio Fo551L CREEK DIVERMN PIPwNE PROJECT FORESTAR (USA) REAL ]"STATE GROUP. INC. PARr-EL I8 - P s.s.& - Ex. "A" -- PAGE 2 of 3 SFCQW ANDASSMiAM. Ikt, 309 Er�v�e SSif�E�, 100,1`I1LE53. TEXAS 7503&- Ptt 819 6BS�BP.�B-€9P�oNEAC@sr�A�&t�#U��+GR9 COM-SSA �t7-�&Q Page 7 of 7 p�q kb W uj :3 �zw&mv -v-mm Pwwr �Am"noo -dv 938.;)VWiX470377VO b'aOYWAgm3,y Y-USIHAS CA zCA h z O �U 6� 182 g8 82 to RE CD 01 P 2 _ a a °01 0 .. Page I of 7 r D218139967 612612018 3:57 PM PGS 7 Fes: $40.00 Submi#er. CSC ERECORDING SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records `6- C,,,t, Mary Louise Garcia 01309 East Eagle Mountain Lake Basin Sanitary Sewer DfOsion Pipeline to Big Peril Crook Basin Parcel 9 16 Wagley Robertson Rd., Fort Worth, 7X 76131 Forestar (USA) Beal Estate Group Inc, STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS CC)UKTY OF TARRANT § TITI :•yr`• 1'h p N CITY OF FORT WORTH PERMANENTS R FACILITY..EASEMENT BATE: 1012612017 GRANTOR: Foresta r (USA) Real Estate Group Inc. GRANTOR'S MAILING ADDRESS (including County). 4 - 6300 See Cava Rd. Building Two, Suite 500 Austin, Travis County, TX 78746 GRANTEE: CITY OF PORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TES ST. PORT WORTH, TARRANT COUNTY, -FX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: BEING a tract of land located In the Erasmus H. Eikins Survey, Abstract No. 487, City of Fort Worth, Tarrant County, Texas, said tract of land being a portion of the remainder of a called 277.6113 acre tract of land conveyed to FOREETAR (LMA) REAL. ESTATE GROUP, INC., by deed as recorded In Number D2120791197, Official Public Records, Tarrant County Texas vj PSRMAN5NT SCR FACILITY EASEMENT Page 2 of 7 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 Sewer Line Facility, hereafter referred to as "Facility'. The Facility irnciudes 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 W attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) 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 parmittad to install and maintain a concrete, asphalt or gravel driveway, road or parking lot: across the Easement 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 Easement Tract 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 shell 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 Granter 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. (SIGNATURES APPEAR ON THE FOLLOWING PAGq PEPMANENT SSWER FACILITY EASEMENT Rsu Di1t9117 Page 3 of 7 GRAN 1. � V_ THE STATE OF TEXAS � COUNTY OF TARRANT GRANTEE: Cltf of Fort Worth Bylagkj�&-. (inatlme). (print NameTitle APPROVED A ISM AND LEGALITY *�� ACK4 OWLEDGWENT BEFORE NiE, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jyf .a,inr14 - - , Down to me to be the same person whose name is subscribed to the foregoing instrlrment; and acknowledged to me that fe saute was the act ofi,�,�- and that he/she executed the same as the act of said j1f �c o wne�.• - the purposes and consideration therein expressed and in the capacity therein stated. GWEN UNDER MY HAND AND SEAL OF OFFICE this _. 2dl a n., STEPHANIE NGUYEN o Not* ry PtA flo, State of Texas : Comm. €x$lres 11-07.2021 Notary ID 131343214 t� fik— day of • s Nosy Public in and f ' tate of Texas PERMANENT SEWER FACILITY EASEMENT Rev. 01A0117 a'r'W01� Rage 4 of 7 ACKNOWLEDGEMENT STATE or Tram � COUNTY OF TARRANT � BErORE ME, the undersigned authority, a o#ary Public in and for the Mate of Texas, n this day personal[ y appeared q f ifd g of the City of Port Worth, known to else to be the same person whose narn® N s hscribe o the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the Oitp of Port 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 201f w Wil N Notary Public in and for the Stat of Texas M15. +ICi4Z PERMANENT ST;��R FACILITY EASEMENT Rev. 01/16117 &VAKo Page 5 of 7 EXMIIT "W" PERMANENT SANITARY SEWER EASEMENT PARCEL IS ]BEING a 1.6259 acre tract of land located in the Brasmus H. EWns Survey, Abstract No. 487, City of ]lava Werth, Tarrant County, Texas, said 1,6259 acre tract of lend being a portion of the remainder of a called 277.5113 acre tract of land conveyed to F+ORESTAR (USA) REAL ESTATE GROUP, INC., by deed as recorded in Instrument Number D212079897, Official Public Records, Tarrant County, Texas, (C].PJLT.C.T.), said 1.6259 acre tract of land being a pe anent Sanitary Sewer ]basement and being more particularly described by metes and bounds as follows: BEGINNING on the east property line of the said Forestar tract, satin being the west property lime of a tract of land conveyed to Saginaw Watersiond, LTD., by deed as recorded in Instrument Number D215281476, O.l. R.T C.T., from, said beginning point a 112" iron rod found at a northeast property corner of the said Forester tract, bears North 00°39V7 " fit, 3.39 feet, said beginning point having a NAD 83 grid coordinate of N. 7,011,478,20 and R: 2,316,415.33; TEEN 'E South 0OR39'07" West, along the said property lines, 40.01 fart; T CE departing the said property lines, over and across the sAd F'orestar tract, the following courses and distance: South 89c3T58" rest, 608.86 feet, to the baginning of a non tangent curve to the right having a radius of 1,482.00 feet; In a northwesterly direction, along the said non -tangent curve to the right, an arc length of 571.70 feet, t and across a chord which bears North 7957" West; a ohord length of 568.16 feet; North 68020'52" West, 209.79 feet, to the beginning of a non -tangent curve to the left having a radius of 1.067.97 feet; In a northwemorly direction, along the said curve to the left, an arc length of 238.67 feet, and across a chord which bears North 74°45'01" Nest, a chord length of 238.18 feet to a west property line of the said Forester tract, sarne being the east property line of a tract of land conveyed to Q.P. Counney, J . and Will A. Courtney, by deed as recorded in Volume 6087, Page 434, O.P.R.T C.T.; TMNC1E North OW10'55" East, along the said property lines, 5.63 feet to an ell property corner of rive said Forester tract, sanx being a northeast property carwr of the said Courtney tract, to the beginning of a non-t gent curve to the left having a radius of 1,050.00 feet; THENCE in a northwesterly direction, along a south property line of the said Por+estar tract, same being a north properly line of the said Courtney tract, along the said carve to the left, an arc length of 169.77 feet, and across a chord which bears North 8510157" West, a chord length of 169.58 feet to a nottt west property corner of the said. Foxestae tract, same being the southeast property corner of the remainder of a called 283.2113 acre tract of land conveyed to Briscoe Clark Company, LTD., by deed as recorded. in Instrument Number D204097109, O.P.R.T.C.T.; TBENCE North 0T1(1'55" East, along a west property line of the said Forester tract, sate being the east property line of the said Briscoe Clark tract 32.39 feet, and being at the beginning of a non-umgcnt curve to the right having a radius of 1,107,97 feet; F,AeiE MouuTAiN 1..Ar%E To Ste F lossm Cimm DmasioN Postal mr:L PRoxcr FOR=AR (USA) REAL ESTATE GROUP, INC. — PARGEL 18 — F,.s.s.t:. -- EX. "A" — PAGE 1 of? 3 S�oOte� A1•�iLsspp4�s, lac. 3t�F t3l�at8 S>r�Er, #1180. EU�B6. TFStaS �5[169 —PN, 8r7�-B�9 � � ®8a�C0�iSu�YFSrn�s.Cole � SdcF� #`7i-QB4 Page 6 of 7 THENCE departing the said property lines, over and across the said Forestar tract, the following courses and distance: In a southeasterly direction, along the said curve to the right, an arc length of 423.27 feet, and across a chard which beats South 70017.31" East, a chord length of 420-70 feet; South 68920'52" East, 209.79 feet, being the beginning of a non -tangent curve to the left Raving a radius of I,442.00 feet; In a southeasterly direction, along the said curve to the left, an arc length of 556.27 feet, and across a chord which hears South 79°2357" East, a choW length of 552.93 feet; North 8903258" ]East, 609.63 feet to the POINT OF BEGINMNG. The heminabove described tract of land contains a, computed area of 1.6259 aches (70,826 square feet) of land more or less. The basis of bearings for this survey is NAD83 Texas North Central Zoiie (4202). All distance shown are surface, "SURVEYORS CERTIFICATE* I do hereby certify+ that the above legal description was prepared from public records and from an actual and accurate survey upon the ground and that same is true and correct. 0 A, . s7 4' VOW— t !. Surveyors N rte S. Spooner ERIC S. SPOO ER RegisUred.Prafessional Land Surveyor, Texas No. 5922 5922 ,, Spooner and Associates, Inc. Texas Board of Professional Land Surveying No. 10054900 Surveyed on the ground July-2017 EA.C3L.E MOONTAU4 LAKE To Bic Fossm CREEK DrvERsm PIPELINE l FOJECT FRRESTAR (USA) REAL ESTA'i- GROUP, INC. - PARCEL 18 -- P.$.S.E. - EX. "A" - PAaE 2 oI" 3 £POUTER ANDA&O0CaVE6, W_ M9 ®YWAS S MEE . 000. ULM. TUA47MR- PH. S&A *V-060 Page 7o€7 f E, u.i s rw R'1 � h ooF-- - -- o`--- --_— 19 Q 0 woo 1�� � °u t u w * Q [i EL Q GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTS f Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Crcck Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised Ally 1, 2011 2/2/2018 https:llxapps.thc.state.tK.us/I06Review/reviews)ocs/2018l201806081/EmailResponse201806081.html This Correspondence sent to arc@arc-digs.com on 02-01-2018 r TEXAS HISTORICAL COMMISSION real glares yelling real stories Re: Project Review under Section 106 of the National Historic Preservation Act and/or the Antiquities Code of Texas Permit 8259 201806081 Eagle Mountain to Big Fossil Diversion Pipeline Boat Club Road Fort Worth,TX 76179 Dear S. Alan Skinner: Thank you for your submittal regarding the above -referenced project. The review staff led by Rebecca Shelton and Justin Kockritz has completed its review and has made the following determinations based on the information submitted for review: Above -Ground Resources • No historic properties present or affected Archeology Comments • Property/properties are not eligible for designation as State Antiquities Landmarks • Draft report acceptable. Please submit another copy as a final report along with shapefiles showing the area where the archeological work was conducted. Shapefiles should be submitted electronically to Archeological_projects@thc.texas.gov. We have the following comments: Original submission had selected the Lead Agency as Army, however it appears to be the City of Fort Worth based on the content of the report. This information has been updated in the database. Please revise the Abstract in the Final Report to include field dates and acres surveyed. Finally, do not include skipped shovel tests in the table or in the numbering of ST, please revise this discussion and table. We concur that site 41 TR309 is not eligible for listing on the NRHP or as an SAL. We look forward to further consultation with your office and hope to maintain a partnership that will foster effective historic preservation. Thank you for your cooperation in this review process, and for your efforts to preserve the irreplaceable heritage of Texas. If you have any questions concerning our review or if we can be of further assistance, please email the following reviewers: rebecca.shelton@thc.texas.gov, justin.kockritz@thc.texas.gov. Sincerely, 46e���49 For Mark Wolfe, State Historic Preservation Officer Executive Director, Texas Historical Commission Please do not respond to this email. https://xapps.thc.slate.tx.us/I06ReviewlreviewDoes/20181201806081/EmailResponse2Ol8O6O81.html 1/1 AR Consultants, Inc Archaeological Ana Environmenw Consulting 805 Business Par] —ay, Richareson, Teaaa 75081 4'hflne: (214) 368-0478 Fax: (214)221-1619 E.ntiail: arc@sirigs.co�ai ARCHAEOLOGICAL SURVEY OF THE PROPOSED TARRANT COUNTY, TEXAS Texas Antiquities Permit Number 8259 Cody S. Davis, MA Emily D. Goetschius, BA and Joy C. Tatem, BA Principal Investigator: Cody S. Davis, RPA Submitted to: ALAN PLUMMER ASSOCIATES, INC. 1320 S. University Drive, Suite 300 Fort Worth, Texas 76107 Submitted by: AR CONSULTANTS, INC. 805 Business Parkway Richardson, Texas 75081 Cultural Resources Report 2018-09 January 18, 2018 HISTORIC BUILDINGS ARCHAEOLOGY NATURAL SCIENMS ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEKDIVERSION ARCHAEOLOGICAL SURVEY OF THE PROPOSED TARRANT COUNTY, TEXAS Texas Antiquities Code Permit 8259 Cody S. Davis, MA Emily D. Goetschius, BA and Joy C. Tatem, BA Principal Investigator: Cody S. Davis, RPA Submitted to: ALAN PLUMMER ASSOCIATES, INC. 1320 S. University Drive, Suite 300 Fort Worth, Texas 75107 Submitted by: AR CONSULTANTS, INC. 805 Business Parkway Richardson, Texas 75081 Cultural Resources Report 2018-09 January 18, 2018 AR CONSULTANTS, INC. ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION i ABSTRACT The City of Fort Worth is proposing to construct the Eagle Mountain to Big Fossil Diversion Pipeline in northern Tarrant County. Alan Plummer Associates, Inc. is handling the environmental permitting for the construction of the pipeline. AR Consultants, Inc. was contracted to conduct a cultural resource survey, which included archival research, to determine the presence of prehistoric and historic archaeological sites along the route and make recommendations about eligibility for the National Register of Historic Places (NRHP) and State Antiquities Landmark (SAL) designation. Four survey areas were identified, totaling approximately 3.1 kilometers of the approximately 9-km-long route. The westernmost survey area of the pipeline crosses Dosier Creek on the northside of Boat Club Road. The central segment out of the four survey areas is parallel to Park Drive and was investigated due to the presence of structures shown on historic maps within the 100-foot survey corridor. The longest segment in the east is parallel an intermittent tributary flowing northeast into Big Fossil Creek, while the final survey area approaches Big Fossil Creek in its floodplain. Survey of the approximately 25 acres was conducted on January 09, 2018. One site, 41TR309, was recorded and represents the remains of a historic farmstead. The site is not recommended eligible for NRHP or SAL. No other cultural resources were identified on or below the surface during the survey. Based on the results of the survey, ARC concludes that further cultural resource investigations for this project are unwarranted, and requests that the Texas Historical Commission (THC) concur with this recommendation. However, if buried cultural materials are discovered during construction, the Archeology Division of the THC should be notified. The records will be curated at the Center for Archaeological Studies at Texas State University in San Marcos. AR CONSULTANTS, INC. ii ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION TABLE OF CONTENTS Abstract........................................................................................................................................ i Tableof Contents............................................................................................................................ ii Listof Figures................................................................................................................................. ii Listof Tables ................................................................................................................................. iii Introduction...................................................................................................................................... l NaturalEnvironment........................................................................................................................4 CulturalHistory...............................................................................................................................6 Research Design and Methodology...............................................................................................11 Results............................................................................................................................................12 Recommendations..........................................................................................................................25 ReferencesCited............................................................................................................................26 LIST OF FIGURES Figure 1. The Eagle Mountain to Big Fossil Diversion Pipeline route and survey areas shown on portions of the Avondale and Keller, TX 7.5' USGS maps ........................ 2 Figure 2. Survey area south of Park Drive shown on the 1920 soil map, and the 1955, 1968, and 1982 Avondale, TX 7.5" USGS maps ........................................................ 9 Figure 3. Survey area south of Park Drive shown on 1953, 1956, 1963, and 1968 aerials......................................................................................................................... 10 Figure 4. ST locations on Avondale and Keller, TX 7.5' USGS maps, while insets are shown on recent aerial photographs. STs I 1-33 shown on Figure 6.........................13 Figure 5. Location of ST3, showing large gravels on surface of plowed field. View facingwest.................................................................................................................14 Figure 6. STs 11 through 33 shown on a recent aerial photograph...........................................15 Figure 7. Shovel marking the location of ST16. View facing northeast... ................................ 16 Figure 8. Property with restricted access from the southern boundary; ST19 was located within this area and was not excavated. View facing north.......................................16 Figure 9. Construction disturbance within survey route, ST26-27 were not excavated. Viewis facing east..................................................................................................... 17 Figure 10. Location of ST28: not excavated due to sewer system and construction disturbance within survey route. View is facing east................................................17 Figure 11. Plan map of 41 TR309................................................................................................ 20 Figure 12. Looking down the centerline towards ST7 near the Atmos Facility. View is to thenortheast...............................................................:............................................... 21 Figure 13. Collapsed barn outside the survey corridor. View is to the southeast ....................... 22 Figure 14. Structure with tank outside the survey corridor. View is to the southwest ................ 22 Figure 15. Overview of site 41TR309 outside of the survey area. The red arrow points to the trough, while the green arrows point to a large trash scatter with possible foundationremains..................................................................................................... 23 Figure 16. Concrete foundation found in the survey area. View is to the north ......................... 23 AR CONSULTANTS; INC. ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION iii LIST 4F TABLES Table1. Cultural Chronology......................................................................................................... 6 Table 2. Shovel Test Description Chart....................................................................................... 18 Table 3, Deed Records for Site 41TR309...................................................................... ....... 21 AR CONSULTANTS, INC. ti ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 1 INTRODUCTION The City of Fort Worth is proposing to construct the Eagle Mountain to Big Fossil Diversion Pipeline in northern Tarrant County (Figure 1). Alan Plummer Associates, Inc. is handling the environmental permitting for the construction of the pipeline. AR Consultants, Inc. (ARC) was contracted to conduct a cultural resource survey, which included archival research, to determine the presence of prehistoric and historic archaeological sites at stream crossings along the route, as well as other areas of high potential and make recommendations about eligibility for the National Register of Historic Places (NRHP) and State Antiquities Landmark (SAL) designation. Four survey areas were identified, totaling approximately 3.1 kilometers (km) of the approximately 9-km-long route. The westernmost survey area of the pipeline crosses Dosier Creek on the northside of Boat Club Road. The central segment of the four survey areas is parallel to Park Drive and was investigated due to the presence of structures shown on historic maps within the 100-foot survey corridor. The long segment in the east is parallel an intermittent tributary flowing northeast into Big Fossil Creek, while the final survey area approaches Big Fossil Creek in its floodplain. The cultural resource investigation was required because the City of Fort Worth is an entity of the State of Texas. Texas Antiquities Permit Number 8259 was issued for the archaeological survey. Relevant legislation includes the Antiquities Code of Texas (Texas Natural Resource Code, Title. 9, Chapter 191), Section 404 of the Clean Water Act, the National Historic Preservation Act of 1966, as amended (PL-96-515), the National Environmental Policy Act of 1969.(PL-90-190), the Archeological and Historical Preservation Act of 1974, as amended (PL- 93-291), Executive Order No. 11593 "Protection and Enhancement of the Cultural Environment," and Procedures for the Protection of Historic and Cultural Properties (36CFR800), Appendix C. The Archeology Division of the Texas Historical Commission will review this report as the State Agency. This report is written in accordance with report guidelines used by the Archeology Division of the THC (Council of Texas Archeologists n.d.). The following report presents a brief description of the natural setting of the project area, followed by a discussion of the culture history and previous investigations within the study area. A chapter on the research design and methodology employed in the investigation is then followed by the results of the field investigation. The report concludes with recommendations followed by the references cited. AR CONSULTANTS, INC. 2 ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 71 ar! I ' Avondslo .., F (9Rap7-N4) ' s 1 FA%4W " } `1SY09iJ111 S ' F'� •i5 4-5 I+ \zz'k.X I ow) I I i:GA) v Eagle Mountain to Big Pvssll Diversion Pipeline ° wa 9�9 6 zoo a1w SUIY9y A(®se Coudiurc 9yslonc NA➢14B9LM Rna,4N Osn$egrn:}34460 U668 Togopnfh4i t.ItPt lTeneh Na.yunr) � AaCNrc kT(i0q Prn�n fif�Cti'J Pert-Vl7+Nr8 _ GrPHIy PP9tian d Route YSi4f cd90a'-u IR.O•, 39kTryoNaPPowxrt,ws T PNA 9flG = Fake Main Portan of Route JAR ani-8pInc6 111LConsu �Pa Prxf+,rp;Rkluudsw;PX-anYr.inrrliNr,c >ru.(1Id},1d�.047R Figure 1. The Eagle Mountain to Big Fossil Diversion Pipeline route and survey areas shown on portions of the Avondale and Keller, TX 7.5' USGS maps. AR CONSULTANTS, INC. i ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 3 Administrative Information: ARC Project Number: 170909 Sponsor: City of Fort Worth Review Agency: Archeology Division of the Texas Historical Commission. Principal Investigator: Cody S. Davis, MA Field Dates: January 9, 2018 Field Crew: Cody Davis and Joy Tatem Field Person Days: 2 Acres Surveyed: approximately 25 acres Sites Investigated: Prehistoric: none Historic: 41 TR309 Curation: Center for Archaeological Studies, Texas State University, San Marcos AR CONSULTANTS, INC. 4 ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION NATURAL ENVIRONMENT The project area is situated in the Grand Prairie subregion of the Cross Timbers ecoregion of Texas (Griffith et. al 2007). This subregion is defined as an undulating plain underlain by Lower Cretaceous limestone. Vegetation includes tall prairie in the uplands and elm, pecan, and hackberry in riparian areas. The pipeline route crosses intermittent drainages in the upper reaches of the Big Fossil Creek watershed, namely Big Fossil Creek and an unnamed intermittent tributary as well as Dosier Creek, which flows into the West Fork of the Trinity River. The river is now covered by Eagle Mountain Lake. The perineal Big Fossil Creek flows into the west fork of the Trinity River approximately 11 miles east of the pipeline crossing. This area is generally described as a medium tall grassland, dominated by little bluestem grass and Texas needlegrass (Kuchler 1964:76). The project area also lies within the Texan biotic province (Blair 1950), which features relatively low biotic diversity. The geology underlying the majority of the project area is Lower Cretaceous -aged Fort Worth Limestone and Duck Creek Formation (Bureau of Economic Geology 1988). These formations consist primarily of limestone and clay. The geology underlying the westernmost segment, which crosses Dosier Creek, is the undivided Lower Cretaceous -aged Goodland Limestone and Walnut Clay (consisting of limestone, claystone, and mudstone). The study area overlays several soil types: Aledo gravelly clay loam with 1-8 percent slopes, Boiar-Aledo complex with 3-20 percent slopes, Boiar clay loam with 3-5 percent slopes, frequently flooded Frio silty clay, Maloterre and Brackett soils with 3-20 percent slopes, Sanger clay with 1-5 percent slopes, Slidell clay with 1-3 percent slopes, Speck clay loam with 0-3 percent slopes, Purves clay with 1-3 percent slopes, San Saba clay with 0-2 percent slopes, and Sunev clay loam with 3-8 percent slopes (Ressel 1981). The Aledo soil series is comprised of a 0-4-inch-thick A horizon of dark grayish brown gravelly clay loam over a grayish brown Ak horizon, extending to an R horizon of indurated limestone between 16-20 inches. The Bolar series is characterized by a 0-6-inch-thick Ap horizon of brown clay loam over an A horizon of dark brown clay loam and an R horizon of indurated limestone bedrock between 36 and 44 inches. The Frio series is soils with a 0-8-inch-thick A horizon of dark grayish brown silty clay over an A2 horizon of dark grayish brown clay loam and a Bk horizon of grayish brown silty clay extending to 40-80 inches. The Maloterre series is soil with a 0-8-inch-thick Al horizon of grayish brown gravelly clay loam over limestone. The Sanger series is a soil with a 0-7-inch-thick A horizon of dark grayish brown clay over an A horizon of dark grayish brown clay and underlain by a C horizon of light yellowish brown silty clay extending to 90 inches. The Slidell series is soils with a 0-6-inch-thick Ap horizon of dark gray clay over an A horizon of very dark gray clay and underlain by grayish brown clay extending to 80 inches. The Speck series is a soil with a 0-8-inch-thick A horizon of brown clay loam over a Bt horizon of reddish brown clay. The Purves series is with an A horizon of very dark grayish brown clay underlain by brown very gravelly clay extending to 14 inches, over indurated limestone. The San Saba series is an A horizon of very dark gray clay extending to 35 inches, underlain by an R horizon of indurated fractured limestone. The Sunev series is a 0-6-inch-thick Ap horizon of dark grayish brown loam over an A horizon of dark grayish brown loam and underlain by very pale loam extending to 72 inches. AR CONSULTANT'S, INC. ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 5 % The climate in Tarrant County is subtropical, featuring hot and humid summers and dry winters punctuated by occasional surges of cold air and plummeting temperature. Average daily high temperature is 76.1 degrees Fahrenheit. Rainfall peaks in late spring, while dry weather dominates winter and summer. Average yearly rainfall is 32.1 inches, peaking in the spring months (Ressel 1981:2-3). AR CONSULTANTS, INC. 6 ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION CULTURAL HISTORY The following North Central Texas culture chronology is derived from several comprehensive studies (Ferring and Yates 1997; Peter and McGregor 1988; Prikryl 1990) and is presented below to provide the reader with a temporal framework for the culture history of the region. Table 1. Cultural Chronology. Period Dates Anglo-American Settlement A.D. 1800 to present Protohistoric [Historic Native American] A.D. 1600 to A.D. 1850 Late Prehistoric A.D. 700 to A.D. 1600 Archaic 7000 B.C. to A.D. 700 Paleoindian ca. 11,000 B.C. to 7000 B.C. Prehistoric Native American settlement in North Central Texas began at least 10,000 years ago as attested to by the presence of distinctively shaped dart points and radiocarbon -dated cultural deposits at the Lewisville site (Crook and Harris 1957) and the Aubrey Clovis site (Ferring and Yates 2001). Moreover, artifact collectors report the presence of Clovis, Folsom, Scottsbluff, and other Paleoindian point types on the surface of sites in the region (Skinner et al. 1978); though, to date, no Clovis points have been reported from Tarrant County (Bever and Meltzer 2007). The presence of exotic lithic resources indicates that these early people traveled to a territory where higher quality lithics were available or that the people were involved in a system of raw material exchange. These early people hunted now -extinct large game, but certainly also foraged off the land. The subsequent Archaic period lasted from as early as 7000 B.C. to as late as A.D. 700 (Prikryl 1990). Archaic populations lived throughout North Central Texas but particularly along the stream valleys where they were able to hunt and gather foods and resources. Dart points, grinding stones, fire -cracked rock, and scrapers are commonly found at Archaic sites. The earliest Archaic populations continued using exotic chert for dart points, but as time passed, there was a shift toward the use of local lithics, Uvalde Gravels, for chipped stone tools. Large Archaic sites are generally located on terraces or ridges that overlook the Trinity River and its various tributaries. Smaller lithic scatters have been recorded in the uplands throughout the area. Few Archaic sites in the region have been thoroughly studied. It has been suggested that the climate was drier during the Late Prehistoric, and bison -hunting appears to have become the dominant subsistence strategy at this time. There is a marked Plains influence on lithic tool assemblages found in North Central Texas dating to this period, as exemplified by specific styles of projectile points, scrapers, knives, and drills (Prikryl 1990:80). The presence of bison -scapula hoes and a bison tibia digging stick found at Lewisville Lake indicates the appearance of, or at least an increase in horticulture during this period (Barber 1969:18-19). This concept is supported by the presence of sites along sandy terraces instead of the floodplain where earlier Late Prehistoric sites are found. At the end of the Late Prehistoric period, there appears to have been a general abandonment of the North Central Texas area based on an absence of sites with trade goods that might have been AR CONSULTANT'S, INC. ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 7 obtained from French, Spanish, or English traders (Skinner 1988). This interpretation is tied to a perceived general drying trend and attempts to factor in negative information generated by professional and avocational archaeologists who have conducted numerous site surveys throughout the region. There is very little evidence of protohistoric Native American occupation anywhere in Tarrant County, although historic accounts indicate that groups were present in the early 1800s. There is tantalizing evidence found on the Trinity River in adjacent Dallas County of a possible visit by Spanish explorer Hernando de Soto (Bruseth 1992). Artifacts found consist of a chain -mail gauntlet, a halberd, and a spur. More recent research, however, seems to indicate that Anglo-American settlers in the early 1800s were the first non -natives to settle in North Central Texas. Beginning in the 1830s and continuing into the 1840s, the aboriginal inhabitants continued to play a role in the history of the region. Garrett (1972:24) states, "Indian hostilities almost depopulated North Texas (of Anglo dwellers) after 1839. It dwindled to less than half" Hostilities continued unfit the State of Texas and ten Native American tribes signed the Treaty of 1843. This treaty provided the impetus for settlement of several North Central Texas counties. Previous Investigations Review of the Texas Archeological Sites Atlas (TASA) revealed six cultural resource investigations and seven recorded archaeological sites within one mile of the project area (TASA 2018). Investigations include a 2002 survey for the Fort Worth District of the US Army Corps of Engineers, and surveys in 2013, 2015, and 2016 for the City of Fort Worth, all conducted by t ARC. Additional linear surveys were conducted in 1985 to the far southwest, and in 1987 to the far east end of the project area, however limited information was available with TASA (2018). The 2002 survey was for the proposed construction of the Chapel Hill Development, located in the uplands east of Eagle Mountain Lake (Trask and Skinner 2002). Intensive pedestrian survey did not reveal any prehistoric sites; however, a unique historic concrete airplane was recorded (41TR197). This site was used as a bombing target by Army Air Corps Cadets trained at Hicks Field during World War I, and was recommended eligible for listing in the NRHP. Site 41TR197 is located approximately 1.9 miles north of the west end of the current study area. The 2015 survey was conducted for the Northside 11 Pipeline route between US 287/81 and Saginaw Boulevard (Hall 2015). The THC requested that an archaeological survey be conducted at the six stream crossings along the route. No prehistoric or historic archaeological sites were discovered as predicted by the lack of permanent water, protective topography, knappable gravels, and limited plant and animal resources in the area. The eastern most portion of this route parallels the Eagle Mountain to Big Fossil Diversion pipeline route. The 2013 and 2016 surveys were conducted in response to proposed improvements to the Northwest Community Park (Davis et al. 2015; Rutherford 2016). Over the course of these surveys, ARC recorded or partially recorded six 20`h century sites including a structural complex (41TR254), house (41TR255), dam and spillway (41TR256), rock chimney (41TR257), culvert (41TR258), and farmstead (411TR259). Each were recommended not eligible for listing in the NRHP or as SALs. The following historic maps were reviewed to help identify possible historic site locations: the 1894 Fort Worth, TX 125k USGS topographic map, the 1895 Sam Street's Map of Tarrant County, the 1920 Tarrant County Soil Map, and the 1936 and 1958 General Highway maps (GHM) of Tarrant County. No structures or features besides roads, railroad, and drainages are AR CONSULTANTS, INC. 8 ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION depicted in the study area until 1920, when the area begins to show a sparse scattering of structures. One structure appears near the survey area along the intermittent tributary in the east. This structure is not present on the 1958 map. Four structures were noted within the project area on 1955 Avondale, TX 7.5' USGS topographic map (Figure 2). These structures were on the south side of Parr Drive within the proposed 100-foot-wide survey corridor. These structures were shown on the subsequent 1968, 1972, and 1982 Avondale 7.5' maps. A fifth structure was added between 1972 and 1982. Historic aerials corroborate these topo maps and provide a bit more detail. The 1953 aerial shows six to eight structures on the property, but the resolution is not good enough to confirm until the higher resolution obtained in 1956 (Figure 3). This aerial confirms eight structures were present. The farmstead remained the same through 1963, but by 1968, at least two of the northernmost structures had been removed. By 1979, only two of the structures remained, which does not match the photorevised 1982 Avondale 7.5' map. The two structures remained through 1990, but by 1995 only one remained. Google Earth aerial photos suggest this structure was still standing as late as 2005. The remainder of the route shown on recent aerial photographs demonstrates that most of the pipeline route follows along country roads and through modern residential developments. AR CONSULTANTS, INC. ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 9 {� +X. ''�� r rY J Y 1 S f f . r O _ Eagle Mountain fo Iig Fossil Diversion pipeline ,Wry„ 0 EO° F.i�O CogEnape 6,ytnr. HAG 14p UIM 2wx INN Buz— AHr: HO: rw:'A nr sr.caG Bagle.Mountain to Big Fossil Diversion Pipeline Route ma,° Surrey Area AR Cons ufta nt'!' Inc. rrrr...,sn.vf.0 ..r, - SfllubNxs Nnr.{nvg}Rfrlwd,Mr. TA-rrm(rfr+ -dig.,-f214?J15.1N7.V 2. Survey area south of Park Drive shown on the 1920 soil snap, and the 1955, 1968, Figure f and 1982 Avondale, TX 7.5" USGS maps. AR CONSULTANTS, INC. 10 ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 01 le Mountain to Sig Fossil Diversion Pipeline Eagle Mountain to Sig Fossil Diversion Pipeline Route Survey Area i.1�rr k a or itr, a w eD ��r Flsl o ra zoo Degpreub,Wera; XAD iBlt 411,5 Tone saN Doranme: FAiC Ha: soppp Dore Fovrse: % are 9Ap fil0_,i4o1 . Consultants, Inca hY15 $urir�xa lrnrihrv/; R7r7nurGw�, TX • an5i� mndgv.rwu - (?14/ .i6ft-RR7R Figure 3. Survey area south of Park Drive shown on 1953, 1956, 1963, and 1968 aerials. AR CONSULTANTS, INC. ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 11 RESEARCH DESIGN; AND METHODOLOGY Research Design Two hypotheses were formulated regarding the archaeological potential of the project area. First, it was hypothesized that prehistoric archaeological sites would not be encountered in the project area unless in close proximity to drainages. Water is typically only present in these ephemeral drainages after precipitation and then it rapidly runs off the rolling terrain into the various drainages. The project area is in a degrading geologic environment. Therefore, any prehistoric remains which may have been present would have been on the surface prior to plowing and there could be evidence of them still visible on the surface. Furthermore, the low roiling terrain would not provide protection against inclement weather. Additionally, there are no knappable materials reported in the area. Lastly, the plant and animal populations that inhabit this area would have provided little food. The second hypothesis is that there was potential of historic sites being within the project area at mapped structure locations. Available historic maps show structures within the proposed survey corridor on the south side of Park Drive as well as along the survey area that parallels the ephemeral drainage to Big Fossil Creek. These areas have been distinctly rural and used as farmland until relatively recently. Historic trash scatters are common along drainages and roads and may be old enough to be recorded as sites. Methodolo Survey was conducted in accordance with the standards set forth by the THC (n.d.). Field personnel walked the entire tract in transects no wider than 30m. Shovel tests were excavated throughout the tract averaging three per acre, where the slope was less than 20 percent and the ground visibility less than 30 percent. Shovel tests (STs) averaged 30cm in diameter, implementing the use of an auger when necessary. All loamy soils were screened through 1/a" wire mesh screens. The clay fill was inspected visually and broken into smaller chunks in order to determine if cultural materials were present. ST soil matrices were described on the basis of composition, texture, and color. The Munsell Soil Color Chart (2010) was used to identify soil colors. Field personnel made notes about the ground exposure, drainages, soil types, and disturbed areas where subsoil was exposed. Photographs were taken during the survey using a 16-megapixel, GPS-equipped, digital camera. ST and project boundary locations were marked with a handheld GPS receiver. AR CONSULTANTS, INC. 12 ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION RESULTS This chapter is divided into three sections. The first describes the study area's setting along with results of the pedestrian survey; the second describes the historic site recorded (41 TR309) during the survey. Conclusions derived from the survey close the chapter. While STs are described generally throughout the survey results, they are detailed in Table 2 at the end of the survey results section. Survey Results The survey investigated four pipeline segments along the route and included a total of 35 STs (Figure 4). All general project shovel tests were devoid of cultural material and nothing was observed on the surface in all but the survey area south of Park Drive where site 41TR309 was recorded. The westernmost segment parallels Boat Club Road on the north side for 467 meters. STs 1-6 were excavated within this segment. STs 1 and 2 were located overlooking the floodplain on the edge of the upland ridge, where bedrock was exposed on the surface. ST1 soils were mottled brown/pale brown/yellowish brown gravelly clay extending to 40 cmbs, while ST2 revealed 20 cm of gravelly brown loam underlain by 30 cm of mottled yellowish brown/light brownish gray gravelly clay. The general environment in this location was lightly wooded fields and grasses resulting in 40- to 50-percent ground visibility. STs 3-6 were located in plowed agricultural fields, within the floodplain; large gravel was visible on the surface (Figure 5). No knappable gravels were observed. This segment intersects Dosier Creek, which runs between ST 4 and 5. STs 3-6 revealed similar soils, with 30-40 cm of very dark grayish brown/brown gravelly loam underlain by very pale brown/light brownish gray gravelly mottled clay. ST3 also contained some calcium carbonate and terminated at limestone bedrock at 40 cmbs. STs 7-10 were excavated in association with site 41 TR309 and they consisted of brown gravelly loam on top of gravel layer likely to be decomposing bedrock. The two easternmost segments are located east of N. Saginaw Boulevard and proceed northeast toward Big Fossil Creek. The longest surveyed segment totals 2.3 km in length and contains STs 11-33 (Figure 6); the easternmost segment is the shortest with a length of 96 meters and contains STs 34-35. The longer segment begins just east of the railroad tracks, proceeding northeast through pastures and behind residential houses (Figure 7). One property along this segment had denied access, therefore the survey crew was not able to excavate ST19 (Figure 8). The route then proceeds east once it reaches Wagley Robertson Rd, crossing through approximately 300 meters of construction disturbance that closely paralleled the Northside 11 route (Hall 2015). This resulted in ST26-27 being skipped (Figure 9). The location of ST28 was also affected by this construction disturbance in addition to a sewer system, resulting in this ST also being skipped (Figure 10). The general environment of these segments was ankle- to knee-high grasses resulting in 20- to 40-percent ground visibility with scattered trees, the easternmost areas being moderately wooded. AR CONSULTANTS INC. f ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 13 + t rivand� ' (32087•I ��� —�. -I— — -- -• •-.tea � or Jv * • �' 1 t 1 +r _ Eagle Mountain to Big Fossil Diversion Pipeline 630 �F A OLD 1 SkippedST Surrey Areas ra awetva—run,963OuY—I.n a,cxa,ro?°v P.t=54Ww:t:l6.056L.503 TgnjaphkMay lTn.a�ix rgrwr, aa..rs9:uu e NegaGveST NonhsideliPLRoute men.d�so+fiwu°cs2lttiqeblmem«d,Ora ax�tnaza,a IIPNP a�i° Eagle Mountain to ft Frequently Flooded Fosell RouteDiverslonPip2lins Sediments AR ConsuliantsQ Inc. Ulhn a.!'.v"u- Rh•rxatG.xt. TA ..en10 --fip -i:Ni 3Rh'.0J7N Figure 4. ST locations on Avondale and Keller, TX 7.5' USGS maps, while insets are shown on recent aerial photographs. STs 11-33 shown on Figure b. AR CONSULTANTS, INC. 14 ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION STs 11-16 revealed similar soil profiles, with a 10- to 30-cm-thick A horizon of very dark brown loamy clay with 10 to 40 percent large gravel, on top of impenetrable rocks/bedrock. STs 17, 21, 23-25, and 32-33 also exposed analogous soils profiles with a 15- to 20-cm-thick A horizon of very dark brown loamy clay underlain by a mottled very dark brown to grayish/yellowish brown clay; STs 32-33 contained calcium carbonate. STs 20, 29, 31, and 34 revealed 20-45 cm of this mottled clay, and ST20 was on top of impenetrable rocks/bedrock. ST22 exposed 35 cm of dark grayish brown silty loam with 30 percent sandstone flecks. STs 18 and 30 soil profiles revealed 30-40 cm of very dark brown/black loamy clay on top of very dark gray clay subsoil. ST35 revealed 60 cm of very dark grayish brown clay loam with gravel, underlain by 60 cm of mottled very dark grayish brown/brownish yellow clay and gravel, was above black clay and gravel/shale/limestone extending to 150 curbs, which was to gravelly to continue to dig. Figure 5. Location of ST3, showing large gravels on surface of plowed field. View facing west. AR CONSULTANTS, INC. ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 15 Figure b. T -WIN i8 r f t f e # pr ¢ i . 1 r ,eagle Wountain to Big Fossil Diversion Pipeline 4 skipped 3T mSurvagArea >O''t°^`xy°,9e�utui°^"aNccxs,rco ora swore: a Negative ST l Z Parcel With No ROE We Eagle MoUnlaln to Big Fosd Noftskie 11 PL Roulo A li'h ,r''�q 'n l)Iversion PJpgkrre Rauie /�, Consu It t _ nta 9 Inc. ...:_4wri,eern:i�1F'I•vyf�l•:Av'�_—_ ...�ucs:r� f[3}N�ie.WcaelrnrAzru�l RlJuu:,Gwr.7;1'-J����3•rz-d�hlxL,v,u,-i11-1/36F.Q�7.4 STs 11 through 33 shown on a recent aerial photograph. AR CONSULTANTS, INC. 16 ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION Figure 7. Shovel marking the location of ST16. View facing northeast. Figure 8. Property with restricted access from the southern boundary; ST19 was located within this area and was not excavated. View facing north. AR CONSULTANTS, INC. r ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEKDIVERSION 17 Figure 9. Construction disturbance within survey route, ST26-27 were not excavated. View is facing east. I. I� I r f ,r �f r h`- }y, �,y` i.l}� ri � „e-ter"• - - Figure 10. Location of ST28: not excavated due to sewer system and construction disturbance within survey route. View is facing east. AR CONSULTANTS, INC. 18 ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION Table 2. Shovel Test Description Chart. ST Depth Description General Project Comments (curbs) or Site Number /Artifacts 1 0-40 Brown (10YR5/3) clay mottled w/20% very pale brown General Project None (IOYR7/3) and yellowish brown (IOYR5/8) clay, gravelly 2 0-20 Brown (IOYR4/3) loam, gravelly General Project None 20-50 Yellowish brown (10YR514) clay mottled w/50% light brownish gray (IOYR6/2) clay, gravelly 3 0-30 Very dark grayish brown (IOYR3/2) loam w/gravel General Project None 30-40 Very pale brown (10YR814) clay mottled w/30% light brownish gray (IOYR6/2) clay and CaCO, 40+ Limestone bedrock 4 0-40 Very dark grayish brown (IOYR3/2) loam w/gravel General Project None 40-50 Very pale brown (10YR8/4) clay mottled w/30% light brownish gray (IOYR6/2) clay and large limestone gravel 5 0-30 Very dark grayish brown (10YR3/2) loam w/gravel General Project None 30-40 Very pale brown (10YR8/4) clay mottled w/30% light brownish gray (IOYR6/2) clay and gravel 6 0-40 Brown (IOYR4/3) loam, gravelly General Project None 40-50 Very pale brown (10YR8/4) clay mottled w/30% light brownish gray (I OYR6/2) clay and gravel 7 0-60 Brown (IOYR4/3) clay loam, gravelly 41TR309 None 8 0-40 Brown (IOYR4/3) clay loam, gravelly 41TR309 None 40+ Gravel 9 0-40 Brown (IOYR4/3) clay loam, gravelly 41TR309 None 40+ Gravel 10 0-30 Brown (IOYR4/3) clay loam, gravelly 41TR309 None 30+ Gravel 11 0-30 Very dark brown (10YR212) loamy clay w/40% large General Project None gravel (> 10 mrn) 30+ Impenetrable rocks 12 0-30 Very dark brown (10YR212) loamy clay w/10% large General Project None gravel (>10 mm) 30+ Impenetrable rocks 13 0-30 Very dark brown (10YR2/2) loamy clay w/20% large General Project None gravel (> 10 nun) 30+ Impenetrable rocks 14 0-20 Very dark brown (10YR2/2) loamy clay w/20% large General Project None gravel (> 10 nun) 20+ Impenetrable rocks 15 0-30 Very dark brown (10YR2/2) loamy clay w/20% large General Project None gravel (> 10 nun) 30+ Impenetrable rocks 16 0-10 Very dark brown (10YR2/2) loamy clay w/40% large General Project None gravel (> 10 mm) 10+ Impenetrable rocks 17 0-40 Very dark brown (I OYR2/2) loamy clay General Project None 40-50 Very dark brown (10YR2/2) clay mottled w/10% very AR CONSULTANTS, INC. ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 19 ST Depth Description General Project Comments (embs) or Site Number /Artifacts dark grayish brown (IOYR3/2) clay 18 0-40 Very dark brown (IOYR2/2) loamy clay General Project None 40-50 Very dark gray (10YR3/1) clay 20 0-45 Very dark gray (10YR3/1) clay loam mottled w/20% light General Project None yellowish brown (I OYR6/4) clay loam 45+ Impenetrable rocks 21 0-30 Very dark brown (IOYR2/2) loamy clay General Project None 30-55 Very dark brown (10YR2/2) loamy clay mottled w/20% brown (IOYR4/3) loamy clay 22 0-35 Dark grayish brown (10YR4/2) silty loam w/30% flecks General Project None of sandstone (> 1 mm) 23 0-20 Black (IOYR2/1) loamy clay, compact General Project None 20-40 Very dark gray (10YR3/1) clay mottled w/50% very dark grayish brown (1OYR3/2) clay, compact 24 0-20 Very dark brown (IOYR2/2) loamy clay General Project None 20-25 Very dark gray (10YR3/1) clay mottled w/50% very dark grayish brown (I OYR3/2) clay, compact 25 0-15 Very dark brown (I OYR2/2) loamy clay General Project None 15-25 Very dark gray (IOYR3/1) clay mottled w/50% very dark grayish brown (I OYR3/2) clay, compact 29 0-20 Dark grayish brown (1OYR4/2) clay mottled w/30% light General Project Disturbed yellowish brown (10YR6/4) clay and 10% yellowish brown (I OYR5/8) clay wICaCO3 30 0-30 Black (IOYR2/1) loamy clay General Project None 30-40 Very dark gray (IOYR3/1) clay 31 0-40 Very dark grayish brown (10YR3/2) fat clay mottled General Project Terminated w/10% dark yellowish brown. (IOYR3/6) fat clay, moist due to roots 32 0-40 Very dark brown (IOYR2/2) loamy clay General Project None 40-50 Very dark grayish brown (10YR3/2) clay w/CaCO3 (>1 mm) 33 0-40 Brown (10YR4/3) clay loam w/gravel and CaCO3 General Project None 40-50 Brownish yellow (10YR6/8) clay mottled w/30% dark yellowish brown (I OYR4/4) clay, gravel and CaCO3 34 0-40 Very dark grayish brown (10YR3/2) clay mottled w/50% General Project None light gray (IOYR7/2) gravelly loam- fill 35 0-60 Very dark grayish brown (IOYR3/2) clay loam w/gravel General Project None 60-120 Very dark grayish brown (IOYR3/2) clay mottled w/50% brownish yellow (I OYR6/8) clay and gravel 120-150 Black (10YR2/1) clay w/gravel, shale, and limestone - very wet AR CONSULTANTS, INC. 20 ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 41TR309 Site 41 TR309 is located on the bend along Park Drive, half way between Boat Club Road and Centerboard Lane (Figure 11). The site is located on two parcels, that were once part of a larger parcel. Previously discussed historic maps and aerials demonstrated the site was occupied after 1936 and before 1955. Deeds research (Table 3) demonstrates that the property belonged to the R.C. Boaz family during that time. Survey of the centerline on the south side of the road documented a foundation and some concrete debris on the surface within the 100-ft corridor. Four STs (7-10) were excavated, but none recovered any artifacts. ST 7 was excavated near an Atmos Natural Gas Metering Station (Figure 12). The area was covered with short grasses and ground visibility was between 0 and 50 percent. Trees consisted of larger older oaks and a few mesquites. Figure 11. Plan map of 41 TR309. AR CONSULTANTS, INC. ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 21 Table 3. Deed Records for Site 41 TR309 Grantor Grantee Date Volume Page Number Nora Lee Elkins DBE Reak Investments Ltd 10/04/2002 16417 167 Boaz Et al. Estate Nora Lee Elkins 04/21/1983 7497 459 Tarrant County R.C. Boaz 10/17/1935 1267 605 W.R. Ross Tarrant Count 04/24/1935 1247 418 A.R. Jameson W.R. Ross 08/07/1923 758 39 Figure 12. Looking down the centerline towards ST7 near the Atmos Facility. View is to the northeast. Outside of the survey area, there was a collapsed barn (Figure 13), which corresponded to the last structure observed on the 2005 Google Earth aerials. Additionally, one small concrete structure with a tank on top of it (Figure 14) was under the denser tree canopy, which was likely why it was not seen on the aerials. Both of these features are approximately three meters outside the survey corridor. However, estimated easements for the project demonstrate that the features are 10 to 15 meters outside the temporary construction easement and nearly 20 meters outside the permanent easement. Additionally, even further outside the survey corridor are other features (like a concrete trough), historic trash scatter, and possible foundation (Figure 15) associated with some of the other structures shown on early aerials. Only the foundation to the structure removed by 1968 is within the survey area (Figure 16). The foundation is approximately 5 meters by 15 meters. Research on the Boaz family, specifically R.C. did not reveal any ties to historical events or significance to the local, state, or county history. AR CONSULTANTS, INC. ,16 y w � NFIF wo. fix Ott ;tom 4 i� i 44' } y I r. ' Y _ �� �� - -��► ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 23 Figure 15. Overview of site 41TR309 outside of the survey area. The red arrow points to the trough, while the green arrows point to a large trash scatter with possible foundation remains. Figure 16. Concrete foundation found in the survey area. View is to the north. AR CONSULTANTS, INC. 24 ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION Conclusions Beyond site 41TR309, no other cultural resources were found during the survey of the project area. In terms of prehistoric resources, no evidence of occupation was found, which was expected given the location in the uplands near intermittent drainages. Intermittent streams did not provide a consistent water source conducive to prehistoric occupation. Site 41 TR309 is the remains of a historic farmstead. The site has been almost completely demolished, leaving only a collapsed barn, a small outbuilding with a tank on top of it, a trough, some foundations, and a scatter of concrete and brick fragments. No artifacts were recovered in shovel tests and no diagnostics were found on the surface. ARC concludes that the site is not recommended as eligible for NRHP listing or for designation as an SAL. The property cannot be tied to any significant individuals or events (36 CFR 60,4a-b). The structures do not represent a unique construction form (36 CFR 60.4c). Based on surface scatter and lack of subsurface cultural deposits, it is unlikely the site holds any further potential to provide insight into past lifeways or environments (36 CFR 60.4d). AR CONSULTANTS, INC. ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION 25 RECOMMENDATIONS The purpose of this investigation was to determine if significant cultural resources are present in the proposed Eagle Mountain to Big Fossil Diversion Pipeline project area. in Tarrant County, Texas. Site 41 TR309 is the remains of a historic farmstead, but is not recommended eligible for NRHP or ,SAL listing. No other cultural. resources were identified on or below the surface during the survey. Based on the results of the survey, ARC concludes that further cultural resource investigations for this project are unwarranted, and requests that the THC concur with this recommendation. However, if buried cultural materials are discovered during construction, the Archeology Division of the THC should be notified. AR CONSULTANTS, INC. 26 ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREEK DIVERSION REFERENCES CITED Barber, Byron L. 1969 The Hackberry Site. The Record 25(3): 18-24. Bever, Michael R. and David J. Meltzer 2007 Exploring Variation in Paleoindian Life Ways: The Third Revised Edition of the Texas CIovis Fluted Point Survey. Bulletin of the Texas Archeological Society 78:65-100. Blair, W. Frank 1950 The Biotic Provinces of Texas. The Texas Journal of Science Vol. 11(1):93-117. Bruseth, James E. 1992 Artifacts of the de Soto Expedition: The Evidence from Texas. Bulletin of the Texas Archeological Society 63:67-98. Bureau of Economic Geology 1988 Geologic Atlas of Texas: Dallas Sheet. The Bureau of Economic Geology, The University of Texas at Austin. Council of Texas Archeologists n.d. Guidelines for the Content of Cultural Resource Management Reports. Manuscript on file with the membership. Crook, Wilson W., Jr. and R. King Harris 1957 Hearths and Artifacts of Early Man near Lewisville, Texas and Associated Faunal Material. Bulletin of the Texas Archeological Society 28:7-79. Davis, Cody S., Rebecca Shelton, and S. Alan Skinner 2013 An Archaeological Survey at Fort Worth's Northwest Community Park, Tarrant County Texas. Cultural Resources Report 2013-11. AR Consultants, Inc. Dallas. Ferring, C. Reid and Bonnie C. Yates 1997 Holocene Geoarchaeology and the Prehistory of the Ray Roberts Lake Area, North Central Texas. Institute of Applied Sciences, University of North Texas, Denton, 2001 The Archaeology and Paleoecology of the Aubrey Clovis Site (41DN479), Denton CounoJ Texas. Center for Environmental Archaeology, Department of Geography, University of North Texas, Denton. Garrett, Julia Kathryn 1972 Fort Worth: A Frontier Triumph. Encino Press, Austin. Griffith, Glenn, Sandy Bryce, James Omernik, and Anne Rogers 2007 Ecoregions of Texas. Texas Commission on Environmental Quality, Austin. Hall, Molly 2015 An Archaeological Survey of the Crossings along the Proposed Northside H Pipeline Route, Tarrant County, Texas. Cultural Resources Report 2015-28. AR Consultants, Inc. Dallas, Kuchler, A.W. 1964 Potential Natural Vegetation of the Coterminous United States. Special Publication No. 36, American Geographical Society, New York. Munsell Color 2010 Munsell Soil -Color Charts. Grand Rapids, Michigan. Peter, Duane E. and Daniel E, McGregor 1988 Raw Material Availability and Lithic Reduction Strategies: Consequences for Interassemblage Variability. In Late Holocene Prehistory of the Mountain Creek Drainage, pp. 277-314. Volume 1, Archaeology Research Program, Joe Pool Lake Archaeological Project, Institute for the Study of Earth and Man, Southern Methodist University, Dallas. Prikryl, Daniel 1990 Lower Elm Fork Prehistory, A Redefinition of Culture Concepts and Chronologies along the Trinity River, North-Central Texas. Report 37, Office of the State Archeologist, Texas Historical Commission, Austin. Ressel, Dennis D. 1981 Soil Survey of Tarrant County, Texas. USDA, Soil Conservation Service in Cooperation with the Texas Agricultural Experiment Station. Rutherford, Allen M, 2016 An Archaeological Survey of the Northwest Community Park Phase II Improvements, Tarrant County, Texas. Cultural Resources Report 2016-20. AR Consultants, Inc. Dallas. AR CONSULTANTS, INC. ARCHAEOLOGICAL SURVEY OF THE EAGLE MOUNTAIN TO BIG FOSSIL CREED DIVERSION 27 Skinner, S. Alan 1988 Where Did All the Indians Go? The Record of the Dallas Archeological Society, Fiftieth Anniversary Edition, 42(3):101-104. Skinner, S. Alan, Jeffery J. Richner and Mary R. Johnston 1978 Dallas Archaeological Potential: Procedures for Locating and Evaluating Prehistoric Resources, Archaeology Research Program Research Report. Archaeology Research Program, Institute for the Study of Earth and Man, Southern Methodist University, Dallas. Texas Archaeological Site Atlas 2018 Search for cultural resources near the project area. http://nueces.the.state.tx.us/ Accessed January 3, 2018. Texas Historical Commission n.d. Archeological ,Survey Standards for Texas. www.thc.state.tx.us. Trask, Lance K., and S. Alan Skinner 2002 Archaeological Survey at Chapel Hill, Tarrant County, Texas. Cultural Resources Report 2002-5. AR Consultants, Inc. Dallas. AR CONSULTANTS, INC. yaaffla—a 9Gy, ilea - - ConsuEting — Geotechnicai - Ernironmental Construction Materials Testing GE®T ECHNICAL INVESTIGATION WASTEWATER DIVERSION PROJECT FORT WO T H, TEXAS TMI REPORT NO. FE0342329 Im ALAN PLUf MER ASS®CIA r �'S, 1AIG mm TERRA -MAR, INC. DALLAS / FORT WORTH f HOUSTON / AUSTIN SEPTEMBER, 2003 - RMA-10'�A ML Consulting Engineers o Geotechnical • Environmental s Construction Materials Testing —. — DALLAS • FORT WORTH a HOUSTON • AUSTIN September 26, 2003 TMi Report No. FE03-42329 Alan Plummer Associates, Inc. 7524 Moiser View Court, Suite 200 Fort Worth, Texas 76118 Attn: Mr. Preston Dillard, P.E. Re: Geotechnical Investigation Wastewater Diversion Project Fort Worth, Texas Dear Mr. Dillard: Submitted here is our geotechnical report for the above referenced project. This report describes the results of our field and laboratory investigations together with recommendations for the design and construction of the various project elements. Two bound copies and one unbound copy of the report have been provided. We appreciate the opportunity to assist on this project and trust that our field and laboratory data and engineering recommendations will be of assistance in your design efforts. Do not h tq call if there are questions, or when we may be of further service..�°�`'''fa, se Respectfully, P 's au ,� p s TERRA -MAR, INC'. ; ....e........T E.... WILLIAMS g GARRET-f E. WILLIAINS .............52525...................... Leonel Ruiz, E.I.T. arrett . Williams, P.E. g`°o•,•�eg�*`�`" Graduate Engineer Fort Worth Office Manager 2,400 Gravel Drive, Bldg, 25, Fort Worth, Texas 76118 Phone: 917-21]d-9363 Fax. 817-284-9430 Wastewater Diversion Project; Fort Worth, Texas TMI No. FE0342329 September, 2003 TABLE OF CONTENTS Consulting — Geotechnical - Environmental Construction Materials Testing PEgo- 1.0 PROJECT DESCRIPTION, PURPOSE AND SCOPE ------------------------------------------ 1 2.0 FIELD AND LABORATORY INVESTIGATIONS_________________________________________________1 3.0 SITE AND SUBSURFACE CONDITIONS--------------------------------------------------------- 2 3.1 Site Geology---------------------------------------------------------------------------------------------- 2 3.2 Site Conditions------------------------------------------------------------------ ------------------------ 2 3.3 General Stratigraphy------------------------------------------------------------------------------------ 3 3.4 Groundwater---------------------------------------------------------------------------------------------- 4 4.0 PIPELINE DESIGN RECOMMENDATIONS ---------------------------------------------- -----4 4.1 General Design Considerations---------------------------------------------------------------------- 4 4.2 Pipe Embedment & Backfill Recommendations-------------------------------------------------- 5 4.3 Trench Backfill Settlement----------------------------------------------------------------------------- 5 4.4 Provisions to Reduce Backfill Settlement ----------------- _--------------------------------------- 6 4.5 Pipe Thrust Restraint ------------------------------------------------------------------------------------ 6 4.6 Corrosion Potential-------------------------------------------------------------------------------------- 7 5.0 CONSTRUCTION CONSIDERATIONS ------------------------------------------------------------ 7 5.1 Groundwater Seepage Considerations------------------------------------------------------------- 7 5.2 Soft Trench Bottom Conditions------------------------------------------------------ _---_------- g 5.3 General Excavation Considerations & Rock Excavation --------------------------------------- g 5.4Open-Cut Excavation Considerations----------------------------------- __________________-____-g 5.5 Bore/Tunnel Considerations------------------------------------------------------------------- ---- 10 6.0 INSPECTION AND TESTING ----------------------------------------------------------------------- 11 7.0 LIMITATIONS ------------------------------------------------------------------------------------------- 11 ILLUSTRATIONS Figure Planof Borings ---------------------------------------------------------m____-_-------------------------------------1 Logof Borings ---------------------------------------------- ®_—-------------------------------------------- 2 - 16 Legend for Log of Borings ------------------------------ ----aM-.... ------------------------------- 17 - 18 Corrosion Potential Test Results------------------------ ----------_-_---______-__-______-_ -19 Key to Corrosion Potential Test Results ---------------------------- --------------------------------- 20 - 21 Recommendations for Braced Excavations ----------- --------- --------------------------- 22 Field and Laboratory Procedures --------------------------- _----- --....w--- --------------- Appendix A Wastewater Diversion Project; For[ worth, Texas TMl No. FE03-42329 September, 2003 VMMA 6 ARF INC. consuiting — Geotechnical - Environmental I Construction Materials Testing 1.0 PROJECT DESCRIPTION, PURPOSE AND SCORE, It is proposed to install approximately 24,000 linear feet of a sanitary sewer main in north Forth Worth generally located from Boat Club Road near its intersection with Doiser Creek extending east to Walnut Lake which is east of Business 287. The portion of the line west of Old Decatur Road is anticipated to be a force main and is referred to as Phase I. The remaining portion of the alignment to the east is anticipated to be a gravity main and is referred to' as Phase 11. The majority of the line is anticipated to be installed with open -cut excavations. Trenchless construction will be considered at major street and railroad crossings. The line will typically be embedded from 5 up to 7 feet below grade. The investigation was designed to explore subsurface conditions along the proposed pipeline alignment, and from the results of the exploration, develop engineering parameters and recommendations to be used in its design and construction. Our services included: ® A detailed description of subsurface and groundwater conditions at the project site, and their effect on design and construction, including a description of the soil stratigraphy, underlying rock formation, and any noteworthy geological conditions. o The effects of groundwater on the design and installation of the project elements. Recommendations regarding pipe embedment and trench construction, including trenchless construction; and Estimation of modulus of subgrade reaction of enveloping earth. Corrosion potential of subgrade materials. 2.0 FIELD AND LABORATORY INVESTIGATIONS Subsurface conditions were evaluated by a total of 15 borings drilled between the dates of February 11, and June 22, 2003 to depths of 5 to 30 feet below the existing grades. Approximate boring locations are indicated on the Plan of Borings, Figure 1. A detailed description of the field and laboratory procedures used in the drilling and testing of the soil samples can be found in the Appendix. The results of the field and laboratory testing procedures, along with the soil classification by the Unified Soil Classification System, can be found at the appropriate depths on the Logs of Borings, Figures 2 through 16. A Ivey to the boring log terms and symbols is presented on Figures 17 and Page 1 of 11 Wastewater Diversion Project; Fort worth, Texas TMI No. FE03-42329 September, 2003 — g Consulting — Geotechnical - Environmental ' Construction Materials Testing i i 18. Soil corrosion potential test results and a key to the soil corrosion test results are presented on Figures 19 through 21- 3.0 SITE AND SUBSURFACE CONDITIONS 3.1 Site Geology According to the Dallas Sheet of the Geologic Atlas of Texas, the proposed alignment is geologically located in the outcroppings of the Kiamichi, Fort Worth Limestone and Goodland Limestone Formations. The Kiamichi Formation consists of highly active clays underain by shale. The Fort Worth Limestone formation consists of highly active clays overlying limestone. The Goodland Limestone consists of limestone and clay, with the limestone portions typically being relatively hard. This formation typically weathers to form relatively shallow deposits of active clay soils. 3.2 Site Conditions The site conditions along the proposed pipeline alignment are highly variable due to the length of the project. Generalized site conditions for segmented portions of the pipeline -are provided in the following paragraphs. Phase I of the Force Main will be embedded where Borings B-1 through B-8 are located. Phase II of the sewer line will be embedded where Borings B-9 through B-15 are located. The borings were drilled in the right-of-way of Boat Club Road, Park Drive, and Old Decatur Road and in farmland areas. Phase 1: Borings B-1 through B-8: This portion of the alignment starts at the intersection of Dosier Creek and Boat Club Road, extends southeast to Park Drive and continues east along the right-of-way of Park Drive to approximately 3,000 feet east past the Park Drive bend. In general, the site conditions along the alignment include businesses on Boat Club Road, drainage ditches, a few residences along Park Drive, occasional trees and good to fair drainage. Phase 11; Borings B-9 throughB-15. This portion of the alignment continues from approximately 3,000 feet east of the Park Drive bend and extends east to the Old Decatur Road right of way and continues south approximately 900 feet. The alignment then continues east and intersects with US Highway 237 and the Fort Worth to Denver Railroad and continues in a north east direction to the future North Tarrant Parkway. Page 2 of 11 Wastewater Diversion Project; Fort Worth, Texas TMI No. FE43-42329 September, 2003 _ rERR4-O FAIT, INC. Consulting -- Geotechnical - Environmental Construction Materials Testing The water line then continues east approximately 4,000 feet along the future Tarrant Parkway i intersecting Wagley-Robinson Road terminating near Walnut Lake. This portion of the line is mostly comprised of farmland areas, a future subdivison, and is covered with few trees. 3.3 General Sfratigraphy The stratigraphy along the alignment was somewhat variable, particularly with respect to the thickness of the soil profile and the presence of tan limestone. A brief generalization of the subsurface conditions is presented below. Phase 1, Borings B-1 through B-8: Borings B-1, B-2 and B-4 through B-8 were drilled to a depth of 15 feet while Boring B-3 was drilled to a depth of 30 feet. The surficial soils encountered in this area consisted of dark brown, brown, tan and gray clays, silty clays and sandy clays to depths of 1 to 15 feet. These various clays had Liquid Limits (LL) ranging from 25 to 73 percent and Plasticity Indices (PI) ranging from 10 to 48; classified as CL to CH by the USCS; and were stiff to hard in consistency. Boring B-1 was terminated in the silty clays at a depth of 15 feet below the ground surface. Hard tan limestone was then encountered in the borings at depths of 1 to 11 feet and was present to depths of 11.5 to 15 feet. Borings B-1 and B-4 through B-8 were terminated in tan limestone at a depth of 15 feet below the ground surface. Very hard gray limestone was next present in Borings B-2 and B-3 at depths 11.5 and 12 feet and extended to the termination depths of 15 to 30 feet, respectively. Phase 1, Borings B-9 throe h B-15: The surficial soils consisted of dark brown, brown, tan and gray clays and silty clays to depths of 1 to 13.5 feet. These clays and silty clays contained calcareous nodules, traces of silt and gravel and occasional limestone fragments. These silty clays and clays had LL`s varying from 39 to 75 percent and PI's varying from 23 to 49; classified as CL to CH by the USCS; and were very stiff to hard in consistency. Hard tan limestone with occasional clay layers was next present in Borings B-9 through B-13 to depths of 1 to 15 feet. Borings B-9 and 8-13 were terminated in the tan limestone at a depth of 15 feet below the ground surface. Hard to very hard gray limestone was next present in Borings 13- 10, B-11, B-12, B-14 and B-15 at depths of 9 to 13 feet and extended to the termination depth of 15 feet. Page 3 of 11 Wastewater Diversion Project; Fort Worth, Texas TMI No. FE03-42329 September, 2003 Consulting — Geotechnical - Environmental Construction Materials Testing I f 3.4 Groundwater i The borings were advanced using continuous fight augers which allows relatively accurate measurement of seepage during drilling. Groundwater seepage was encountered in Borings B-3, B-5, B-7, B-14 and B-15 at depths of 6 to 16.5 feet during drilling with water levels measured at 5 to 12 feet at completion of drilling operations. Borings B-3 and B-14 were dry at completion of drilling operations. Borings B-1, B-2, B-4, B-6, and B-8 through B-13 did not encounter any groundwater seepage and were dry at completion of drilling operations. It is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, and it should be recognized that groundwater levels will fluctuate with variations in seasonal precipitation and surficial runoff. If construction occurs during or following periods of heavy rainfall, shallow groundwater may be encountered in the form of seepage through the cracks, fissures and fractures within the clay overburden soils and the tan limestones. If there is a noticeable change from the conditions reported herein, Terra - Mar should be notified immediately to review the effects it may have on the design. 4.1 General Design Considerations Excavation depths for the 24-inch diameter pressured line are anticipated to be 5 to 7 feet below existing grades. The majority of the pipelines will be installed using open -cut excavations. The lines are anticipated to bear in either the clays or tan limestones. The results from the borings indicate that the anticipated bearing materials will provide satisfactorily support when present in an undisturbed condition. The cohesive materials are in a stiff to hard condition. The tan limestones are hard to very hard. Excavation of the limestones will be difficult and time consuming. Please refer to Section 5.3 for a more detailed discussion. Since the loads at the bearing elevation after construction (from the pipe and backfili) should be very close or somewhat lower than the original overburden pressures, settlement of properly bedded pipe is expected to be negligible. As previously discussed, the pipe will bear in clays, or limestones. Pipe bearing in the various clays can be subject to differential movements due to moisture induced volume changes in the clays. Minimal thicknesses of clays are anticipated to be present beneath the pipe. The thickness of clays remaining beneath the pipe and the generally Page 4 of 11 Wastewater Diversion Project; Fort Worth, Texas TMI No. FE03-42329 September, 2003 TERRA-4VARy WC Consulting — Geotechnical - Environmental " Construction Materials Testing low plasticity of the deeper clays should limit movements related to shrink/swell effects to acceptable amounts. It is recommended that the pipeline be designed to withstand on the order of 2 inches of vertical movement to account for localized non -uniformity, soft zones, or moderate seasonal shrink/swell effects. The selection of a suitable modulus of subgrade reaction (k) for the design of the pipeline is somewhat complicated by the fact that the subgrade conditions at the sample locations are variable, and that the borings locations are widely spaced. The k-values would be expected to range from approximately 200psi/in where underlain by clays to over 1000 psi/in where underlain by limestone. It is conservatively recommended that a value of 200 psi/in be used for design of all of the pipeline areas. 4.2 Pipe F-mbedment & Baclrfill Recommendations Pipe embedment should be a coarse -grained cohesion -less material that will properly fill the area below the spring line of the pipe. This bedding should extend above the pipe a minimum of 6 inches to provide protection of the pipe during placement of the trench backfill. Site excavated materials are generally considered suitable for use as backfill above the embedment materials. All trench backfill should be free of deleterious materials. However, significant processing of the limestones will be required to use this material as fill. Excavated rock used as fill should be pulverized to a maximum size of 6 inches with at least 50 percent passing a No. 4 sieve. Use of rock fragments greater than 6 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Backfill should be compacted in maximum 9 inch loose lifts at a minimum of 95% of the Standard Proctor density (ASTM D698). Clay soils having a PI over 20 should be compacted at a moisture content ranging from -2 to +3 percentage points of the optimum moisture content as determined by ASTM D698. Silty clay soils having a PI less than 20 should be compacted at plus to minus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. Plowable concrete can also be used to backfill the pipe trench. 4.3 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on - site clay -fill -soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1 to 2 inches. A greater amount of fill Page 5 of 11 Wastewater Diversion Project; Fort Worth, Texas TMI No. FE03.42329 September, 2003 Consulting -- Geotechnical - Environmental Construction Materials Testing settlement could occur if limestone fragments are used as fill due to the breakdown of the limestone fragments into individual clay -size particles over time. These settlements could approach 3 to 5 percent of the fill thickness depending on the thickness of limestone placed as backfill. The trench backfill could be overbuilt in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over built one foot and sloped down to match grade at the edge of the excavation. 4.4 Provisions to Reduce Backfill Settlement Portions of the pipeline are to be constructed in areas of existing pavements. Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and 1 shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during construction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In our opinion, the potential settlements can be limited to acceptable levels using site -excavated soil backfill materials and properly processed rock (as previously discussed) by using the compaction criteria discussed above and specifying stringent testing requirements for all backfill material. In addition, to limit settlement, where coarse -grained cohesion -less materials are used as pipe bedding materials they should extend at least six inches above the top of the pipe and should be wrapped with a suitable geotextile to limit the intrusion of fines into the coarse -grained cohesion -less materials. 4.5 Ripe Thrust Restraint Pipe restraint will be required where the pressurized line change vertical and horizontal directions. The pipe thrust is anticipated to be resisted by pipe joint restraint. Recommendations for pipe joint restraint are presented below. Page 6 of 11 Wastewater Diversion Project; Fort Worth, Texas TMI No. FE03-42329 — - --- September, 2003 � �.��- Consulting - Geotechnical - Environmental Construction Materials Testing Unbalanced thrust forces at pipeline horizontal bends can be restrained by sliding resistance along sections of the pipeline and at vertical bends by the soil overburden pressures, fluid weight, and pipe weight. The vertical soil overburden pressure can be less than the weight of a column of soil above the top of the pipe. Marston's equation for soil pressures acting on a pipe in a trench with soil arching is recommended for computing the vertical earth cover load acting on the pipe. A sliding coefficient of 0.25 is recommended for smooth wall PVC and fiberglass pipe and 0.3 is recommended for rigid concrete pipe. A soil unit weight of 100 pcf is recommended for design above the water table. It should be noted that movement between the pipe and bedding soil is required to mobilize the sliding resistance along the pipe. Pipe movements ranging from 0.2 to 0.5 inches may be required to mobilize the full sliding resistance. Accordingly, a factor of safety of at least 1.25 is recommended to compute the required length of pipe with restrained joints to help limit pipe movements. 4.6 Corrosion Potential Various laboratory tests were performed to evaluate the soil corrosion potential to buried iron and metals including soil resistivity, pH, oxidation-reduction (redox) potential and sulfides determinations. The results of these tests are reported on Figure 19. The tests indicate that the subsurface soils are considered to be nearly non -corrosive to buried ductile iron or cast iron pipe. The tests also indicate a low (mild) corrosion potential to buried concrete structures in the tested areas. Methodology outlined in the Handbook: Ductile Iron Pi a Cast Iron Pi e, 5th Edition, published by the Cast Iron Pipe Research Association was used to evaluate the corrosivity of the subgrade soils with respect to buried pipe. The American Concrete Institute methodology was used to establish corrosion potential of buried concrete structures. A key to test results and point system summary is given on Figures 20 and 21. 5.0 CONSTRUC770H CONSIDERATIONS 5.1 Groundwater Seepage Considerations While groundwater" seepage was encountered in 5 of the 15 borings drilled for the sewer line it should be expected that seepage will be encountered in some portions of the excavation, Page 7 of 11 Wastewater Diversion Project: Fort Worth. Texas TMl No. FE03-42328 September, 2003 Consulting — Geotechnical - Environmental Construction Materials Testing particularly when excavation proceeds during wet periods of the year. The occurrence of seepage will also be more likely in the areas where the alignment is closer to creeks and lakes. This was evident in Boring B-15 where it was drilled near Walnut Lake and encountered seepage at 6 feet with a water level measured at 8 feet at completion of drilling_ If significant groundwater is encountered, it should be controlled by means and methods selected by the contractor. This includes the control of tailwater flow through the backfilled sections of previous utility construction. It is likely that seepage may be controlled by means of collection ditches, sumps, and pumping. Groundwater levels should be maintained at least three feet below the bases of the excavation for the full term of construction. Failure to do so may loosen the bearing materials where clays and silty clays are present. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. There is also the potential for sidewall sloughing while the excavations are open. This will be of particular concern in any areas were groundwater is encountered, as the groundwater will accelerate the sloughing rate. It will be necessary to provide adequate side slopes or temporary shoring in the excavations in order to provide for worker safety in some areas (refer to following sections). It should also be recognized that clay surfaces will become quite slippery when wet. 5.2 Soft Trench Bottom Conditions Soft clays could be present that when exposed become unstable due to construction activity or the presence of saturated low PI clays that cannot be effectively dewatered. In any areas where unsuitable bearing deposits are encountered at the planned invert elevation the trench bottom can be prepared using the following method: 1. Under cut to a suitable bearing subgrade and replace with a structural compacted fill. The over excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The overexcavation backfill should be completely surrounded with a geotextile consisting of Mirafi 140NL, Amoco 4545, or equivalent. The backfill should consist of a free draining aggregate (i.e. sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM 4253 and 4254. Casting a 6-inch thick reinforced concrete slab. The concrete should have a minimum 3,000 psi compressive strength at 28 days. Page 8 of 11 Wastewater Diversion Project; Fort worth, Texas TMI No. FE03-42329 September, 2003 Finaff"AwaAm, ®yc �r Consulting — Geotechnical - Environmental ' construction Materials Testing 5.3 General Excavation Considerations & Rock Excavation Generally, the soil materials encountered during our field operations were clays, silty clays and sandy clays. It is expected that these materials can be excavated without undue difficulty. However, shallow tan limestone was present at or within a few feet of the surface in the borings. The tan limestones typically overlaid gray limestones. These tan and gray limestones are hard to very hard, difficult to excavate and requires extra effort during excavation. Special rock excavation techniques are necessary to excavate the limestone. It should be expected that the excavation of this material will be difficult and will require heavy-duty equipment. As a point of reference, unconfined compression strength tests of the limestone typically ranges from 100 to well over 250 TSF. 5.4 Open -Cut Excavation Considerations Given the nature of sandy clays, silty clays, and clays, it is expected that sidewall sloughing and caving may occur in some of the excavations with steep side slopes. This will be particularly pronounced in excavations that encounter groundwater seepage or experience significant surficial runoff collection. The soils present in the excavation may be subject to caving and sloughing and must be sloped or braced in the interest of safety. If sufficient space is available (in relation to adjacent structures) to provide a stable slope, an open cut can be used. Refer to current OSHA 29 CFR Standards for recommended parameters for use in the design of braced or sloped excavations. If sufficient clearance is not available, then a braced excavation will most likely be required. The appropriate bracing system or shield should be selected by the contractor, and should be configured to withstand the expected lateral earth pressures, and hydrostatic pressures if groundwater is present. The magnitudes of the vertical loads on the bracing systems can be estimated using Figure 22_ These estimated loads are provided for preliminary planning purposes only, and do not relieve the contractor from responsibility for providing fully engineered shoring and/or trench protection systems. Trench shoring should be used for excavation to support open cuts located where existing utilities are within a zone extending from the base of the excavation upward at a 1H:1V slope. Page 9 of 11 Wastewater Diversion Project; Fort Worth, Texas TMI No. FE03-42329 September, 2003 4&05, - gConsulting — Geolechnical - Environmental Construction Materials Testing Surcharge loads, such as those resulting from excavation spoils and/or equipment, should be placed no closer than two feet from the crest of the slope, in accordance with OSHA regulations. All vehicle traffic should be prohibited from at least five feet of the crest of the excavation. Excavations should take into account any utilities to avoid undermining these features. The following guidelines are presented to aid in the development of the excavation plans: 1. Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation. 2. Heavy material stockpiles should not be placed near the crest of slopes. Similarly, heavy construction equipment should not pass over or be parked within 10 feet of the crest. 3. The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. 5.5 Boreffunnet Considerations Tunnel crossings are anticipated at the Old Decatur Road crossing in the vicinity of Borings B-9 and B-10; and at the Highway 287 and Fort Worth to Denver Railroad crossing in the vicinity of Borings B-11 and B-12. At the location of Borings B-9 and B-10 at the Old Decatur Road crossing limestone is present at depths of 5 and 4.5 feet, respectively. The borings were terminated in the tan limestone at a depth of 15 feet. Borings B-11 and B-12 encountered tan limestone at 1 and 2 feet extending to depths of 9 and 10 feet. Very hard gray limestone was then encountered and extended to the depth of 15 feet. No groundwater seepage was encountered in these borings during drilling. Tunnel invert elevations are anticipated to extend into the tan or gray limestones. Dewatering prior to boring/tunneling operations and/or special boring/tunneling techniques could be required to control excavation instability associated with these materials to prevent ground loss and subsequent settlement of structures overlying the tunnel. Fractures in the limestones can result in separation with rock falls into bore/tunnel excavations. Groundwater could seep into bore/tunnel excavations. Fractures in the limestones can serve as conduits to direct water towards the bore excavation. Page 10 of 11 Wastewater Diversion Project; Fort worth, Texas TMI No. FE03-42329 September, 2003 Consulting — Geotechnical - Environmental Construction Materials Testing Water seepage can decrease the stability of the bore/tunnel excavation and result in ground subsidence. 6.0 INSPECTION AND TESTING Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all field operations related to soil placement and compaction be monitored by a qualified engineering technician. Field density and moisture content determinations should be made on each lift of fill with a minimum of 1 test per lift per 200 linear feet of trench backfill. Terra -Mar, Inc. employs a group of experienced, well -trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 7.0 LIMITATIONS The recommendations presented in this report are based on a discrete number of soil test borings. Although our field personnel visually survey the site for surface features indicative of variable soil conditions, subsurface conditions may be encountered that differ from these data. In this case, our office should be notified immediately so that the effects of these conditions on design and construction can be addressed. This study was conducted for the exclusive use of Alan Plummer Associates, Inc. The reproduction of this report or any part thereof, in plans or other documents supplied to persons other than the owner, should bear language indicating that the information contained therein is for general design purposes. All contractors referring to this geotechnical report should draw their own conclusions for bidding purposes. Page 11 of 11 Wastewater Diversion Project; Fort Worth, Texas TMI No. FE03-42329 - -- _ Sep'smber, 2003 Consulting — Geotechnicai - Environmental r Construction Materials Testing ILLUSuRAIONS CQ r ' LO cr O fh L Lllj r 6 Cb Road } �' peGatUr � c3 � � �d ro u E�? l° v� Park Drive 0 Z . Boat Club Road 0 a w � -O a o U Q J L cn a 0 OG OF O .. t :0 f Project: Wastewater Diversion project, Fort Worth, TX Project No.: FE03-42329 Date: 6/19/03 Elev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: N/A was: N/A Depth to caving when checked: N/A was: NIA ELEVATIONI 501E SYMBOLS MC LL PL -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION PI (feet) & FIELD TEST DATA °� °� °� % pcf tsf tsf 0 -5 -10 .15 20 25 30 35 Notes: Completion Depth: 15` No Seepage Encountered Very stiff to hard dark brown CLAY 3.6 - - - - w/calcareous nodules 3.25 (CH) 4.25 4.5+ Very stiff to hard brown CLAY wl - - - - - - - - - - 2.75 - - - calcareous nodules (CH) — - — — — — — — — -- -- -- -- -- --- --- ---- Very stiff to hard brown and tan zo 4s 17 s2 SILTY CLAY w/calcareous nodules and deposits 19 110.4 4.0 2.87 (CL) TERRA -MAR, INC. FIGURE NO.: 2 LOG OF BORING BORING B-2 Project: Wastewater Diversion Project! Fort Worth, TX Date: 6119103 Elev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: N/A Depth to caving when checked: NIA Project No.: FE03-42329 was: NIA was: NIA ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS (feet) & FIELD TEST DATA DESCRIPTION MC %%°� LL PL PI -200 °k D.D. pcf P.PEN tsf UNCON. tsf U Very stiff to hard dark brown SILTY _ - LL 3.25 _ - - 11 CL_AY_w/calca_reous_nodules {CL) i4 s7 �s z1- - - - - - a.s+------ 1. Very stiff to hard tan SILTY CLAY 3.25 w/calcareous deposits (CL) 11 119.2 3.25 1.94 Very hard tan LIMESTONE 10010.5^ 5 la VI10011 - - - - - - - - - - - - - Hard to Very hard gray LIMESTONE -- -- -- -- -- --- --- ---- = - Hard gray SHALE w/gray limestone - - - - - - - - - - - - - - - - - - —15 10o1s� Payers - --- ---------__� 20 25 s0 35 } Notes: Completion Depth: 15' No Seepage Encountered - — - --- - TERRA -MAR, INC. FIGURE NO.: 3 LOCH OF BORING BORING R-3 Project: Wastewater Diversion Project, Fort Worth, TX Project No.: FE03-42329 Date: 6/19/03 Elev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: N/A Depth to caving when checked: end of day was: 23' ELEVATION! DEPTH SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION MC % LL % PL % P� -200 I go D.D, pef P.PEN tsf UNCON. tsf (feet) & FIELD TEST DATA _ 0 Hard brown and tan SILTY CLAY wl - - - - - - - - - - 4.5+ - 00 calcareous nodules (CL) 10010.5" w/tan lim_eston_e layer at 'I '- 2' _ 14 - - - - - - - - 1 s 4.5 } - - — .64 Hard brown, tan and gray SILTY CLAY w/limestone fragments (CL) 13 as 16 27 4.5+ Very hard tan LIMESTONE w/clay 100l0 5„ 5 layers 10 I 15 20 25 30 135 100/0.75 10010.5" 10012.5" 0011.51 00/0.75 - J Notes: Completion Depth: 30' No Seepage Encountered Hard to very hard gray LIMESTONE w/shale layers - - - - - - - - - - T-4-4- k - - -+ ----1i TERRA -MAR, INC. — - FIGURE NO.: 4 LOG OF BORING BORING B-4 Project: Wastewater Diversion Project; Fort !!North, TX Project No.: FE03-42329 Date: 2/11/03 Elev.: Location: See Figure 1 { Depth to water at completion of boring: DRY Depth to water when checked: N/A was: NIA Depth to caving when checked: NIA was: NIA ELEVATION! SOIL SYMBOLS MC LL PL PI -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % o/a % % pcf tsf tst (feet) & FIELD TEST DATA o A Hard brown SANDY CLAY w/ _ 4.6 limestone fragments (CL) 11 29 14 15 4.5+ -5 - l0 -I5 20 - 25 30 35 4.5 + Very hard tan LIMESTONE w/clay seams and traces of sand 10010.5 . ! - w/gray limestone layer below 9' 100/0.5 Notes: Completion Depth: 15' No Seepage Encountered FIGURE NO.: I TERRA-MAR, INC. - _- LOG OF BORING BORING B-5 Project: Wastewater Diversion Project; Fort Worth, TX Date: 2111/03 Elev.: Location: See Figure 1 Depth to water at completion of boring: 12' Depth to water when checked: 30 minutes after completion Depth to caving when checked: NIA Project No.: FE03-42329 was: 12' was: N/A ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION & FIELD TEST DATA MC % LL % PL % PI -200 % D.D. pcf P.PEN tsf UNCON. tsf U Very stiff brown CLAY w/limestone - 3-0- - - - - fragments (CH) _ _ _ Tan LIMESTONE, fragmented wlclay seams 10 36 14 22 s Hard tan LIMESTONE w/clay seams IVIao10014" 1z -wlgray limestone Iayers below 12.5' —15 zo 25 3D 35 Notes: Completion Depth. 15' Seepage Encountered 0 13' FIGURE NO.: 6 --- TERRA -MAR, INC. �..— Project: Wastewater Diversion Project; Fort Worth, TX Date: 2111/03 Elev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA Depth to caving when checked: NIA i Project No.: FE03-42329 was: NIA was; NIA ELEVATIONI DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC % LL o� PL % PI -200 % D.D. Pof P.PEN tsf UNCON. tsf 0 Very stiff to hard dark brown CLAY 4.5- - (CH) 22 73 25 48 2.75 Very stiff blown CLAY wllimestone - - - - - - - - - - T - 2.75 fragments 5 Hard tan LIMESTONE wlcIay seams 10 1 00/2.5 ' 15 100/2" 20 25 30 35 Notes: Completion Depth; 15' No Seepage Encountered FIGURE NO.: 7 - — ----- TERRA -MAR, INC. LOG OF BORING BORING B-7 IE Project: Wastewater Diversion Project; Fort Worth, TX Date: 2112103 Elev.: Location: See Figure 1 Depth to water at completion of boring: 5' Depth to water when checked: 30 minutes after completion Depth to caving when checked: NIA =VAT Project No.: FE03-42329 was: 5' was: N1A SOIL SYMBOLSMC SAMPLER SYM80L5 &FIELD TEST DATA ❑ESCRIPTION o�% LL PL % PI -200 gk D.O. pef P.PEN tsf UNCON. tsf a Stiff to very stiff dark brown CLAY 3.0 (CH) 1.75 32 71 25 46 2.0 - wltraces of limestone fragments 2.5 below _4- _ _ _ _ _ _ _ i -- -- -- - --- 2.25 ---- 5 Very stiff brown CLAY wlbroken limestone -- -- -- -- -- --- --- --- ` (CH}— J — _ — Very stiff tan, light tan and gray 17 38 15 23 114.1 3.25 1.63 SILTY CLAY w/calcareous deposits and limestone fragments 14 25 15 10 la ' Hard to very hard tan LIMESTONE wlgray limestone layers 2a 25 sa 35 Notes: Completion Depth: 15' Seepage Encountered @ 5' FIGURE NO.: 81 TERRA -MAR, INC. —_. _ . _.. -- LOG OF BORING BORING B-8 Project: Wastewater Diversion Project; Fort Worth, TX Project No.: FE03-42329 Date: 3/26/03 Elev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: N/A was: N/A Depth to caving when checked: N/A was: N/A ELEVATION/ SOIL SYMBOLS MC LL PL PI •200 D.D. P.PEN LINCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pcf taf tsf (feet} & FIELD TEST DATA K+= .5 10 15 .20 25 .30 .35 Stiff to very stiff dark brown and 1.75 brown SILTY CLAY 1.25 (CL) 2.5 4.0 Very stiff brown and tan SILTY 3.5 CLAY w/calcareous deposits and- 1 tiron lenses ICLI _ _ _ _ Hard tan and gray SILTY CLAY w/ 14 118.8 4.6+ 3.0 calcareous deposits and iron lenses {CL} 14 42 17 25 4.5 + Mard to very hard tan LIMESTONE w/clay layers 10011" .0 — — — — — — — — — —----i ---I---I-- -I -- - -I- - - - F--- � - - - -i Notes: Completion Depth: 15' No Seepage Encountered TERRA -MAR, INC. - -_-=� FIGURE NO.: 9 r LOG OF BORING BORING B-9 Project: Wastewater Diversion Project; Port Worth, TX Project No.: FE03-42329 Date: 2/11/03 Elev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVATION/ SOIL SYMBOLS MC LL PL PI -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION yy % % pef tsf tsf (feet} & FIELD TEST DATA __- 0 269 -10 -15 -20 25 30 35 Very stiff to hard dark brown and 2.76 brown SILTY CLAY w/ calcareous 3.0 nodules and deposits 24 67.8 3.6 2.72 (CL) 4.0 17 39 16 23 4.5+ Hard to very hard tan LIMESTONE 100/1.51, 100/1.25' A _ — — — — --- — — — — —- �-4--I---I---I---+---1----i------I Notes: Completion Depth: 1 b' No Seepage Encountered FIGURE NO.: 10 TERRA -MAR, INC.-..- Project: Wastewater Diversion .Project; Fort Worth, TX Project No.: FE03-42329 Date: 2/11/03 Eiev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: N/A ELEVATION! I SOIL SYMBOLS MC LL PL PI -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % y % pcf tsf tsf (feet) & FIELD TEST DATA 0 -5 -10 -15 .20 -25 30 35 Very stiff dark brown, brown and tan - - - - ` - - - - - 3.0 - - - CLAY wlcalcareous nodules 2.75 (CH) 26 71 22 49 3.5 Very stiff to hard tan and gray— 15 -116.8 4.25 4.53 CLAY wlcalcareous deposits and \sorrie silt (CH) — _ _ _ _ _ � Hard tan LIMESTONE w/clay layers above 7' -w/gray limestone layers below 7' 10013" Hard to very hard gray LIMESTONE - - - - - - - - - - - - - - w/tan limestone seams a 10012" — — — — — — W _. — -- -- -- -- --- --- ---... Notes: Completion Depth: IS' No Seepage Encountered TERRA -MAR, INC. FIGURE NO.: 11 LOG OF BORING BORING B-11 Project: Wastewater Diversion, Project; Fort Worth, TX Project No.: FE03-42329 Date: 0122103 Elev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVATION/ SOIL SYMBOLS MC LL PL -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION PI (feet) & FIELD TEST DATA °�6 % °k % pcf tsf fs# r o I_0 Very stiff brawn and tan —CLAY- -5 -10 15 20 25 30 35 traces of silt 24 60 21 39 100.9 2.76 1.74 --- -- -- -- --- --- 100/2" Hard to very hard tan LIMESTONE wlclay layers 10012.6" Notes: Completion Depth: 15' No Seepage Encountered Hard to very hard gray LIMESTONE - - - - - - - - - - - - - - - FIGURE NO.: 12� TERRA -MAR, INC. LOG OF BORING BORING R-12 Project: Wastewater Diversion Project; Fort Worth, TX Project No.: FE03-42329 Date: 6122/03 Elev.: Location: See Figure 1 Depth to water at completion of boring: DRY ' Depth to water when checked: NIA was: M/A Depth to caving when checked: N/A was: N/A ELEVATION! DEPTH {feet} S01L SY 4BOLS SAMPLI R SYMBOLS & FIELb TEST DATA DESCRIPTION MC % LL % PL % P� .200D.D. % Pd P.PEN tsf UNCON. tsf 0 Hard brown CLAY w/traces of silt 24 75 25 48 - 4.5+ 1.74 and limestone fragments (CL) — qVi Hard to very hard tan LIMESTONE 100/2.5" w/clay seams 10011 " 5 Hard to very hard gray LIMESTONE 10o/1.5" w/shale layers as 100/1" — — — -- — _ — — -- -- - -- _ - --- --. 20 25 30 35 Notes: Completion Depth: 15' No Seepage Encountered N. FIGURE NO.: 13 - - -- — TERRA -MAR, INC. � LOG OF BORING BORING B-13 r- II Project: Wastewater Diversion Project; Fort Worth, TX Project No.: FE03-42329 Date: 2/11103 Elev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: N/A was: NIA Depth to caving when checked: NIA was: ILIA ELEVATIONI SOIL SYMBOLS MC LL PL -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION PI (fact) & FIELD TEST DATA � °� °� 95 pcf tsf tsf 0 5 10 15 20 25 30 35 10013.25 " Notes: Completion Depth: 1 R' No Seepage Encountered Very stiff to hard brown to tan 3.75 CLAY w/calcareous nodules 4.0 (CH) 4.5t 4.0 Stiff to hard tan SILTY CLAY w/ 4.5+ calcareous deposits (CL) 20 1 44 1 17 27 1 1 2.0 26 1 98.4 3.0 1.81 Hard tanLiI11I1=STONE — — — - — FIGURE NO.: 14 _- -_- TERRA -MAR, INC.-- LOG OF BORING BORING B-14 Project: Wastewater Diversion Project; Fort Worth, TX Date: 3/26103 Elev.: Location; See Figure 1 Depth to water at completion of boring: 8' Depth to water when checked: 20 minutes after completion Depth to caving when checked: N/A Project No.: FE03-42329 was: 8' was: NIA ELEVATION! DEPTH (faet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC % LL % PL g6 PI -200 % D.D. pcf P.PEN tsf LINCON. tsf o Very stiff brown CLAY {CH} 2.75 Very stiff tan and gray SILTY CLAY 3.0 w/calcareous deposits 2. 2.25 6 2.75 00 00 (CL) 19 107.1 3.5 2.41 - w/limestone Seams below 9' 19 43 18 25 4.5+ 3.0 Very hard gray LIMESTONE 15 100/0.5" 20 25 30 35 Notes: Completion Depth: 15' Seepage Encountered @ 8' FIGURE NO.: 15 - _-- — TERRA -MAR, INC. LOG OF BORING BORING B-15 Project: Wastewater Diversion Project, Fort Worth, TX Project No.: FE03-42329 Date: 3126I03 Elev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVATION/ SOIL SYMBOLS MC LL FL PI -200 D.D. P.PE:N LINCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % oy % % pcf tsf tsf (feet) & FIELD TEST DATA F 0 r7—/_1_A Very stiff dark brown and brown 2.75 s 10 .. 15 20 25 30 35 CLAY w/calcareous nodules and 3.25 traces of gravel (CH) 20 54 21 33 4.0 ---------- - ---- -- -- -- -- -- - Very stiff to hard tan and gray 4. ° SILTY CLAY w/gravel and iron 3.25 lenses 9 3.25 2.75 (CL) - - - - -� - - - Very hard gray LIMESTONE w/shale layers 10010.75" — — — — — — — — — -- - -- -- -- -- --- ---- Notes: Completion Depth: 15' Seepage Encountered @ 6' , TERRA -MAR, INC. _- --.- ----- FIGURE NO.: 16 BORING LOG SYMBOLS Aid®TERMS FOR SOIL. ° - 11 SOIL AND MATERIAL TYPES* Clay (CH, CL) Silt (MH, ML) Sand (SP, SW) j1polj! 11�t11 (CH,ShaleyC Clay (CH, CL)* Sandy Clay SAMPLER AND INDICAT R TYPES ®Thin Walled Shelby Tube ®Standard Penetration Bulk/Grab Sample Rock Care THD Cone Penetrometer ®Solid or Hollow Stem Auger 0 �.•i YI !•�q Gravel GW) Clayey Sand �_ Water level Water Level on the — at Completion Date Indicated (GP, (SC)' —— ® a:e:. a• Asphalt o:°,: 4• nA �°`a•A- Concrete Paving Depth to Caving Boring at Completion —Continues Paving *Note: Dual symbols are used to indicate borderline and mixed soil classifications STRENGTH OF COHESIVE SOILS Soil Pocket Penetrometer Consistency Reading, tsf Very Soft < 0.25 Soft 0.25 to 0.50 Firm 0.50 to 1.00 Stiff 1.00 to 2,00 Very Stiff 2.00 to 4.00 Hard > 4.00 DENSITY OF GRANULAR SOILS SPT Blows Relative per foot, N Densi 0 to 4 Very Loose 4 to 10 Loose 10 to 30 Medium Dense 30 to 50 Dense 50 Very Dense DESCRIPTIVE TERMS FOR SOIL Description Criteria Inclusions Stratified Alternating layers of material or color Parting Inclusion < 118" thick with layers at least 1/4" thick Seam Inclusion 1/8" to 3" thick Laminated Alternating layers of material or color Layer Inclusion > 3" thick with layers at least 1/4" thick Trace < 5% of sample Fissured Breaks along definite planes of fracture Few 5% to 10% of sample with little resistance Some 10% to 25% of sample Slickensided Fracture planes appear polished or Numerous 25% to 50% of sample glossy, sometimes striated Blocky Cohesive soil that can be broken down Soil Moisture into small hard angular lumps Calcareous Containing appreciable quantities of Dry No obvious water in sample calcium carbonate. (Reactive with HCI) Moist Sample is damp without excess water Ferrous Containing appreciable quantities of Very Moist Sample is damp and water is visible ferrous oxidefiron nodules and/or stains Wet Sample bears free water SOIL GRAIN SIZE Soil Grain Size in Millimeters 7a o da .1 A 7R o nn n d,2n n n-ra n_002 Boulders Cobbles ravel Sand Silt Clay Coarse Fine Coarse Medium Fine 6" 3' 3/4" 4 10 40 200 270 U.S. Standard Sieve Size FIGURE NO.: 17 rerrrE. iwr.° gm''r��r � IFMMrlmwmaolm �aa�s BORING LOG SYMBOLS AND TERMS FOR ROCK ROCK TYPES Shale Ri Weathered Shale Sandstone LLA Sitfstone Severely Severely Weathered Weathered Limestone Shale Ctaystone r r!— Granite , ROCK HARDWESS ROCK HARDNESS BY THD CONE Friable Crumbles under hard pressure Penetration Very Soft Dented w/ moderate finger pressure Description per 100 Blows Soft Scratched easily with fingernail Very Soft > 6" Moderately hard Can be scratched easily with knife Soft 5" to 6" but not fingernail Soft to Hard 4" to 5" Hard Can be scratched with knife with Hard 2" to 4" some difficulty and broken with light Hard to Very to moderate hammer blow Hard 1" to 2" Very Hard Cannot be scratched with knife and Very Hard 0" to 1" can be broken by one to several hard hammer blows .. WEATHERING GRADES OF ROCK MASS Slightly Weathered Some discoloration indicates weathering of rock, may be some small decomposed rock pockets, layers and/or seams Weathered Discoloration of majority to all of the rock mass, with trace to some of decomposed rock pockets, layers and/or seams Severely Weathered All of the rock material is discolored and most of the rock mass has decomposed into a soil with the original mass structure still largely intact JOINT DF-SCRIHTION Spacing Inclination (degrees) Surfaces Very Close <2" Horizontal 0-5 Slickensided Polished Close 2"-12" Shallow 5-35 Smooth Planar Close to Wide 12"-3' Moderate 35-65 Irregular Granular Wide >3 Steep 65-85 Rough Jagged Vertical 85-90 HF-0®1-MG T "ICKNESS Very Thick >4' Thick 2' to 4' Thin 2" to 2' Very Thin 0.5" to 2" Laminated 0.08" to 0.5" Thinly Laminated <0.08" ?le i 9ZAIT FIGURE NO.: 18 b o T Q L Z �}� V � b d o A > z`y B 5> Z ` _ ® A E n Y M 0 C CD E O w N �. m 0 .. Ep c N tm .. m C -W ae a w 4 cU U N Oj O O Oo O ❑ +. ® r- O 20 p co U W p` QO ❑ V) of CL 0 � o {- U 0 U i 5 -k d I KEY TO SOIL CORROSION POTENTIAL TEST RESULTS Soil Potential to Corrode Ductile Iron and Cast Iron Pipes Description Points Resistivity (ohm -cm) <700 10 700 - 1,000 8 1,000 - 1,200 5 1,200 - 1,500 2 1,500 - 2,000 1 >2,000 0 PH 0-2 5 2-4 3 4-6.5 0 6.5 - 7.5 0" T5 - 8.5 0 >8.5 3 Redox Potential >+100 my 0 +50 to +100 my 3.5 0 to +50 my 4 Negative 5 Presence of Sulfides' Positive (strong bubbling or foaming) 3.5 Trace (slight bubbling or foaming) 2 Negative (no bubbling or foaming) 0 Moisture (Drainage) Poor Drainage (continuously wet) 2 Fair Drainage (generally moist) 1 Good Drainage (generally dry) 0 If sulfides are present and low or negative redox potential results are obtained, add 3 points to this range. Sodium azide-iodine qualitative test. Note: Sum the points from each test procedure. Use total sum and table below to find the soils potential to corrode ductile iron and cast iron pipes. Nearly Non -Corrosive Mildly Corrosive Corrosive Highly Corrosive 0-1 1-4 4-10 >10 Reference: Handbook_ Ductile Iron Pipe, Cast Iron Pipe, 5th edition published by the Cast Iron Pipe Research Association Figure 20 KEY•TO SOIL CORROSION POTENTIAL TEST RESULTS Soil Potential to Corrode Concrete Description Mildly Very Corrosive Corrosive Corrosive Water Soluble Sulfates (mg/kg) 0 - 150 150 -1,500 >1,500 Nearly Very Non -Corrosive Corrosive Corrosive pH 7.5-14 3-6Z 0-3 6.5 - 7.5* * If sulfides are present within this pH range a potentially corrosive environment exists due to the presence of bacterial growth and activity, thus reducing the pH. RECOMMENDATIONS FOR [FORMAL WEIGHT CONCRETE SUBJECT TO SULFATE ATTACK Water Soluble Sulfate Maximum* Sulfate (SO4) (SO4) in Recommended Water -Cement Exposure in Soil M Water (ppm) Cement Type Ratio Mild 0.00 - 0.10 0 -150 --- --- Moderate" 0.10 - 0.20 150 - 1,500 Type II, 0.50 IP (MS), IS (MS) Severe 0.20 - 2.00 1,500 - 10,000 Type V 0.45 Very Severe >2.00 >10,000 Type V + 0.45 Pozzalan*** * A lower water -cement ratio may be necessary to prevent corrosion of embedded items. ** Seawater also falls in this category. *** Use a pozzalan which has been determined by tests to improve sulfate resistance when used in concrete containing Type V cement. References: ACl 210R-87(4.3): ACI Manual of Concrete Practice Part 1, 1988, Table 2.2.3 Figure 21 LATERAL EARTH RRESSURkS FOR INTERNALLY BRACED EXCAVATIONS in specific soils Excavaih Sollo ^ -_._-J n___I--_ WHERE: sh = Lateral Earth Pressure, psf. H 4 Height of Excavation (ft. NOTES: 1) If water is not allowed to drain from behind shoring or bracing, full hydrostatic pressure must be considered_ 2) Surcharge loads and traffic live loads, if present, must also be considered. TERRA —MAR, INC. Proposed Wastewater Diversion Project Lateral Earth Pressures for _ - - - Fort Worth, Texas Braced Excavations _ = SCALE: J08 W: Y Date:9-24-03 Revised: None FE03-42329 Wastewater Diversion Project; Fort Worth, Texas TETRA AfARD MC. TMI No, FE03-42329 September, 2003 —T Consulting - Geotechnical -Environmental Construction Materials Testing APPENDIX A STANDARD FIELD AND LABORATORY INVESTIGATION PROCEDURES Appendix A Wastewater Diversion Project; Fort Worth, Texas TMI No. FE03-42329 September, 2003 ` yn—aym' Consulting — Geotechnical - Environmental a Construction Materials Testing FIELD INVESTIGATION PROCEDURES The borings for this investigation were staked in the field by a Terra -Mar engineer using simple taping procedures from reference points noted on the site plan provided by the client. A field log of each boring was recorded during field drilling operations. These field logs and soil classifications were reviewed/verified by a geotechnical engineer in the laboratory through visual classification. Samples were visually classified according to color, texture, predominant material type, consistency and density. Results from the laboratory testing program along with the visual classification of each soil stratum were used in the determination of the USCS classification for each soil stratum (ASTM D-2487). Finalized boring logs are provided in the report, as noted in the table of contents. Please note that the lines of soil demarcation represent the approximate soil boundary between differing material types, and that the actual- transition between the soil strata in the field may be gradual. Truck mounted drilling equipment was used to advance the borings to the completion depths using solid stem auger procedures. Soil samples were foil wrapped and sealed in plastic bags, for moisture control, and were marked to identify the boring number, sample depth, and job number. Unless notified to the contrary, soil/rock samples/cores will be stored for 94 days, and then discarded. Field soil/rock sampling procedures were performed in accordance with the following standards: Thin Dialled "Shelby„ Tube Sampling ��4�1CNJ_�R1�s371! This sampling method consists of pushing thin walled steel tubes, with an approximate 3 inch outside diameter, into the soil to be sampled using pressure provided hydraulically by the drilling rig, or manually by the field technicians. This sampling method is typically used on cohesive soil samples, and produces samples that are relatively undisturbed and suitable for shear strength testing, consolidation testing, permeability testing, and in -situ density approximation_ TxQ0T Cone Penetrometer Test "TFiD" (TEX-132E The THD Cone Penetrometer Test is a field test established by the Texas Department of Transportation to determine the relative density and load carrying capacity of deep foundation materials (typically rock formations). In this test, a 3 inch diameter penetrometer cone is seated into the strata to be sampled. The cone is then driven into the strata using a 170 pound weight freely falling over a distance of 24 inches. The cone is driven until either the blow count reaches 50, or the penetrometer has been driven 6 inches. The number of blows and the distance driven is then recorded on the field logs. The results of the field test are then used in a table that correlates the bad carrying capacity and skin friction of the proposed bearing strata to the field test results. Sampling by Auger Boring Method "Crab Sample" AS M D-1452 This sampling method consists of sampling the soil samples by removing representative soil samples from the continuous flight augers used to drill the boring, or by removing soil samples from the cuttings brought to the surface by the augers. This method provides highly disturbed samples that are appropriate for classification purposes only. Appendix A Wastewater Diversion Project; Fort Worth, Texas TMI No. FE03-42329 September, 2003 Groundwater Observations Consulting - Geotechnical - Environmental Construction Materials Testing Groundwater observations were made during drilling operations, and after a period of at least 24 hours, unless otherwise noted on the boring logs. It should be noted that the use of water during coring operations can make the determination of groundwater conditions difficult. When necessary, wash water was bailed out of the borehole to a depth below the depth of seepage observed during drilling operations. LABORATORY INVESTIGATION PROCEDURES The laboratory -testing program was directed primarily toward the evaluation of the physical and engineering characteristics of the underlying site soils. A Geotechnical Engineer performed identification tests, unless otherwise noted. The results of this laboratory -testing program are shown at the appropriate sample depths on the boring logs, or on the appropriate figures. Unless otherwise noted, laboratory procedures were performed according to the following procedures: Moisture Content (ASTM D-2216) Natural moisture contents of the soil samples (based on the dry weight of the soil) were determined for selected samples at selected depths. These moisture contents are useful in delineating the depth of the zone of moisture change with an increase in subsurface depth, and can be useful in locating the groundwater table. The moisture content can also be useful in analyzing and evaluating the expansion potential and/or shear strength of soil samples. The results of the test(s) are reported at the appropriate depth(s) on the boring log(s). Atterberg Limits "Liquid and Plastic L.Itnits" (ASTIVI D-4_ 18 The Atterberg Limits are given as the particular moisture contents of fine grained soil materials when they meet the requirements of a predefined test. In particular, the Plastic Limit (PL) is given as the approximate'moisture content at which the soil material begins to behave more like a plastic material than a semi -solid material. Similarly, the Liquid Limit (LL) is given as the moisture content at which the soil material begins to behave more like a liquid material than a plastic material. The difference of these two test values can then be calculated, and is known as the Plasticity Index (PI). Larger PI values indicate an increased ability of the soil material to remain in a plastic state with changes in the moisture content. The results of the test(s) are reported at the appropriate depth(s) on the boring log(s). The Atterberg Limits can then be used in conjunction with other parameters to classify the soil according to the Unified Soil Classification System (USCS). These parameters are also useful in evaluating the expansion potential of the fine grained soil materials with fluctuations in the moisture content. Unconfined Compressive Strength of Soil_Samples (ASTM D-2166) The unconfined compressive strength testing of the soil sample(s) was performed in order to evaluate the undrained shear strength of the soil material(s). For this test, a sample with a minimum length to diameter ratio of 2:1 was used whenever possible in order to reduce end effects during testing. If the ratio was less than 2, a correction was applied according to standards listed in the ASTM-manual. The results of the unconfined compressive strength test is useful in evaluating the shear strength of soil materials in undrained conditions and can also be used to Appendix A Wastewater Diversion Project; Fort Worth, Texas TMI No. FE03-42329 September, 2003 consulting — Geotechnical - Environmental Construction Materials Testing ( determine the amounts of cohesion present. The results of the test(s) are reported at the appropriate depth(s) on the boring log(s). Pocket Penetrometer Shear Strength Evaluation A small hand held penetrometer device was used in the laboratory to evaluate the shear strength of relatively undisturbed cohesive soil samples. In this test, the flat tip of the device is placed on a flat portion of the undisturbed sample. A constant pressure is then applied until the device penetrates the sample a predetermined amount. The approximate shear strength developed is then read on the side of the device in tons per square foot, and is reported at the appropriate depth on the boring log(s). This test is valuable in developing relative correlations of the consistency of soils across the site, and can also be used as an indication of the in -situ moisture content relative to other samples. Appendix A LL, z � r ib 04 OL w Rpos�s nr � � . •.� � � a ® is BB BD 0 4 MA LV �ZIOLwrf-- ' crla � to IL Lzi M M M D c 1 ���u�l naIHl��h illh�I,L�dFiIM�.. - —9/CIO La D LA y C� `.' PP •, -CL' ® tA os ..., ._^ N tJ! b l Lai Ln (] C e ��. U. LLI %! rcd ZO gie g / W / en id ` W) Rn LA.f go V i • DID to 0 - — i- L31 �, pq I14W © 1C�,,I / • /� pN CD Vm 44�1�� � •_ r t Tn ' ; to V7FfB LLJLew jx we so r LLI 8 4 c L0 in pi 0 I BB D ♦ ♦ ®ve, UJ LLI 0: Z I-- p UJJ C3 d u 'lGaHLOW o�\��S•Sd���O�tdaa ��o\tN•�il� LLI g s 9 aLLJ per.��} L'- 6.G Ef l ` Q (iJ PQ B ijr t � W ..O..@`` GCE Lij LLJ j - t jr s�' f V)MD M j N © / IlIAIIIYIIIIIII�Jlliy4. PP / •f - �.+f LJ (Dui LA. E.15 u U. La / ~E OO `Z ui I--LLI �I- ,� n n 0 -4 1A o II- ELU. to LAJ 4U. Ln �py ® PAD Dqp CD P.d &gad d I .LLI f ® r r ! Ld W J--r m jx— go F� LLI go J as `� oo / ♦� ♦ �y� {'�j / Fri z @@ �, trj8LA®— LL CL ICE ® to J u ul 0 --------- - -- - x� u •POQFi�pii3�sd3 ws�r�aa���sndrQ�:oeu�r�3� 03\3nS@S.133P0 dvQaV3vVWs 9[j 6� 'gym p 1� t.- �z 1i0 Ef. •. ® L " �] D9 �>�� i—i xO .—. w z,�� U L6 •-- .4 02 2 Yo Ld PP ®La La LAJ LAJ �POr zF— • �D 00 n In D =1 Z) D .I rlrl I. I IE yE� a o 1 1 1 FP pD � ry IFney+y' z z /z0 U. U ir P pp+ W IL tie V —i U 0 M I diW ss U2 �br WQa£' U Wu np EpSfPiG 4G):E STWA . ■ PwEUNE R JST pr WAY A rASC9Y LASLktEk3T Y� wL 33sr. Pc. er. 0.9.n T,f T. QP. Ln P- z IDpD Y �k z 8 0 T t ff� DO z U �1 1 b � l Fed in Emsm LC: ST/R tis CM-ARY t" P3Pum xn T or WAY AND EASEUm VOL 3 5r, PG 90. Op P.tt . � I coW cm I W a DO f— uj N co j OpD� p+ E \V D V 2a —A Ptl pin � Ih� I�f I L r J� I 3 � IC I ej wo !sd V f � � oP ® tLJ � DP 4�9 ➢N t� L U t1+ to .. d. ® ,m`. W LAJ 0 z W- Lai Llra II- F � f ® � �m�N� Pp Z CL N r d 0DDD:3 LLI z 1 Lin LON Ix � b 1 Fn ..P-P, to Do 0 z `z go z ♦�� Qr�' Y♦�♦ goo �s AP 0— tLLL- X 0 111) La �0z IX Ir th 0 Li , IL ® to ,j u !d z U IL i� [% ul Z L tn \ U. \\\ L� ® NN 00 Grpp' tl■ tLI LIJ '- La Q% " goo a- V) LLJ tO t-�J , u -9 z z W d cr w t16 w C� 4 si. � r cc ® d of t 2 0 S ire. w c O R z W ®c Um p ppIx W L 4 Z5 wo on 0 u Y ��q W W{� t� In L Ln P-'. 4 CO qwq�p- • tl P P- >® Ld00 -i m ti,f R- Vq 0 G® Pq z p® z 0 Q Lei a has n a0 w am � Ib Gij@l49 0i) 8 4 �y uj u S{ �CL N6-- 6 �a Q UJ J.�lJJJ \ d d e b D N ro ��6k LLJ A*� L - - - oa . r � 0— lotom-. ri r m. o0 LLI as U. ui z U LS Lei 402 M U. LAJI M 0 14 i ai U. Ln q 0 � I L !aX r 1 i s FpFa�7 co �_. i eo 0-9 U.Go PIP QG WDo I"' / . `aka + mp 4Y% UPS '•e `2F I �,I.i x z as M z ® Owe i # Pal ®®Ld W. d # ®U J C 1 cLLI r I--------- - _... _. u-SOOMI-MIMPSK46010fiSpd�l�ulo� t o ��nS•Sd�3rOt#do©aW3Q� ei1:�71 i GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised July 1, 2011 1%1-'NC-4o06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised July 1, 2011 S GCm6.06.D Minority and women Owned Business Enterprise Compliance THIS PAGE CLEFT INTENTIONALLY BLANK CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised .Tuiy 1, 2011 ATTACHMENT 9S F i-cr WORTH peage I of 9 City of Fort Worth Minority Business Enterprise Specifications � Prime -Contractor Waive r Form OFFEROR COMPANY NAME: Chuck aploftable block to dill cdbo prima PROJECT NAME: M�.Vli7�E KQN-MMID19C urn DATE Clty's MOE Prafeot Goat: OfWor'es MSE Project Carnmitment; PROJECT NUMBER 1. %. % If loth answers to this form are YES. da not cixmplute ATTACHMENT I {Good Faith Effort Form). All questions vrl fts form must be completed and a detailed explanstlon provided, If applicable, if the answer to either questk m Is N0, then you must complete ATTACH M E N T 1 C. TMIs form is only applicable if both answers are yes FaiIUre- to-'col1lislt?te this form in its entirety rand 1)4�,recrrivud t)y tfi e P iri�li.isiiig a isl r rtin la tertiiadi 2;00 �r. ��.rn_ oii-'llie:second City business daVafter tIJA-2p rtirtq, exoitasivew of.tl1c Laid 0FNAitrg'U.4%W, v.iII rE-sult-iii the bid,being.c<orisidel'ed non -responsive to bid Specifications.. W11I you perform this entlre contract without aubcontractors 7 YES If yes, please provide a detailed explanation that proves based on the srze and scope of tills NO project, this is your normal business Eractice anti provide an nperat€anal profkEe of yOrrr bUSlrtLt-s5. Wi1R you perform this entire colntract without suppliers? YES if yes, please provide a detailed explanatlon that proves based on the size and scope of 11115 project, this is your normal busInass practice and provide an Inven[cry profile of your business, No The Offeror further agrees to provide, directly to the City upon rOtiest. complete a5d 80curate information regarding actual work performed by all Subcontractors, IricludIng MBE(8) on this contract, the payment thareof and any proposed changes to (lie original MSE(s) arrang( rmanN ambmitted wlth this blew, The Offeror also agrees to aIlow an audit andior examination of any books, records acid ffles held by their mrnpan y that will substantiate the actual work performed by the MBEs on this corttract, by an autt-larized officer or employee of the City. Any intentional andlcr knowing rnisrepresenlation of facts will be grounds for termlr4at[ng the contract or debarment from City work for a period of not Jess than lhree (3) years and for Initiating action trrlder Federal, State or Local laws concerning false statements. Any fallur-e to compty with this ordinartae creates a rnatel-W brenci7 of contract and may result In .a determination of an irresponsible Offeror and Jarred from pariicipatIng Irt Clty work far a perked of time nut less than orlo 1 �aar, AultrgrIzed Signalure Tllla Company Narrx Addlr$g5 Frinled Slgnfetur6 Conleal Nwe (If different) Prone !dumber Fax NLjn%er Emall Adrlre5.5 Q3te Cilyl5late0p Rev, 2t10115 ATTAIMimxrrr ADO s F i" WO T 1 I E: PROJECT NAME - City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form ATTACHMENT 1 Page 1 of 4 appllcabla brack to darwdlbe I I MANIDBE I I Nonr-wWiDE* Cftoror's MBE Project Ccoimlrment: l PROJ♦ECT NUMBER if the' Offeror dici not meet or -exceed the MBE-subcDotractirlg goal [or t1ft project, the Olteror must comntete this form. If the OfferorTS method of compliance with the MBE goal is based upon derxtoasts-ation of a 'good faith effort the Offeror will have the burden of correctly and accurately preparing and subznitting the documentation required by the City, Compliance with each item, 'I thru 11 below, shall satisfy the Crowd Faith Effort requirement absent proof of fraud, intentional andlor knowing misrepresentation of the facts or intentional discrimination by the Offeror. �,Ih.rre to complete this form, In its entirety with supporting docurnentatirm, and received by the Purchasing Division no later than 2;00 p.m. on the sccosd City busrncs, clay after bid opening, exclusivq of bid ripening date, !IJ result In the bld lacing consEdered rion-responsive to bid specifications. 1.) Please Ilst each and every subcontracting andlor supplier opportunity for the completion of this project, regacdiess of whether it is to be provided by a MSE or non -MBE. (DO NOT LIST NAMES OF FIRMSi On all projects, the Offeror must list each subcontracting and or supplier opportunity rergarciless or tier. ATTACHMENT ADR b Rev. zolQ?15 ATTACHWNT IC Page 2 of A 2.� Obtain a current (riot more than two (2) months old from the bid open date) list of MBE subcontractors andlor suppliers from the City's MIWBE Offico. Yes o Date of Listing ,f�f 3.) Did you solicit bids from MBE firms, within the subcontracting andfor supplier areas previously fisted, at least ten calendar days prior to bid opening by mail, exclus€vo of the day the bids are opened? Yes (Ir yes, altaLii MSEF PrraII lisuiig io include namID of Drm and addre9s and a ILtd- oapy of 1Ole r Mal l41rl i �N0 d.) DId you solicit bids from M13E firm$, WiIhTn the subcontractIn9 and?ar suppller areas previously listed, at least ten calendar days prior to bid opening by teleghane, exclusive of the clay the bids are opened? Yes �If yes, attach Itst to InrIode l�L of M 8 E firm, p erson caranGtodI pliono numbar and �g and Jj= of rcinlact.} �No 5.) i]id you solicit bids frorn MBE firms, witl11n the subcobtractlrsg andlar stip pHer areas previeusly listed, at least ten calendar days prior to bid opening by facsimile (fax}, exclusive of the day the bids ars opened' YOS (if yes, attach Jlst to JmIUdo n1nf2 of M8E iirrii, Wry numbar and data ana Lima of eon#aak, In additlon, N the (rax is rim rurned as undofiyerabIu, then Vita "%rndellVIDraWe VInnfirn18tion" recelvt*d itiustba printed diracfly from the faaslmIto Ifar prapar documeal Won. FaIlurim to submit conffrmatlon an crier "iindolWGrabfe conflrrnatIPs" dotumiaritaOon niay randar the GFE nom m5p onrOve.) No 6.) € id you solicit bids From MBE firms# within the subecntrectinrg avdlor supplier areas prevlousiy listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? _ _ Yes {If YIDS, attactF istnail C0nffrm0tip{1 to iNGILi t! rrAMiD of MSE fJrm, dale and time- In adEffllon. if an email Is reiUrn 0d aS uridalhoftrabla, them that "undel iverebte rneSuage" te"ipt mEl t be printed dire(Aly from ihin umail system for proper doe uinantation. ('allure W 9Ubrri11 0onfirroallun ;tndfar "urldi I:Iverablg n1ersago" documnntatlon may randar the 0F=E nvn- re ci 13 wisive-) No NOTE: The four rnothads ldt�tstif+ed above are acceptable for S01€61ing. bids, and each scleCtP0-Illethod must lie applied to the appl€calVe contract, `fife Offeror musl dacumerlt that Either at leas: tWa al#2lssptS were Marie using two of the four nsethods. or thFit-at least one 8occe5sful-contact was Made using arse of. the four nie.thods in order to be rleenned responsive to the Gu6d:Faith Effort requirement. NOTE: The Of{oror must contact Fhe entry IMBE list spec l'fic-' fo 6ach tsubcontracting anti supplier opportunity to bu ii) compIIaiice.with question5.3 through 6. 7.) Did you provide plans and specltica€tons to potential j ISEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No ATTACHMENT AD? r. Rev. 200f15 ATTACHMENT IC Page 3 of 4 9.j Did you prepare a quotation for the MBEs to bid on goodslservices specific to their skill set' Yes {if ye%, AltaCh all copkos aF qualatlons,j No 10.) Was the contact information on any of the listings not valid" Yes IIf yes, attach the 4nlormaton that was MA vaIILI hi order for titre fuVNBE Ol(ice to address the uarreOw% nMded.) No 11.}Subrnit documentation if MBE quotes were rejecter#. The documentation submitted should be in the forms of an aff]davit, Include a detailed expfarration of why the MBE was rejected and any supporting documentation the Offeror wWies to be considered by the City. in the event of a bona fade dispute concerning gUOtes, the Offeror wkti provide far confidential frnccamena access to an �nspeetion of any relevant documentation by City personnel. ftIease use addjf±orraf s1iaers, it FF a r, as sary, ang arracrr. Germane Name Telephone I Contact Person 5cop o a Work Beason for Rejection ADDITIONAL INFORMATION: Please provide addiflanal Information you feel will further explain your good and honest efforts to obtah) MSS participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this laid. The Offeror also agrees to allow an audit aiadfor examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional andfor 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 faikure to comply with this ordinance shall create a material breach of Contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) +ear. ATTAR:Hmurr AD2-6 Ray. 21413fi l ATTACHMENT 9C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBEs) listed in Attachment'IC will be contacted and the reasons for not using them will he verified by the City"s WME Office. Authorized Signature Title Company Name Address CityfstateOp PtintaW Signature Contact Name and Title (if dffferent) Phone Number Fax Number Email Address Date AT-rAcHMEwT ADS-b Rev. ZMOMs JWril Vanture Page 1 aI 3 FORT WORTH C1rrY OF FOXF WORTH � ]VIBE ,point Venture FAigibifily Form All quavions.rmst he winvered. ifsr "NIA " -nof appli"ble. Name of City Project: JninlL vvmfnrP in farm fktInn! A jairii veMtf m fimn moot bo ramplated on anh pra,jact RFPIBid{Purchasirlg tNuxalbCr, Joint Veature Name. Joint Venture Address- '(lfappllcubla) Tolopholao. Facsimile; E-mail addreSR= Cdllulsr: Identify the firms !_h&t comprise the jo it yenture; Pa n&sff at€aah oxfra gtwet z if addillmal speco i4 fegrdredfo p;ovide i*fefod oxpjanaft as aoPk6& babe pgrfomod byuach ff m comfuiwt y 1h# of v0+7fure MPE iirnt name- T Norp-M BE firm nlrmn ; kwinG5s ALWcn: Wifl n AUrc9ii. Cary, Stntr, ZiR: City, SLotp, 7.jp- rcl shrNaa Fewojw le E-Inall TeIrplirm J39%jmlla COW C'clluIor CUF1irLM1fiUn StMIUA: k:-malI odd rtn [Wmmv of COrtiIy1rig Agekicy: 2. Nt ope of work perfurmtu Dy [tie jai tit venture•: Fesscrihe the sculle of work of the MBE: Describe the scone of work nr the non- 14T8G. Aj,r .Y71MEwr AAi - I Rev. 2M 0115 Joins VarLture Page 3 0+ 3 3, V4'hat is the pet enlage of MBF [ trrticipaii, n oiI this ,poi:it rudnrc that you wish to be co"Iltejl to%%rard neeefing the project goal'? 4. Attach it copy of the ,join( venture agi,eement. 5. Lis# corn ponenis of ownership of joint venture: (Do naF Inform uflan a.dcseribed injaim vpmrrrr'e-agmemsioll Kofit and loss sharing: CeFital wntributions, including ggUIPMOnk Morappii0blo awnershtp WIMMIM.' 6. Ida atify by name, race, sex send tirrn chose individeLAls (with tjtles) who ace i,wponsible for the dipy-taAsy mallageueent aad deeisiun in king of the jolut venture: Flimnclnl dtxlsioim Ou inaludo Aocounl FeyaNe rind RmMitxlc): iVi��lsgernat�t r3coiaiar�: U. Estimating b, Marketing And Sale ._.. c f Hirl g.nnd.Firing of inunagemenI —— .................... d, PurchusIng ormaior egLlipmcont indlor Supplies Sopert+isiorr of field aperaflona The ity's Minodty anti Women Bu9iness Enterprise Office wilt review your joint venture submission and lil have final approvaI of the MBE percentage applied to and the goal for ilia project listed an this form, NOTE: Frpm and after the date at project award, if any of the participants, the Individually defined scope-s of work or The dollar arnounlslpercentages change from the originally approved [nformationr then the participants must Irrforrn the My`s MANBE Office immediately for approval- Any unjustlfled change or deletion shall be a material breach of contract and may result in debarment in accord with thin procedures outlined In the ity's BDE Ordinance. ATTAcrrwev-r Rr)�- -� Rey 2/112115 J41r1I WtiluIe Pang 2af3 Ai+'FZDAVIT Pie undersigned affimis that the foregoing!tIatcmen[s are (rue and col'j-ect and include all inateriul information necessary to i'dent-Ty and explain the terms and operation of the joint venture. FUrthermore, (he Undcji-si ft)ed shall Hgree to provide to the joint vemi)re the skated scope of work, decision-makitag r Wpisibilities aid payments hel�eitl. Tiw iC4 also reserves the rigid to.rdquev any add itianaI inforaiatian deemed necessary to detern iaet if the Joint v4anture is aligibIt . FaiIurt to cooperate aiiWor provide regriested infoi-mation Mthia thy: iiinLe specified is grounds for ierminatinn of tho el igibility process. The, undersigned agree to permit audits, interviews with �iwners atad exRininatinn of the hooks, wrgrds and files of the joint vonture by atiy audwrized representatives of the City of For[ Worth, Failure to comply with this provision shall fesull fn 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 andlar Local laws/ordinAncsss concerning false statements or willful misre imseritation of facts. W11111O of MH E AM 2Vame of area -&ID>; firm PrMO?^ AOoTOWaw PrimC4t+itanlo.arOWN4 SIgnatura of0m ar signoffutle of-Ownei P intod Nertia ofOwncr PrLnLrd lqame of Ohmr SignaWrr or -Owner 15 igrmtory arownu I,11:c Tlitr Er�t� [}nic State. -Of Op this Natarizst#ion owlty of dad+ of , 20 , ht&ro inn- appear d and to rni: personally known and who, 11eing duly sworn, did execute the foregoing affidavit and did stato that they were }properly sutliarized to execute this tali idavit and die! so as t1wir free act and deed. Notary Vublic PrIni Namo Notary Public Siparatrc Commission Expires _ (vrrro x7TAnHMro1r Ae2-a Rev. 211T15 FORT �oiT City of Fort forth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form A'M'ACHMENT 1A Pane 1 of A 2 OFFEROR COMPANY NAME, Check appllaable block to dpsorJhe CrIi$rar Pl20dEC7 NAME: N7MOBE N0N-MrWld$E DO DATE clty's Mte Project Goal; OKeror's MOE Project Garnmilrnent: PROJECT NUMBER Idelntily gli s ub ontraetor /suppliers you wi11 use on this project Fallufe to tornpirite this form, to its en!{rE�ty with regJ-jested docuJrrrenle)lran, and received by €lie Pki,:Jhasincg 1)ivISion 'no later than 2.L00 p,rn- 6n the second City bUGe ness Jay after IDkl 0Oening, exwlusive of bid opening dot.:, wilt result In ll'le bid being,00nsidered 11eJ7-respo12s1ve [0 bid.specificMlons. The undersigned '0. fferar agrees to enter into a for-irial agreement with the MISE firm(s) iisled in this utilization schedule, c.oRdifioned upLirr 'execution .area mnlract with the City of Fan Worth The intentionaj Lgndlor knowing t�tiisJeF res r tatiol� -of facts is grouJld� f;r c—nr,sfderalior7 of di k�alifi atic�r� and vyII r s:,Jlt In the laid being consiclei, d''pon-resppnsive IG L=d specifi ations MBEs listed toward meeting the project goal must be located In the six (6} county marketplace at the time of bid or the business has a Sign#ticant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant. Dallas, Denton, Johnsort, Parker, and Wise counties. Prime contractors . must identify by 'tler level of all suQcorifractorslsupp iers. Tier; means.. the level of subcontracting below the prIme 'coftactor)consultanl Le. a direct payment frcn'r the. prince contractor to a :qubcontractoJ,. is considsred 1s' tier, a' payment l)y a-SubcbDtractrrr to its supplier Is considcnre`' d tier The prrma car1fracfar Iw respon5iblle to provide goof of payMertt of all tjered subcontractsrs identifed 4S a IVISE a:td caunling those dollars towards meeting the contract cotnmitted goal Certification means those flans, located w€thln the Marketplace, that have been determined to be a bon daflde minority busJness enterprise by Erie North Central Texas Regiar{ol Certif nnt€on Agency (N TRC, %) or other certify[ng agancies Rttal the City may deem appropriate and accepted -by the City of Foil Worth. If hauling services are utilized, the Offeror will be given credi# as long as the MSE listed owns and opefates al I2a64 one fully licensed and operational truck to be used an the contract, The MBE may lease truok�a from another MBE ffrm, including MSE ow n&-vparated, and teGeiue fall WE credit. The MBE may lease trucks. frorn non -MBEs, incJuding 'owne3--operated., but will only feceive credit for the fees and curnrraissions eaiFned ty Ille MBE _as autlinecl in 17 „lease a re rnent,__ f TF&CHMENT A62-9 Rev. 211W1a I ORT 'ORTtI ATTAQHMEN t 1A Page 2 V 4 Offerors are required to identify rOgprdless of status; I.e_, rA�fl�p +y,:13l ci,'nnn �s+1 11JE firms afa lv tie Iistud first. use additional &heats if neceasary. Pieaas note Ihal only reriltled MBEs wJli be counted to meet an MHE.2i;al. NCTRUA SUSCONTR CTOWSUPPLIER Company Name 7 Addrosa I TeiephanefFax Email r � C Contact Person L1 aL 0 DetaJI Detall Subcontracting Skipptles M Work Purchased P E Dollar Amount ArrT4"MENT ADa-d Rev. 211wl6 flR7'1{�i�'I`H ATTACHMENT 9A Page 3 or 4 fftarar; irp fequireid to idenllfy ALL suhcnntrnrtcrslsuppliers, regardless of sWtus; i.e., jdlnority MBE firms are is be steel firm, use additional sheets ff necessary. Please note that only certified. MO Es wiii'be couMed le mast zn bag goal, NCTFZCA iUSCONTRACTORISUPPUER :o Company Name T n Detail Detail Address f SubzontractIng Suppiles aVp w f]aflarAmount TelephonelFax $ ,�M Work Purchased Email E Contact Person I � F-1 � 11 UE RTTATMM13N7' APB - e Rev. 2110M r0RT W0RTFl �� " 4tal Dollar Amount of MBE Subcontractors/Suppliers Total Dollar Amount of hlonYMBE Subcontractors/Suppl,iers TOTAL., DOLLAR AMOU14T OF ALL SUBCONTRA TORSISUPPLIERS 1 PF ATTACHMEW SA I:1a9e 4 of I T—The O3ffercr MlI not make additions, deIel:ions, or sLibstIIut}ons to-th1s certified list without the prior. approva I of the` Minority and Women Bus ines!�- Enterprise Office through the sccbmittal of a -Request for Approval o Ch'angelAr d;tlon forma- Ariy- u nii us ifieci change or. deletlan sInoII be a,rnaft erlal breach of contract and m ay result In debarmen, io accord with: the procedures oullhied in the ordinance Tha Offprcr shall submit a detailed tt-x0lsnb1.i6n of :,ova the reCILI�StCid change/add?tion or deletion wall affect the c Qrnmittod IM131i goal, if the deiail explanattot-i Is riot submitted It vvIIJ affect the final complrance q-:aerrninahon Sy affixing a signature to N5 form, the Offeror fUrth er agrees €o pfovide, directly to the City upon rawest, complete and accurate information regarding actUal work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs, The Offeror also agrees to allow an audit and/or examinat€on of Orly books, records and files field by their company, The Offeror agrees to allow the trensmissicn of interviews with owners, principals. officers, employees and applicable subcontractors/suppliers participating on the contract that veil1 substantiate the actual work perf0Fmed by the MBEs) can this contract, by an authorized off icer or employee of the City. Any intentional and/or knowing r-nisrepresentation of facts will be grounds for terminating the contract debarment from City work for a period of not less than three (3) years and for iniiinting action under Federal, #e 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 deterr-nination of an irf-esponsfble Offeror and debarment from participating In City work for a period of time not less than one (i) year. Atithwizod 519nature Tit1a clompany Name Address C it} lstatwzlp Printed Signature Cori fart NamWTIUa 11r dIIforenEj +alephrjne and/or Fox 5-mall Addross Data ATTM FrMFia1' AFU - d Rev. 21'9(� 15 Rio lz'I' WO R'r >�I City of Fort Worth i Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY of the total dollar viflue of thu mmlydct Is $150,000 or FnOro, then a IVIBE ties conif acting goal is.z!ppilcabie.' POLICY STATEMENT It is the policy of tttn City of Fort Worth to ensure Lhe fell and equitable participation by Minority ftsiness 1Enterprisurs (METE) In the pr=lrer»ent at all goods and services. All regUirements and regi,Iations stated in the City's ourrem Susiness Vlver$ity Enterprise Ordinance applies to this bid, The City$ MBE goal on this project is 1 % of the base bfd value of the contract. Note', If both hA9E and SEIE subcontracting goais are estabJfshed for kills project, therl an Offeror must subrnh both a SASE Utilization Form and a SBE UVllzation Form to bo doerned responsive. COMPLIANCE TO BID SPECIFICATIONS Ian CIty contracts $50,000 or more where a MBE aubcantraeling goal is appl led, Offerors are required to uompay*kh the intent.of the ity's Business 0iversily Enterprise Ord InoRre by one of the foitowtng. 1. Meet a exceed tha above stated MICE goal I:hrough MBIE subuantracting participation, or 2. Mee# or exceed the above started MS goal through MI3F_ Jolnt Veil Wre panicip�3tlon, ar; 3. Good Falth Effort dccornentat[on, orb 4. Prime Waiver ciocuM@ntatiCn. SUBMITTAL OF REQUIRED DOCUMENTATION 1. Subcontractor tJtlllzatfnn Form, If goal is received no later than 2,00 p:rn., on Ilse second City husiness day met or exceeded: after the bid openin 9 date, exclusive of the bid o enJn date_ 2. Good Faith t:ffort and 8ubcnntractor received no Ialer Iharr 2,,00 p_m., on the second CIly business day Utilization Form, if participation is less than after the bid opening date, exclusiVe M the hid opening date. stated goal 3. Good Faith Efforl and Subcontractor received no-Iater then 2:01) p.m.. on the second City business day Utilization Farm, if no MBE participalion' after the old op ening date, exclusive of the bid op ening date. 4. Prime Contractor Waiver Form, if you will received no Later than 2,00 p.M„ on the second CIty busmes$ day perform all subcoritractin Jsu I1i�r work: after the bier a poflln date. exclusive of the bid o erlin date_ 6. Joint Venture Farm, if goal is met or I I received na Iater than ;0Q p,m_, era the second City buslneE0 clay exceeded; after the bld- Dpaning date, exclusive of the bid o erilrF . date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DI'Ve SITY kwrE=RPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSJDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUJRED MSE DOCUMENTATION WILL. RESULT IN THE BID BEING CONSIOERED NON -RESPONSIVE, A SECOND FAILURE WILL RESULT JN THE OFPERQR BEfNG I71SQUAI-IFIER FOR A PERIOD OF ONE YEAR. THREE FAILURES tN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS - Any questions, please contact [tie MfWEIE Office at (817) 212-2674, Rtv. -2� 10! 15 ATTAV�kMTRT Ai]2-!; GC®6007 Wage bates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Sig Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 ! Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, eackhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) I -CLASSIFICATION DESCRIPTION Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boom Over 80 Tons Crawler Tractor Operator Electrician Excavator Operator, 50,000 pounds or less Excavator Operator, Over 50,000 pounds Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operator Servicer Small Slipform Machine Operator Spreader Box Operator Truck Driver Lowboy -Float Truck Driver Transit -Mix Truck Driver, Single Axle Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate 15.32 13.99 12.69 11.74 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19.80 17.19 16.99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 10.72 12.32 15.18 17.68 14.32 17.19 16.02 12.25 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 14.84 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 GC-6o09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Eagle Mountain Lake Basin Sanitary Scwer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Revised July 1, 2011 JoNEs LANG LASALLE. November 15, 2018 Mr. Lawrence Hamilton City of Fort Worth 1000 Throckmorton Street, Room 256A Fort Worth, Texas 76102 ©ear Mr. Hamilton: Jones Lang LaSalle Americas, Inc. 4200 Buckingham Road, Suite 110 Fort Worth, Texas 76155 tel +1 817-230-2600, fax +1 817 306-8265 Tracking no. 17-59219 Enclosed please find one (1) fully executed Electric License agreement jab site as authorization to do the work. Please contact BNSF's Scheduling Agent at wilsoncompany.utilii _rt.Pwilsvnoo.corn or (817) 907-8792 at least fifteen (95) days in advance of entry and BEFORE YOU ©lG, CAL (800) 435-7649, option 9 then option 7. !f you need additional information please contact me at (817) 230-2627. Licensee must ensnare that each of its employees, contractors, agents or invitees entering upon the premises completes the safety orientation program at the website www.BNSFcontractor.com prior to entering upon the premises. 1"he certification is good for one year, and each person entering the premises must possess the card certifying completion. No encroachment above, below or on BNSF Right -of -Way will be allowed without the presence of an Inspector Coordinator and Flagman. You must contact BNSF's Scheduling Agent to arrange for those services. The scheduling agent may be contacted at wilsoncomoany.utili .ic .wilsonco.com or (817) 907-8792. The installation contractor must comply with all applicable sections of this agreement, including the requirements of section 16 regarding safety requirements prior to encroaching on BNSF Right -of -Way. The installation contractor must present and maintain a copy of the executed agreement on site for the duration -of the installation activities. Sincerely, Annette Jenkins Sr. Manager Permits Enclosure cc: wilsoncomoany.utility.ic(a?wilsonco.com Rodney Adams, BNSF Roadmaster, rodnev.adamsftbnsf,cnm Tracking #17-59219 PIPELINE LICENSE THIS PIPELINE LICENSE ("License") is made to be effective November 15, 2018, (the "Effective date") by and between LBNSF RAILWAY COMPANY, a Delaware corporation ("Licensor") and CITY OF FORT WORTH, a Texas municipal corporation ("Licensee"). In consideration of the mutual covenants contained herein, the parties agree to the following: GENERAL Grant of License. Licensor hereby grants Licensee a non-exclusive license, subject to all rights, interests, and estates of third parties, including, without limitation, any leases, use rights, easements, liens, or other encumbrances, and upon the terms and conditions set forth below, to construct and maintain, in strict accordance with the drawings and specifications approved by Licensor as part of Licensee's application process (the "Drawings and Specifications"), one (1) Pipeline, 36.042 inches in diameter, inside a 48 inch steel casing (collectively the "Pipeline"), across or along Licensoe's rail corridor at or near the station of Saginaw, County of Tarrant, State of Texas, Line Segment 0485, Mile Post 11.71 as shown on the attached Drawing No. 71475, dated December 19, 2017, attached hereto as Exhibit "A" and incorporated herein by reference (the "Premises"), 2. Term. This License shall commence on the Effective Date and shall continue for so long as the Pipeline is used for a public purpose. 3. ExisUna improvements. Licensee shall not disturb any improvements of Licensor or Licensor's existing lessees, licensees, easement beneficiaries or lien holders, if any, or interfere with the use, repair, maintenance or replacement of such improvements. 4. Use of the Premises. Licensee shall use the Premises solely for construction, maintenance, and use of the Pipeline in accordance with the Drawings and Specifications. Licensee shall not use the Premises for any other purpose. 5. Alterations. Except as set forth in this License, Licensee may not make any alterations to the Premises or permanently affix anything to the Premises or any buildings or other structures adjacent to the Premises without Licensor's prior written consent, COMPENSATION 6. License Fee. Licensee shall pay Licensor, prior to the Effective Date, the sum of Seven Thousand Four Hundred Noll00 Dollars ($7,400.00) as compensation for the use of the Premises. Costs and Expenses. 7.1 For the purpose of this License, "cost" or "costs" and "expense" or "expenses" includes, but is not limited to, actual labor and material costs including all assignable additives, and material and supply costs at current value where used. 7.2 Licensee agrees to reimburse Licensor (pursuant to the terms of Section 8 below) for all costs and expenses incurred by Licensor in connection with Licensee's use of the Premises or the presence, construction and maintenance of the Pipeline, including but not limited to the furnishing of Licenser's flaggers and any vehicle rental costs incurred. Licensee shall bear the cost of flagger services and other safety measures provided by Licensor, when deemed necessary by Licensoe's representative. Flagging costs shall include, but not be limited to, the following: pay for at least an eight (8) hour basic day with time and one-half or double time for overtime, rest days and holidays (as applicable); vacation allowance; paid holidays (as applicable); railway and unemployment insurance; public liability and property damage insurance; health and welfare benefits; transportation; meals; lodging and supervision. Negotiations for railway labor or collective bargaining agreements and rate changes authorized by appropriate Federal authorities may increase flagging rates. Flagging rates in effect at the time of performance by the flaggers will be used to calculate the flagging costs pursuant to this Section 7. Form 424; Rev. 20140801 -1- Tracking #17-59219 8. Payment Terms. All invoices are due thirty (30) days after the date of invoice. If Licensee fails to pay any monies due to Licensor within thirty (30) days after the invoice date, then Licensee shall pay interest on such unpaid sum from the due date until paid at an annual rate equal to the lesser of (f) the prime rate last published in The Wall Street Journal in the preceding December plus two and one-half percent (2-1 /2%), or (ii) the maximum rate permitted by law. LICENSORS RESERVED RIGHTS 9. Reserved Rights of Use. Licensor excepts and reserves the right, to be exercised by Licensor and any other parties who may Obtain written permission or authority from Licensor; 9.1 to maintain, use, operate, repair, replace, modify and relocate any utility, power or communication pipe/lines/cables and appurtenances (other than the Pipeline) and other facilities or structures of like character upon, over, under or across the Premises existing as of the Effective Date; 9.2 to construct, maintain, renew, use, operate, change, modify and relocate any tracks or additional facilities, structures and related appurtenances upon, over, under or across the Premises; or 9.3 to use the Premises in any manner as Licensor in its sole discretion deems appropriate, provided Licensor uses all commercially reasonable efforts to avoid material interference with the use of the Premises by Licensee for the purpose specified in Section 4 above. 10_ Right to Require Relocation. if at anytime during the term of this License, Licensor desires the use of its rail corridor in such a manner as would, in Licenser's reasonable opinion, be interfered with by the Pipeline, Licensee shall, at its sole expense, within thirty (30) days after receiving written notice from Licensor to such effect, make such changes in the Pipeline as in the sole discretion of Licensor may be necessary to avoid interference with the proposed use of Licensor's rail corridor, including, without limitation, the relocation of the Pipeline, or the construction of a new pipelino to replace the Pipeline. Notwithstanding the foregoing, Licensee agrees to make all emergency changes and minor adjustments, as determined by Licensor in its sole discretion, to the Pipeline promptly upon Licenser's request. LICENSEE'S OPERATIONS 11. Construction and Maintenance of the Pi erg line. 11.1 Licensee shall not enter or commence construction unless accompanied by Licensor's representative, the Scheduling Agent or its designee_ Licensee shall notify Licensor's Roadmaster, at 600 Gresham, Cleburne,TX 76031, telephone (817) 224-7009 or (402) 416-9927, at least fifteen (15) business days prior to installation of the Pipeline and prior to entering the Premises for any subsequent maintenance thereon. In the event of emergency, Licensee shall notify Licensor of Licensee's entry onto the Premises at the telephone number above as soon as practicable and shall promptly thereafter follow up with written notice of such entry. 11.2 Licensee's on -site supervisors shall retain/maintain a fully executed copy of this License at all times while on the Premises. 11.3 While on the Promises, Licensee shall use only public roadways to cross from one side of Licensor's tracks to the other_ 11.4 Licensee shall be responsible for its contractor's actions. 11.5 Under no conditions shall Licensee be permitted to conduct any tests, investigations or any other activity using mechanized equipment and/or machinery, or place or store any mechanized equipment, tools or other materials, within twenty-five (25) feet of the centerline of any railroad track on the Premises unless Licensee has obtained prior written approval from Licensor. Licensee shall, at its sole cost and expense, perform all activities on and about the Premises in such a manner as not at any time to endanger or interfere with (i) the existence or use of present or future tracks, roadbeds, or property of Licensor, (ii) the safe operation and activities of Licensor or existing"third parties, or (Iii) the rights or interests of third parties. If ordered to Form 424; Rev. 20140801 2- Tracking #17-59219 cease using the Premises at any time by Licensor's personnel due to any hazardous condition, licensee shall immediately do so. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to monitor Licensee's use of the Premises to determine the safe nature thereof, it being solely Licensee's responsibility to ensure that Licensee's use of the Premises is safe. Neither the exercise nor the failure by Licensor to exercise any rights granted in this Section will alter the liability allocation provided by this License. 11.6 Licensee shall, at its sole cost and expense, construct and maintain the Pipeline in such a manner and of such material that the Pipeline will not at any time endanger or interfere with (i) the existence or use of present or future tracks, roadbeds, or property of Licensor, (ii) the safe operation and activities of Licensor or existing third parties, or (iii) the rights or interests of third parties. The construction of the Pipeline shall be completed within one (1) year of the Effective Date, and any subsequent maintenance shall be completed within one (1) year of initiation. Within fifteen (15) days after completion of the construction of the Pipeline orthe performance of any subsequent maintenance thereon, Licensee shall, at Licensee's own cost and expense, restore the Premises to substantially their state as of the Effective Date, unless otherwise approved in advance by Licensor in writing- On or before expiration or termination of this License for any reason, Licensee shall, at its sole cost and expense, surrender the Premises to Licensor pursuant to the terms and conditions set forth in Section 24 hereof. 11.7 Licensor may direct one or more of its field engineers to observe or inspect the construction and/or maintenance of the Pipeline at any time for compliance with the Drawings and Specifications and Legal Requirements (defined below). If ordered at any time to halt construction or maintenance of the Pipeline by Licenser's personnel due to non-compliance with the Drawings and Specifications or any other hazardous condition, Licensee shall immediately do so. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or -obligation to observe or inspect, or to halt work on, the Pipeline, it being solely Licensee's responsibility to ensure that the Pipeline is constructed and maintained in strict accordance with the Drawings and Specifications and in a safe and workmanlike manner in compliance with all terms hereof. Neither the exercise of, nor the failure by Licensor to exercise, any right granted by this Section will alter in any way the liability allocation provided by this License. If at any time Licensee shall, in the sole judgment of Licensor, fail to properly perform its obligations under this Section 11, Licensor may, at its option and at Licensee's sole expense, arrange for the performance of such work as it deems necessary for the safety of its operations and activities. Licensee shall promptly reimburse Licensor for all costs and expenses of such work, pursuant to the terms of Section S. Licensee's failure to perform any obligations of Licensee shad not alter the liability allocation hereunder. 12. Boring and Excavation. 12.1 Prior to Licensee conducting any boring, excavation, or similar work on or about any portion of the Premises, Licensee shall explore the proposed location for such work with hand tools to a depth of at least three (3) feet below the surface of the ground to determine whether pipelines or other structures exist below the surface, provided, however, that in lieu of the foregoing, Licensee shall have the right to use suitable detection equipment or other generally accepted industry practice (e.g., consulting with the Underground Services Association) to determine the existence or location of pipelines and other subsurface structures prior to drilling or excavating with mechanized equipment. Licensee may request information from Licensor concerning the existence and approximate location of licensor's underground lines, utilities, and pipelines at or near the vicinity of the proposed Pipeline by contacting Licensor's Telecommunications Helpdesk at least thirty (30) business days prior to installation of the Pipeline. Upon receiving Licensee's timely request, Licensor will provide Licensee with the information Licensor has in its possession regarding any existing underground lines, utilities, and pipelines at or near the vicinity of the proposed Pipeline and, if applicable, identify the location of such lines on the Premises pursuant to Licensor's standard procedures. Licensor does not warrant the accuracy or completeness of information relating to subsurface conditions of the Premises and Licensee's operations will be subject at all times to the liability provisions herei n. 12.2 For all bores greater than 26-inch diameter and at a depth less than 10.0 feet below bottom of rail, a soil investigation must be performed by Licensee and reviewed by Licensor prior to construction. This study is to determine if granular material is present, and to prevent subsidence during the installation process. If the investigation determines in Licensor's reasonable opinion that granular material is present, Licensor may select a new location for Licensee's use, or may require Licensee to furnish for Licensor's Form 424; Rev. 20140801 -3- Tracking #17-59219 review and approval, in Licensor's sole discretion, a remedial plan to deal with the granular material. Once Licensor has approved any such remedial plan in writing, Licensee shall, at Licensee's sole cost and expense, carry out the approved plan in accordance with all terms thereof and hereof. 12.3 Any open hole, boring, or well, constructed on the Premises by Licensee shall be safely covered and secured at all times when Licensee is not working in the actual vicinity thereof. Following completion of that portion of the work, all holes or borings constructed on the Premises by Licensee shall be: 12.3.1 filled into surrounding ground level with compacted bentonite grout; or 12.3.2 otherwise secured or retired in accordance with any applicable Legal Requirement, No excavated materials may remain on Licensor's property for more than ten (13) days, but must be properly disposed of by Licensee in accordance with applicable Legal Requirements. LIABILITY AND INSURANCE 13. Liability and Indemnification. 13.1 For purposes of this License: (a) "Indemnitees" means Licensor and Licensor's affiliated companies, partners, successors, assigns, legal representatives, officers, directors, shareholders, employees, and agents; (b) "Liabilities" means all claims, liabilities, fines, penalties, costs, damages, losses, liens, causes of action, suits, demands, judgments, and expenses (including, without limitation, court costs, reasonable attorneys' fees, costs of investigation, removal and remediation, and governmental oversight costs) environmental or otherwise; and (c) "Licensee Parties" means Licensee or Licensee's officers, agents, invitees, licensees, employees, or contractors, or any party directly or indirectly employed by any of them, or any party they control or exercise control over. 13.2 TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS r CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS INDEMNITEES FOR, FROM, AND AGAINST ANY AND ALL LIABILITIES OF ANY NATURE, KIND, OR DESCRIPTION DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING FROM, OR RELATED TO (IN WHOLE OR IN PART): 13.2.1 THIS LICENSE, INCLUDING, WITHOUT LIMITATION, ITS ENVIRONMENTAL PROVISIONS, 13.2.2 ANY RIGHTS OR INTERESTS GRANTED PURSUANT TO THIS LICENSE, 13.2.3 LICENSEE'S OCCUPATION AND USE OF THE PREMISES, 13.2.4 THE ENVIRONMENTAL CONDITION AND STATUS OF THE PREMISES CAUSED BY OR CONTRIBUTED TO BY LICENSEE, OR 13.2.5 ANY ACT OR OMISSION OF ANY LICENSEE PARTY. 13.3 TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE NOW AND FOREVER WAIVES ANY AND ALL CLAIMS THAT BY VIRTUE OF ENTERING INTO THIS LICENSE, LICENSOR IS A GENERATOR, OWNER, OPERATOR, ARRANGER, OR TRANSPORTER FOR THE PURPOSES OF THE COMPREHENSIVE ENVIRONMENTAL RESPONSE, COMPENSATION, AND LIABILITY ACT, AS AMENDED ("CERCLA") OR OTHER ENVIRONMENTAL LAWS (DEFINED BELOW). LICENSEE WILL, TO THE FULLEST EXTENT PERMITTED BY LAW, INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES HARMLESS FROM ANY AND ALL SUCH CLAIMS. NOTHING IN THIS LICENSE IS MEANT BY EITHER PARTY TO CONSTITUTE A WAIVER OF ANY INDEMNITEE'S COMMON CARRIER DEFENSES AND THIS LICENSE SHOULD NOT BE SO CONSTRUED, IF ANY AGENCY OR COURT CONSTRUES THIS LICENSE TO BE A WAIVER OF ANY INDEMNITEE'S COMMON CARRIER DEFENSES, LICENSEE AGREES, TO THE FULLEST EXTENT PERMITTED BY LAW, TO INDEMNIFY, HOLD HARMLESS, AND DEFEND INDEMNITEES FOR ANY LIABILITIES RELATED TO THAT Form 424, Rev. 20140801 -4- Tracking # 17-59219 CONSTRUCTION OF THIS LICENSE. IN NO EVENT AS BETWEEN LICENSOR AND LICENSEE AS TO USE OF THE PREMISES AS CONTEMPLATED BY THIS LICENSE SHALL LICENSOR BE RESPONSIBLE TO LICENSEE FOR THE ENVIRONMENTAL CONDITION OF THE PREMISES. 13A IF ANY EMPLOYEE OF ANY LICENSEE PARTY ASSERTS THAT HE OR SHE IS AN EMPLOYEE OF ANY INDEMNITEE, TO THE F:AILLEST EXTENT PERMITTED} BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES HARMLESS FROM AND AGAINST ANY LIABILITIES ARISING OUT OF OR RELATED TO (IN WHOLE OR IN PART) ANY SUCH ASSERTION INCLUDING, BUT NOT LIMITED TO, ASSERTIONS OF EMPLOYMENT BY AN INDEMNITEE RELATED TO THE FOLLOWING OR ANY PROCEEDINGS THEREUNDER: THE FEDERAL EMPLOYERS' LIABILITY ACT, THE SAFETY APPLIANCE ACT, THE LOCOMOTIVE INSPECTION ACT, THE OCCUPATIONAL SAFETY AND HEALTH ACT, THE RESOURCE CONSERVATION AND RECOVERY ACT, AND ANY SIM[LAR STATE OR FEDERAL. STATUTE. 13.5 THE FOREGOING OBLIGATIONS OF LICENSEE SHALL NOT APPLY TO THE, EXTENT LIABILITIES ARE PROXIMATELY CAUSED BY (1) THE GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF AN INDEMNITEE OR (2) THE SOLE NEGLIGENCE OF AN INDEMNITEE. 13.6 Intentionally Deleted. 13.7 NOTHING CONTAINED HEREIN SHALL EVER BE CONSTRUED SO AS TO REQUIRE LICENSEE TO CREATE A 5,311NnING FUND OR TO ASSESS, LEVY AND COLLECT ANY TAX TO FUND ITS OBLIGATIONS UNDER THIS SECTION. 14. Personal Property Risk of Loss. ALL PERSONAL PROPERTY, INCLUDING, BUT NOT LIMITED TO, FIXTURES, EQUIPMENT, OR RELATED MATERIALS UPON THE PREMISES WILL BE AT THE RISKOF LICENSEE ONLY, AND NO INDEMNITEE WILL BE LIABLE FOR ANY DAMAGE THERETO OR THEFT THEREOF, WHETFIER OR NOT DUE IN WHOLE OR IN PART TO THE NEGLIGENCE OF ANY INDEMNITEE. 15. Insurance. Licensor acknowledges that the City of Fort Worth is basically a self -funded entity, with the exception of Railroad Protective Liability Insurance. Damages forwhich the City of Fort Worth would ultimately be found liable would be paid directly and primarily by the City of Fort Worth and not by a commercial insurance company. Licensee shall require its contractor to procure and maintain during the life of this License the following insurance coverage: 15.1 Commercial General Liability Insurance, This insurance shall contain broad form contractual liability with a combined single limit of a minimum of $5,000,000 each occurrence and an aggregate limit of at least $10,000,000 but in no event less than the amount otherwise carried by Licensee. Coverage must be purchased on a post 2004 ISO occurrence or equivalent and include coverage for, but not limited to, the following: g Bodily Injury and Property Damage ® Personal Injury and Advertising Injury • Fire legal liability Products and completed operations This policy shall also contain the following endorsements or language, which shall be indicated on the certificate of insurance: • The definition of insured contract shall be amended to remove any exclusion or other limitation for any work being done within 50 feet of railroad property. • Waiver of subrogation in favor of and acceptable to Licensor. • additional insured endorsement in favor of and acceptable to Licensor and Jones Lang LaSalle Brokerage, Inc. Separation of insureds, The policy shall be primary and non-contributing with respect to any insurance carried by Licensor. Form 424; Rev. 201408C1 -5- Tracking #17-59219 It is agreed that the workers' compensation and employers' liability related exclusions in the Commercial General Liability Insurance policy(s) required herein are intended to apply to employees of the policy holder and shall not apply to Licensor's employees. No other endorsements limiting coverage may be included on the policy. 15.2 Business Automobile Insurance. This insurance shall contain a combined single limit of at least $1,000,000 per occurrence, and include coverage for, but not limited to the following: • Bodily injury and property damage. ■ Any and all vehicles owned, used or hired. This policy shall also contain the following endorsements, which shall be indicated on the certificate of insurance: ■ Waiver of subrogation in flavor of and acceptable to Licensor. if Additional insured endorsement in favor of and acceptable to Licensor. Separation of insureds. The policy shall be primary and non-contributing with respect to any insurance carried by Licensor. 15.3 Workers' Compensation and Employers' Liability Insurance. This insurance shall include coverage for, but not limited to: Licensee's statutory liability under the workers' compensation laws of the state(s) in which the services are to be performed. If optional under state laws, the insurance must cover all employees anyway. Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. This policy shall also contain the following endorsements or language, which shall be indicated on the certificate of insurance: Waiver of subrogation in favor of and acceptable to Licensor. 15A Railroad Protective Liability Insurance. This insurance shall name only Licensor as the Insured with coverage of at least $5,000,000 per Occurrence and $10,000,000 in the aggregate. The coverage obtained under this policy shall only be effective during the initial installation and/or construction of the Pipeline. THE CONSTRUCTION OF THE PIPELINE SHALL BE COMPLETED WITHIN ONE (1) YEAR OF THE EFFECTIVE DATE. If further maintenance of the Pipeline is needed at a later date, an additional Railroad Protective Liability Insurance Policy shall be required. The policy shall be issued on a standard ISO form CG 00 35 12 03 and include the following: Endorsed to include the Pollution Exclusion Amendment. Endorsed to include the Limited Seepage and Pollution Endorsement. Endorsed to include Evacuation Expense Coverage Endorsement. n No other endorsements restricting coverage may be added. The original policy must be provided to Licensor prior to performing any work or services under this License. ■ Definition of "Physical Damage to Property" shall be endorsed to read: "means direct and accidental loss of or damage to all property owned by any named insured and all property in any named insured's care, custody and control arising out of the acts or omissions of the contractor named on the Declarations." In lieu of providing a railroad Protective Liability Policy, for a period of one (1) year from the Effective Date, Licensee may participate in Licensor's Blanket Railroad Protective Liability Insurance Policy available to Licensee or its contractor. The limits of coverage are the same as above. The cost is $1,266.00. 6 1 elect to participate in Licensee's Blanket Policy, u I elect not to participate in Licensee's Blanket Policy. Form 424; Rev. 20140801 -6- Tracking #17-59219 15.5 Intentionally deleted. 15.6 Other Requirements: 15.6.1 Where allowable by law, all policies (applying to coverage listed above) shall contain no exclusion for punitive damages. 15.6.2 Licensee agrees to waive its right of recovery against Licensor for all claims and suits against Licensor. in addition, Licensee's insurers, through the terms of the policy or a policy endorsement, must waive their right of subrogation against Licensor for all claims and suits, and the certificate of insurance must reflect the waiver of subrogation endorsement_ Licensee further waives its right of recovery, and its insurers must also waive their right of subrogation against Licensor for loss of Licensee's owned or leased property, or property under Licensee's care, custody, or control. 15.6.3 Licensee is allowed to self -insure. Any self -insured retention or other financial responsibility for claims shall be covered directly by Licensee in lieu of insurance. Any and all Licensor liabilities that would otherwise, in accordance with the provisions of this License, be covered by Licensee's insurance will be covered as if Licensee elected not to include a self -insured retention or other financial responsibility for claims. 15.6.4 Prior to entering the Premises, Licensee shall furnish to Licensor an acceptable certificate(s) of insurance including an original signature of the authorized representative evidencing the required coverage, endorsements, and amendments. Licensee shall notify Licensor in writing at least 30 days prior to any cancellation, non -renewal, substitution, or material alteration. In the event of a claim or lawsuit involving Licensor arising out of this License, Licensee will make available any required policy covering such claim or lawsuit. 15.6.5 Any insurance policy shall be written by a reputable insurance companyacceptable to Licensor or with a current Best's Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the service is to be provided. 15.6.6 If coverage is purchased on a "claims made" basis, Licensee hereby agrees to maintain coverage in force for a minimum of three years after expiration or termination of this License. Annually, Licensee agrees to provide ovidonce of such coverage as required hereunder. 15.6.7 Licensee represents that this License has been thoroughly reviewed by Licensee's insurance agent(s)/broker(s), who have been instructed by Licensee to procure the insurance coverage required by this License. Allocated Loss Expense shall be in addition to all policy limits for coverages referenced above. 15.6.8 Not more frequently than once every five years, Licensor may reasonably modify the required insurance coverage to reflect then -current risk management practices in the railroad industry and underwriting practices in the insurance industry. 15.6.9 If any portion of the operation is to be subcontracted by Licensee, Licensee shall require that the subcontractor shall provide and maintain insurance coverages as set forth herein, naming Licensor as an additional insured, and shall require that the subcontractor shall release, defend and indemnify Licensor to the same extent and under the same terms and conditions as Licensee is required to release, defend and indemnify Licensor herein. 15.6.10)=ailure to provide evidence as required by this Section 15 shall entitle, but not require, Licensor to terminate this License immediately. Acceptance of a certificate that does not comply with this Section shall not operate as a waiver of Licensee's obligations hereunder. Form 424: NOV. 20140801 -7- Tracking #17-59219 15.6.11 The fact that insurance (including, without limitation, self-insurance) is obtained by Licensee shall not be deemed to release or diminish the liability of Licensee, including, without limitation, liability under the indemnity provisions of this License. Damages recoverable by Licensor shall not be limited by the amount of the required insurance coverage, 15.6.12 These insurance provisions are intended to be a separate and distinct obligation on the part of the Licensee. Therefore, these provisions shall be enforceable and Licensee shall be bound thereby regardless of whether or not indemnity provisions are determined to be enforceable. 16.6.13 For purposes of this Section 15, Licensor shall mean "Burlington Northern Santa Fe, LLC", "BNSF Railway Company" and the subsidiaries, successors, assigns and affiliates of each. COMPLIANCE WITH LAWS, REGULATIONS AND ENVIROMMENTAL MATTERS 16. Compliance with Laws Rules and Regulations. 16.1 Licensee shall observe and comply with any and all laws, statutes, regulations, ordinances, orders, covenants, restrictions, or decisions of any court of competent jurisdiction ("Legal Requirements") relating to the construction, maintenance, and use of the Pipeline and the use of the Premises. 16.2 Prior to entering the Premises, Licensee shall and shall cause its contractor(s) to comply with all of Licensor's applicable safety rules and regulations_ Licensee must ensure that each of its employees, contractors, agents or invitees entering upon the Premises completes the safety orientation program at the Website "www. BNS Fcontractor. corn" (the "Safety Orientation") within one year prior to entering upon the Premises. Additionally, Licensee must ensure that each and every employee of Licensee, its contractors, agents and invitees possess a card certifying completion of the Safety Orientation prior to entering upon the Premises. The Safety Orientation shall be renewed annually or be renewed within one year prior to entering upon the Premises 16.3 Licensee shall obtain on or before the date it or its contractor enters the Premises, any and all additional rights -of way, easements, licenses and other agreements relating to the grant of rights and interests in and/or access to the Premises (collectively, the "Rights") and such other rights, licenses, permits, authorizations, and approvals (including without limitation, any necessary local, state, federal or tribal authorizations and environmental permits) that are necessary in order to permit Licensee to construct, maintain, own and operate the Pipeline and otherwise to perform its obligations hereunder in accordance with the terms and conditions hereof. 16.4 Licensee shall either require that the initial stated term of each such Rights be for a period that does not expire, in accordance with its ordinary terms, prior to the last day of the term of this License or, if the initial stated term of any such Right expires in accordance with its ordinary terms on a date earlier than the last day of the term of this License, Licensee shall, at its cost, exercise any renewal rights thereunder, or otherwise acquire such extensions, additions and/or replacements as may be necessary, in order to cause the stated term thereof to be continued until a date that is not earlier than the last day of the term of this License. 16.5 Upon the expiration or termination of any Right that is necessary in order for Licensee to own, operate or use the Pipeline in accordance with the terms and conditions of this License, this License thereby shall automatically expire upon such expiration or termination of the Right. 17. Environmental. 17.1 Licensee shall strictly comply with all federal, state and local environmental Legal Requirements and regulations in its use of the Premises, including, but not limited to, the Resource Conservation and Recovery Act, as amended (RCRA), the Clean Water Act, the Oil Pollution Act, the Hazardous Materials Transportation Act, and CERCLA (collectively referred to as the "Environmental Laws"). Licensee shall not maintain a treatment, storage, transfer or disposal facility, or underground storage tank, as defined by Form 424; Rev. 20140801 -8- Tracking 417-59219 Environmental Laws on the Premises. Licensee shall not release or suffer the release of oil or hazardous substances, as defined by Environmental Laws on or about the Premises_ 17.2 Licensee covenants that it will not handle or transport "hazardous waste" or "hazardous substances", as "hazardous waste" and "hazardous substances" may now or in the future be defined by any federal, state, or local governmental agency or body through the Pipeline on Licensor's property. Licensee agrees periodically to furnish Licensor with proof, satisfactory to Licensor that Licensee is in compliance with the provisions of this Section 17.2. 17.3 Licensee shall give Licensor immediate notice to Licensee's Resource Operations Center at (800) 832-5452 of any known (i) release of hazardous substances on, from, or affecting the Premises, (ii) violation of Environmental Laws, or (iii) inspection or inquiry by governmental authorities charged with enforcing Environmental Laws with respect to Licensee's use of the Premises. Licensee shall use the best efforts to promptly respond to any release on, from, or affecting the Premises. Licensee also shall give Licensor immediate notice of all measures undertaken on behalf of Licensee to investigate, remediate, respond to or otherwise cure such release or violation. 17.4. If Licensor has notice from Licensee or otherwise of a release or violation of Environmental Laws arising in any way with respect to the Pipeline which occurred or may occur during the term of this License, Licensor may require Licensee, at Licensee's sole risk and expense, to take timely measures to investigate, remediate, respond to or otherwise cure such release or violation affecting the Premises or Licensor's right- of-way. 17.5 Licensee shall promptly report to Licensor in writing any conditions or activities upon the Premises known to Licensee which create a risk of harm to persons, property or the environment and shall take whatever action is necessary to prevent injury to persons, property, or the environment arising out of such conditions or activities; provided, however, that Licensee's reporting to Licensor shall not relieve Licensee of any obligation whatsoever imposed on it bythis License. Licensee shall promptly respond to Licensor's request for information regarding said conditions or activities. DISCLAIMER OF WARRANTIES 18. No Warranties. 18.1 LICENSOR'S DUTIES AND WARRANTIES ARE LIMITED TO THOSE EXPRESSLY STATED IN THIS LICENSE AND SHALL NOT INCLUDE ANY IMPLIED DUTIES OR IMPLIED WARRANTIES, NOW OR IN THE FUTURE. NO REPRESENTATIONS OR WARRANTIES HAVE BEEN MADE BY LICENSOR OTHER THAN THOSE CONTAINED IN THIS LICENSE. LICENSEE HEREBY WAIVES ANY AND ALL WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PREMISES OR WHICH MAY EXIST BY OPERATION OF LAW OR IN EQUITY, INCLUDING, WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY, HABITABILITY OR FITNESS FOR A PARTICULAR PURPOSE. 18.2 LICENSOR MAKES NO WARRANTY, REPRESENTATION OR CONDITION OF ANY KIND, EXPRESS OR IMPLIED, CONCERNING (A) THE SCOPE OF THE LICENSE OR OTHER RIGHTS GRANTED HEREUNDER TO LICENSEE OR (B) WHETHER OR NOT LICENSEE'S CONSTRUCTION, MAINTENANCE, OWNERSHIP, USE OR OPERATION OF THE PIPELINE WILL VIOLATE OR INFRINGE UPON THE RIGHTS, INTERESTS AND ESTATES OF THIRD PARTIES, INCLUDING, WITHOUT LIMITATION, ANY LEASES, USE RIGHTS, EASEMENTS AND LIENS OF ANY THIRD PARTY. 19. Disclaimer of Warran1y for Quiet Enio men . LICENSOR DOES NOT WARRANT ITS TITLE TO THE PREMISES NOR UNDERTAKE TO ®IEFEND DaNSEE IN THE PEACEABLE POSSESSION OR USE THEREOF. NO COVENANT OF QUIET ENJOYMENT IS MADE. 20. Eviction at Risk of Licensee. In case of the eviction of Licensee by anyone owning, claiming title to, or claiming any interest in the Premises, or by the abandonment by Licensor of the affected rail corridor, Licensor shall not be liable (i) to refund Licensee any compensation paid hereunder, except for the pro-rata part of any recurring charge paid in advance, or (ii) for any damage Licensee sustains in connection with the eviction. Form 424; Rev. 20140801 9- Tracking #17-59219 LIENS AND TAXES 21. Liens and Gharnes. Licensee shall promptly pay and discharge any and all liens arising out of any construction, alterations or repairs done, suffered or permitted to be done by Licensee on Premises. Licensor is hereby authorized to post any notices or take any other action upon or with respect to Premises that is or may be permitted by law to prevent the attachment of any such liens to Premises; provided, however, that failure of Licensor to take any such action shall not relieve Licensee of any obligation or liability under this Section 21 or any other Section of this License. 22. Taxes. Licensee shall pay when due any taxes, assessments or other charges (collectively, 'Taxes") levied or assessed by any governmental or quasi -governmental body upon the Pipeline or any other improvements constructed or installed on the Premises by or for Licensee (collectively, the "improvements") or any Taxes levied or assessed against Licensor or the Premises that are attributable to the Improvements. DEFAULT, TERMINATION, AND SURRENDER 23. Default and Termination. In addition to and not in limitation of Licensors right to terminate for failure to provide evidence of insurance as required pursuant to the terms of Section 15, the following events are also deemed to be events of default pursuant to which Licensor has the right to terminate as set forth below: 23.1 If default shall be made in any of Licensee's covenants, agreements, or obligations contained in this License and Licensee fails to cure said default within thirty (30) days after written notice is provided to Licensee by Licensor, or in case of any assignment or transfer of this License in violation of Section 26 below, Licensor may, at its option, terminate this License by serving five (5) days' notice in writing upon Licensee. Notwithstanding the foregoing, Licensor shall have the right to terminate this License immediately if Licensee fails to provide evidence of insurance as required in Section 15. 23.2 Should Licensee not comply fully with the obligations of Section 17 regarding the handling or transporting of hazardous waste or hazardous material, notwithstanding anything contained in any other provision of this License, Licensor may, at its option, terminate this License by servingfive (5) days' notice of termination upon Licensee. 23.3 Any waiver by Licensor of any default or defaults shall not constitute a waiver of the right to terminate this License for any subsequent default or defaults, nor shall any such waiver in any way affect Licensor's ability to enforce any Section of this License. The remedy set forth in this Section 23 shall be in addition to, and not in limitation of, any other remedies that Licensor may have at law or in equity. 23.4 Intentionally Deleted. 24. Surrender of the Premises. 24.1 On or before expiration or termination of this License for any reason, Licensee shall, at its sole cost and expense: 24.1.1 if so directed by Licensor in writing, remove the improvements, the Pipeline and all appurtenances thereto, or, at the sole discretion of Licensor, fill and cap or otherwise appropriately decommission the Pipeline with a method satisfactory to Licensor; 24.1.2 report and restore any damage to the Premises or Licensor's other property arising from, growing out of, or connected with Licensee's use of the Premises; 24.1.3 remedy any unsafe conditions on the Premises created or aggravated by Licensee; and 24.1.4 leave the Premises in substantially the condition which existed as of the Effective Date. Form 424; Rev. 20140801 10- Tracking #17-59219 24.2 Upon any expiration or termination of this License, if Licensee fails to surrender the Premises to Licensor or if Licensee fails to complete its obligations under Section 24.1 above (tyre "Restoration Obligations"), Licensee shall have a limited license to enter upon the Premises solely to the extent necessary for Licensee to complete the Restoration Obligations, and all liabilities and obligations of Licensee hereunder shall continue in effect until the Premises are surrendered and the Restoration Obligations are completed. Neither termination nor expiration shall release Licensee from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination, or, if later, the date when Licensee surrenders the Premises and all of the Restoration Obligations are completed. 24.3 if Licensee falls to complete the Restoration Obligations within thirty (30) days after the date of such termination of its tenancy, then Licensor may, at its election, either: (i) remove the Pipeline and the other Improvements or otherwise restore the Premises, and in such event Licensee shall, within thirty (30) days after receipt of bill therefor, reimburse Licensor for cost incurred, (ii) upon written notice to Licensee, take and hold the Pipeline and the other Improvements and personal property as its sole property, without payment or obligation to Licensee therefor, or (iii) specifically enforce licensee's obligation to restore and/or pursue any remedy at law or in equity against Licensee for failure to so restore. Further, if Licensor has consented to the Pipeline and the other Improvements remaining on the Premises following termination, Licensee shall, upon request by Licensor, provide a bill of sale in a form acceptable to Licensor conveying the Pipeline and the other Improvements to Licensor. MISCELLANEOUS 25. Success rs and Assions. All provisions contained in this License shall be binding upon, inure to the benefit of, and be enforceable by the respective successors and assigns of Licensor and Licensee to the same extent as if each such successor and assign was named a party to this License. 26. Assignment. 26.1 Licensee may not sell, assign, transfer, or hypothecate this License or any right, obligation, or interest herein (either voluntarily or by operation of law, merger, or otherwise) without the prior written consent of Licensor, which consent may not be unreasonably withheld or delayed by Licensor. Any attempted assignment by Licensee in violation of this Section 26 shall be a breach of this License and, in addition, shall be voidable by Licensor in its sole and absolute discretion. 26.2 For purposes of this Section 26, the word "assign" shall include without limitation (a) any sale of the equity interests of Licensee following which the equity interest holders of Licensee immediately prior to such sale own, directly or indirectly, less than 50% of the combined voting power of the outstanding voting equity interests of Licensee, (b) any sale of all or substantially all of the assets of (1) Licensee and (ii) to the extent such entities exist, Licensee's parent and subsidiaries, taken as a whole, or (c) any reorganization, recapitalization, merger or consolidation involving Licensee. Notwithstanding the foregoing, any reorganization, recapitalization, merger or consolidation following which the equity interest holders of Licensee immediately prior to such reorganization, recapitalization, merger or consolidation own, directly or indirectly, at least 50% of the combined voting power of the outstanding voting equity interests of Licensee or any successor thereto or the entity resulting from such reorganization, recapitalization, merger or consolidation shall not be deemed an assignment. THIS LICENSE SHALL NOT RUN WITH THE LAND WITHOUT THE EXPRESS WRITTEN CONSENT OF LICENSOR, SUCH CONSENT TO BE IN LICENSOR'S SOLE DISCRETION_ 26.3 Notwithstanding the provisions of Section 26.1 above or anything contained in this License to the contrary, it Licensee sells, assigns, transfers, or hypothecates this License or any interest herein in contravention of the provisions of this License (a "Purported Assignment") to another party (a "Purported Transferee"), the Purported Transferee's enjoyment of the rights and privileges granted under this License shall be deemed to be the Purported Transferee's agreement to be bound by all of the terms and provisions of this License, including but not limited to the obligation to comply with the provisions of Section 15 above Form 424; Rev. 20140801 -11- Tracking #17-69219 concerning insurance requirements. In addition to and not in limitation of the foregoing, Licensee, for itself, its successors and assigns, shall, to the fullest extent permitted by law, indemnify, defend and hold harmless Licensor for all Liabilities of any nature, kind or description of any person or entity directly or indirectly arising out of, resulting from or related to (in whole or in part) a Purported Assignment. 26.4 The provisions of this Section 26 shall survive the expiration or earlier termination of this License. 27. Notices. Any notice, invoice, or other writing required or permitted to be given hereunder by one party to the other shall be in writing and the same shall be given and shall be deemed to have been served and given if (i) placed in the United States mail, certified, return receipt requested, or (H) deposited into the custody of a nationally recognized overnight delivery service, addressed to the party to be notified at the address for such party specified below, or to such other address as the party to be notified may designate by giving the other party no less than thirty (30) days' advance written notice of such change in address. If to Licensor: Jones Lang LaSalle Brokerage, Inc. 4200 Buckingham Rd., Suite 100 Fort Worth, TX 76155 Ann. Permits/Licenses with a copy to: BNSF Railway Company 2301 Lou Monk Drive - GOB-3W Fort Worth, TX 76131 Attn: Senior Manager Real Estate If to Licensee: City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 28. Survival. Neither termination nor expiration will release either party from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination or expiration, or, if later, the date when the Pipeline and the other Improvements are removed and the Premises are restored to its condition as of the Effective Date. 29. Recordation. it is understood and agreed that this License shall not be placed of public record recorded in the public real property records of Tarrant County, Texas. The parties further understand that Texas law limits the ability of the Licensee to shield from public disclosure any information given to the Licensee. Accordingly, the parties agree to work together to avoid disclosures of this License or other information which would result in economic loss or damage to Licensor because of mandatory disclosure requirements to third persons. The Licensee shall give Licensor reasonable notice of public records requests for this License or other Licensor documents. 30. Applicable Law. All questions concerning the interpretation or application of provisions of this License shall be decided according to the substantive laws of the State of Texas without regard to conflicts of law provisions. 31. Severability. To the maximum extent possible, each provision of this License shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this License shall be prohibited by, or held to be invalid under, applicable law, such provision shall be ineffective solely to the extent of such prohibition or invalidity, and this shall not invalidate the remainder of such provision or any other provision of this License. 32. Inte_ rgration. This License is the full and complete agreement between Licensor and Licensee with respect to all matters relating to Licensee's use of the Premises, and supersedes any and all other agreements between the parties hereto relating to Licensee's use of the Premises as described herein. However, nothing herein is intended to terminate any surviving obligation of Licensee or Licensee's obligation to defend and hold Licensor harmless in Form 424; Rev. 2014080i Tracking #17-59219 33. Joint and _Several Ui bLljty. If Licensee consists of two or more parties, all the covenants and agreements of Licensee herein contained shall be the joint and several covenants and agreements of such parties. 34, Waiver. The waiver by Licensor of the breach of any provision herein by Licensee shall in no way impair the right of Licensor to enforce that provision for any subsequent breach thereof. 35. In,.,..,.terpreta'o . 35.1 This License shall be interpreted in a neutral manner, and not more strongly for or against any party based upon the source of the draftsmanship; both parties hereby agree that this License shall not be subject to the principle that a contract would be construed against the party which drafted the same. Article titles, headings to sections and paragraphs and the table of contents (if any) are inserted for convenience of reference only and are not intended to be a part or to affect the meaning or interpretation hereof. The exhibit or exhibits referred to herein shall be construed with and as an integral part of this License to the same extent as if they were set forth verbatim herein. 35.2 As used herein, "include", "includes" and "including" are [seemed to be followed by "without limitation" whether or not they are in fact followed by such words or words of like import; "writing", "written" and comparable terms refer to printing, typing, lithography and other means of reproducing words in a visible form; references to any person are also to that person's successors and permitted assigns; "hereof', "herein", "hereunder" and comparable terms refer to the entirety hereof and not to any particular article, section, or other subdivision hereof or attachment hereto; references to any gender include references to the masculine or feminine as the context requires; references to the plural include the singular and vice versa; and references to this License or other documents are as amended, modified or supplemented from time to time. 36. Counterparts. This License may be executed in multiple counterparts, each of which shall, for all purposes, be deemed an original but which together shall constitute one and the same instrument, and the signature pages from any counterpart may be appended to any other counterpart to assemble fully executed documents, and counterparts of this License may also be exchanged via email or electronic facsimile machines and any email or electronic facsimile of any party's signature shall be deemed to be an original signature for all purposes. 37. Licensor's Representative, Jones Lang LaSalle Brokerage, Inc. is acting as representative for BNSF Railway Company. END OF PAGE —SIGNATURE PAGE TO FOLLOW Form 424; Rev. 20140001 -13- Tracking #17-59219 This License has been duly executed by the parties hereto as of the date below each party's signature; to be effective, however, as of the Effective Date. LICENSOR: BNSF RAILWAY COMPANY a Delaware corporation By: 2301 Lou Menk Drive - GOB-3W Fort Worth, TX 76131 By: Title: Director Corporate Real Estate Date: LICENSEE: CITY OF FORT WORTH a Texas municipal corporation 200 Texas Street Fort Worth, Texas 76102 By: _ Date: ATTEST: By. Mary Kayser City Secretary APPR V D TO FORM AND LEGALITY: � By: Jessie an a g ,n op Assista ity orn Form 1295 Certificatio No. _NIA M&C: No: NIA r! CONTRACT COMPLIANCE MANAGER: By signing, I acknowledge that 1 am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. N e: is u�i�it WG� Ni�bD� Title: �f -, ��P.�}�f0',Ua( �►�" Form 424; Rev. 20140801 EM COORDINATE SYSTEM: TIC NC ,3CALE:I IN = 100 FT BRED RIVER DIV. d WICHITA FALLS SUBDIV.,, !-.S. 0485 MP: 11.71 y DATE: 12/1912017 k EXHIBIT "A" ATTACHED TO CONTRACT BETWEEN BNSF RAILWAY COMPANY AND CITY OF FORT WORTH NOTE: BF-7080 RPN SUBJECT TO FIBER OPTIGAGREEMFNT DESCRIPTION OF PIPELINE TO FORT WORTH, TX. TO AMARILLO, TX, PIPELINE SHOWN BALD AS SHOWN HEREON CARRIER CASING CARRIER PIPE PIPE PIPE SIZE: 36.042" 48" LENGTH ON RIW: 100, CONTENTS: WASTEWATER WORKING PRESSURE: Q PIPE MATERIAL: PVC STEEL BURY: BASEIRAILTO TOP SPECIFICATIONS I GRADE: 46 PS! 35,000 PSI - OF CASING WALLTHICKNESS: 1.021" 0.6875" BURY: NATURAL GROUND COATING: - BURY: ROADWAY DITCHES CATHODIC PROTECTION VENTS' NUMBER_,_ SIZE - HEIGHT OF VE-NTABOVE GROUND - NOTE: CASING TO BE JACKED OR DRY BORED ONLY SAGI NAW COUNTY OF TARRANT STATE OF TX TRACKING NO. 17-59219 0 N w a 0. SURVEY: CASING PIPE 100, 15.2' 9.1' 9.V — NIA JNC DRAWING NO. 71475 Approval Form Approval Form Online version 1112005 To Lawrence Hamilton City of Fort Worth 200 texas St Fort Worth, TX 76102 APPROVAL Date 2/16/2018 Application No. FTW20171213133026 District App. No. C220N-SS-FM122018 Highway FM 1220 Control Section 207901 Maintenance Section North Tarrant County Tarrant Page 1 of 2 TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. FTW20171213133026 (District Application No. C220N-SS-FM122018) dated 2/16/2018 and accompanying documentation, except as noted below. A COPY OF THIS PERMIT IN ITS ENTIRETY MUST BE ON SITE AT ALL TIMES! CONTRACTOR is REQUIRED to contact TxDOT District Traffic Signal Shop at 817-370-3661 for line locates if this work is near TxDOT Traffic Signals. The Utility Owner is to send a Conduct Inspection action with the On -Site ContractorLs contact information through the UIR website 48 hours prior to commencing work. CONTRACTOR is to contact Carlos San Martin at 817-313-3873 or 817-370-6668 with required 48-hour Notice and TCP submission from the most recent edition of the TxDOT Standards TCPs* 48 hours prior to commencing work. Utility Owner Shall Not cut into pavement or rip rap without written permission from TxDOT. *Link to the most recent TxDOT Standards TCPs: http:/Iwww.dot.state.tx.us/tnsdtdotlorgchart/cmd/cserve/standard/toc.htm When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By Lewie Morris http:llapps.dot.state.tx.uslapps/UIRPROv2llib/NoticeApproval.asp?ApproverID=DOT20150318103 313 &... 2/16/2018 Approval Form Page 2 of 2 Title Utility Coordinator _ District Fort Worth http : //apps. dot, state. tx.us/apps/IJIRPROv2/lib/NoticeApproval. asp?ApproverlD=DOT2015 0 318103 313 &... 2/ 16/2018 roxa: r?a��ttrnant w 97¢vnouan Installation Application Online version 412006 Notice ©f Proposed Installation Utility Line On TxUOT Highway Right of Way To the Texas Transportation Commission Date c/o District Engineer Application No. Texas Department of Transportation Fort Worth District, Texas Page 1 of 1 2/6/2018 FTW20171213133026 Formal notice is hereby given that _ _ _ City of Fort Worth proposes to install a utility facility within the right-of-way of FM1220 in Tarrant County, Texas as follows- (details are shown on page 2) Sanitary sewer pipeline that begins near Dosier Creek at Eagle Mountain Lake and continues east to Big Fossil Creek. The Sanitary sewer consists of a 24-inch force main and a 36-inch gravity main. The fine will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act," the "National Endangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed installation and appurtenances is more fully shown by 1 files containing drawings and other pertinent information uploaded to the website. Construction will begin on or after August 13. 2018 and end on or before November 25. 2019 . I certify that I am authorized to represent the Firm listed below, and that our Firm agrees to the conditions/provisions included in this notice. Utility Installation Owner City of Fort Worth By Lawrence Hamilton Title Sr Prof Engineer Address 200 texas St Fort Worth, TX 76102 Phone No. 817-392-2626 E-mail address lawrence.hamilton@fortworthtexas.gov http:llapps.dot.state. tx.us/apps/UIRPROv2/1ib/PermitNotice.asp?PcrmitEventNo—O&PermitApNo—PTW20... 2/6/2018 From: Chad Muckle To: iewie Mores; Dustin Deaton Cc. Iawrenr_ehamilton(&fortworthtexas.eov; Ricky Walton Subject: RE: FTW20171213133026 Date: Friday, February 16, 2018 9:05:00 AM Attachments: imaae001.ma If the City can get out there next week to get the casing in across Centerboard Ln, they will not need to bore or replace pavement. Lane will be tying in that road starting somewhere around the 26th. If this is not possible they will need to wait until Lane is complete at the end of March before they bring crews in. Might be worth seeing if Lane can get a pipe in there for the city. Just spitballing. If there is a chance to get a crew in there soon; we should look at options. That 26fh date is not in stone and could slip a week. In conclusion; Lane will be clear of this area by the end of March and at that point the City is good to move in. Holler if you have any questions. Thanks, Coact Muckle ; Sr. Utility Coordinator 8V.345.7500 (office) 972.838.8982 (cell) cmuckle@ rios-group.com www.rios-growp rom From: Lewie Morris jmaiIto: Lewie.Morris@txdot.gov] Sent: Thursday, February 15, 2018 9:26 AM To: Dustin Deaton <Dustin.Deaton@txdot.gov>; Chad Muckle <cmuckle@rios-group.com> Cc: lawrencehamilton@fc)rtworthtexas.gov Subject: FTW20171213133026 Dustin and Chad, Please review this proposed Sanitary Sewer installation request for the City of Fort Worth that impacts the FM-1220 project limits. Return your comments to me to continue processing this NOPI. Thanks, LEWIE MORRIS Utility Coordinator Fort Worth District Utilities 2501 SW Loop 820 Fort Worth, Texas 76133 0: 817-370--6644 Lewie. Morris(@txdot.gov Texas Department of i'rensporMtlon ROW would love to hear from you! Please click here to participate in this brief customer service survey 1J Page 1 of 1 Application Details Application No. FTW20171213133026 Date 2/6/2018 Utility Installation Owner City of Fort Worth By Lawrence Hamilton TxDOT District Fort Worth District County Tarrant Route FM1220 Control Section 207901 Sanitary sewer pipeline that begins near Dosier Greek at Eagle Mountain Lake and continues Description east to Big Fossil Creek. The Sanitary sewer consists of a 24-inch force main and a 36-inch gravity main. C01309_Force Main Section_TxDOT Attachments plans Revised.pdf http://apps.dot. state.tx.us/apps/UIRPROv2/iiblPermitNoticeDetails.asp?PennitEventNo=O&PermitApNo—... 2/6/2018 Page 1 of 4 TxDOT - Fort Worth District CHECKLIST FOR REVIEW OF NOTICES OF PROPOSED INSTALLATION Online version 0112018 Yes No NIA ®� 1. Is the utility company submitting this Notice of Proposed Installation (NOPI) registered with the TxDOT Fort Worth District? Only utility companies registered with the Fort Worth District can view and submit this checklist as the preliminary portion of the permit. City of Fort Worth ®� 2. Is this NOPI within the limits of a TxDOT construction project? If so, please list the project CSJ#1RCSJ#, TxDOT Project Manager and contact information. ®� 3. Are the Plan Sheets free of non-TxDOT related information which doesnit pertain to the NOPI? ®E] ❑ 4. Are the plan sheets drawn to scale, accurately dimensioned, clearly labeled, and legible when printed to 114 X 17L paper? 5. Do the written description and the plans sheets agree and adequately communicate the proposed work? ® 6. Are the TxDOT ROW lines and edge of pavementicurb lines distinguished, labeled, and dimensioned on the plans? ®F1 7. Are all new utility crossings of TxDOT roadways proposed at 90 degrees with the centerline of the highway? If not, is an Exception Letter addressed to the TxDOT Fort Worth District Engineer attached? ® 8. Are all proposed abandonments -in -place accompanied by an Abandonment Request Letter addressed to the TxDOT Fort Worth District Engineer? No abandonments will take place as part of this project. ® ❑ 9. Is the listed APPLICANT NAME the actual person submitting the NOPI accompanied by their contact information? ® 10. Is the name and contact information of the person responsible for submitting the !READY TO START CONSTRUCTION/CONDUCT INSPECTION4 notification in the UIR clearly noted in the NOPI? ® ❑ ❑ 11. The following note is flagged on the first page of the plan sheets: !CONTRACTORS ! YOUIRE TO CALL THE TxDOT INSPECTOR NOTED ON THE APPROVED PERMIT 48-HOURS PRIOR TO THE START OF CONSTRUCTION?! ®� 12. The following note is flagged on the first page of the plan sheets: !THE CONTRACTOR IS REQUIRED TO CONTACT TxDOT DISTRICT TRAFFIC SIGNAL SHOP AT 817-370-3661 FOR LINE LOCATES 1F BURIED PORTION OF THIS WORK 1S NEAR TxDOT TRAFFIC SIGNALS?! http://apps.dot.state.tx.uslappslUIRPROv2/libIPermitChecklist.asp?PermitApNo=FTW20171213133026 2/6/2018 Page 2 of 4 ® � 13. Has the utility company4s on -site inspectorzs name and contact information been provided in the Special Comment section along with the contractorts name and contact information? The inspector will be selected (and name and contact information will be forwarded) w hen construction begins. 14. Are new utility poles located within the first 3-Feet of the ROW? This project does not involve utility pole installation. ❑ ® 15. Are existing and new utility poles differentiated on the plans and is the minimum aerial clearance clearly noted? This project does not involve utility pole installation. ❑Ej® 16. For new steel and concrete utility poles, is the diameter of the base clearly noted on the plans? This project does not involve utility pole installation. ® 17. For all utilities parallel to the ROW: Does the installation alignment change? Alignment changes need to be justified and reasonable. ® 18. For Buried Oil and Gas Lines: Is the Maximum Allowable Operating Pressure (MAOP) shown on the plans or listed in the description? ® 19. Buried Utilities: Are existing utility facilities in close proximity shown in the plan view and also in a profile view when alignments cross? ® 20. Buried Utilities in TxDot ROW: For lines passing through the protected root area of desirable trees, is it clearly shown in the description and on each page of the drawings that the line will be installed by conventional dry auger bore unless otherwise approved in writing by a TxDOT Engineer or Inspector. ®� 21. Buried Utilities in TxDOT ROW: For lines crossing highways, city streets, county roads, private„ roads, and paved driveways, is it clearly shown in the description and on each page of the drawings that the line will be installed by conventional dry auger bore unless otherwise approved in writing by a TxDOT Engineer or Inspector. ®❑ 22. Buried Utilities: Are oil and gas, water lines, sanitary sewer lines, and electric cables placed in a steel casing when crossing the roadway? ❑Ej ® 23. Buried Utilities: Are buried utilities located as close to 4-FT from the ROW line as possible? If not, are utility conflicts shown and identified? The sanitary sewer will cross the highway (in steel casing as shown in the plans) ® ❑ ❑ 24. Buried Utilities: Is the minimum bury depth clearly indicated on the plan and profile sheets for utilities running parallel to the ROW and for those crossing the roadway? ® ❑ 25. Buried Utilities: The plans or description contain a note stating: 6This NOPI Contains No http://apps.dot.state.tx.uslapps/UIRPROv2llibIPermitCheckEst.asp?PermitApNo=FTW20171213133026 2/6/2018 Page 3 of 4 Proposed Pavement Cuts.4 If a pavement cut is deemed necessary, please call Fort Worth District Utilities. This note will be added to the Description. ®F] ❑ 26. The exact location of this work has been located on the TxDOT roadway by referencing a distance from a cross road to a starting point, ending point or a point where the road is being crossed. ® ❑ ❑ 27. We propose to construct this utility installation according to the description, construction plans, special provisions, and other related documents, as described in the Notice of Proposed Installation, Approval Form, and approved amendments. We will also maintain field representation during installation of this utility. We will also provide LAs-BuiltZ plans if the TxDOT engineer or inspector has authorized a field change to the installation. ®F-1 28. For All Permits: As of January 3, 2018, 1 have sent in all my Ready to start construction I Conduct inspectionZ Notices and I have returned all LAs-built Certifications1, or �,As-built PlansZ as requested. Construction has not begun. X DEl29. In Section 4 of this permit, in the ZFind Location, or map page, I will verify that the ZRoute No.L at the bottom of the page matches the roadway where the LStarZ has been placed. If the two DO NOT match then I will place my 6CursorL on the LStarZ and left click once. I will then recheck to verify that the ZRoute No.L has been corrected. IF NOT - i will contact TxDOT Fort Worth District Utilities at 817-370-6589 or 817-370-6644. ®F-1 F1 Are the right of way line and edge of highway pavement clearly shown on plans? ®F1 ❑ For lines to be installed parallel to the highway, have you included the design, proposed location, vertical elevations, and horizontal alignments of the utility facility based on the department's survey datum, the relationship to existing highway facilities. ❑ ❑ ® For installations parallel to the highway, does the installation alignment change? Alignment changes need to be justified and reasonable. ❑ ❑ ® For gas crossings, are all encased gas lines showing vent pipes at right of way tine and all gas pipes clearly marked with owners signs? ® For aerial installations, do the plans clearly show and differentiate between existing poles and new poles? ® For highway crossings, is the location of the crossing clearly shown on the plans? The crossing should be as close to 90 degrees as practical. ® Are the utility plans legible, drawn to scale, and accurately dimensioned and when printed out are easily read? http://apps.dot.state.tx,us/apps/UIRPROv2/lib/PermitCheeklist.asp?PermitApNo—FTW20171213133026 2/6/2018 Page 4 of 4 ®[-] ❑ For lines crossing State highways or roads, crossing intersecting streets/county roads, or passing through the protected root area of desirable trees,it is clearly shown in the description and on each page of drawings that the line will be installed by conventional dry auger bore unless otherwise approved by a TxDOT Engineer or Inspector. In addition, casing should be shown under highways and paved city street/county road intersections. ❑ Z ❑ The following statement is clearly stated on the plans: Contractors: You are to call the TxDOT Inspector 48 hours prior to start of construction. (see specs for contact numbers) ® ❑ ❑ IT IS the 'responsibility of the persons name on the permit" to file the 48 hr. job start notice in UIR. In the comment box you shall enter the name & cell of on site supervisor and cell number and the date the construction is going to start. ® ❑ ❑ THE FOLLOWING NOTE SHALL BE LOCATED ON THE FIRST PAGE OF THE PERMT PLAN SHEETS IN BOLD LETTERS: CONTRACTOR IS REQUIRED TO CONTACT TxDOT DISTRICT TRAFFIC SIGNAL SHOP AT 817-370-3661 FOR LINE LOCATES IF BURIED PORTION OF THIS WORK IS NEAR TxDOT TRAFFIC SIGNALS. ® Are other existing utility lines in the vicinity shown on the plans and have you included vertical elevations and horizontal alignments for these existing utilities based on the department's survey datum? http:/lapps.dot.state.tx.us/apps/UIRPROv2/Iib/PermitCheeklist.asp?PermitApNo—FTW20171213133026 2/6/2018 Page 1 FORT WORTH DISTRICT UTILITY DIRECTORY 02 - FTW - 02107/18 PORT kifOF?TH DISTRICT UTUTY OFFICE OFFICE'PHONE Bill McCoy Right of Way Project Delivery Manager Doug Fain Utility Coordinator Douglas.Fain@txdot.gov Amar Akram, P.E. Transportation Engineer Amar.Akram@txdot.gov Randy Brown, P.E. Utility Coordinator - Permits Rand ell. Brown(@txdot.gov Dustin Deaton Utility Coordinator Dustin.Deaton@txdot.gov Ali Yacoub Utility Coordinator Ali.Yacoub@txdot.gov Lewie Morris Utility Coordinator l-ewie.Morris12txdot.gov Utility Inspectors Ben Trevino - South ben.trevino@txdot.Pov Cell-817-307-1617 Carlos San Martin - North Carlos. San Martin@txdot.gov Cell-817-313-3873 JOHNSON COUNT`,' AREA OFFICE Paul Spraggins, PE Area Engineer Peter Ross, PE Assistant Area Engineer JACK COUNTY AREA OFFICES _ Edrean Cheng, P.E. Area Engineer Lane Selman, P.E. Assistant Area Engineer (52) NORTH TARRANT COUNTY AREA OFFICE (N. OF IH-36) Minh Tran, P.E. Area Engineer Aureliano Flores, P.E. Assistant Area Engineer �fj4) SOUTH TARRANT COUNTY AREA DFFIGE (S. OF IH-30) Randy Bowers, P.E. Area Engineer Ram Gupta, P.E. Assistant Area Engineer 56) ERATH, HOOD a S[71tifIEG2`,%E! L COUNTY_ AREA OFFICES David Fowler, P.E. Area Engineer Sarah Horner, P.E. Assistant Area Engineer. (57) PARKER & PAl! O PINTO COUNTY AREA OFFICES David Neeley, P.E. Area Engineer Janet Crawford, P.E. Assistant Area Engineer. 817-370-6950 817-370-6542 817-370-6681 817-370-6689 817-370-6588 817-370-6865 817-370-6644 817-370-6523 817-370-6668 817-202-2900 817-202-2900 940-626-3400 940-626-3400 817-399-4302 817-399-4302 817-370-6640 817-370-6640 254-965-3511 254-965-3511 682-229-2800 682-229-2826 DRIi EWAYS - STORM DRAINS - ACCESS I TEMPORARY ACCESS - OVERSIZE & OVERWERGHT PERMITS Ricardo Gonzalez, P.E. District Maintenance Engineer 817-370-6521 Rebecca Booher Office Manager - Oversize and Overweight Permits 817-370-6534 Margaret Aguire Driveways, Access, Temporary Access, Storm Drain Permits 817-370-6527 Page 1 Page 2 Irene Dominguez District Maintenance Permit Coordinator 817-370-6672 ITRAFFIC SIGNALS, TRAFFIC MANAGEMENT, MESSAGE BOARDS Billy Manning Supervisor f 817-370-6942 Lire Locations: Corrtaci Cottlrrji IRoorn Office for Forin 817-37D-36651 Ernercgency Contact Number: Coislrol R[jurii -24 !•lours 8.1 7-370-1, 061 FORT WORTI-I DISTRICT MAINTENANCE OFFICES JOHNSON.' OUNTY MAINTENANC Scott Jones Maintenance Supervisor 817-202-2900 Armando Rodriguez Driveways & Utility Inspector Cell-682-459-5249 817-202-2905 ,WISE & JACK COUNTY MAINTENANCE Cory Holzer Maintenance Supervisor 940-626-3400 Keith Prochnow Utility Permit Inspector - Wise Cell-940-626-3400 Jana Robinson Utility Permit Inspector - Jack Cell-940-567-6611 !NORTH TARRANT COUNTY MAINTENANCE Mike Sepeda Maintenance Supervisor 817-399-4350 Carlos San Martin North Tarrant County Utilities Inspector Cell-817-313-3873 ISOUTI-I TARRANT COUNTY`J: AINTENANCE Ralph Garza - Maintenance Supervisor 817-370-6903 Ben Trevino South Tarrant County Utilities Inspector Cell-817-307-1617 `ERATH, HOOD. SOMERVELL COUNTY MAINTENANCE Jared Browder Maintenance Supervisor 254-965-3511 Jim Pool Utility Permit Inspector Cell-254-595-0382 254.965-3511 PARKER & PALO PINTO COUNTY MAINTENANCE Scott Jones Maintenance Supervisor 682-229-2804 Wayne Frazier Utility Permits Inspector Cell- 682-239-8206 IN CASE OF UTILITY EMERGENCIES CONTACT. Bill McCoy 214-288-3627 I TXDCT'S MISSION STATEMENT I The mission of the Texas Department of Transportation is to provide safe, effective and efficient movement of people and goods SAFETY Please refer to the Texas Manual on Uniform Traffic Control Devices (TMUTCD) for questions concerning traffic control plans. htt ft p. dot .state.tx.us ub txdot-info trf tmutcd 2011-rev-2 6. pdf WHILE WORKING ON THE TXDOT RIGHT OF WAY: HARD HATS, CLASS-3 SAFETY VESTS AND STEEL TOED BOOTS ARE REQUIRED AT ALL TIMES. A COPY OF THE UTILITY OWNER'S PERMIT MUST BE ON SITE AT ALL TIMES. Page 2 a Pb"."*fl - w �A14IL" L ofI_i L' I k��l 4' .,_= fml i �i �� �`+ .� IIIr37 � � • A l m r yii�Rnl31{^-+g I.� 1 .o � 4 I• O C' I o Ala ' 1 ul 'rtiJ rr l�.F Pif Fi 1111�-" r 3 U. tj nul.wla�ssu.l:wiruua dvIlM d—kiload _ e W EA O o a o a A�� g=g�4 o SP iC.l �0 3i 'm�x ��� a sF. e J,l 3 00+Ofi 00+09 oo+oc rv� B�+ �rpDD+as S - Pia JX 3 `pZ un 00+Of r/L 1X Jf! IN JIJ rrf 00 �rnN 1 J �e m ON}D1 gw iiJ 4i S n ry r .. ... .. .:, :. . - - 8l'YY+b 1tlLS 'j'O' l rmdl 0 '- ' 9 o $. .: .:..: 63 off:. 1 - - ��': Y. 6Z O 8_ a � a __. .. .... .. �. . 8 1 i. S� - ', M33 640DV15 lli ]�N3504 �% O 000 l �Y15 'L0' n AMIT -A -a' No7.IdllDsaU=fONd AIVKJOHCONd p p �R bl\ v o F O �77C7 o rr Ng�g$�n3 0 ,4 aowd oD_ _w yayo a RUN83_s� �4F bO gg N dOp - , 00+� V1S 3011 Hai - - momm $ w �� 00-9-V1S 3NI1 HOlVVJ pgA- o - ®r e 1 :... - 99' . 99 l3 d/l Q I 0044 s =o �[• 'A I � rc+3aYl5 �3� tl '.'e,:, Jm - zrn. vrnnse Po.-Irisu[ m m m6'$F4£Y15 9911Wl WI1 4 'Yl _'-.r ck w - ''boa U® it O o� o - - - .. z a.1 y z'gW �gg �1�,w°� Z L a\ � it �9 59 9'13'd/1 3 �3 GS°w' � r w14 u5a $ Y S Soiw [ `� : �r 6a- ea 11af1 Im-md - 9S<6 +3 Y15. Idh ti as+Z �am�d/O V _ _ _ F6k. I. Y. .4S :L9 ^S913:d11 �i_UYOzw _ f aNkY H3NN 1L M31J N NO OnN aWp aw X3.3tia 9 S =� y3 a`�i - - - - INL: Y15=boa Na o _ _ i� 3iJ'- 3 r _ .,., _ _ m. P�d W - - - - 3 moa -x -x ...... � ymo c °k o .a Cs F W< 12 12 0 � � m gQC7 a Z Inw' p a: ki �' eggs p �N � ���ma�W_ao q r�< Sa x m ��l ., HE 3 Sg ?� ?3. y�SiY�# NM-ARM s= �� CU a E�`s�i3o R dC7a 3I - € 'mNISPON I o 0 0 - OO+i I V1S 3NIl H01bYY � o t; - Loi4l 3M1 Hoiv N- - - n LS its ']3 d1T d 9116Y9 9N3 1£IaYlS� —--_______ ' cl 6'kb+8Y15 Oo n �a� $R 1 'V' I �6 8E I ✓-VIM,- :1}!53 '13-dLl Tlfid 5'Lr £3dhi j .. _ - 'O -.59 49 i3 del 3d d find n Fawn �b 0 - 49'16 iF 1S5: IdA � 9 _ Q9+i1 [ 3dld �illd H£'- 1 -YJS 1dA 1- f G9+LI I =U -i 4 z I - 1 - w -: 7 ' I d3 a U - -- BIfL.YiS v1+4: 9 't)S�U1 Y}5 W= W 101 LL I o '{ n I I9 4 I V w I I 1 I II 0. ---C-- d - :. :. a � � a i m I I I {{{x 00-4 + 3dld 7311d ! l _ s9-Mr IdA 3did 7llld a -- d0 iL W N 3NL NN1 1 } -".:.:.:. .:.:.: :. .: .:.:.:. 00+ .:.:.:.:. H. . . . ..�- - W1,1 +4 V1S 2Nll HO1VW O Rsv[sloNs T%V IRGI PRFSME RAS �'� ooalrnw' + sole LINE MENT CALL FORCIEWAIN I Iu i0 20 0 ;p SD Illl ttp -� AIJCNNQIT GLL UPLIRES AT HOURS PR19R To ANY DGMrDH 15' -De TEMPORARY I HORN ZQNTAL SCALE I- . 40- A�17� ______--�_-- CON5IRVCPON EASEMENT r-- ---F-'. 2• ri -f-s�yn �-r�r�-w-r-r-s-f-+.-P��en�Y- r--r�r -r+-r -1F + ViRTICAL SCALE 1 I' . 4d-wzAr-- i N CONTNACTOR SHALL VERIFY THE HORIZONTAL AND VERTICAL IA CATION OF ALL DISITNC 411LITIEs WXiCN WRL DR HAY k �•,XX .•,.•.. - - L, _ - I I- IMPAL& OCNIRACTOR S WORK WHETHER OR NOT SHOWN ON +-..w.�/✓- N C R HALL DON IAGf IITILRY COMPANIES Yz A`T ! Z NOVAS PRIOR M DICIANO. eM � s �-✓i+"^"--'•• ®�� � � r� -� -- a = 2. WMR�pL, REOVSIFCMCHT�6 KY wTH ALL IiDOT TIMfF1G U - , PRIJPQ$ETJ 20 FORCE WAIN n ,�Pta i S. DVINEY INFORI.IATIw ODFAINED PRIOR s ER0PR - - - - - _ OONFROL CONSTRVCTIDN. KPAJCrOR SWLL PROTECT 3• 11DE DURINGC S'TRV(UNOT ANO REPNI{/RE1+IACE IF QANPCEO 7< PpWANEHr- ... wRINc caiFsTRurrnN. .'- ramSPXNP - OKANEM OOMRSCIOR SHALL NOT I NAIICE CONI N SITUAM nr^'"''°0 A(�y47"GLUB RQAD (FM Y?7n1 1P ( REO MR THE AOORIDI Or ROCK RIP -PAP. _ - - - - T _ _ - _ ! e- CONTRACTOR STALL GALL Tr00T IHLPECTpN N8 HOURS �- ___---._________�.__________ Ir PRIOR TO START OF ENCaVa]ION. S. OONTRACTI IS AEOVIRED TD CONTACT %DOT DISTRICT TRATRO SIGNAL OIDP AT 617-070-Oeel TOR I E LOCI F III PINITtW OF WE WORN 15 NEAR TOOT IRAFFIC SIENALS. 2e ChRHCTRIC eE DCNXEHTC AR! w TNIs AREA FOR 1 NION RgV[w AND ML NOT wTexpEp FOR CyNSTRVCTwI, ippNO. e- £S pNROI rIGE CE I. ri/I/2HI..o"6 "' DA PROPOSED 24-INCH FORCE MAIN N..Dt...:.......:I ......�.-. ..�...1e�...r.. .:.....R,I. b�..L.,....K.�aA.�.... .,...,e;.....�.�...........:........:.-. ....j.' .. ..-.-..1....:........._. .-n....:.... q... .. - �.... ._ .. ..��. .- - CoeONSrtX! roLOlnwNc aMS ......... ...................... i..�r[_o ✓ erDPEN ........ ..... N NCREAE- 670 : .. - "....t.....arAr um wrnTO : f.. d. ..... .... .....� ........ , . r., ...• - � � � ,darn .�. '.. '.. .J ..:•i,-.; ...� .�.....� .'. .. :.�..: .',`a,.. �.;�......... L.�. �.. .....L.. ..� ;.�.. ..,.: �.. �; i�.� .. i warDl pE�l: MAtPFeAnOXS (al Tla .eiN ..- :-...:. .:......... . ,.�.. ., arer NR• ....:...................__.....�.......:..... ....:.... t... :.�.�:��........:.... i.. .._.. ..... /e cfenflii :iiesl ,p!{ .'� �..: .... .�'..... : Oe GI CN a 0.ECrmC (EIr1 lIS 6Rt, 865 5. 8.�... .. .mN :p_ana . c.....:.... ....:.......... .. ... �.....�.�._ .......�.............[. ..:.E�w'Y„n. pmr spaNi+trrt uc asa ..5....I. . rap pNp 11 .. .. .. _ .. �. .�.. _ .. .. � .�.. .O' .. ..........ALL'O.�IMI iaPUIIT.a �-ew OR rsa Z ..... ..t�.:�. .... ................. ... .. �� .. .... �. NpM1N _ 'E><ISTNOOIfOV 4 E 660 RNf+ `. �•r •bT r' ". go o - � HORIZONT ffi VERii - AI• OL .4 . ... ........:... ............:........� ,.....,-,. i$ :... - CAI.00NtJz II 655 W .,.....,...;..............:....:....'L... y..;....:....;.....7. .�.. ..,.. °rvPA6¢c _ ... ......J ...........y...y .. :.......... L... J. •...p.... i.... �. A.... L.........j.O ..........:.... i....y f. .... .. .. a .. p....:.... ODE'R PAI TJ ..-._. �. _........... ............2 ..._ .n........... �....:... ... inz�P4 'w XU A -mIAB2 J} F J 6md .. ..;.... i....:....1.....d. �.I.... i.. r....I.... i... :. _ � .:.............:...... ....... .... _ ... Texas D .:.....:........:... ... �._�.....:....:.............. .'...-... ..... O ... C W CJ yt!...�.....:.....!.......... :... .. P54K T ' sas ... .. _ _ .... _ ..... ... 65 ATER n�AanL¢,rrr F FORT WORTH :.....:....:... S•' ..� ......... .........�.....;�.. ...-.-;.... a.....y....i.... .....j.... i... ...�..... .. �....:... .... .. �..........:...... ..5....... .......}.............. ?.... .. 6 ++ .. .... •••••".... "• WASTEWATER D NFR EAST OF ^� ..... ....:..........F....;....�..-a....;....;.....:.��..:.��::.n.::::�:::::::.......'I��.::•�..::.� •r.. ..._....',.. -........ �......: DIVERSION FROM 2 640 .....:... �...., 66 TO MOUNTAINE BASIN .. BIG FO5SII. REEK DRAINAGE BASIN EAGLE 0 .,. ...:-.y. I•. •....-;...s.....:........... FORCE D�PI7 el.....7....r....:... ..<..••d•...:....e:..� MAIN SEWERSEG i... :. �. B.: d..:: 6; .....;....r....;....;...$ ....;....;.. d. ....... ... ........ PLAN AND PROFILEA .;..,..,..�:. . �.,...:..,. h.. �..., ..... • .r.... ;.... • r.. r.... i..... °�. ETA to+00 ro PA 22+QO . • _ ga. � _ 835 4+Q4 5+Q0 ,6+ S5 g5 s+oo 174-M 79+00 9a0a 20+00 21! 655 }OQ 2z+QQ pf51CNF➢. OF AL61 DAM S,IEST }� RJE I6C AS 5HOWN I FRERLIAfrf. 2018 I 12 a S[A 2$+25,3z NS ALL• COMBINATION AR RELEASE AND UM PER STANDARD tSHEETT S- G-903 70D9415.58 E�2296532.51 IS' xt OE TF]MPORARv CONSTRVCDON EASEMENT PROPOSED --------------------------- i 24" FORCE MAIN -- AOIL-------------- --------- w z x V — � M I � ^ REVISIONS $TA 2]+49.18 INSTALL COMOINATON AR RELEASE AND - 4 VACUUM VALVE PER S-mDARD DETAIL _ - - r_• _•• ON SHEET C-90.3 ` E-2296754.38 - .-_�• T" "" �': r', _ x HORIZONTAL SCALE ; 1" -D 40 zC PC STA 26+5A,49i PT STA 28+95.IE 0.05'40'13• d=11'04'11" r r7'.,::.++.`` _ 4z 0 4 B 11 N-7009403.79 l3-7009358.40 •" � _ E�4298881.14 ��`' '• �""�•^ � VERTICAL BFALE 4 0. O Y1. CONTRACTOR TAU VERIFY 1NE HDRIZONTAL PND YE CAL V7 W(OkMN OF ALL E%ISIINO 117j f IES AHICH WILL OR MAY IMPACT CONTRACTOR'S WORN WHETHER OR NDT SH= ON PLANS. CDNTRAOTOR SHALL CONTACT OTIU- COMPANIES T2 .oA- Z HOURS PRIOR TO GIGGING. F.4, HIGHWAY 1220 - - - ' - - PFA L.— (BOAT — HOAO) g6B1 (1Ctl "UC RIGNr_CF-FAY) - - OVERHEAD T UVH }IOf4 VPR1Y�E515V�RI VCAS LINE PARALLEL TD 'g e CALL VIIumcs WAIN Al LEAST I72 C PROPOSED 24-INCH FORCE MAIN E. CONTRACTOR COMPLY WITH A-L T%DOT TRAFF]C 4 CONTROL AEOUIRUIREM[Ni9. CONTRAUlOP $HALL CALL TeOOT INSPECTOR 45 HOURS E..0�.9 PRICK TO START Or UCAVAITION. T 1'20'26" 4, CONTRACTOR 15 REQUIRED TO CONTACT TnbOT 04TR1cT 1215.82 AftIC $Ip1AL SHOP AT d-370-3351 FOR LINE LOCATES 1"2 7 In 1E BURIES PORTION CF hIS Whig IS NEAR T.DOT TRAFFIC SIGNALS. FESE DOCOTC MEHARE OR InutCwu RC,OA - E—.701ID FOR "'A"UO—L BRIDIA,D E9, CECRCE I- FARAM R744q OATE 2/'Nl _..... ...:... .... .. „ ,,..,:.,..,, ..,:.,,.., ., ...., colrsTRrrcnoNNoras 720 .._ .. .. '126 74 RT aCl 745 GeAVAnxe AT Gna LoennOv, c Fcue�.�e Al TeAST w HouRs oRlw ,e _ .: .: _ . .. _ .. 715 :. _/ �,.5.,, ..TdO..,. � .; $..� a,. � ... � � .. EW9Tj NG GR NJ1LI E .. 0 � D PIPE �✓ //� PRRIx i"AR� R T._BELC — (F1 1 ema AiwT3 WfRe11(E -A vT ¢t5 �55 �� 740 m TaiEiiwiD�+c (��aTi 61�afelro TT�� N lel� x rAG'hllo Ax, HORIZONTAL &. VERTICAL CONTROL roc dSE22 cm' PucuEcr /O13av SE1r[P PRVECr / SRm4-aFo4qn,43o-cafeD9-DG14er NWSCO W.r31 (E.GN.CM) 3!f N,U 9<4 CITY OF FORT WORTH. TEXAS WATER DEPARTN' ENT WASTEWATER DIVERSION FROM EAST OF EAGLE mouNTAIN LAKE DRAINAGE BASIN TO BIG FOSSIL CREEK DRAINAGE BASIN FORCE MAIN SEWER SEGMENT 'z F PLAEROTILE i_3 SfA 22+0 7O 0 S7A 30+110 DRAW RVE I SHOWN I RERRUARY, 2018 R8T/IS[ONS �11A 3E+0304- "ALL. e VACUUM VALVE AIR RELEASE RD O TAL s ON WBA VALVE PER STANDARD DETAIL At STA D6+68.73 IN sXEET F$*2 4-A50000 p N=70D935C63 13-7009760.81 x0 PO o 40 e0 IRO a E•22976D4.97 E=3P9]86667 p ^• -XTALL SCALE 1" R II _ eN' wof TEMPORARY ysAROFDRGEEW N_ 0�38� �P CAL WALE I t' . eD ra ORIZON: - 4 Gb Q D✓ p` CONS'RVCIICN EASEMENT YERT ~r, o ,6A . p„v"'u?" �a""°IA `. � ,,.'.' '�a._�R •a. - 9 _ ,nw-n.�• "" . "`�' j � rImF3: �• _Q -N a I. 001 SHALL YERIfY THE HORIZONTAL AND VERTICAL '-` IR ye'e1 0 •c. e o O �yelM LaArM OF ALL DIETING UTIUHIE9 wMICH WILL CR MAY • �`_„� ��� x.. =.iA7lreeA�Ix1'vnrPm -0.- `` n NPACT GOMRADTOIFS WDw WHETHER OR NOT SIOWN ON PUNS. CONTRACTOR MATCH LINE STA. 37+DD � CONTACT ORRY COMPWNIEB 72 MIWIDMI PTrOR TD dcCINO. 1 x eawwV `. ``-p �`�` wHeIRRnAorMAReo rexix` PERMANENT- a ew¢ e:.wwresnnrlr fASEUENi 2, CDA'>nnGTOR 11 LOMKY Y ` ALL 1 Wr 1wJFIC C WARNING WNiRCL REQUIREMENTS, NATURAL GAS 3 CONWMGIDR RESPCMwI,E FOR PRDTECTNC AND IN THIS REPLACING CGNP AND (IIpt Fr00T ITE3eS. R CCN"CTOR SHALL CALL TNDDT INSPECTOR Ae HOURS "'A',�.''��.. �+ ` •''�. PRIOR TD START DI i%CAVATIPN co"ACTOR 1$ REGIIIRED TO OGNTAOT BOOT DISTRICT ,�`q •• :7� .� ��� �'0. TI¢ARIG S'CNAL SHOP AT 8I7-370-3641 FEW UNE \ `•vim,- LGGARS IF BURIED POWDON OF RnS W IS NEAR TNDOI TRA IC SIGHALS. ```4 TIESE O`OW`R" B MC \ FORK TERIM RI , A4O C NOT JNTENOEG Pooa�N51MIGTDN, wrPGBE3. OEORDE 1, PMM IEAIT P.E.2N 1111 OATS P/1 mtr PROPOSED 24-INCH FORCE MAIN WATER AND SEWER MAP 2018-444 ....... io 6,4N eui .. ... , ... .. Ptl� Lf hY OPtN CDE... ; ... LOONSTAUCTION NOTES .:. ..�.. 300 F _ . • • • • • • • • • • • • • • • • • • • • • • . • • • i • • .. , - . . I101C ReePm,FE mlrirRVOrRP NOE WEE'L 770 - .' .. .. .' ..'i .. .. q'j '"r~ S00 unv°Anui Aiwcancriel ,we Fcuallb Ar LE.ar .e xwer rAlo. Io :. ...: _ •:•••:••• ...:•••:•••:••:••• ••/•.1 •. •••••••.. ':,', . �A�%�:RE, L NTNrt-eco-vew eaT: PM [RRMpxs pVl erLe2Fe .:...:... ...:...:...:.. . . TT� :.: .. wi a:AP( 1 aer1-rwe �• us DaiPc wtrrae. rn1 fwRC m-7.UKIy 65 - I2 7 .. .....:.. 5... � , ..:.. -' — F __ . i.9.- ,S.....:. 795 «: marxoxi ie1 au-ae1 omdcinaunTs eoo-om rps �- ,NN pp . (• , .3WM1 • •� NTEp (S1 SOB-eiit LNr..... .: :... T.:.,.:..:.,,:... o .:.. �.. .�,%..,:...:.� .. ..... ' .....:... v Pgi ----- - -- - HORIZONTAL& Tj$R73Cp3, CONTROL iy A R.. ................:. ..�-... .. '...'...:.. ..r'.. . O .. ..:.. ...:... .. .. ...-...:. - - Trer j: 'n"* ••:•••:'• '•:•••: :•��••PROJECT/5601A-Dl00 - Ar9P7 .. . ... ... ,...,.... . ,. ..,.... ,, ... .... . POI9-.a<. FN9-III.�P0.10-�a¢ :...:... .. YY..:...:...:. $ :.. .. . '....... St fE.Fx.LMJ 3•Ti.(N.1) - 750 .:. :..o . , ..: ..: .. : . . .:... ...:...:. I.. ... CITY OF FORT WORTH. TEXA5 ..:....:.... ]as ' :.' N.., ... " .:.y7 ! '. . ...:.; . . : 775 WATER DEPARTMENT C 9. EL �..,... ....... ... .......... ... .....�. .................... ,..,.. .. ....-.....,.... WASTEWATER DIVERSIONFROIYIEASTOF �• . . $ i ' ;..,.�.. ;... ,..... .. .,^ ..... .......:..8.�. � � ;.w .. - EAGLE MOUNTAIN LAKE DRAINAGE BASIN E ...... ' : .::.. g..,. .... .. o :..,,..... .� ,:...:. 770 740 � '� _ TO FOSSILll A II.' .:......PE � .Q n ... , , ....... .... � -..� �; .... .:. F. � a R � FORCE MAIN SEWER SEGMENT S A 1.7' Z64 :.:;:::i .: W d.. ,.,, S ...... �.'...... ......:. .....'.:. . $., .� - W d[' STA 30+00 TOP STAt 37+DO 735 ti :.<$ R , s''" :.. ..:., ,. :... .. 765 30+00 31+00 32400 33+00 334-00 34+00 35+DD 35+00 37+CO OEEGNMA GIF S G acre I y, NGVN RJE IAS SHOWN I FEBRI ARY, 2018 I 14 La' REVISIONS 1 I / / / R *� IS' WIFE 1EMPORA - ; /3�•_// / I � \ .AE. Cpry STxrvGvpv EASEMENT � A • �/-�, `': , �.` N-7006660.35 d0 10 o w � zA [si HORIZONTAL SCALE : 1" 4T PAOP09E9 YER11L0.L SCALE : 1" - 4' PORCE MAIN •15' wDE TNPORARY 3 A L,i/(}��G��' _ y o $qF �' •� LONSrRUCRX EASEMENT & 1. CONTR0.C7OR sI,ALL VERIFY THE HORIZONTAL AND VERTICPL c / PERMANENT EASEMENT xn.r a 9 p p "-' a LOGTION DF p FASTING VIHlIU AHIGH WLL OP MAY PAOPOSEp �I' I ge O IMPACT CONTPA VS WORK WHETHER OR NOT 1Nrn N ON rb-Cts f Pl s. CONTRACTOR SK_ CwJTACY UNutt COMPaNIEN 12 y6 FgtDE uuN �OF :.� I PRICR TO DICCNG. ] 2. LONTMLTOR SILL COMPLY WITH ALL T%WF nL M - Qe _ V_ 2 CONTROL REOUAFMENTS. M j—�— - YYO/ — ----- g c2o (, rt g Y r osnbsme.l. u,Fsc. O O _ — c—____c____ i� i G ,. C1111 TO OTTR IS 1 OICp TO CCNTALTCiN1O'BCNWRs x ;J i (�r I�A'1e y/��l y rli✓- N-pORE HOLE 93� ¢ DISTRICT Z A LOCATEPIC SIF 9U SHOP AT BITF3 I$16E1 FOR UNE ]eF ; LOCATES IF BVRIEO PCRTON of TNI$ wCNu IS NEAR TapOY xRasFlC 9GN0.LS BOA T LR� ROAD (Elul 1220— P� - +00- pg, r 50' wzE. / / / PERMANENT EASEMENT TKV HIGH PRESSURE G+S FESE DIIMENR ME / I / LINE PARN.LEL TO DR LNrOF. REwE. FVRCEMAIN ALGN4EN1. y�f�i f[{f� o ncE NOT I INTENDED ! i CALL VRLITIES AT !FAST 72 CMERNEAD ELECTRIC Bi0Mm0. u u HOURS PRIOR 70 AryY IN jHl$ AREA PWP05i.s. / EX ON GEOROE 1, !ARAM C� IC. M.o 1e¢,0 PROPOSFP 24-INCH FORCE MAIN wnrPR AND sIT _WER MAP 2010-444 .I ...:... ..:...I... ..I.., :. .:..:. :. ..:, :., ...',., .,.I...;,. _.. - CONSTRtSCTION NOTES :. ..9001EpY MEN CUi.. .. .,:.. .-. -:., . e�Isa G eRairmilN N— ,: .011 9x+s,NMc,nx wore saeT. '_ :env°I"r'au":.i` Escir w:°enralAcr +�,c rouo...c Ar Lesr .e xPures vmae m wn 5 E �eAxA er°(�°r)n Al _ _ EKI 9NG'GRWNpLINE WGCx WS R ELEGrMC ( i]e3#-� n 80p � � � ®{ bP PIPE BQ0 LxERAr a oo ] x� Au �ia'in� ien]50aro-°oc rErs I z - - Iy� Y ..., 795 ... .. .. sti /", xoRIzoNrai.ax RrERncnc. CONTROL w 790 790 ooE iss9z y ... ... _ _ I�sau_oro -carom&-area!44 .. _°v3aSa-4 CON PRaFcr 785 ;, ..., �, .. j 785 wP s 780 78n cIWATERDEPARTTMENT s a WASTEWATER DIVERSION FROM EAST OF 3 EAGLE MOUNTAIN E DRAINAGE SIN 775 775 TO DRAINAGE BASIN FORCE MAIN SEWER SEGMENT z 770 ... ... ..: ... .. .. .. F . - . ... .. F .. :. �.. ...� F STA 37+00 70 57A 4s+00 L^ 774 p 37+00 38+00 39+00 40+00 41+00 4Z+OO 43+00 44+00 45+00 46+00 DmOI,cD: GIE jsc I Ew*e I suEEr p,+ DRAWN: RJE TAB SHCwN FEBRUARY, 2016 4TA 46+35,04 'PI @ PC STA 53+Ca.11 COMBMUTION AIR RELEASE ANO ONERHFA ED LECIRC VACUUM VALVEPER STANDARD DETUI IN TIiG AIaFA 4®04'S3'20' 1V ME TEMPORARY- N-70071137,15 � CN SHEET C-SW Dg15TRI1CTION EASEMENT F ET,9B138.B3 N�7008 4.41 E�7297614.96 FRoaOSED 24' FORCE MAIN O ip- GO f 121 CE T \ N CURVE DATA BOAT CLUB RO�O d-9 �e - wM.0 ItwrMNixri RTTRt S.B ss�'ss n' S, -/ EAEEME71r T.104.04 A,rRWRw L-Y07.5B ..mNRn• - OONSIRUCMN - _.— R R.RaM E. 4i *FORC E7a11RE W9 1 M.LEL TO ALIGNMENT. AT O AR 72 OR N ANY ATION PROPOSED 2MAIN RSAnsIONs mF�W.nq 'Ile S14 : L ��RrrAI ID- 7D D 10 W 1Ea - HORIZONTAL SCALE I 40' I a - - - VEWMAL SCALE : 1' - 4' BGTFE. 1. CONTRACTOR SKALL 4ERIFT THE NOREDNTAL AND VERTICAL LOGI4N d ALL pIBTINO VrILIPES WHICH WILL OR MAY IMPACT CONTRACIDR'E WORK WHETHER OR NOT SHOWN ON PLANS. CONTRAO101I AWL CONTACT MTUTT CONPAIRES 72 NOIARS PRIOR TO DIG ITHOC 2. CO.NTMN;TOR SMALL COMPL WITH ALL TXDOT TRAFTFG CONTROL REOUIREMENIS. 3, CONTRACTOR SNN,L ADI HORIZONTAL LOCAMN' OF A 5- AIR RELEASE VALVE ALONG CEMR41NS OF THE ALIGNMENT 90 THAT TTS FINAL LCCATION IS AT THE HIGHEST PCINT OFPIPESY NIIGAL ALIGNMENT. ALL A-TNTARS SINLL 'X SE INDICATED ON RECORD ORNMINCS. <. CONTRACTOR $HALL NOT CNMIGE CONIOtIRS IN STREAM BED W THE AODITCH OF AOCK RIP -PAP 5, CONTRACTOR SHALL CALL T007 INSPECTOR 48 NCVRS ' PRICR TO START of EXCAVATION, S. CONTRACTOR IS REQUIRED TO WNTAOT UDDT OV^rRICi TRAFFIC SIGNAL SHOP AT 817-370-3061 MR WINELOCATE IF OWNED PORTION OF THIS WORN IS NEAR TAROT , TRAFFIC SP IAL$, "GUIENTS All PEA NTTNIM31 '1 4 ARE NDT INTENDED FOR GONNNNCTION. IIODINO. PURPOSES GEORGE I. FARNI TF1W PF. NO. 9IAAB OA175 Z/Y/mla ..... I... .......'........... .................. .. ................ ......... ;e FlIOCI� ITT••••• .•TT•E IMW�BACKFVL ... CON37RTJCTION NOTES . SOD .... . .... • . ... ............. . • ......: ...... ,. . . "'I"'f""" ••:.•:...' .......... N R-- mwarNN'nd NDIE TI¢ eeNmNmA sneu eowrur TA ar a Mw s ErmLOMw LE/6T. Rc A1nm sonTMI r EAR LOGA ...:...:...:... { ..EXBaTNG ir wNRTII wnER onT: raa oFdAnews cal) Anr-nN agr M'aR14 rNow fwI)1 a t-algf TmRc (errl s -_ - gyp' ,_ ``��' -- -�,_r__I.. . OR � �. ' • ee 11 _�� - oemR u R nECIRc m:'1'i15-anla F f . . ulT dTAw I-eoo-aaa-aAl +I 795 � rAIPNON Eta' 'tJ°soi-°Na':P %1 .... .. .......... ...... .... ...... .. ........ • .�. �. .. .r- .. •\` .. .......... ...... .......... �........ .\................. — --pEp1 ifsa s GNN. caw. 1T d I ...... �............ ........-.......... ... ...... LL aMER i.ull,is l-ea-qG-WAs� HORIZONTAL 8: VERTICAL CONTROL OM AAAn cm �AwEcr Aer.las saWCt AAR A seDr!-anetm-mr.lp9-mrila 2018 1, �4FPpxa-4II. sD1D 4. T.p JJfARU CITY OF FORT WORTH, TEXAS W ATER DEPARTMENT WASTEWATER DIVERSION FROM EAST OF EAGLE MOUNTAIN LAKE DRAINAGE BASIN TO MG FOSSIL CREEK DRAINAGE BASIN FORCE MAIN SEWER SEGMENT I [[[Z PLAN MID PF"a STA 0+00 TO SFA 55A00 DESIONIZI OF 1 sw0 I DATE I sr I;7 NAWN: III AS SHOWN FEBRMARr, 2018 16 I I f REVISIONS � I I I.R. � &1RnFBw STA 55+04 I ; fi INSTALL: ' I� I, COMBINATION AIR I I fwo� C'�ZIZT�NNG O LRELEASE AND VACUUM T BORm cAsnEDpA'�GAS #• fARuuL TpVALVE PER STANDARD BIIN[EO CAS NNf ^Jp' PFRMSANITAM' SBWfR FA',EMlNT -CNMEM pR HORI20NTAL SCALE : 1' � AO' DE7A]L ON SHEET THIs PREa TOM eLeplBlc SEPTxE iolNP.rvv # � I rLrws eLFCIRIe ALL ununES,C-903 S PN NDCRs FmDR 'i C.R0, ISBS EXCAVATION 4 2 0 A B GH LIN$$ENDNOTEREME-5� VERTICAL SCALE: 1 <Hum - MPT g5Y�1' ` 3R3R PNp1EC1 u9 pA5 VNWeLE VnotN PEau.- 1COMRPClDA SWU,L VERIFYTHE HCRRDMAL AND wRIIC•1 1 i I AND RE41RA7W0 EASEMENT LOCATION Or N.EI. ISTIIb IfTIL17NS TYA7 MAY IMPACT AA IN THIS A16CA ' CONTRACTOR WORK, CONTRACTOR SHALL CONTACT I.— y� pROvOSCp 2l� O CONPAWE5 72 NOURs PRIOR 1D OIGGNG f ! �ISF--•9f-SF-SF- SF-�I esA'- 3►-B�-SF- ii -SF-SF _ I HI STA 56+41EE w�a O 2. CON{aot aEgl}rzEMEN13.Cm SHAILIL PLY VDN ALL limpr raAlC wYAl"Ire� FROPOS'LD 24" FORCE MAIN IN A-4556'2B� I pp+oo 'AAus[ - J6" CAERE; PIPE! i 229 55209 - _ _. _ IA 3, CONTAC1 ArMOS (B17-207-263t) BEFORE �TAN�NMp �T DONSI4UC1gN N THIS AREA ATNOS GAS LINE SMALL HS r r r'•[[M AALOOR _ .' 1TL e6+ - �[]� Mn _ - ,1 _ -: - - ¢ EXRGs.D RErME corvsrRLcrlR4, L �R_ Li1IAPr4RK ��.=.• _ -. .. _ _ _ _ _ _�i ACTOR EFERENCEL.,EN-- A WNEC55PRTCONiRlRTOR MAY REMOVE X >m 6•10fm 14� D 8• .� - H - I. -- FENCE AND IMSTPIL NEW FENCE ONCE WDmc IS NCPI.ETE. o = PER BID ffEu. t0 } --�---_----- m^'R S 1 r '�� �•n ,� :ER SHALL CALL T&OF INSPECTCi 45 F. CURS IN gr�AAmdr I # [ i S r n e+u- R j . Q PRIRAOR To START CF EXCAVATION. "'��Y 7. CIGN- TOR Is REQUIRED 10 CONTACT TVDOT CISTRIC' N I ) iSC 5 IN STA 56+25.00 CCNSTFWCIM7N rRAFFlC VONA SHOP AT B SA-36a1 41 LEA AR #a^ �ur•00•Op• LOCATES A BREIED ALSL OF 1H5 WORT IS NEAR i wiT 4� I '� j I N=71107514I�2 EFSENETIT 11ppT FRKFlC SIGNN.S MPg mCHNI ARE STA7KIN EpIWItlN BRIE NCLE M4 n w• ea� I C�22S5630.31 AIR ORAREB RFLI n SEA 53+26.34 IAOP \ AwA PROROSEO 2+- DR FORCE YAN FOR CON—G 1100 N. _ A= LT 71'16'51' ONE CAD ELECTRIC 1 1 44 wr q 6 N:7007512.4] Cr Cp 7E • ACRE BOAS TRAM IN THIS AREA 1 I 1 SP Lla n se IS or ATTERFaRG '0 111 0, BOAT � I )1 DATC, 2/v-, PROPOSED 24-INCH FOROE MAIN WATER ANo SEWER MAP 70:17-444 oroo ECTOC.... 301 1 9 CONS"Bu T 290 LF 35p v a OPEN CUT' I CONSTRUCTION NOTES .. _ ..:. I ... : ..:. .... ....a. .. AIN .... ... - 805 .: ...:.. :... .. .. ... uEM ...'�' oP c : 8I5 NTM�oTe H Al:H I no» E FOLLOW" AT VA r 4 Nags RRIa. Tp . '•... CRCs rvc uswc STEE C 5 C R6[PErpE CCNSTRJ"RGN NOTC SXOit 1 .. .. .... ..GAS ... ' 8 E �N1RlG'IER SXALL ccNTACT M � .....:... .......:...:... ... ..:...:...:...:... ...:...:.......:... - - -- AIM •. TFL}1BrF i .:...:... .......:...:...:...-..:-..:...:...:... ...:.y, :...:.. - _ 0 4111 TT ®ec CI .:,. ,. �...:...:...:... . . -MAN PATOT OFPr; r¢LD [KAAR NS i .....:... ...........:,..:... ... :... :...:...:... ... ....... BOO _ - y-. ^- . a.. _. •. WSW. WAGE .TiFEFn.T.:�.....':......::.. _ y'.: u11 L°wLEialiewnAi xNxlaT7nrTa)w. 1lS8�pR0.3ONSRVGIELECTXE81D sIRR ..... .. iS! aTr` s " .. .� ....... ........ram...... ... _.-.......... ...... ........, s. ...... . :-' 795 aos � � r ` HORIZONTAL &VERTICAL CONTROL a • +� ' PE 4E 790 _ 5/B' THICK STEEL v _ BDE ,l3caa cAaNc PIPE. ... a a ......... I ... `sL° cum °a .. 4 O�7EWJ0 C017yp_ppF.D7 ..... ... .... .... ...... .............. y /a' .. a9.76s.. . - N -WATER SURFACE : "' : " I CAiNEGNPiPE�Ii7 N•" 4 785 ..... .. ....:.�, .. .. ELEVATION A7 .-- 7Q5 E rs' ' -TINE OF SURVEY SLOPE. • . .r � , . gr7alr ....................... ... . - CITY OF FORT WORTH TEXAS ......... .. ......... .. .I..., _ . 790 780 WATER DEPARTMEM - + ...: WASTEWATFR DIV1�ILS10N FROM EAST OF . e.; , , ... .. } ... EAGLE MOUNTAIN LAKE DRAINAGE BASIN :. li 775 _ �3 < � o .. .. _�_ , . � '.� �' � m p m .: ... ... 795 TO BIG FOSSIL CREEK DRAINAGE BASIN FORCE MAIN SEWER SEGMENT. ,onm : ..`a.�.��.: xym�-�d ...:A�,.. .,..:.......:....�a.�:::..,a- ..........,... d ...:.......�.........:.....d n6W BI:...... ...:,.,....,:..L.............STAsT+o osrss+pp 770 <..� ., O 780 asAGAI air swE: a,E: v[eL' ss+oo ss+Ho 50400 sa+op ss+ao ss+aa ST+Do se+pp 59+00 OAAA-! RJE IAS rGRIN IREGRUARL'.2oT6 77 Approval Form Approval Form Online version 1112005 To Lawrence Hamilton City of Fort Worth 200 texas St Fort Worth, TX 76102 APPROVAL Date 2/15/2018 Application No. FTW20171220171458 District App. No. 220N-SS-BU287-18 Highway BU 0287 Control Section 001310 Maintenance Section North Tarrant County Tarrant Page 1 of 2 TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. FTW20171220171458 (District Application No. 220N-SS-BU287-18) dated 2/15/2018 and accompanying documentation, except as noted below. A COPY OF THIS PERMIT IN ITS ENTIRETY MUST BE ON SITE AT ALL TIMES! The Utility Owner is to send a Conduct Inspection action with the On -Site Contractorzs contact information through the UIR websiite 48 hours prior to commencing work. CONTRACTOR is to contact Inspector Carlos San Martin at Cell 817-313- 3873 or 817-370-6668 with his 48-hour Notice and TCP submission from the most recent edition of the TCPs Standards * 48 hours prior to commencing work. Utility Owner Shall Not cut into pavement or rip rap without written permission from TxDOT. *Link to the most recent TCPs Standards: http:llwww.dot.state.tx. u sli n sdtdotlorgc hart/cm d/cserve/standard/toc. htm When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, typEPof cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By Carlos San martin http://apps.dot. state.tx.us/apps/UIRPROv2/lib/NoticeApproval. asp?ApproverlD=DOT20180111132201 &... 2/15/2018 Approval Form Title Utility Coordinator District Fort Worth Page 2 of 2 http://apps.dot.state.tx.us/apps[UIRPROv2/lib/NoticeApproval.asp?AppfoverID=DOT20180111132201 &... 2/15/2018 Page 1 of 1 r ._..,�� Notice of Proposed Installation roxe: Utility Line on TxDOT Highway Right of Way DopnrYmtam of i anspen* on Installation Application Online version 412006 To the Texas Transportation Commission Date 2r6r2018 clo District Engineer Application No. FTW20171220171458 Texas Department of Transportation Fort Worth District, Texas Formal notice is hereby given that City of Fort Worth proposes to install a utility facility within the right-of-way of BU0287 in Tarrant County, Texas as follows: (details are shown on page 2) Sanitary sewer pipeline that begins near Dosler Creek at Eagle Mountain Lake and continues east to Big Fossil Creek. The Sanitary sewer consists of a 24-inch force main and a 36-inch gravity main. The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act," the "National Endangered Species Act," and the "Federal Historic Preservation Act," Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed installation and appurtenances is more fully shown by 1 files containing drawings and other pertinent information uploaded to the website. Construction will begin on or after Auaust 13. 2018 and end on or before November 25. 2019 . I certify that I am authorized to represent the Firm listed below, and that our Firm agrees to the conditions/provisions included in this notice. Utility Installation Owner City of Fort Worth By Lawrence Hamilton Title Sr Prof Enqineer Address 200 texas St Fort Worth, TX 76102 Phone No. 817-392-2626 E-mail address lawrence.hamilton apfortworthtexas.gov http a/apps, dot. state.tx.us/apps/UIRPROv2/lib/PermitNotice. asp?PermitEventNo—O&PermitApNo=FTW20... 2/6/2018 Page 1 of 1 Application Details Application No. FTW20171220171458 Date 2/612018 Utility Installation Owner City of Fort Worth By Lawrence Hamilton TxDOT District Fort Worth District_ _ County Tarrant Route BU0287 Control Section 001310 Sanitary sewer pipeline that begins near Dosier Creek at Eagle Mountain Lake and continues Description east to Big Fossil Creek. The Sanitary sewer consists of a 24-inch force main and a 36-inch gravity main. CO1309_Gravity Main Section_TxDOT Attachments Plans_Revised.pdf http://apps. dot, state.tx.us/apps/UJRPROv211ib/PennitNoticeDetails. asp?Perm itEventNo=O&PcrmitApNo=... 2/6/2018 Page 1 of 4 TxDOT o Fort Worth District CHECKLIST FOR REVIEW OF NOTICES OF PROPOSED INSTALLATION Online version 0112018 Yes No NIA ®D ❑ 1. Is the utility company submitting this Notice of Proposed Installation (NOPI) registered with the TxDOT Fort Worth District? Only utility companies registered with the Fort Worth District can view and submit this checklist as the preliminary portion of the permit. ®� 2. Is this NOPI within the limits of a TxDOT construction project? If so, please list the project CSJ#IRCSJ#, TxDOT Project Manager and contact information. X 0 3. Are the Plan Sheets free of non-TxDOT related information which doesn4t pertain to the NOPI? X 0 ❑ 4. Are the plan sheets drawn to scale, accurately dimensioned, clearly labeled, and legible when printed to 114& X 17r, paper? ® [] 5. Do the written description and the plans sheets agree and adequately communicate the proposed work? ®� ❑ 6. Are the TxDOT ROW lines and edge of pavement/curb lines distinguished, labeled, and dimensioned on the plans? ®n ❑ 7. Are all new utility crossings of TxDOT roadways proposed at 90 degrees with the centerline of the highway? If not, is an Exception Letter addressed to the TxDOT Fort Worth District Engineer attached? ❑ 0 ® 8. Are all proposed abandonments -in -place accompanied by an Abandonment Request Letter addressed to the TxDOT Fort Worth District Engineer? No abandonments will take place as part of this project. ®M ❑ 9. Is the listed APPLICANT NAME the actual person submitting the NOPI accompanied by their contact information? ® ❑ 10. is the name and contact information of the person responsible for submitting the LREADY TO START CONSTRUCTIONICONDUCT INSPECTION6 notification in the UIR clearly noted in the NOPI? -- --------- ®� 11. The following note is flagged on the first page of the plan sheets: LCONTRACTORS t YOU,�RE TO CALL THE TxDOT INSPECTOR NOTED ON THE APPROVED PERMIT 48-HOURS PRIOR TO THE START OF CONSTRUCTION?�, ® ❑ ❑ 12. The following note is Flagged on the first page of the plan sheets: 4THE CONTRACTOR IS I REQUIRED TO CONTACT TxDOT DISTRICT TRAFFIC SIGNAL SHOP AT 817-370-3661 FOR LINE LOCATES IF BURIED PORTION OF THIS WORK IS NEAR TxDOT TRAFFIC SIGNALS?�, http://apps.dot.state.tx.us/appsltJIRPROv2llibIPennitCheeklist.asp?PcrmitApNo=FTW20171220171458 2/6/2018 Page 2 of 4 ®� 13. Has the utility company4s on -site inspector4s name and contact information been provided in the Special Comment section along with the contractors name and contact information? The inspector will be selected (and name and contact information will be forwarded) w hen construction begins. ® 14. Are new utility poles located within the first 3-Feet of the ROW? This project does not involve utility pole installation. ❑ ❑ ® 15. Are existing and new utility poles differentiated on the plans and is the minimum aerial clearance clearly noted? This project does not involve utility pole installation. ❑ ® 16. For new steel and concrete utility poles, is the diameter of the base clearly noted on the plans? This project does not involve utility -pole. installation. ® 17. For all utilities parallel to the ROW: Does the installation alignment change? Alignment changes need to be justified and reasonable. LJ ® 18. For Buried Oil and Gas Lines: Is the Maximum Allowable Operating Pressure (MAOP) shown on the plans or listed in the description? ®❑ 19. Buried Utilities: Are existing utility facilities in close proximity shown in the plan view and also in a profile view when alignments cross? ®� 20. Buried Utilities in TxDot ROW: For lines passing through the protected root area of desirable troes, is it clearly shown in the description and on each page of the drawings that the line will be installed by conventional dry auger bore unless otherwise approved in writing by a TxDOT Engineer or Inspector. ® ❑ 21. Buried Utilities in TxDOT ROW: For lines crossing highways, city streets, county roads, private roads, and paved driveways, is it clearly shown in the description and on each page of the drawings that the line will be installed by conventional dry auger bore unless otherwise approved in writing by a TxDOT Engineer or Inspector_ ®� [� 22. Buried Utilities: Are oil and gas, water lines, sanitary sewer lines, and electric cables placed in a steel casing when crossing the roadway? ® 23. Buried Utilities: Are buried utilities located as close to 4-FT from the ROW line as possible? If not, are utility conflicts shown and identified? The sanitary sewer will cross the highway (in steel casing as shown in the plans) ®❑ ❑ 24. Buried Utilities: Is the minimum bury depth clearly indicated on the plan and profile sheets for utilities running parallel to the ROW and for those crossing the roadway? ® 25. Buried Utilities: The plans or description contain a note stating: Jhis NOPI Contains No http://apps.dot.state.tx.us/apps/UIRPROv2/lib/PermitChecklist.asp?PermitApNo—F-TW20171220171458 2/6/2018 Page 3 of 4 ❑ Proposed Pavement Cuts. Z If a pavement cut is deemed necessary, p p please call Fort Worth District Utilities. This note will be added to the Description. ®� 26. The exact location of this work has been located on the TxDOT roadway by referencing a distance from a cross road to a starting point, ending point or a point where the road is being crossed. ®� 27. We propose to construct this utility installation according to the description, construction plans, special provisions, and other related documents, as described in the Notice of Proposed Installation, Approval Form, and approved amendments. We will also maintain field representation during installation of this utility. We will also provide 4As-BuilQ plans if the TxDOT engineer or inspector has authorized a field change to the installation. M 28. For All Permits: As of January 3, 2018, 1 have sent in all my 4Ready to start construction 1 Conduct inspection4 Notices and I have returned all 4As-built Certificalions4 or 4As-built Plans6 as requested. Construction has not begun. ® ❑ 29. In Section 4 of this permit, in the 4Find Location4 or map page, I will verify that the 4Route No.4 at the bottom of the page matches the roadway where the 4Star4 has been placed. if the two DO NOT match then 1 will place my 4Cursor4 on the 4Star4 and left click once. I will then recheck to verify that the 4Route No.6 has been corrected. IF NOT -1 will contact TxDOT Fort Worth District Utilities at 817-370-6589 or 817-370-6644. { ® ❑ ❑ Are the right of way line and edge of highway pavement clearly shown on plans? ® For lines to be installed parallel to the highway, have you included the design, proposed location, vertical elevations, and horizontal alignments of the utility facility based on the department's survey datum, the relationship to existing highway facilities. ® For installations parallel to the highway, does the installation alignment change? Alignment changes need to be justified and reasonable. LJ ❑ ® For gas crossings, are all encased gas lines showing vent pipes at right of way line and all gas pipes clearly marked with owners signs? ® For aerial installations, do the plans clearly show and differentiate between existing poles and new poles? ®� For highway crossings, is the location of the crossing clearly shown on the plans? The crossing should be as close to 90 degrees as practical. ®� Are the utility plans legible, drawn to scale, and accurately dimensioned and when printed out are easily read? http://apps.dot.state.tx.uslappsAJIRPROv2llibIPermitCher,klist.asp?PennitApNo=PTW20171220171458 2/6/2018 Page 4 of 4 ®� For lines crossing State highways or roads, crossing intersecting streets/county roads, or passing through the protected root area of desirable trees,it is clearly shown in the description and on each page of drawings that the line will be installed by conventional dry auger bore unless otherwise approved by a TxDOT Engineer or Inspector -In addition, casing should be shown under highways and paved city street/county road intersections. The following statement is clearly stated on the plans: Contractors: You are to call the TxDOT Inspector 48 hours prior to start of construction. (see specs for contact numbers) The statement will be added to the Final/Construction Plans. ❑ ® IT IS the "responsibility of the persons name on the permif to file the 48 hr. job start notice in UIR. In the comment box you shall enter the name & cell of on site supervisor and cell number and the date the construction is going to start. On site supervisor to be determined. Construction start: 08-13-2018 ® THE FOLLOWING NOTE SHALL BE LOCATED ON THE FIRST PAGE OF THE PERMT PLAN SHEETS IN BOLD LETTERS: CONTRACTOR 1S REQUIRED TO CONTACT TxDOT DISTRICT TRAFFIC SIGNAL SHOP AT 817-370-3661 FOR LINE LOCATES IF BURIED PORTION OF THIS WORK IS NEAR TxDOT TRAFFIC SIGNALS. The note will be added to the first page of the Final/Construction Plans. ®� Are other existing utility lines in the vicinity shown on the plans and have you included vertical elevations and horizontal alignments for these existing utilities based on the departments survey datum? http://apps.dot.state.tx.uslappslUIRPROv2llibIPermitCheeklist.asp?PermitApNo—FTW20171220171458 2/6/2018 • � • mx r9 END PflpNLT•T OONSTINICT TRANSIT— Lw \' \ FORCE HASN STA 134+00t m'LTM 'I.2p 20' FORCEMAIN \ ($T OTHERS) N. NAI.TVM_R - _ �.� 1 } LIST OF SYMBOLS ti SNEW MANHOLE ® EN1ST',NG -- d Q ExIII Ca5 METER �— NEW SGIEn UNC "LIT", W TER LINE D— ENSTWIO sill TINE rr v EXISTING RNCE —Meer CYLSTNO VNDFNFAOVN] IELEPMOHE i —ONE— GLRTRNG ORERHE/O ELECTRIC 3 >1 E%ISTINC VALVE T� saL eomNG pS PAVEMENT RLPAA F INDEX OF DRAWINGS �h� 0 1 /2 1 SHEET. Owc, _DESCRIPTION.. SCALE IN MILES Q m2m& L -�T G-ODD LOVER 2. 0-001 LOCATION SNAP EINSCLS AND INDEX TO URAMNCS 3 1-p02 SURVEY NOTES AND GENERAL CONSTRUCTION NOTES " L 4. C-W3 SURVEY NOTES AND GENERAL CONSTRUCTION NOTES 5 C 00 PROPERTY TY MAP I 1 NNNTFIOWEn `g BEGIN PAGJECI TTS1 COgVGT NEVI I I NEW GRAVITY SCWFR LINE ALR:NMEM C-oa3 �^ Walnut Lake /.�- � CNAstIrN ERS ]GR R � 6• MNCX _Gs /" BEY••BOSWELL F , NL 7AiLEY-eo9v+Eu IN� �. IwIiR \ R 1 OR URNS - 'ROPE" LINE RIGHT OF _r EXISTING EASEMSNT — — +••• RROFo— EASCMI —• — — — TEMPORAN, EASEMENT • -•� GCMG] LINE Or EFISRNG C1I i`.ii}n H+m0H++H= EXISTING RAIL RDAO ---- 900E n Enno ROADWAY TREES TREE UIE ABBREVIATIONS B.N. BENCHMARK R.I. X.1 OF IMERSEC1gN CNNA CORRUGATED WEfAI PPE PP. POWER ROLE CP CONTROL POINT P.D.B, POINT OF SEGINNNG t CENTER LINE P.O.E. POINT DF ENO DM. DIAMETER R R s C MCCIRICAL RT RIGHT.O.W. R el FL PLOW Am R WORT OF WAY LIN ROM ROD SS SANYWrr SEWER I,R.F, IRON ROD FOUND Q TENPORMO' BENCNMARK LT LEFT YN WRIER VALVE MM MAHOLE - 6. G-005 PROPERTY MAP II T. 0-006 01 PLAN AND PR0714C n aN PROFRE B. CII A, BEAN SIA Oi67,10 TO STA 10400 A C-m2 STA 10+00 TD STA 19+00 10. C-003 SSA 16+00 TO STA 28+06 Tf, CO09 " 95+00 TD STA SHOO 12, 0-005 STA 34+CC TO STA 42+00 13, C-009 WA 42+00 M fA $1+00 C-007 STA S,4W TC STA "I 17, O-ODD sTP BO+OO TG STA 89+Oo 15, C-OG9 SIA 0+00 ,O 81A 78.ED .7. D•OD S1,A 76+00 TO 87A 674 W Co. C-o l STA 87+66 TO $TA 951 19, C-012 SlA 55+0C TO $YA 10510D III C-0,3 57A 108+00 ID STA n4+GO 21, G-014 57A II NO3 TO STA 123�W 22. C-OS STA 123+00 TO 8TA 132,IOV ED. C-75 STA 132+W 15 ENO SYA 138+32.B3 24. C-017 TRAFFIC CONTROL PLAN at ANTI 25. C-100 DEAfDurou DEMOLITION PLAN 11, U200 r,Rwm c TRDL ma.R CFO IN CONTROL 8N111 11 27. C-201 ERD9ON LONIRCL $MEE, ES 28. C-262 ER09rN CONTROL SHEET 63 i0. C-9D3 ERomme LON,ROL 5TEE1 N4 3R Cr204 CRESTON CCN7ROL 5MI /5 s,TACN DIl_A 31. C-900 NTSGELLPNEOI4 DETAILS 32. C-9D1 MI$CELLAN E 01 DETAILS 11 C-S02 N18CELLANEDVS DETAILS D4. C-B03 M*OCLLANE0115 DETAILS 95. C-BD4 MMmLANEOUS DETAILS 2B, C-Bo5 MISCELLANEODS DETAILS THESE OOCVMENI9 ARE i7, :-BO6 MtSCCLLANEOUS DETAILS RCTN[W E Nm NEMI A N. An NOT 38. C-DD7 MI CELLANECAS OCTA�S FOR COxsiRUrnON, IS. C-BOB MlSC0.LANE0u$ DETAILS 40, C-BOO MISCELLANED.8 DETAILS GEORGE I. TARIM il]N3 P.E N OT418 41. C-010 STORM WATER POLLUTION PREVENTION R cT N'Rd 1L_ II RA, ou— GET(': SI�� 2018 42, S-BOS FlREROL858 WAK217ION MANHOLE TARm cIANDARC nFTAnS 43. ED (3)-15 TEMPCRARY EROBON, SEDIMENT AND WATER POLLUTION CONTROL NEASURES CONSTRUCTION EXITS ♦l 8C (1)-14 BARRICADE AND CONSTRUCTION GENERAL NHS AND REOUINEDWOM s 4S 1CP (5-1)-t2 TRAFFIC CONTROL PLAN SHMCCR WDRX FOR FRECWAYSAXPESSWAYS REVISIONS 0 O MOMS: 1. CONTRACTOR SMALL CALL SNOUT NEPCCTOA A8 NCURS PRIOR TO START Or EXCAVATION. 2 COMACTO2 IS AEDUIREO TO CONTACT h001 1E OL$TRICT TRAFFIC SIGNAL SHOP AT S17-370-3651 FOR LINE LOCATES IF BURIED PORTON OF THIS WORK IS NCAR TOOT TRAFFIC SIGNALS. CONs7REK'ftON NUIFS N— C XlTWI NA 6NNX n1101[CT eLL EMNND TRESS. IWCCi RRA NND wALS ANp I1WGryRC3 UNLESS e,NOw,lg NDWD NDi alL 51e1pT "I 1 of Is xW 111 111— F- 1— 6E 5 OLD 55 OMdmp?�l.11L1 GEd-'KMCC RIFT aF 'NAYi CNISpMO FdG[a AS xpl]D ,c oxf 1[R �iµN_ P..0 eax,An ,xE savowa +r u:.s, n NwNa sa m ,o , c.cP LcuNaRl -TCp-dTE-aTI ;CRT MORM NAAR pEPs; fRNnCNs {41T} e,I-8]M w, Moe,H Tfe•w O1� e�i°� z O6 [RLN6Y Gtl n VM OryMMAR N,S Y le ne< O 11[ rz1[iNCn1r11�MwN q �PTFR MYN. IM,I ]Ce•IT] fNv CSN yZ ii e1N]A r.elmps 1-eoo.pN_,fss � HORIZONTAL, F. VERTICAL CONTROL V O m DDE FGR2l Fl1Y AR6{Gl /aeOP➢ H' Ps0.'-4<a �TprsM�i7oDaa.rD-mT.10E-Doeaea HAP3C0 k0. 39 (E,r, N,LYJ � (J.N.L) CITY OF PORT W OATH, TEXAS WATER DEPARTMENT WASTEWATER DIVERSION FROM EAST OF EAGLE MOUNTAIN LAKE DRAINAGE BASIN TO BIG FO$SUA CREEK DRAINAGE BASIN GRAVITY SEWER SEGMENT z LOCATION MAP AND INDEX OF DRAWINGS O DESGNED: DIF SCALCI EIM SHEET DRAIIN: FJC I AS SHOWN I OCTOBER. 2017 I 2 P" ti 790 a` 7as 3 aso e - 775 9 5 770 R 2 765 AM naPFURC ..'LE u9A Fr �0 � FP EMO aRP9em�nE9 602.25.T 14RKER CJARTER On N� JYBStlIdF STA 92+70.57 "? NATURAL OA: PIPELNE ENO BOTOC w5, .l�[: oo5ase b' IN l IIB REA 3 N-7007047.88 �r� I Ee231 D328.66 - 20' �DFTEMP. _ , ))NMsm, EA9EIAErvr APP d . z s7o FT ro BAILFIY-905WELL U'. $ ' PI SEA 92+82.0) 1 INSTALL 6' SEO MIT[ O N.7007041.10 -LED tx.,693 ACRES p� E=231 gi19,44 4G,AXr, vuI + - I '�N i e � Vol. t� ORT.C.i. PROPOSED 35' SANITARY SEVER LNE NF 552'8831W 9Bujl0.42 .Or _/ 1F ; z I 6 �. o III9+60.87 = STA UE 8EG3N BOTOC I .❑ �- `` Q� N.700]L L •A- E E.23105 408.4 z FG'C OF B• m�:. iEl,� -':P �, �� "4.TA\ A 4D' WEDE PERMANENT-EMENT FlBE��OPO IIIC Q IrrII z, .��, 4'+i °b,D'••++��OP'qq���`. '•`�yM�v" SANITARY SEWER EASIN THIS PAEA Z z rr �4q Q>Cy4 oli°� `UI N�_ 5 L°`!, x A0.�ieZ,gy to T• I! "uj\ .'x ^I DVERIIEhO ELEGTPoC a W V aI!! 7 V'� IN THIS AAFA IE Z Q � rOf�MwY \� Efl d �LZN p 0.90 ACRES I I FO° t'A<N• INS. oRxOF rne�LlO I 120' RICHT-OE-WAY PCIT 20E' BIOME-OFER -WAY STATE tK TExASROAU REJ . Ill. OF 6D.307 ACRES R RMRUNDFORTEE GTCN (NORTHERN & $AN7 FE Y' t�1' P. IBB WL M399RR. 9 50 I O.RT.C.T, p,R.T.e.r. I I ............. ..... ... w wJ .� MA w w w w'1� W 755 67+00 88-00 89+00 90400 91+00 92+00 93+00 94+00 95+00 96+00 I REVISIONS x'I(%y)� orsul9nex dTC 11/Y f/ z so HORIZ.SCALE SCALE - 40' z RT. I' 4' NOTES: 1. QONTRACTCR SMALL VERIFY THE HI AND N'ERn CAL LOCATION CF ALL EXISTING UT'RES MICH WILL OR MAY MFACr CONTRACTOR'S WORK MTREMER OR NOT SHOWN ON PLANS. z SEE SHEET WZ4 FOR MANHOLE DETmLs. Z, CONTRACTOR SHALL MDT CHANCE CONTOURS IN STREAM III WIM ME ADDHION OF ROCK RIP RAP 4- O nCTOR 5MAU FULLY COMPLY w.TM ALL REQUIREMENTS AS SET FORM OF RAIL ROAD AMC TEXAS DEPARTMENT OF TRFNSFORTATON WHEN PERFORMING WORK UMBER OR AT CLOSE PROXIMITY TO MET FACILITES. 5. CLEAR ZONE SHOWN BASED ON 25' FROM CENTER UN[ ON SOM SDES OF ME RUL ROAD TRACKS, NO PERSONNEL, MOP M ENT. OR ANY OMER W0E8( RELATE) ACTMnCS 16LL TAKE PLACE INSIDE CLEAR CON PER REOWREMEMTS 6. EONM CTOR SMALL CALL r COT INSPECTOR 48 HOURS PRICK ro START OF IXCAVATON, 7. COMM GTRR IS RE —RED TO DGATAOT T DT OISTRIOT TRAFFIC SIGNAL SHOP Ar 817-370-3661 FOR LINE LOCATES IF BURIED PORTON OF THIS WORK 15 NEAR TOOT TRAFFIC SIGNALS, .t+ESE OOOUMCNR ARE FOP IN7FIIN RE'A o A FOR CONS' LR ON. O BIOO G, RJRPOSES UEORCE I, FARpM TEXAS Pk x0 9Tu8 /t5/2oTe K CONBTRUCTION N0788 u0rf 4l1 TRRTWRiM91I SMiLI 9E tIVNIILL=11 UT, eC s wuss °m6RwsL �w.Eu, vA,NP ., e'aTlwrA,.9N NR* ivT�-wR OFPr; REED r9 ENERcv ( 1(EIS 8_asea T�MIp©.fFCY� EtA'iRIC Is1 EIS-6111 WMIERl 11 I61r a _e NL OIHn61�1 �-NpG rE55 5Y65 F HORI20NTAL & VERTICAL. CONTROL n 6606723x 2.e E] E3166 D$95 REV, xr ra2 r /aT3oR _ .uLw+ PPa,6ar r .Tea cRl.ras-aarae3 uAPscv'2 Az9(&FKL' .Fs (4RW CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WASTEWATER DWERSION FROM EAST OF EAGLE MOUNTAIN LAKE DRAINAGE BASIN TO BIG FOSSIL CREEK DRAINAGE BASL1 GRAVITY SEWER SEGMENT ,AN AND PRDRLE STA 87+00 TO STA 96+00 C_: FIC IAS I. I OETOBER..11 I "Ill K FOIST WORTH DISTRICT UTILITY DIRECTORY 02 - FT - V0210711 FORT WORTH DISTRICT UTILITY OFFICE Bill McCoy Right of Way Project Delivery Manager Doug Fain Utility Coordinator Do uplas. Fain Ptxd ot.aov Amar Akram, P.E. Transportation Engineer Amar.Akram@txdot.gov Randy Brown, P.E. Utility Coordinator - Permits Randell.Brown@txdot,Rov Dustin Deaton Utility Coordinator Dustin.Deaton@txdot.gov Ali Yacoub Utility Coordinator Ali.Yacoub@txdot.aov Lewie Morris Utility Coordinator Lewle.Morris@txdot.gov Page 1 OFFICI- PHONE 817-370-6950 817-370-6542 817-370-6681 817-370-6589 817-370-6588 817-370-6865 817-370-6644 Utilitv Inspectors Ben Trevino - South ben.trevino@txdot.gov Cell-817-307-1617 817-370-6523 Carlos San Martin - North Carlos. San Martin@txdot.gov Cell-817-313-3873 817-370-6668 JOHNSON COUNT-. AREA OFFICE Paul Spraggins, PE Area Engineer 817-202-2900 Peter Ross, PE Assistant Area Engineer 817-202-2900 J-jil :Vdt#-& JACK- COUNTY AREA OFF10ES Edrean Cheng, P.E. Area Engineer 940-626-3400 Lane Selman, P.E. Assistant Area Engineer 940-626-3400 �''(�2) NOk il! 7ARI AIVT COUNTY AREA OFFICE (N. Or- IH O) Minn Tran, P.E. Area Engineer 817-399-4302 Aureliano Flores, P.E. Assistant Area Engineer 817-399-4302 (54) SOUTH TARRANT COUNTY AREA OFFICE (S. OF 1 H-30) Randy Bowers, P.E. Area Engineer 817-370-6640 Ram Gupta, P.E. Assistant Area Engineer 817-370-6640 1(56) ERATH, HOOD & SO_Itn_ERVELL COUNTY AREA OFFICES David Fowler, P.E. Area Engineer 254-965-3511 Sarah Horner, P.E. Assistant Area Engineer. 254-965-3511 :{.57). PARKER $ PAEO PINTO COUNTY AREA OFFICES David Neeley, P.E. Area Engineer 682-229-2800 Janet Crawford, P.E. Assistant Area Engineer. 682-229-2826 1.DRIvt.=-V AVS - STORM DRA11*8 - ACCESS 1 TEMPORARY ACCESS - OVERSIZE & 0VERWE'IGHT PERMITS Ricardo Gonzalez, P.E. District Maintenance Engineer 817-370-6521 Rebecca Booher Office Manager - Oversize and Overweight Permits 817-370-6534 Margaret Aguire Driveways, Access, Temporary Access, Storm Drain Permits 817-370-6527 Page 1 Page 2 Irene Dominguez District Maintenance Permit Coordinator 817-370-6672 TRAFFIC StGNALS, TRAFFIC MANAGEMENT, MESSAGE BOARDS Billy Manning Supervisor 817-370-6942 Line Locations; Contact Control Roorn 601ce fur Form 8'17-370-3661 Ernergertoy CoritaN Nu(nbe3- Colilrul Room -24 Hours 811-370-3661' FORT WORTH 1)18TRICT MAINTENANCE oFriCCS JOHNS61-4-' 6UNY`Y MAINTEW4W Scott Jones Maintenance Supervisor 817-202-2900 Armando Rodriguez Driveways & Utility Inspector Cell-682-459-5249 817-202-2905 VVISE & JACK COUNTY MAINTENANCE Cory Holzer Maintenance Supervisor 940-626-3400 Keith Prochnow Utility Permit Inspector - Wise Cel[-940-626-3400 Jana Robinson Utility Permit Inspector - Jack Cell-940-567-6611 NORTH TARRANT COUNTY MAINTENANCE Mike Sepeda Maintenance Supervisor 817-399-4350 Carlos San Martin North Tarrant County Utilities Inspector Cell-817-313-3873 :SOUTH TARR ANT COUNTY MAINTENANCE Ralph Garza Maintenance Supervisor 817-370-6903 Ben Trevino South Tarrant County Utilities Inspector Cell-817-307-1617 ERATH, HOOD, SOMEI VELL COUNTY MAINTENANCE Jared Browder Maintenance Supervisor 254-965-3511 Jim Pool Utility Permit Inspector Cell-254-595-0382 254-965-3511 PARKER & PALO PINTO COUNTY MAINTENANCE Scott Jones Maintenance Supervisor 682-229-2804 Wayne Frazier Utility Permits Inspector Cell- 682-239-8206 F-'C `SE'OF UTILIT-Y EMERGENCIES CONTAC ' Bill'WGo}' 214-288-3627J TXDQ.T�.Itifl.[SNON_UATEI4 ENT The mission of the Texas Department of Transportat ion is to provide safe, effective and efficient movement of people and goods. SAFETYI Please refer to the Texas Manual on Uniform Traffic Control Devices (TMUTCD) for questions concerning traffic control plans. http://ftr).dot.state.tx.us/pub/txdot-info/trf/tm utcd/2011-rev-2/6. r)df WHILE WORKING ON THE TXDOT RIGHT OF WAY: HARD HATS, CLASS-3 SAFETY VESTS AND STEEL TOED BOOTS ARE REQUIRED AT ALL TIMES. A COPY OF THE UTILITY OWNER'S PERMIT MUST BE ON SITE AT ALL TIMES. Page 2 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK i CITy OF FORT WORTH Eagle Mountain [Ake Basin Sanitary Sewer Diversion Pipeline to Big Fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01309 Reviscd July I, 2011 GR-01 60 00 ]Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTII Eagle Mountain Lake Basin Sanitary Sewer Diversion Pipeline to Big fossil Creek Basin STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City PFoiW No. 01309 Revised July 1, 2011 FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STAN13ARD PRODUCT LIST Updated: September 5, 2018 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/Frances & 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 t 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 FORTWORTH,a �V� Note: All water or sewer vine la than 15 inch diameter shall CITY F FORT WORTH WATERDEPARTMENT STANDARD PRODUCT LIST the Water Maw do Sewer - Maphoies do BaseriCaninipofs 33 34 10 (Rpv V3f16) Updated: 09/05/2018 07/23/97 3305 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Uhra-Seal P-201 ASTM D2290/D412/D792 04/26/00 3305 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No, 35.0048-001 04/26/00 3305 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4Cs Gasket ASTM C-443/C-361 1126199 33 05 13 HDPE Manhole Adiustment Rims Ladtech, Inc HDPE Adhwtment Ring 5113105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System SS MH Non traffic area From Original Standard Products List Click to lRetulm to the Table of Content 1 CITY OF FORT WORTH Fou WORTH, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 09/05/2018 Note: All water or sewer pipe larger than 15 inch diameter shall be approved far use by the'Water Qeuartment on a oralect specific basis. Snecial beddine maybe required for some nines. WxtWA +Ewer M9nho 33-39-13 4118f13) 1126/99 33 39 13 IFaberglass Manhole Fluid ConWntnent, Inc. Flowtite ASTM 3753 Non -traffic area 0913U/06 33 39 13 1!iberom Manhole I L.F. Manufacturing I I I Non -traffic area ' From Original S. Products List Click to Return tt. 'able of Content 2 I CITY OF FORT WORTH FORT WORTH, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: OM5/2018 Note: All water or sewer Pi e lar er than 15 inch diameter shall be a Droved for use by the Water Department on a ro'ect specific basis. S ecial bedding may be required for some Di es, Niel.Approval 3#9v nModel No. Nalional Spec sivv l ater &;5cwer- M2mhoies & Basesr'Frames & Cavers/Rer h u Wor 334-5--13 (Rev 251161 " 1 33 05 13 'Manhole Frames and Covers I Western Iron Works. Bass & M,s Foundry I 1001 I 24"x40" aril . From Original Standard Products list Click to Return to till Table of Content FORT WORTll . Note: All water or sewer Dive la CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST 15 inch diameter shall be aDDroved for use by the Water Department on a )Updated.- 09/05/2018 basis. Special beddin¢ mair be reouired for some Water & Sewer - Nbixtha1_es &- Bzw-%TFranieF, & Ctn errAtandmA Mannin 113 17ty =46) * 310515 Manhole Frames and Covers Westem Iron Works, Bass & Hays Foundry 30024 24" Dia. * 350513 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 0knNL7A 3305 11 Mhale Fid(-.uvm Nmull fmndry 3Wzr. A�I` AAAAWM MiM [H.i 02"19 33 of 0 hMoMole Frimch mti`ooati 1�o F.- LO-t.s+[n a) ASTM AAlt&Ans►M $n11fi :a- rlu o0uwi# 1 3x04L3 MditbRjr.F-Amvsand U&Ven Na"MItMadl' NFT274 ,ry,,nMA"&AASFij'dWftk "'an. gY;,irt8 33 t15II M=Nnle frame* and Caves Neenah Fo nulry R-t? I-I.hStRrt.�dk AtTM AA1 &AAMITU K)06 %D' LIAx 3305 13 Manhole Frames and Covers Sigma Corporation MH-144N 3305 13 Manhole Frames and Covers Sigma Corporation M1I-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 3505 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 3305 13 Manhole Frames and Covers (hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia, 7M/03 3305 13 Manhole Frames and Covers Saint-Cobain Pipelines (Fammx/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" DI MH Ring and Cover East Jordan from Works V 1432-2 and V 1483 Designs AASHTO M306-04 30" Dia. 11/02/10 3305 13 30" DI MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" DI MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" DI MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" DI MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam LocklM FUT-Gasket AASHTO M105 & ASTM A536 30" Dia 06I01117 34 05 13 J0" DI MH Ring and Cover (hinged & Lockable) Cl SiP Industries 2280 (32") ASTM A 48 30" Dia. SCDH 3000, Std. Dbl Hinge Non-Metalic Ring 08/24/17 33 05 13.01 30" DI MH Ring and Cover (Hinge & Lock) Composite S"MerCover and Cover w/Lock HD/FRP Composite 30" Dia. * From Original St products List Click to Return tt able of Content 4 � 7 CITY OF FORT W®lS' 11 r®RT ORTHo `--� WATER. DEPARTMENT `- �-~' STANDAr-�D PRODUCT LIST Note: All water or sewer i e la er than 15 inch diameter shall be w2groved for use hy the Water Deriartment on a Droiect s ecific basis. Si2ecial be ,-kppi-ovil Spec No. Classsification WkWk & Sewer - MtnhgJ« & i3aseslFr2mes & Cuvn-z/Wster Tight dr Pressure "CiIg$t 3-3-135-13 IRcv 2,'371 W • 33 05 13 Manhole Frmes and Covers Pont-A-Mousso❑ Pamtight * 33 05 13 Manhole Frames and Covers Neenah Casting * 33013 Manhole Frames and Covers Western Iron Works Bass & Hays Foundry 300.24P * 33 05 13 Manhole Frames and Covers McKinley from Works In.. WPA24AM 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 04/20/O1 33013 Manhole Frames and Covers (SMSetampore Industries Private Ltd. 300 24-23.75 Ring and Cover Updated: 09/05/2018 be required for soin+ ASTM A 48 ASTM A 4$ 24" Dia 24" Dia. 24" Dia. 24" Dia, 24" Dia. 24" Dia. * From Original Standard Products List Click to Return tO the Table of Content 5 FORTWORTH. Note: All water or sewer nine 1. thar.15 inch diameter shall be CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST W2ter rc Sevxrr- NTmnhales & BsscslPrecml Con[rEtr. fRev ilk_ _ * 333910 Manhole, Precast Concrete Hydro Conduit Corp * 333910 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. * 33 39 10 Manhole, Precast Concrete FodeiTa(fomrerly Critford-Hill, Hanson) M6100 33 39 10 MH, Single Offset Seal Joint Forten-a(formerly Gifford -Hill, Hanson) 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 05/08/18 333910 Manhole, Precast Concrete The Tuner Company 1=7106 33 39 10 Manhole, Precast Concrete Oldeastle Precast Inc. 06/09/10 333910 Manhole, Precast (Reinforce Polymer)Concrete US Composite Pipe basis. for Updated: 09/05/2018 SPL Item #49 ASTM C 478 ASTM C-443 ASTM C 478 Type F Dwg 35.0048-001 ASTM C 478 48" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48" I.D. Manhole w/ 24" Cone ASTM C 478 i Reinforced Polymer Concrete ASTM C-76 48" 48" 48" 48" Diam MH 48" w/32" cone 48", 60" 48" Diam w 24" Ring 48" to 72" * From Original S, , Products List Click to Return tk ra1ble of Content 6 CITY OF FORT WORTH FORT WORTH, WATER DEPARTMENT STANDARD PRODUCT LIST Upd2ted:09/0512018 Note: All water or sewer pipe larger than 15 inch diameter shall be a i2roved for use hy the Water Department on a prolect specific basis. Special beddiav be reciuired for some i es. a. Clavisification Manufacturer 'Model 'N". National sper Size water Sewer - l4lan)boltl & B=%(Rehab SvdeLWCengXtMo0I * E1-14 Manhole Rehab Systems Ouadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP EI-14 Manhole Rehab Systems AP1M Pem,aform 4/20101 E]-14 Wahole Rehab System Strong Company Strong Seal MSZA Rehab System 5112103 E1-14 Manhole Rehab System (liner) Poly -triplex Technologies MR repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use * from Original standard Products List Click to Return to the Table of Content 7 CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT FIST Water & Sewtr - Mitsholes & BusaVRebab Svstesns/NonCementii ious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, E1-14 Manhole Rehab Systems Sun Coast 12/14/01 Coating for Corrosion protection(Exterior) ERTECH 01/31/06 Coatings for Corrosion Protection Chesterton 8/28/2006 Coatings for Corrosion Protection Warren Environmental 08/30/06 Coatings for Corrosion Protection Citadel 33 05 16,33 39 10,33 03/19/18 3920 Coating for Corrosion ptotection(Emerior) Sherwin Williams M � Spray Wan Polyorethanc Coating ASTM D639/D790 Series 20230 and 2100 (Asphatic Emulsion) Arc 791, S1HB, Sl, S2 Acid Resistance Test S-301 and M-301 SLS-30 Solids ypgxy RR&C Dampproofasg Non- ibered Spray Grade. (Asphatic Emulsion) Up&tetd: 09/05/2018 For Exterior Coating of Concrete Structures only Server Applications Sewer Applicatiens Sewericatians For Exterior 'oa�mg of Concrete Structures Only • From Original 5-, Products List C[ick to Returtl tL able of Content 8 Note: All water or sewer_ pipe h CITE.' OF FORT WORTH WATER D EPARTMENT STANDARD PRODUCT MST than 15 inch diameter shall be approved for use by the Water Department on a Droiect sDecil Water & Sewer - anhole Inserts - Reid ODCrPriOns Use 0121V (Rcv 213116) * 33 05 13 Manhole Insert Knutson Enterprises * 33 05 13 Manhole Insert South Western Packaging * 33 05 13 Manhole Insert Notlow-Inflow 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. 09/23/96 3305 13 Manhole Insert SouthN&%tem Packing & Seals, Inc. Updated: 09/05/2018 for some pipes. Made to Order - Plastic ASTM D 1248 For 24"dia. Made to Order -Plastic ASTM D 1248 For 24" dia. Made to Order - Plastic ASTM D 1248 For 24" dia. LifeSaver - Stainless Steel For 24" dia. TetherLok - Stainless Steel For 24" dia • From Original Standard Products List Cfick to Return to the fable of Content 9 FoRTWORTH- CITY OF FORT WORTH[ WATERDEPARTMENT STANDARD PRODUCT LIST diameter shall be awrov--d for use by the Water Wairr &. Seimir- Plm np,5esexrs 33415-24 (07MI131 1 11/04/02 Steel Band Casing Spacers _ Advanced Products and Systems, Inc. 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, lnc. 04/22/87 Casing Spacers Cascade' Waterworks Manufacturing 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator 09/14/10 Coated Steel Casin Spacers Pipeline Seal and insulator 05/10/11 Stainless Steel Casing Spacer Powerseal 03/19/18 Casing Spacers BWM 03/19/18 Casing Spacers Bw a Carbon Steel Spacers, Model Sl Stainless Steel Spacer, Model SSI Casing Spacers Stainless Steel Casing Spacer Coated Steel Casin Spacers 4810 Powerebock SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing Updated: 09/05/2018 some Up to 48" Up to 48" Up to 48" * From Original S. Products List Click to Return ¢E zble of Content 10 FORT AVOR H, Note: All water or sewer ge lar er than 15 inch diameter shalt be approv �r Err & Sewer - PigesMucfile {run 33-11-111"18M) " 33 11 10 Ductile Iron Pipe 33 11 10 Nicolc h orb �* -0Ix'_�'I• 33 11 10 ihclele 1ma Apr " 33 11 10 Ductile Iron Pipe k " 33 11 10 Ductile Iron Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST for use by the Water Department on a project specific basis. Griffin Pipe Products, Co. , menum :)dads lion re Anim;.ur. Duclilr fern ne U.S. Pipe and Foundry Co. McWane Cast Iron Pipe Co. Updated: 0910 1201E be required for some nines. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 ',rr: n Fr!.i.lr P:pe iSlr11 rr-arn AWWAC134, C151 ,"Ww" C15i1_CI11 AN'VWA C 150, C 151 AW WA CI50, C151 3" thru 24" i- thM lvp S' thru M, From Original Standard Products List Clack to Return to the Table of Content 11 A.11 15 inch diameter shall be I�4�#er s#s $ewe i r - UdAky 1],�.iic 7 rXtr (Q& 4JZ0.19 CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST for use by the Water Department on a basis. Updated- 09/05/2018 be required for some From Original S. Products last Click to Return t, able of Content 32 FORT WORTHe Note: All wafter or sewer pipe la CITY OF FORT WORTH WATER DEPART TENT STANDARD PRODUCT FIST than 15 inch diameter shall be approved for use by the Water Department on a proiect svecil Sewer - CgXdgV poxy 33-3948 (OV08ti 31 02I25M Epoxy Lining System 12/14/01 Epoxy Lining System 04l14J05 Interior Ductile Iron Pipe Coating 01/31/06 Coatings for Corrosion Protection $128/2006 Coatings for Corrosion Protection Sauereisen,Inc Ertech Technical Coatings Induron Chesterton Warren Environmental SewerGard 210RS Ertech 2030 and 2100 Series Protecto 401 Arc 791, SINS, SI, S2 S-301 and M-301 Updated: 09/05/2019 LA County #210-1.33 ASTM B-I17 Ductile Iron Pipe Only Acid Resistance Test Sewer Applications Sewer Applications * From Original Standard products List Crick to Retum to the Table of Content 13 F u oRni Note: All water or sewer Moe larger than 15 inch diamewr shall be Sewer - Cna>ineafPoiynrghaae CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST for use by the water Denarrrnent on a Updated: 09/05/2018 basis. SDeeial beddino inaY be required forsome * From Original S ?roducts List Mck to Returr t, able of Content 14 Note: All water or sewer pipe larger than 15 inch diameter shall be ISewrr - C.Pr b4rWfun Air Valves 05/25/18 I 33-31-70 IA.& Release Valve for CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST the A.R.I. USA, Inc. ecial be 13025=02(Composite Body) Updated.: 09/05/2018 be required for some 2" M From Original Standard Products List Click to Return tO the Table of Content is Note: AU water or sewer Woe la (Sewer - ProeslCan€rete El-04 Conc. Pipe, Reinforced E1-04 Conc, Pipe, Reinforced El-04 Conc. Pipe, Reinforced E1-04 Cori. Pipe, Reinforced CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Wall Concrete Pipe Co. Inc. Hydro Conduit Comoration Hanson Concrete Products Concrete Pine & Products Co. Inc_ Updated: 09/05/2018 ASTM C 76 I Class III T&G, SPL Item Il77 ASTM C 76 ASTM C 76 ASTM C 76 From Origirral! Products ust Click to Return t, "able of Content 16 VORTWORTLne Note: All water or sewer pipe 4 CITY OF PORT NORTH WATER D EPARTMENT STANDA" PRODUCT LIST than 15 inch diameter shall be annroved for use by the Water Deaartment on a nroiect sneciiic basis. Sewer- Fjjjf EalarZwnt Svstrm fMetbpAW-31-23(011181131 PIM System PIM Cornoration McConnell Systems McLat Construction TRS Systems I Trencbless Replacement System Polyethylene Polyethylene Polyethylene Updated,: 09/05/2018 be reauired for some nines. PIM Cots., Piscata Way, N.J. Approved Previously Houston, Texas Approved Previously Calgary, Canada Approved Previously . From original Standard Products List Click to Retum to the Table of Cantent 27 Fo T WORTH Dote: All water or sewer pipe CITY OF FORT WORTH WATERDEPARTMENT STANDARD PRODUCT LIST than 15 inch diameter shall be approved 6or use by the Water ]department on a ISewer , Pine r r&gs Rtinfurced P_im 33-11-IXIM31 7121197 33 31 13 Cent Cast Fiberglass Hobas Pipe USA, Inc. 03/22/10 3331 13 Fiberglass Pipe Ameron 10/30/03 Glass -fiber Reinforced Polymer Pipe TF.o;r,;r.-c i Pike {iivaa 4114105 Polymer Modified Concrete Pipe Amiteeb USA 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Hobas Pipe (Non -Pressure) Bondstrand RPMP Pipe Flowtite Meyer Polverete Pipe Reinforced Polymer Concrete Pipe Updated: 09/05/20 8 ASTM D3262/D3754 ASTM D3262ID3754 ASTM D326211)3754 ASTM C33, A276, P477 8" to 102", Class V ASTM C-76 . From Original S 1 Products List Click to Return t. Table of Content is FOIST WORTH. �y Note: All water or sewer i e lar er than 15 inch diameter shall r t€ 1 [Sewer - J'jprs l ' FE J5-M-Z3(1fA/S-1j " High -density polyethylene pipe " High -density polyethylene pipe * Hip_h-density polyethylene pipe High -density polyethylene pipe CITE' OF FORT WORTH WATER DEPARTME, NT STAND PRODUCT ]LIST se by the Water Department on a Droiect snecii Phillips Driscopipe, Inc. Plexco Inc. Polly Pipe, Inc. CSR Hydro Conduit.Pipeline Systems Opticore Dactile Polyethylenc Pipe McConnell Pipe Enlargement 'Updated: 09/05/2018 some nines. AS D 1248 ASTM D 1248 ASTM D 1248 ASTM D 1248 * From Original Standard Products list Ock to Retum to the Table of Content 19 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer Ifte larger than 15 incb diameter shall be aggroved for use bv the Water De artment on a DroiectsDecific basis. S edal be Approvali No. 121MIl l 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe 1OW14 33-11-12 IbR-14 PVC Pressure Pipe I Royal Building Products Royal Seal PVC Pressure Pipe Updated.- 09/05/2618 AW WA C900 4" tluu I2" AWWA C900 4" t&u 12" * From Original: 1 Products List Click to Return t Table of Content 20 FORTWORTH, Note: All water or sewer pipe le CITY OF FORT WORTH 'CATER DEPARTMENT STANDARD PRODUCT LIST r than 15 inch diameter shall be approved for use by the Water Department on a Proiect wecific basis. Sewer - Pipe-s./ VC4 33-31-20 (7111131 " 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe " 33-31-20 PVC Sewer Pipe 12123/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 33-31-20 PVC Sewer Pipe 01/18/18 33-31-20 PVC Sewer Pipe I1/11/98 33-31-20 PVC Sewer Pipe ' 33-31-20 PVC Sewer Pipe 09/11/12 33-31-20 PVC Sewer Pipe 05/06/05 33-31-20 PVC Solid Wall Pipe { 04/27/06 33-31-20 PVC Sewer Fittings 33-31-20 PVC Sewer Fittings 11/17/99 13100-2 Closed Profile PVC Pipe 3/19/2018 33 3120 PVC Sewer Pipe 3119/2018 33 31 20 PVC Sewer Pipe Certain -Teed Products Corp Napco Manufacturing Cote J-M Manufacturing Co., Inc. (JM Eagle) Diamond Plastics Corporation Lamson Vylon Pipe Royal Building Products Virrylteeh PVC Pipe Diamond Plastics Corporation J-M Manufacturing Co, Inc. (JM Bagle) Pipelife Jet Stream Diamond Plastics Corporation Harco Plastic Trends, in.c Diamond Plastics Corporation Pipelife Jet Stream Pipelife Jet Stream Updated: 09/05/2018 be reouired for some pipes. ASTM D 3034 4" thru 15" ASTM D 3034, D 1784 4" & 8" ASTM D 3034 4" - 15" SDR-26 and SDR-35 ASTM F 789, ASTM D 3034 4" thru 15" ASTM F 789 4" thru 15" Royal Seal Solid Wall Pipe SDR 26 & 35 ASTM 3034 4" thru 15" Gravity Sewer ASTM D3034 4" thru 15" "S" Gravity Sewer Pipe ASTM F 679 18" to 27" ASTM F 679 18" - 27" SDR-26 and SDr-35 ASTM F-679 18" PS 46 ASTM F-679 18" to 48" SDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D4784, etc 4" - 15" Crasketed PVC Sewer Main Fittings ASTM D 3034 ASTM 18031F794 18" to 48" SDR 35 .ASTM F679 18"-24" SDR 26 ASTM D3034 4"-15" " From Original Standard Products List Click to Return to the Table of Content 22 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be a roved for use §y the Water De artment on a �Sx�ser- Is>tbfCiPP33-31-1218111EV131 Cured in Place Pipe - Insituform Teaark, Inc 05/03/99 Cured in Place Pipe National Envimtech Group 05/29/96 Cured in Place Pipe Reynolds Inelinliner Technobry (Inliner USA) National Diner, (SPIT) Item #27 lnliner Technolagy ASTM F 1216 A,STM F-1216/I)-5813 ASTM F 1216 Updated: 09/05/2018 From Original' Products List . Click to Return t fable of Content 22 FORTWORTH, y Note: All water or sewer uiue 1E CITY OF FORT WORTH r�W� �ATyTEIR DEPARTF1�r-I�rl�ENT STANDARD PRODUCT LIST than 15 inch diameter shall be anoroved for use by the Water Department on a nroiect snecil Sewer - PjpWRthnit; Fujd & Form * Fold and form Pipe 11/03/98 Fold and Form Pipe Fold and Form Pipe 12/04/00 Fold and Form Pipe 05109/03 Fold and Form Pipe Cullum Pipe systems, Inc. Insituform Technologies, Inc. American Pipe & Plastics, Inc. Ultraliner Miller Pipeline Corp. Insituform "NuPlpe" Ultraliner PVC Alloy Pipeliner EX Method Updated: 09/05/2018 for some ASTM F-I504 AST3SF•1504, 1871, 1867 ASTM F-1504, F-1947 Demo. Purpose Only Up to 1 &" diameter * From Original Standard Products list Click to Return to the Table of tCoptent 23 FORT W®RTH. Note: All water or sewer Dipe 3 CITY OF FORT WORTH WATERDEPARTMENT STANDARD PRODUCT LIST than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Sewer - F[DeMDjKn I; L €}izmtmr 09/26/91 E100-2 PVC Sewer Pipe, Ribbed 1AEM0n Vylan Pipe 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. E100-2 PVC Sewer Pipe, Ribbed Uvonor ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) 05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Up"ted: 09/05/2018 be required for some CaTlon Vylon 1•I.C. Closed Profile Pipe, i ASTM F 679 18" to 48" Ultra -Rah Open Profile Sewer Pipe ASTM F 679 18" to 48" SaniTite HP Double Wall (Corrugated) ASTM F 2736 24"-30" SaniTite IIP Triple Wall Pipe ASTM F 2764 30" to 60" Durmaxx ASTM F 2562 24" to 72" • From Original! I Products List Click to Return t Table of Content 24 FORT WO TI J or sewer pipe larger than 15 inch diameter shall be CITE' OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST for use by the Water Department on a grater - Ammirtenaptes 33 if 2-14 (47/R1113) 01/18/18 33-12-10 Double Strap Saddle Romac 08/28/02 Double Strap Saddle Smith Blair 07/231%12 33-12-10 Double Strap Service Saddle Mueller Company 10/27/87 Curb Stops -Ball Meter Valves McDonald 10/27/87 Curb Stops -Ball Meter Valves McDonald 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. j 5125/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. 5/25/2019 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 5/25/2018 33.12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. 015121112 33-12-25 Tapping Sleeve (Coated Steel) JCM industries, Inc. 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 02129.!12 33-12-25 Tapping Sleeve (Coated Steel) Romac OV29i12 33-12-25 Tapping Sleeve (Stainless Steel) Romac 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac I 05/10/11 Joint Repair Clamp Powerseal I plastic Meter Box w/Composite Lid DFW Plastics Inc. Plastic Meter Box w/Composite Lid DFW Plastics Inc. 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. Concrete Meter Box Bass & Hays Concrete Meter Box Bass & Hays Concrete Meter Box Bass & Hays Updated: 09/05/2018 be required For 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 9317 Nylon Coated Double Strap Saddle DR25 Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 6100M,6100MT & 610MT 3/4" and V 4603B, 4604B, 6100M, 6100TM and 6101M 1'/V' and 2" FB600-7NL,FB1600-7-N-LFV23-777-W-NL, L22-77NL AWWA C800 2" FB600-6--NL, FB 1600-6-NC,, FV2M66-W-NL, L22-66NL AWWA C800 1-1/2" FB6004-NL, FB1600-4-NL, B11-444-WR-NL, B22444 WR-NL, L28- 4NL AWWA C800 1" B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 15000N, , H-1552N, H142276N A,NSL'NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 15000N, H-14276N, I3 15525N ANSUNSF 372 1-1/2" B-25000N, B-20200V-3 H-15000N, H- A%< VA C800, ANSF 61, 1553ON ANSI NSF 372 1" ii406 Double Band SS Saddle 1 "-2" Taps on up to 12" 412 Tapping Sleeve ESS AW WA C-223 Uv to 30" w/ 12" Out 3490AS (Flange) & 3490MJ 4"-8" and 16" FTS 240 AWWA C-223 U D to 42" w/24" Out SST Stainless Steel AWWA C-223 Up to 24" w/I2" Out SST III Stainless Steel AW WA C-223 Up to 30" w/I2" Out 3232 Bell Joint Repair Clamp 4" to 30" DFW37C-12-1EPAF FTW DFW39C-l2-1EPAF FTW DFW65C-14-1 EPAF FTW Class "A" CMB37-B12 1118 LID-9 CMB-18-Dual 1416 LID-9 CMB65-B65 1527 LID-9 . From Original Standard Products List Click to Return to the Table of Content 25 Fo T WORTH, Note: Ail water or sewer nine larder than 15 inch diameter shall be �F4`ater- 8ults.:�o#3. ��d Gaal€tts33=11-05'�1 CITY OF FIST WORTH WATER DEPARTMENT STANDARD PRODUCT FIST, for use by the Water Department on a basis. be Updated: 09/05/2018 From Original : 1 Products List Click to Return t fable of Content• 26 FORT WORTH, Note: All water or sewer pipe tar er than 15 inch Waite - Combinabtl'n Air R111 33-31-111111 (WPM) * 131-11 Combination Air Acieaae Valve E1-11 Combination Air Release Valve " El-il Combination Air Release Valve CITE' OF FORT WORTH WATERDEPARTMENT STANDARD PRODUCT FIST for use by the Water Department on a oroiect snecil GA Industries, Inc. Multiplex Manufactuting Co. Valve and Primer Corp. Updated: 69/05/2019 be required for some Dines. Empire Air and Vacuum Valve, Model 4335 ASTM A 126 Class B, ASTIM A 240 - float, ASTM A 307 - Cover Bolts Crispin Air and Vacuum Valves, Model No. APCO #143C, 0145C and #147C 1" & 2" 1/2", 1" & 2" I", 2" & 3" From Original Standard Products List Click to Return to the Table of Content 27 FORT WORTH, CITE' OF FORT WORTH[ WATER DEPARTMENT STANDARD PRODUCT LIST than 15 inch diameter shall be approved for use by the Water Department on a vroiect snerifir. basis. Water - Dry Barrel Frm A 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve 09/30/87 E-1-I2 Dry Barrel Fire Hydrant Clow Corporation 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company 08/24/99 F•1-12 Dry Barrel Fire Hydrant Clow Corporation F,-1-I2 Dry Barrel Fire Hydrant 1Yr Kennedy Valve 09/24/87 F•1.12 Dry Barrel Fire Hydrant M&H Valve Company 10/14/87 F 1-12 Dry Barrel Fire Hydrant Mueller Company 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry 09116/87 B-11-12 Dry Barrel Fire Hydrant Waterous Company 09/12/16 33-IZ 40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) Drawing Nos. 90-18608, 94-18560 Shoo Drawing No. 94-18791 Shop Drawing No. D-19895 Model 2700 Drawings D20435, D20436, B20506 Shop Drawing No. D-90783FW Shop Drawing No. 13476 Shop Drawings No. 6461 A423 Centurion Shop Drawing FH-12 A423 Super Centurion 200 Shop Drawing No. 960250 Shop Drawing No. SK740803 WaterMaster SCD250 ]Updated: 09/05/2018 be required for some AW WA C-502 AW WA C-502 AW WA C-502 AW WA C-502 AW WA C-502 AW WA C-502 AW WA C-502 AW WA C-502 AW WA C-502 AW WA C-502 AW WA C-502 * From Original S. , Products List Click to Return t fable of Content 28 FORT WORTHe S Nate: All water or sewer i e la er than 15 inch diameter shall be Water —Meters 02/U5/93 E101-5 IwM*Pctic. Detor Check Meter 08/05/04 Drive Vertical Turbine CITY OF FORT NORTH WATER DEPARTM ENT STANDARD PRODUCT LIST for use by the Water Department on a project specific basis. Special bed Ames C6umMV Model 1000 Detector Check Valve Hersey Magnetic Drive Vertical Updated. 09/05/2018 he re I aired for some i es, 0. AW WA C550 4" -10" AW WA C701, Class l 3/4" - G' . From Original Standard Products List Click to Return to the Table of Content 29 J FORT WORTH, Note: All water or sewer pipe larger than 15 inch CITE' OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST for use by the Water Department on a project snecii R'ntrr-XVC fpr dreWaterl33-31-79 (0110W131 01/18/18 33-11-12 PVC Pressure Pipe 3/19/2019 331112 PVC Pressure Pipe 3/19/2019 33 11 12 PVC Pressure Pipe 5/25/2018 34 11 12 PVC Pressure Pipe 5/25/2018 34 11 12 PVC Pressure Pipe Updated: O9/O5/2O19 be required for some r 3 AW WA C900, AW WA C605, Vinyltech PVC Pipe AST M D1784 4"-12" Pipelife Jet Stream DR14 AR'WA C900 4'-12" Pipelife Jet Stream DR]8 AWWA C900 16"-?A" Diamond Plashes Corporation DR 14 AW WA C900 4"-12" Diamond Plastics Corporation Trans 21, DR 14, DR 18 AW WA C900 16",-24" " From Original St . Products List Clid< to Return V. fade of Content 30 CITY OF FORT WORTH FOIST WORTH, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: $9165/2018 Note: All water or sewer i e la er than 15 inch diameter shall be pjqroved Far use b the Water Poartrnenton a P131.0%,11 Spec No. Chlss'Micatinl) 'kinnufacturer projeCts2ecific basis. 5 ecial bedding ma be re Hired for some i es. Model No. National Slier S�ze Water-PivesMalm & MWpeMoct9e iron fifthkp 33-H-11 MIMW13 07/25/92 E1-07 Ductile Iron Fittings Star Pipe cts, Inc. Mechanical Jahn Fittings AWWA C153 & C110 " E1-07 Ductile Iron Fittings Griffin Pipe Products, Co, Mechanical Joint F' AW WA C 110 * El-07 Ductile Iron Fittings McWanefryler Pipe/ Union Utilities Division Mechanical Joint Fittings, Ss 350 AW WA C 153, C 11D, C III 08/11/98 131.07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AW WA C 153, C 1 10. C 112 02/26/14 BI-07 MI Fittings Aceucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 BI-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni4laa8e Series 1400 AW WA C111/CI53 4" to 36" 05/14/98 El 24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Lack AWWA CII lIC153 4" to 24" 11/09/04 EI-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA Cl l I/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Ex. Megalug Series 1100 (for DI Pipe) AW WA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalag Series 2000 (for PVC Pipe) AW WA Cl l l/C116/CI53 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) 5ittma, Co. Sigma One-Lok SLC4 - SLC10 AW WA CI I I/CI53 4" to 10" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Siva, Co. Sigma One-Lok SLCE AW WA CI1 I/CI53 12" to 24" 08/10/98 E1-07 MJFittings(DIP) Signia,Co' Sigma One-LokSLDE AWWAC153 4"-24" 10/12/10 Ei-24 Interior Restrained Joint System S & B Teehncial Products Bulldog System ( Diamond Lok 21 & JM Eagle ASTM P-1624 4" to 12" 09/16/06 EI-07 Mechanical Joint Fittings SIP Industrias(Sersmpore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI 1 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DTP Stargrip Series 3000 ASTM A536 AW WA CI I I 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Tndustdas(Serampore) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AW WA Cl I I 3"48" 03/19/19 33-11-11 Mechanical Joint Retainer Glands SIP Tndustries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 ASTM A536 AW WA Cl 1 I 4"-12" 111 DR14 PVC Pipe 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP lndustries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 ASTM A536 AW WA Cl t l 16"-24" DR18 PVC Pipe * From Original Standard Products List Click to Return to the Table of Content 31 CITE' OF FORT WORTH FORT WORTH, WATER DEPARTMENT STANDARD PRODUCT LIST Updated- 09/05/2019 Mote: All water or sewer pipe larger than 15 inch diameter shall be approved fnr use by the Water Department on a project specific basis. Special beddintcmay be required for some Piaes- IVI a1Er - l�5oeslYa]v3Fs_ c lrifi�Ir, tlte�7setsl Seed-GN&-VilFi* 33-12-2Q a 1131151 Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing P 94-20247 16" 12/13/02 Resilient Wedge Gate Valve Amend m Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" GM 1/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94.20255) AW WA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AW WA C515 16" 10/24/00 V 1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 49" AFC 2500 AW WA C515 42" and 48" 05/23/9) EI-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 EI-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4'- 12" * EI-26 Resilient Seated Gate Valve M&H 4" -12" * EI-26 Resilient Seated Gate Valve Mueller Co. 4" -12" 11/08/99 Resilient Wedge Gate Valve Mueller Co, Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co, Mueller 30" & 36", C-515 AW WA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" 01/28189 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4--12' 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedq Gate Valve Clow Valve Co. Clow Valve Model2638 AWWA C515 24" to 48" f[ ote 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockbamn Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 2 ASTM A 276 Type 304 - Bolts & mit-4 * E1-26 Resilient Seated Gate Valve U.S. Fine and Foundry Co. Metroseal250, requirements SPL 974 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve W Mass Jordan Iron Works) EJ FlowMaster Gate Valve & Boxes 0&-2&1a 33-11-p iSwiim Scowd Gale Vm4vc M01-u-? mra __: ti-F AWW)VA."l61 CIUfAral .15 a" tD le" • From Original 5 Products List Click to Return ti , ahie of Content 32 Cam' OF FORT WORTH FORT WORTH, WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe lar er than 15 inch diameter shall be approved for use by the Water Department on a vroiect s ecii 44'att=r - PipmValves & PiltingsJRubbur SeatrA Sunarfiv Valve 33-12-21 (07110141 Y * E1-30 Rubber Seated Butterfly Valve Henry Prdt Co. r E1-30 Rubber Seated Butterfly Valve Mueller Co. 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. 06./12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve, 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A- industries (Golden Anderson) AW WA C504 Butterfly Valve ipd2ted: 09/05120I8 some AW WA C-504 24" AW WA C-504 X'and smaller AW WA C-504 24" and larger AWWA C-504 Up to 94" diameter AW WA C-504 24" to 48" AW WA C-504 30"-54" * From Original Standard Products List Click to Return to the Table of Content 33 CITE.' OF FORT WORTH FoR,TWORTIT, WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer Qkv IaLver than 15 inch diameter shall be ai2n.Loved for use by the Water De artment on a r='ect s ecific basis. S ecial bedd 1WAter- Palvaffivlenc CROMMM03-1140 fbVNJ131. 05/12/05 E1-13 Polyethylene Encasment Fle"ol Packaging Fulton Enterprises 05/12/05 B1-13 Polyethylene Encam=t Mountain States Plastics (MSP) and AEP Ind. Standard Hardware 05/12105 E1-13 Polyethylene Encasment AEP Industries I Bullstrong by Cawtown Bolt & Gasket Updated: 09/05/2018 be required for AW WA C105 8 mil LLD AW WA C105 8 mil LLD AW WA C105 8 mil LLD * From Original S Products List dick to Return ti able of Content 34 FORT WORTH. Nate: Ail water or sewer nine lareer than 15 inch [Water - Saw2finZStation 3/12196 I 1 Water Sampling Station CITY OF FORT WORTH WATERDEPARTMENT STANDARD PRODUCT LIST Updated: 69/05/2018 be approved for use by the Water Department on a proiect specific -basis. Special bedding may be required for some pipes. IWater plus B20 Water Sampling Station * From Original Standard Products Lis# Click to Return to the Table of Content 35 "-800 ODOR CONTROL. SEWER VALVE The 1800 Odor Control Vent Valve connects to a candy cane style pipe, and is designed to allow for ventilation In the open positlon.The valve body may be easily disassembled with two quick release lockable metal Iatches.The interior of the body contains a canister filled with odor media.This media is in pellet form allowing for better airflow thru the media bed, and is highly effective in removing hydrogen sulfide gas (H2S) found in wastewater treatment applications. Pellets are non toxic and landfill disposable.The media contains blue indicator pellets that turn white when the media is spent.A complementary lab analysis is also offered to determine the remaining life of the media.This is especially helpful In creating an effective preventative maintenance program for odor control. Flanged A" or 6' aluminum body. Metric flange upon request Tamper proof lockable latches Wager media contains Media Life Indicator Pellets Recyclable transparent canister for easy replacement 4 3 PARTS LLST ITEM T NUMBER DescRwnm I 1 1904A ALUMMM FLANGED BASE k 2 1 18C4B ALU��JJI� 3 1 1804-G MEDIA I 4 1 183D-G BASitEiGASKf I 5 1 DCI-MEDIA NED1 MTER ' 6 a 91-MO-32 SS LATCH CATCH 7 10 SCRW-8-37 SS LATCH PH. ND. SCREws 8 2 91-532-52 LATCH SS LATCH C 10.84 B rz -6 7 8 \ 13.34 6 1 9 B� 1 i 1 B A •`_ 4 NORMAL INVERTED MOUNTING POSITION PNS 418DOFAPC za , SECTION B-B SCALE 1/3 3 2 I aoD i SECTION A -A SCALE 1/3 ! 1 A TIONAL VEIMCAL WNGORIENTATION I&HIELD REQUIRED) N� 4-isDnFAPC R D 4 1 FE{ 1 1919 ! 1 3 a 0 s I 1 C 4 E I 10.DC PARTS LIST I `l ITEM QTY PART NUMBER DESCRIKTDN I 1 18D4AFFPC ALUMINUM FLANGE BASE 2 1 16045 ALUM" BASKET 3 2 91.600.52 B SS LATCH CATCH 4 2 91-532-92 LATCH SSLATCH CFI S 1 185a-L;� 6 1 1804-G 1 7 1 Raie Stiff - A SS RAIN SHIELD i B 10 SCF W S-32 SS LATCH PH. HD. SCREW 9 1 OCi MEDIA MEDIA FILTER 10 1 1500-3GR -ND" DIA RAIN SHIELD mouNITNG ROD i1 1 BOLT-1(4-3J4 SS 1►4-20 x 1" HEX HEAD ; tNtA1N}i 1WI 012 ROBERT H. WAGER CO. Q" nnt 4i41800 VERTICAL AND A ING INVERTED SEWER VENT SLM I luwr. ND REN C 4-1800FAK-4-1800EAPC A Sou I t OF I a 1 Sew Jwr COVOTM Product Description/overview: What is a SOYMOF09VO r`"° and why is it unique? The Setil0ler0mill is a Heavy Duty FRP composite manhole 'kt cover that is engineered to remove ALL _ negative aspects of cost iron, such as: ® Corrosion / Seizing ® Weight for Safer Handling o Scrap Metal Theft ® Infiltration/Odor Seal When opening and installing heavy cast iron products it is both extremely rigorous and dangerous to employees, which greatly increase the risk for injury. Safety is and has become a very important to owners who want to protect their employees as well as better manage daily operational risks, thus making the SORINY ONOff the preferred option. Sewper Covers are used for municipal Sewer & Storm water manhole applications, underground cable/electrical vaults, and/or any structure requiring a secure access point for human entry. Standard Sizes: $[:tt DOMOg81' comes in the two most common standard sizes a 24" and 3O' clear opening which accommodate 95% of what's used or required for new and/or existing construction today. These are the most common sixes and we mass produce them to lower the cost as much as possible. OSHA has adopted a 30" clear opening for human entry confined spaces and State agencies are slowly integrating that into design requirements. We meet this requirement and are fully compliant. *See Detail Sheet for Dimensions Specification: Manhole ring and cover is made of non-metalilc composite materials capable of withstanding traffic loading requirements that meet or exceed HS-20 rating. Cover is affixed to ring using a double hinge capable of 180 degree opening. A rubber gasket seal is embedded into the ring so that it provides a means of preventing Inflow, Product Guide and Specification Testing and Strength: Multiple SM0611' 001110' units have been tested by an independent 3rd party and signed off by a US registered licensed Professional Engineer. The US Department of Transportation requires gratings and manhole covers to be tested for load rl rating under AASHT© M-306. In order to be classified H/HS-20 Heavy Duty product *` must withstand *' 16,000Ibs for 60 seconds without cracking or breaking. A 2.5 times safety factor is required which brings the total proof load to 40,000lbs. SOW 00VWm Test Results: TAW 2: gna4ing Slmoglh of73s T kd MW.Ao C-v tAa.:lil. { wr rn■Y L■■d IYA %Alftmuf � PI■W..■ 1-111 W1 fwurk ti-A MI 1n il1ml=" I71fj&4iMFIM IM 1 140009 350 29.13 1.15^ 31.25 1.23 2 138013 345 28.64 1.13 29.88 1.18 3 212643 283 23.18 0.91 28.79 1.13 Load Vs. 6ispwemt nt 160 003 - , . - —.... - 140,000 12Q000 soma 60.000 40,000 20,co0 0 0 10 is 20 25 30 85 Mpkameat FE M Fl,Surx 14: larr Ya• Ilisglacen�c■lCurvx for All ldc Spccinxnr. The SNOW 0011P was able to average 130,000lbs total force t eight beforefailure. That's 90,0001bs over the requirement for Heavy Duty/ HS-20 rating. *Full test reports available upon request Blueg"' - . Municipal Solutions'' blue municiipal.com/sewper-coder/ 832.384.5542 Sewper Coveff rsn° I% Double Hinged Lae+ -Flat Onening The double hinge provides a safer guided way to open the access cover. Unlike standard un-hinged units that can fall and roll off 3600 uncontrollably, our unit is guided and keeps worker in a 100% safer position. A CORROSIVE Anti -Corrosive Material Corrosion and rust are inherent to all metals as a natural occurrence. When exposed to higher than normal levels of corrosion this process only speeds up causing negative effects to the structure. Our composite material is inert to the corrosion meaning it will not have a negative reaction like seizing which is a major issue. Jowk Optional Locking Latch Anti -Theft Our units have an option of a secure locking latch built in to the unit. Since our units are not made of metal they have zero scrap metal value as a natural theft deterrent. Toxic Gas and Odor Seal Every unit we offer has a built-in rubber gasket seal that greatly reduces the release of toxic gases and odors. This greatly reduces exposure and health hazards to humans and surrounding environments. Heave+ Dutv Traffic Load Rated Our unit.truly is a Sewper Cover as it exceeds its load limits by as much as 10 times. The unit has reached as much as 140,000lbs before cracking which far beyond the highest levels any road way in the United States could ever support. 664 4446 4011MMW Infiltration 1f;Iiiater Seal Water will make its way into just about anything and can be a huge problem especially for sewer system. Our rubber gasket seal is able to greatly reduce storm water inflow. Product Guide and 5Decification Installation Recommendation: Unit installation method is the same as traditional standard cast iron manhole ring and covers. However you have the option with our units to secure and/or fasten them down through various methods utilizing the bolt holes in the ring flange: 1. Anchor bolt them down using the ring bolt holes at the various locations. 2. Rebar/J-Hooks can be placed through bolt holes on ring to secure into uncured concrete or grout. Once the ring and cover is set flush with final support/resting surface, grout or concrete can be used to hold the unit in place - and protect it from any outside I forces. When installing in asphalt paved areas it is Highly recommended that concrete or high strength grout be used to create a square or circular apron no less than 12" from the outer edge of the cover. This will protect the unit from any side wall damage as asphalt has a tendency to derogate and compact faster than concrete leaving the edge walls exposed to direct impacts. Additional Product Imml Blue ... Municipal Solutions" Wuep-,smunicipal.com/sewper-cover/ 832.384.5542 oil Nmil Vv,kRRE gVIRONMENTAL I ORPO ATEO Manhole Restoration High -Build 100 Solids Epoxy dears r nce i lanhole R thwo ur~.si's or 0nllm of wip bar c4 twtINP-1109 of 4011mr-T f i he 'I c3tl9 COWS ��. al V%7f71 FV11TWO 101100% 011 I'Jlld 1 l,ll INg Sgftm Vir" p'pca Kid n �sriif-41G . EladIss lrywo alrown $ -it rninu the kosi Pip a Mum maj, s In U-118 to no r13.1 Ire I & Ip 01a0 ire tfV. a Ir"Alvr Wi wan the hook pIp=o erid No Ihipt, V. i E7V.1z'O1.jjNF;I l PXfVff-3R a ifooL-jM t ah7 r4 t.1al Uii Ike moire he In ip tha fiiriiic-'_-as, rosl! :`np In a Wart. -on fir i A 1, by Choose, W, rr n's, ingle Coat ��l� �;� � ety Nd,�brosi 11r my qot wis WlVm a md*,'Wop airy prcvu � 1-warm I � of diegrbiq Plq jcb Pre Od to t4 plr1t Diu re %a Ii on an ILai�ar����lri ��rn err ip,irw1llp",o wel kepi 7*ops, Irrd.li loll J%,v%are d0s ifintem r::amfwffi t f, I°3n.4 biowtartths, vr( s, cmugi+r AD4� ;r, tail VA, Amy vw=r7yi+!s�viAifiQFV�� i�*z1�adi 7 "44 t, gYi).w. nl* err', Wall —. . i A6 devaloprurnt ci S39144 eirg aih Caw plenlasd IsptwV q8tvii allmAnT s �: Vl wwl OPT COIC-11op in end dr^jm11ailttn pawavrr Inftirdirl Ivgzrv, piouds-_lveypiR _%, r+" err NOW hSrr-fl! I er"iP"11C0_q wed V��se�, g!elr h kern 6IT41 11[t3rtilfl."•�3. of '-, I'#�i�1L1•"�iflj�a`�i't�ilF;�til��uf���¢i --- Fll�i Mulniril€,7 Via: ill . E am sh"t to NMI habiliitat;ing the. 4-wort Channells Qwllty Avv rraw* eating LElid7$T�o�l ri€�9,.� O"mwelf.4 Wed. t !Xwi of ' ./tom� q-4 t1� Yi W 1we El�Im-fi+l:Cd& ii. l rj CT1f� INt!'ltt��CiirY3`c*J4"LEiitEtir y {g�F;��?u?�1# Air7.�.i,r.�iya5r��'; iAwfr rpp s, wair.umm-r €a eRfr'ri004*%dirvmm5iar_AJ 1 �Li'liTt�P F�� �t•�t•:� P&adlva gem r}tL+j,m4n&A- .VVie 1w.w fe01i 1 rwo kssw3iPt y F 1 tffm rlb Ws bem 6f.tk., ua For mare infomiallon on Warren Environmental epoxy coatings call Iftnal 4011_7741r% Manhole Restoration S- 1-1 A(o+-i bI]h -; IPA WMNe {• i)flxy r fi.' fix sprayng w h WiriiEilr 4nc,`e pderW me.ie lx Spriiy ea1uiptri9rd, V armaloird viilh igpcda l oddbvias and mod Wis lm ants :ire dw wafer mislance„ cno cal ri �s ncs, and l}.rnd slrangth in a rrariely e, sLbil Talos rr� well as Nk-i ow, j it ;u:ri al slrarign The I h ltiautropic initax aram�'vijji Ic. a ' Girldajp vi wrurr suda casgq. a�lrjrrd per IJ�E xrr,E�{ Emrrnr�i,ir�*rl'S i*d m e1c r, rnlm arrd spiny egi.-prrrnnL The epaxy can-fonm* vllff fro s 2 pwu We to I peri a a alor nniK rallo by vale , file p5*ad--d is 60A aild Irisl0sa owe by teti'ft' a epaclnca-V lreirind acid 41consad In cwt paMted IE *rnl�r s AMIANTAGES- Umg Opm i.T-0 Pir s=l-j, Iam Topcaolhp Ex=W Ckurei ni lc4rTsnparaWre Emce5er" DLve a' H10 Iir.4rir N zero Indudloll Pra 0% V `s. lW% Some Long Workl rig Tmr Relarve I a Cram lLroa . Raady-ln- w ft Tnlrr ing Regpiredl Eragen! VValer i€ ii Chammal mrTislvim with arnb[6 tic circa AcNeve Ir b-balld Ih�6mesnes wilhaul gag CERTIFICATION: IS0 L4001 PELCIAL SLEETY ANO. HANDl. NIG; Tnrr.na era no speclil sn .AVt:rhenit-Ing pr a6.ires bg} .,srMrr IM Gre pb yricwj on 1frE ruiome and Ifirru MB165 ]I S,1fely -Dalr, 'ieets. Typical, Pre"If ties, 1f-;1eA1NF1r` !Qvocme G'ri4'rfy ! Ir*',�7 Pry Fvt AN' y;fta �l;ci� >235?F r Vn�� "r^rr:J°i� ?7 rrs�rt� -fhkn Film Set Ihn IF11Im Uk (4 4OW) 8 risrii Phys'.1caal PIropur-ti f- TeWe Svingii:' (ASTM DW"S) 700014' 19mrW SUen0lh �ASTU D7913-PA1 11.000 ml Flmrer A+d&dtrs 0.1OT MOM pi Cmprwlve lrarig,� 12,090 SAS F41060 9:+ ,ass Trar rObn Terrwri4hre i5VF tUrM D3416.8211 TvsIs Vorig ion @ Steak 4-8% Thai Film Set 1017T) 2 houm Shore D H.Mnu,,9 a 3�91 Chemical Res-IsAaliin�� (28 Day lmrrir m) hp+ier�ical Weight AIR J ) 'IdU10% Aceaia Adis 3.69 T B0aH c Aid 0,14 SM Softm Hydroxide 0,09 A9c enrol 0, csno auto 00110,011ve MOW EthylKjjb.rr.o ills f La do 4CA 3,24 Boeedh 0,03 1,1,t Tticliorasfl zm 0,43 33% hlilrc Add 4,1'i For more information on Warren Environmental l epoxy coatings call /8881 qr.,-q.2w77-3fi