HomeMy WebLinkAboutContract 55611a'�
1 Y •w
� �
�,�; _��'� �����1'��'
• �' _d,PA722f
' +'�a��'-,�`, ^�YBF�43�
-- - - -�`���� . �.y��
. h,
�O�T��'�'���
�'3� ���.�'��.+��Y
�;.�«i������.0 � � �� �
��1 � ����
F�I�
T�I]E C�Y�1S'��IJ�T'l��iv �1�
�0�� C�[P ��;�r� �tr��� Ft����nst�r�n�t�o�n� �'��r �
���i�°��t 1��
C��y �r�� �s� N�, Il �01 �`75-2
Betsy Price David Caoke
IVlayor City Nianager
.S
�hris I�arder, 3�.E.
Di�ector, Water I�epar�ment
Vd311iam Johnson
Director, Transportation & Public VJarks
P�°��a,ret� ���°
'�`➢�� �nt� ��' �F�.r� �'�rhh
�'at�r I�eg���nt�nt
�
Tra�sp�r���i�m an�Il �'�lr��� �V���s .13�param��nh
P��jec� ��n�nal
�l�c��ab��° ���0
�� � �
����
���eoF .r�..��o
�� w � �
•eo'o�eo0eea0eovaeoa°eoveeaoea�
KAREN E. STAFFORD-BROIM�
eeou�ens�eas�oos.sss•sos•w�•�
-� �_ 1(] � 87 � � .�
!aN9,L
3575 Lane Star Circie, Suite 410, Fart'1�orth TX 76177
T� Fir�n Registration �To. F-8794 � � 1
- u '�;8��. �i�C�R�
�;�1`�'1� �����1'�#��
�°� �'���'�p �°�K �i
�� .. — --
- � -
��� ����(�:�
Clt �f For�V���t�].
�
Standard Construction Sp�c�fication
DQcurr�en�s
Adopted September 201 I
oa o0 00
STAiVI]ARD CONSTRUCTiON SP6CIFICATION DOCUMENTS
����ioi� �o 0o ao
TABLE OF CONTENTS
Division p0 - General Conditions
Page 1 of 6
Last Revised
00 OS 10 Ma or and Council Communication 07/01/2011
OU OS 15 Addenda 07/01/2011
00 11 13 Invitation to Bidders - COVID 04/06/2020
00 21 13 Instructions to Bidders - CQVID 04/24/2020
nn� n� r��,Qo
00 32 1S Construction Pro'ect Schedule 07/2012Q18
00 35 13 Conflict of Interest Statement 02/24/2fl20
00 41 00 Bid Form 03/09/2020
00 42 43 �ro osal �orm Unit Price a1 /2012 0 1 2
00 43 13 Bid Bond 09/11/2017
00 43 37 Vendor Com Iiance to State Law Nonresident Biddex 06/27/2U11
OD �45 11 Bidders Pre ualifications 07/01/2011
00 45 ]2 Pre ualification Statement 07/01/2011
00 45 13 Bidder Pre ualification A lication 03/09/2020
00 45 2b Contractor Com liance with Workers' Com ensation Law 07/01/2U11
00 45 40 Minori Business Ente rise Goai 06/09/2U1S
nn� n��nvvrv�r v��
00 52 43 A ee3nent 09/U6/2019
00 61 13 Performance Bond 07/01/2011
00 61 14 Pa ent Bond 07/OU2011
00 61 19 Maintenance Bond 07/01/2011
00 61 25 Certificate of Insurance 07/01/2011
00 72 00 General Conditions 03/09/202Q
00 73 00 Su lement Condiiions 03/fl9/2020
Division Ol - General Re uirements Last Revised
01 11 00 Sur�m of Work 12/20/2012
Ol 25 00 Substitution Procedures 07/01/2011
Ol 31 � 9 Preconst�uction Meetin 08/17/2012
O1 31 20 Pro'ect Meetin s 07/01/2011
O1 32 16 Construction Pro ess Schedule 07/01/2011
01 32 33 Preconstruction Video 07/01/2011
01 33 00 Subrnit�als 12/20/2012
41 35 13 S ecial Pro'ect Procedures 12/20/2012
01 45 23 Testin and In� ection Services 03/03/2020
Oi 50 00 Tern or Facilities and Contrals 07/01/2011
pl 55 26 Street L1se Permit and Modi�cations to Traffic Control 07/01/20i 1
Ol 57 l3 Stortn Water Pollution Prevention Ylan 07/01/20ll
01 58 13 Tem ora Fro'ect Si a e 07/01/2011
pl 60 00 Product Re u�rements 03/09/2020
O1 66 00 Product Stora e and Handlin Re uirements 07/01/2011
01 70 00 MobiIization and Remobilization 12/22/20l 6
O l 71 23 Construction Stakin and Surve 02/14/201 S
O1 74 23 Cleanin 07/01/20ll
CI7'Y OF FORT WORTH 2O18 Bond Year 2, Coniract 14
STANDAILD CONSTRUCTION SPECIFICATTON DOG'�IMENTS City Project No. 1D1475-2
Revised December 11, 2020
00 00 00
5i'ANDARI] CQNSTRUCTIQN SPECIFICATION DOCUMENTS
Page 2 of 6
O1 77 19 C�oseflut Re uirements Q7/01/2011
O1 78 23 eration and Maintenance Data 12/20/2012
0] 78 39 Pro�ect Record Documents 07/0U201 l
Technical Specifications which have beett modified hy the Engineer speci�cally for this
Project; hard copies are included in the Project's Contrac� Documents
Division 32 - Exterior Im rove�nents
32 1� 33 M Cement Treated Base Courses
DivRsion 34 - Trans or#ation
34 71 13.01 Suecial Provision ta Traific Con�ro134 71 13
Date
Modified
4/2 ] 12020
11/06/2020
Division 99
99 99 O1 Gravel S�ace Course 11/06/2020
Technical Specifications listed below are inc�uded for this Project by reference and can be
v�iewed/downloaded from #he City's website at:
http Jlfortwot-thtexas.�o�ltnw/contractors/
or
Fni r�)S:,I&pp5.fortwurthtexas.go� P� uiectRc�aurcesr
Division OZ - Existin Condit�ons
02 �1 13 Selective Site Demolition
02 41 l4 Utili Removal/Abandonment
U2 41 15 Pavin� Removal
Division 03 - Conerete
03 30 00 Cast-In-Place Concrete
03 34 13 Controll�d Low Stren h Mate�ial
03 34 l6 Conerete Base Material for'Trench
8��8-98 �
D�viision 31 - Earthwork
Last Revised
12/20/2012
12/20/2012
02/02/2016
1 212 012 0 1 2
12/20/2012
12/20/2012
, �„��;�
31 10 00 Site Cleari� 1 212 0/20 1 2
31 23 16 Unclassified Exca�ation 01/28/2013
31 23 23 Borrow 01/28/2U13
31 24 00 Embankments p1/28/2013
31 25 00 Erosion and Sediment Control 12/20/2012
Z 3� '�" � .7 "1 !'1�zrcvrioz�
� t� 3''} Ir/�z-r-rvriv ii
Division 3� - Exterior Im ro�emenl
32 Q1 17 Permanent As halt Pa
32 01 l 8 Tem or As halt Pa
32 01 29 Concrete Pavin Re a
32 11 23 Flexible Base Courses
CITY OF P012T WpRT'H
STAI+3DAAD CONSTRUCTION 5PEC�'iCA'I'IQN DaCUMENTS
Revised December 11, 2020
�2/20/2012
12/20/2012
12/20/2012
12/20/2012
2018 $ond Year 2, Contract 14
City Project No. lUlA75-2
00 00 00
STAT�lDARb CONSTRUCTIOAI SPECIFICATION I30G`iJMENTS
Page 3 of 6
32 11 29 Lzine Treated Base Courses 12/20/2012
�� ��
32 l 1 37 Li uid Treated Soil Sta$ilizer 08/21/2015
32 12 16 As halt Pavin 1 212 0/2 0 1 2
�� ,�r���
32 13 13 Concrete Pavin 12/20/2012
32 13 20 Concrete Sidewalks, Drivewa s and Barrier Free Ram s OS/05/2018
32 13 73 Concrete Pavin Joint Sea�ants 12/20/2012
32 ] 4 l b Brick Unit Pavin 1 212 012 0 1 2
32 16 13 Concr�te Curb and Gut�ers and Va11e Gut�ers 10/05/2016
32 17 23 Pavement Markin s 11/22/2Q13
2��� Y�rn��
32 31 13 Chain Fences and Gates 12/24/2012
32 31 2b Wire Fences and Gates 12/2�/2p12
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast-in-Placc; Cancrete Retainin Wa11s 06/05/2018
32 9l 19 To soil Placement and Finishin of Parkwa s 12/20/2012
32 92 13 H dro-Mulchin , Seedin , and Soddin 12/2�/2012
32 93 43 Trees and Shrubs 12/20/2012
Division 33 � Utilities
33 U1 30 Sewer and Manhale Testin �2/20/2012
33 O] 31 Closed Circuit Television CC Ins ection 03/03/2016
33 03 10 B ass Pum �n of Existin Sewer S sterns 12/20/2012
�-�f-�ly y � �^r�r�vrzvii
�.�, r��,.,-�,n .,�., ccn„t,.,,� rcoc� �+ +;�„� �g�
�� , � r���
33 04 30 Tem or Water Services 07/01/2011
33 04 40 Cieanin and Acce tance Testin of Water Mains 02/06/2013
33 04 50 Cleanin of Sewer Mains 12/20/2012
33 OS 10 Lltili Trench Excavation, Embetlment, and Backfill 12/12/201fi
33 OS 12 Water Line Lowerin 12/20/2012
33 OS 13 Frame Caver and Grade Rin s— Cast Iron o1/22/2016
33 OS 13.10 Frame, Cover and Grade Rin s— Com osite O1/22/2016
33 OS 14 Adjusting Manholes, Inlets, VaIve Boxes, and Other Structures to 12/20/2012
Crrade
33 OS 16 Concrete Water VauIts 12/20/2012
33 OS 1'7 Cancrete Collars 12/20/2012
�--93-�g , �,��;�
�T -iiiir[cct��v 1'fr7�nMn,11i
`2 2� l '11'1��
33 05 23 Hand Tunnelin 12/20/20i2
�4 nc „��
33 OS 2b Utili Markers/Locators 12/2o/2fl12
33 OS 30 Location of Exis#in Uti�ities 12/20/2012
33 11 OS Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pi e 12/20/2012
33 l 1 l 1 DUctile Iron Fittin s 12/20/2012
CITY OF FORT WORTH 2O18 $ond Year 2, Contract 14
STANDARD CONSTRUCTION SP�CIFICATIOhi DOCUMENTS City Project No. 101475-2
Re�+ised becember 11, 2020
0o ao oa
STANDARD CONSTI2iICTION SPECIFICATION DOCi3MENT5
Page 4 of 6
33 11 12
�� ,�
�4
33 12 10
��
33 12 20
��
33 12 25
�3A
33 12 40
�9
��
33-3� ��
����
33 31 15
33 31 2d
33 3l 21
�-�1--�
33 31 23
33 31 50
�9
33 39 10
33 39 20
� 3��-�9
�-�48
33 39 b0
�3-4� -1-A
��i
��
334600
3�-4{-9�
���
33 49 l0
33 49 20
�-4�4�9
D1V1810I1 3� -
��8
1�1 A�1 1�i
2 n n��r
�n n�
���
��4-4-� ��
�^�
�4-4-�-�
�^�
2�Y- ''�T
Chloride (PVC) Pressure
Water Services 1-inch to 2-inch
Resilient Seated Gate Valve
lATIT[�T A U�,1..1„>,- Cye„+o.] Q„+Fo,-Fl.. Tlr
Connection #o Existin Water Mains
Fire
High Densi Pol eYhylene {HDPE) Pipe for Sanitary Sewer
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
Polyvinyl Chloride (PVC) C�osed Froiile Gravity Sanitary Ser�ver
Sewer Pipe Enlar�ement
Sewer Service Connections and Seivzce Line
Cast-in-Place Concrete Manholes
Precast Concrete Manholes
Liners for Sanitary Sewer Structur�s
T`«ev.,.t. Tl,-.,;,..�
Cast-in-Place Manholes and Junction Boxes
Curb and Dron Inlets
��&6�3#3�@33r� �!9"�=E��Ei�i�sic
11/16/2018
��
, � ��� �'�_
02/14/2017
, n'�9�
12/20/2p 12
3 7 1^1�=
02/46/2013
"'�9�
01/03/2� 14
, �,��, ^,�i
�
, �,��,�
1 ^I !'1� !1 I�i
12/20/2012
06/19/2013
12/20/2012
1 �,����
12/20/2012
U4126/2013
, � r���
lz�zai2oi2
1 212 412 0 1 2
�-1�
, �,��,�'�
09/23/2020
n^r �nmTvzri�iT
��
,,,,�
12/20/20 � 2
n � rn�T
n� rn��
12/20/2012
12/20/2012
n� rn�„-s' ��r
� �
�
� �
� �
0
� �
0
0
. .
�, .
CITY OF FORT WORTH 2U18 Bond Year 2, Contract lA
STANDARD CONSTRUCTION SPECIFICATIOPf DOCUMENTS Ciry Project I�io. 1fl1475-2
Revised December 1 ], 2020
00 00 00
STANDARD CONSTRUCTIOAI SFECIFICATION DOCIJMEI�i`F5
Appendix
GC-4.0 ]
GC-4.02
GC-4.04
GC-6.06.D
GC-6.07
GC-6.U9
GR-01 60 00
Availability of Lands
Subsurface and Physical Conditions
Underground Facilities
Minority and Women Qwneci Business Enterprise Compliance
Wage Rates
Permits a:nd Utilities
Product Requirements
END OF SECTION
Page S of 6
CI'I`Y pF FOAT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SFECIFICATION DOCiIMENTS City Project AIo. 101475-2
Revised December 17, 2020
City of ForE Worth, Texas
Mayor and ��uncii Communi�afion
DAT�: 04/06/21 M&C F'I�� NUMBER: M&C 21-0253
LOG NAME: 602018CIPY2C14-MCCLENDON
SUBJECT
(CD 7} Authorize Execution of a Contract with McC[endon Construcfion Company, Inc., in the Amount of $3,997,5�4.pD for Combined Street
Paving Improvements and Water and Sanitary Sewer Main Replacemen#s for 2018 Bond Year Two Street Reconstructiar� Contract 14, Adopt
Attached Apprapriation Ordinances and Amend the FY2021-2025 Capital [mprovement Program
REGOMM�Nl7ATION:
lt is recommended that the City Co�ncil:
1. /luihorize execution of a contrac#with McClendon Construction Company, Inc., in tne amount of $3,997,594.D0 for combined street pavin�
impravements and water and sanitary sewer main replacements for the 2018 Bond Year Two Street Reconstructfon Contract 14 project;
2. Adopt the attached appropriation ordinance increasing receipts and appropriations in the Watar and Sewer Capi#al F'rojecfs Fund in the
amount of $2,69 0,725.00, transferred from available funds within the Water and Sewer Fund, for the purpose of funding the 2018 Bond
Streef Reconsfruction Gontract 13 and 14 �roject (City Project No. �41475); and
3. Adopt ihe attached a�propriation ordinance adjusting appropriations in fhe 2D18 Bond Program Fund by increasing appropriafions in the
2018 Bond Year Two Street Reconstruction Contract 93 and 14 project, for the amounf of $2,264,88�.00 and reducing appropriations in the
Street ConstructionlReconstructionlRehabilitation programmabfe project (City Project �lo. PB0001) by the same a�nount.
4. Amend the FY2021-2025 Capital Improvement Program.
QISCUSS[ON;
This Mayor and CounciE C�mmunicafian {M&G) is to authorize a construction contract for water ancE paving improvements on approximately 2.6Q
lane miles for the 2418 8ond Year Two Streei Reconstrucfion Contract 14, along water and sanitary sewer im�ro�ements on the following streets:
The projecf was advertised for bid on January 7, 2D21, and January 14, 2029 in the Fo�f Worth Sfar Telegram. On February 4, 2021, the following
bids were recei�ed:
' Bidder Amounf Time af
Completion
McCfendon Construction Co., inc. $3,997,514.�U �a S alendar
Y
Jackson Construction, Ltd. $4,30�4,190,75
Stabile & Winn, Inc. $4,324,2'E 1.50
Texas Materials Group, Inc. dba �q 343,024�35
Texas Bit
Fort Worth Civil Constructors, �LC $5,063,241.00
There are 3,690 feet of cast iron water pipe #o be replaced in this project.
The Transportafion & Public Works Qepartment's share on t�is contract is $1,791,793.00_The paving funds forthis project are i�cluded in the 2098
Bond Program. A�aifable resources within the General Fur�d will be used to provide interim financing unfil debt is issued. Once debt assaciated
with the project is sold, bond proceeds will reimburse the General Fund in accordance with the statemenf expressing o�ciai intent to reimburse
tF�at was adopted as part of the ordinance can�assing the bond elecfion (Ordinance No. 23209-05-2018) and subsequent actions taken by ihe
Mayor and Council.
The Water �epartmenf's share on this contract is $2,2D5,721.OD will be a�ailable in the Water & Sewer Capital �rojects Fund for the project (City
Project No. 101475}. In additian to the contract amount, $678,216.OQ (Water: $211,070.00, Sewer: $83,fi48.00, Paving: $383,498.40) is required
for projeci managemer�t, materiaf tesking and inspection and $�99,876.00 (Water: $79,646.00, 5ewer: �30,640.00, Paving: $89,590.00) is
provided far praject cantingencies. This projecf will have no impact on tf�e Transportation & Pub[ic Works' or on khe Water Departments` operafing
budgets when completed. The sanifary sewer component of this project is part of the Wafer Department`s Sanifary Sewer OverfEow Initiative
Program.
Ap�ropriatians for the water, sanitary sewer and pa�ing improvements for 2018 Bond Year Two 5treet Reconstruction Contract 13 & 14 project by
Fund will consis# of the following:
M/WBE OFF[CE: McClendon Cansfruction Company, Inc. is in compliance with the City's BDE Ordinance by commifting to four percent MBE
participation and documenting good faith effor�. McClendon Construction Company, Inc. identified several subcontracting and supplier
opportunities. However, the firms contacted in the areas identified did not respond or did not su�mit the lowest hids. The Cify's MBE goal on this
projecf is sixfeen percent.
The 2018 Bond Progra�n funding was inclucEed in the 2021-2025 Capital Improvement Pragram for project PB0001. In order to administrative]y
track the spending of all funding sources in one project, appropriation ordinances are needed to move appropriations from the programmable
project to the jointly funded static project. This action will amend the FY2421-2025 Capital impro�ement Program as appro�ed in connection with
Ordinance 24446-09-2020.
This project is located in COUNCIL DISTRICT 7.
FISCAI, INFORMA710N 1 CERTIFICATION:
The Direcfor of Fir�ance certifies that funds are a�ailable in the current operating budget of the Water & Sewer Fund and upon fhe approval of the
above recommendations and adoption of fhe attached appropriation ord'mances, funds wi[1 be available in the current capital budgets, as
appropriated, in the W&S Capiiaf Projects and 2018 BoncE Program Funds for the 2018 Bond Yr2 - Contract 13&14 project to suppart khe
approval of the abo�e recommendations and execution of the contract. Prior to any expendifure being incurred, the Transporfation & Public Warks
and Water Departments have the responsibility to �alidate the availability of funds.
5ubrnitted for Cit Mana er's Office b: Dana Burghdoff 809 S
Originat�ng Business Unit FEead: Chris Harder 502a
Additianaf Information Contact: Suby Varugnese 7803
*Numbers rounded for presentation purposes.
N N F-` N N N N N N E-+ N N N
U'i U'i In U'i U'i U'i U'i 4'i u'i U'i U'i [n [n
Ql Ql Ql Ql Ol Ol Ol O1 Q1 01 01 O1 Ql
O p p O O O O O O O O O F�
o a o 0 0 0 0 0 0 0 0 0 0
N N N N N N N N N N N N N
O O O O O O C? 4 4 4 4 O O
V V V V V Ol al al al al al al dl
O O O O O O O C? O O 4 4 O
O O O O O O O O C? C? O 4 4
A A � A A A A A A A A-Q A
W W W W W W UI W W W W W W
C7 O C7 O O O O O O O O O O
[l� [J� eJ'i N A in in in Sn Sn in 4n A
W V V 7--' lD W W W V V Sn 1-+ Cfl
W�A �P 1--+ ln 7-� 1--+ W� A A W Sn
p p p O CFl O O O d O O O fJi
U'� O O F-+ O W W(n � O d 1� W O
O I--� I--� [7 O(n (n O 1--� F-+ O O O
0 0 0 �+ N� o 0 0 o F-+ F+ r-�
1--� F-� N F-� F--� F�-� F-h 1-` f-� F-' F-' F-� F-+
0 o a o 0 0 0 0 0 0 0 0 0
F-� F-� F-� F-� F-� F� F-� F-� F-` 1-` N N F-'
.p� .p .p .P .P A A A A A A A A
V V V V V V V V V v J v U
lfl lIl Ul U'� U'� U'� LJ'� U'� U'1 lll Ul Ul lll
O O O O O 4 O O O O O
O O O O O Ca O O O 6 O
W 1-� W' Y h-� h-� Y Y I--� I--� I--�
V V V �f U v V V tif V V
W W W W W Oo C� Oo Oo Oo Oo
� O O O tn A A O O O O
�O �O � l� CO I[O [O l� l� [� �D I�D �D
lD �D � lO CO CO [O l� l� �D �D �D �D
lD �D � lO CO CO [O l� l� l� �D �D �D
�D lD lD lD SO CO SO lO lO lO [� l� �D
� H �
F, W I� {h ,�� i/1� i/> i/F LF VI if'- i.i
�O O N I--� :lD N ln V lD tA J-} .
W 01 W m -lD ln O CD N N��
O A O � ; ' lD 0o V -P � p �� � .. �
W O W rn' I--� Oo V m W O�'x
O O 0 O. � O P O O O O 1
O O O 0._ O O Q p O O�v
�➢ O a O O � O � �
� a � — — N- a � �
� .c - v ori r� ,v �� r�
� � �
0 o a-I n o o�'�"'
,�-. ,��+ n � � ,��+ .�+ `� �',
�
�• �, '*. `c '^ 5' o� v n
� n q �� �1 f� n O
fU h 3 rF — (U i"F � V�
O] rF
n � � � � n �
� W �'+ O � � w
� h �
� �
V V
lri U'1
Y I-'
A A
O O
O O
N N N N I -
4
u, �, �, v� �
m m m �
C? O O Q
O O O O
N h-� IV h-+
O O p O
V V � Ql
O O O O
O LD O �D
W d W O
O O O O
�P U'i ,A U'I
�O �D t0 lD
U'� U'i U'i U'i
m m m �
O O p O
O o p 4
I--� I--� I--� I--�
4--� F--�
d O
F-� F-�
V V
� �
O O
O O
V v
W w
O o
� �
� �
� �
�D l0
� �
' F F-� Y
a � W W
I �` �' N W W
- v � �
- � N N
' � �D �O
' � O O
� � O O
_ .O
�0�000�
00 CO I N N�N i N
O 4 O 4 � �
o O O 4 q d
w w w w w w
I-� I--� O O O Q
� �
V1 U7
Qi Qi
O O
O O
H I--'
F-� � I--+ I--� 1--� I--�
O 0o O O C7 O
F--� � I--� I--� I--� 1--�
J O V V V V
[ll F-� (I1 LJ1 Il1 ll'I
OIOI IO O O O
F� F�-�
W W
Q O
F-� F-�
O O
F-� F-�
�D �D
�O �D
� � � �
N N � �, I--ti I-�
N N V V Oo Oo
A A V V W W
� � rn rn � �
O O O O O O
�
0
N
a
n
�
N
P1
A
�
f]
i�l
r
t=i
0
�
�Y
�
H
C
�
W I--' N N
W W l71 V1
O O Q O
W F' O O
00 W N N
O O O O
O O O O
O O O O
W W W W
l--+ N O O
U'� U'i [n N
�P �P H W
0 00 0 0
N N UWi cWn
0 0 0 0
N r N N
0 0 0 0
� A A A
V V V V
U: Ul ln ln
O 0 O O
A � V V
O O cn A
[p CQ [O [O
[p �D cO [�
[p CQ [O cI�
lP �O [o [n
Oo W
O O
I--ti F--�
O O
I--� I--�
lO �D
lO �
W
� v N
� l0 W (A
� W W l�
� V Qi m
� l0 O lJ�
� W �7 N
� O O O
� O O O
� --i
N O
C -6
� w
UR C
O 0
3 3
rr ;�
7 N
� �
7 O
-�G �
�
W
�
�
V
U'i
F-+
�
�
�
000sio-i
MA"YOR ANb COUNCIL CdMMLTNICATION (M&C)
Page 1 of 1
i
2
3
4
S
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
�r.��io� +�� �Ms t+�
:1+iA�'{J�A�1D ['(]L.f�i{.!L C[]fVilVf�?�JE�:ATi()Tk] �h�t�C1
4 �' flyyl.i�� ,, �.�r' l�'7T'1IJ r IJQ�`.. __'n O 1'1) 'Js _ Cf T� �c. Le. �� r2jllClt,� 'Nl7Yl ,'12 ClDj7f"DLdG�
�1c�( fv t..., , .�rf� Jf ih� XiY� . .,' fd, ars... ��tG . .1� .Ne:
END OF SECTIQN
CITY OF FORT WORTH
STAN17Al2b CONSTRUCTION SPECIFICATION DOCIJMENTS
RevisedJuly 3, 20] 1
2018 Bond Year 2, Contract 14
City Prpject Na. 101475-2
CITY OF FORT WORTH
Water Department, and Transpor#ation & PubGc Works Department
2Q18 Band Year 2, Contract 14
City Project No. 1014'7'S-2
ADDENDUM NO. 1
Unit 1: Water Improvernents, Unit 2: Sanitary Sewer Improvements, Unit 3: Paving Improvemenis
Issued Friday, January �9, �0�1
This Addendum, forrns part of the Plans, Contract Documents & Specifications for the above referenced
Froject and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of
this addendum in the space provided below, in the proposal (SECTION 00 41 00) and acknowledge receipt on
the outer envelape of your bid. Failure to acknowledge receipt of this addendutza could subject the bidder to
disyualification.
The plans and specification docurnents for 2018 Bond Year 2, Contract 14, City Project No. 101475-2 are
hereby revised by Addendum No. 1 as follows:
1. PROJECT MANUAL c�an�ed as foDows:
00 42 43 Proposal Form to be replaced in its entirety with the attached revised bid proposaI worlcsheet.
2. CONSTRUCTION PLANS chan�ed as follows:
�heet ] 3: Overall Water Main Layout — added valve at Camp Bowie & Madeline
Sh�et 1�: Standard Water Main Details — details D133 & D134 clarified 2" teznp water for residential, and
added 3" temp water for commercial.
�he�ts �1-�G: All water �lan sheets — Removec� requirement for restrained joints on 8" and 12" water pipe.
Thrust blocking may be necessary.
S� gi et 2,6-' Water Main p�an & profile
� Revised approximate location of 20" isolation valve southwest along Camp Bowie.
� Revised commercial address range for 3" temporary water service.
o Added 8" valve at 20"x8" tee.
o Removed 6" temporary water
� Added Fire Watch and related notes.
� Added construction sequencing.
Sheet 38: Paving Typical Sections — Revised notes regarding base treatment for curb & gutter.
� Washburn Ave pZan & profile — Added handrail to callout.
� Washburn Ave details
o Revised step detail.
• Added retaining wall and handrail to step detail — dimensions shall follow TxDOT d�tail PRD-13, TY B.
� Added retaining waZl-step detail
� Revised plan view of retaining wall to 8".
• Added outline ofpay limit and rarnp notes to ramp detail.
Sh��ts �3. �i9. 92. 99: Ramp Details — Added outline of ramp pay limit and added ramp notes. Adaed
TDLR/R�S review and TDLR registration number to ramp detaii nates.
2018 Bond Year 2, Contract 14
City Project No. 101475-2
Page 1 af 3 Addendum 1
3. PROJECT CLARiFICATIONS
General•
• Construction near the schooi at Belle & 7'�' shall be coordinated with school schedulas.
o MBE goal for this project was established prior to the end of 2020. Therefore, the MBE rules in effect
untii the end af 2p2Q apply to this project.
o Engineer's Opinion of probable constructian cost is $3.7 million.
Unit 1- Wa�er•
o Rernoved requirernent for resirained �oints on 8" and 12" water pipe.
� Bid items for water line lowerings inclUded pipe and backfilI. De�eted bid items for water pipe with
CLSM backf ll.
o Bid item for $" DIP with CSS backfill refers to approx. SOQ LF af DIP {other than lowerings) on sheat
25 (Belle), and approx. 50 LF DIP on sheet 26 (at Camp Bowie).
� Bid price for water and sanitary sewer pipe includes embedment and backfill.
• Contingeney bid items for importec� backfill have been added to Section 00 42 43 Proposal Form.
� Remo�ed requirement for 6" temporary water for fire protection. Added fire watch for commercial
properties.
0 3" temparary water service is for commercial properties alang Camp Bowie, if needed for installation of
20"x8" tee (at Madeline}.
� Cathodic protection is not required on this project.
Unit 2 - Sanitary Sewer:
• Existing, visible sanitary sewer service 3ocations (cleariouts} were sur�+eyed and are included in the
plans. Few cleanouts were existing or visible. Contractor to verify sanitary sewer service locations.
Unit 3 - Pavin�:
� Unclassified Excavation bid quantity represents that in excess of the 3" cut ineluded in Pulverize bid
item.
� Sheet 52 note regarding brick pavers refers to tying new steps back to existing residential walkway on
priva�e property.
� Misc�lianeous Utility Reloeation allowance is $20,000.
� Alternate bid for concrete paving is not included in this project.
o Selection of Cement or Cem-Lime base treatment is based on subgrade characteristics as shown in the
geatechnical report located in the Appendix.
o Ali curb & gutter installed requires newly treated subgrade. See also revised Sheet 38.
o Bid iterns are provided for t1�e steps to be consiructed.
o A copy of the Contractor's street use permit is sufficient for company vehicles parking on the job site in
areas where permit parking signs are located.
o Contractor shoul� attempt to maintain existing street grades as much as possible to allaw for positi�e
drainage and driveway grades. If there is an unresol�able discrepancy hetween the exfs�ing conditian
and the plans, the Contractar should bring it to the attention of the City Project Manager for review.
2018 Bond Ycar 2, Contract 14
City Project No. 101475-2
Page 2 of 3 Addendum 1
A sigr�ed capy of Addendurn No. 1 sha�ld be included in the sealed bid enveiope at the time of bid
submit#al. Failu�•e to acknowledge the z•eceipt of Addendum No. 1 could cause t�e subject bidder' to be
cansidered "NOlVRES.PONSI�E," resultirig in disquati�cation.
Addendum No, 1
RECEIPT ACi�NOWLEDGEMENT:
By:
Coi pat�y: MCCL�NDON C0�1ST. CO., �iV�.
P.o. BOX 999
Add�•ess: �llFtl FSCIN. 7�XAG �Ra9�
Chris Hai�der, PE
Dii•ector, 'V4�atez� D pa�•�m t
1
By: b R � a t D,a
Tony Sho la, F.E.
Assistant Diz'ecioz', �1Jater Depactment
Ciiy: State:
2018 Hond Year 2, Coc�Eisct 1�F
CiEy Project No: 141475-2
Page 3 of 3 Addendu�n �
00 42 43
Bfll PROPOSAI.
Pa�c I of5
SECTION 00 42 43
PROPOSALFORM
UWIi PRICE �I�
Projeel Iten� Infonnation
Bidlist Item
Description
IQo.
UnJC I - VJ�l�t Im�eauem�ntB
1
2
3
4
5
6
7
8
9
'f 0
11
92
13
14
15
16
97
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
�idder's �p�lication
Specification Uoitof Bid
Seclion No. Measure Quaniity
'3311.0461 12" PVC Wafer Pipe 33 11 92
3311.0261 8" PVC Water Pipe 33 13 92
3311.0252 8" DIP Water, CSS Backfill 33 91 10
3311.0969 6" PVC Water Pipe 33 11 12
3312.3005 12" Gaie Valve 33 12 2p
3312.3DD3 8" Gate Valve 33 12 20
3392.3002 6" Gate Valve 33 12 20
33D5.0005 12" Water Line Lowering 33 05 12
3305.0003 8" Water Line Lowering 33 Ob 'f2
3305.0114 Manhole Adjustment, Major w! Cover (30" 33 05 14
waier main vaulE}
3305.0106 Manf�ole Adjusfinent, Major (30" water main 33 OS 14
3312.2003 1" Water Senrice
3312.2004 1" Private Water Service
3312.2001 1" Water Service, Meter Reconnection
3392.2103 1 112" Water Service
3312.2101 1 112" Water Service, Meter Reconnection
33'f2.2203 2" Water Service
3312.2204 2" Private Water Service
3312.2201 2" Water Service, Meter Raconnection
3392.ODD1 Fire Hydrant
3312.0117 Connection to Existing 4"-12" Water Main
33�2.0108 Gonnecfion to Existing 20" Water Main
3311.D001 Ducfile Iron Wafer Fittings w/ Restraint
D241.1009 Wafer Line Grouting
3304.0101 Tempnrary Water Service (2" residentiaf)
3304.0101 Temporary Wafer Service (3" commercial)
(includes Fire Watch)
330S.09D3 Exploratory Excavation of ExEsting Utilities
3305.0109 Trench Safety
3305.0992 Concrete Collar
0249.1218 4"-12" Water Abandonment Plug
0241.1301 Remove 4" Water Valve
0241.1302 F2emove 6" Water Valve
0241.1303 Remove 8" Water Valve
D24i.f305 Remove 12" Water Vafve
33 12 90
33 12 10
33 12 10
33 12 10
33 12 10
33 12 10
33 72 10
33 12 10
33 12 40
33 12 25
33 12 25
339911
02 49 14
33 04 3Q
33 04 30
33 05 30
33 05 i0
33 05 17
02 41 14
02 41 14
02 47 14
02 41 14
02 44 14
LF
LF
LF
LF
EA
EA
EA
EA
EA
EA
EA
EA
LF
EA
EA
EA
EA
LF
EA
EP,
EA
EA
TQN
CY
LS
L5
EA
LF
EA
EA
EA
EA
EA
EA
1
11
1
2
$S
26
85
9
1
2
15
2
2
18
2
5
9
1
1
i2
00
19
2
2
3
1
1
Biddels Proposal
LJnit Price Bid Value
CITY OF FORT WORTH 201 B Hond Year 2, Cont�acl 14
STANDAR� CONS7RUCTION SPECIFICATION DOCUMENTS City Project No. 701475-2
Form Revised 2012012D Addeadurn l
00 42 43
BID PROI'OSAL
Page 2 of 5
SECTIOM 00 42 43
PROPOSALFORM
UNIi F�R��� ���
�idder's dpplication
Project Item information Aidder's Proposal
Bidlist Rem Specification Unit of IIid
No. Description Section No. Measure Unit Pricc Bid Value
puantity
35 0241.1510 5alvage Fire Hydrant 02 41 14 Eq 2
36 0241.1514 Salvage 2" Water Meter 02 41 14 EA 2
37 0241.1513 Salvage 1 1I2" Water Meter 02 41 14 EA 1
3$ 0241.15i2 Salvage 1" Water Meter {51B" to 1" water 02 49 14 EA
meters) B6
39 3201.Q614 Conc P�mt Repair, ResidentiaE 32 01 29 SY 300
4� 3201.0400 Temporary Asphalt Paving Repair (2" HMAC 32 01 i8 LF
on 6" Flex Base) 5917
41 3201.0112 5' Wide Asphalt P�mt Repair, Residential 32 01 17 LF
(Kenley & Collinwood) 50
42 3201.0201 Asphal# Pvmt Repair Beyond Defined Width, 32 09 17 SY
Residential 100
43 3214.0200 Brick Pvmt Repair (includes remove, protect 32 14 i6 SY
and reinstafl� 110
44 3231.0113 8" Flexible Base, Type A, GR-1 32 11 23 5Y 130
45 32i6.0101 6" Conc Curb and Gutter 32 16 13 LF 20
- - - -- - - - - -
�F6 D2A4.13DU Remove Conc Curb & Gutfer 02 41 15 LF 20
- - _.. -
47 329'E.�100 Topsoil 32 91 19 CY 84
- _ - - - -
48 3292.�10D Block Sod Placement 32 92 13 SY 5D0
- - - -- - . _ _ _
49 0971.0101 Construction S#aking 01 71 23 LS 1
_. _... _. - — - - - - -
50 0171.0102 As-Built Suroey 01 71 23 LS 1
- - - _ _. . _ . - - - -- - - -
59 3125.Q141 SWPPP >_ 1 acre 31 25 00 LS 1
52 3471.UU01 Traffic Gontrol (Design and install) � 34 71 13 MO 5
--- - _ _ - -- -- - -. - - � - - - - - -
53 3305.0202 Imported EmbedmenUBackfill, CSS 33 05 10 CY 25
_ _ - - . _ _ ..
54 33�5.0203 Imported EmbedmenUBackfill, CLSM 33 05 10 CY 25
55 33d5.0207 Imported EmbedmenUBackfill, Select Fill 33 05 10 CY 25
9999.0001 20" DI Water Pipe, CSS Backfill (restrained 33 11 10
56 joints) (2�"x8" tes included in item 3311.0001) l.F
ao
57 9999.0002 Water Gonstruction Allowance LS 1 $100,000.00 $100,000.00
Total U�it I- Water kmprovements $100,OOD.DD
CI'PY OF �ORT WOR77i 20I8 Bond Yesr 2, Contrac[ 14
STANDARD CONSIRUCTION SPECIFICAPfON DpCUMEN7'S Ciry Pmject No. 101475-2
�orm Revised 20I2012ll Addendum I
00 42 43
BfD PROPOSAI.
Pagc 3 of 5
SECTION DO 42 43
PROFOSALFORM
�1tl�� ����a� ���
Projecf Item Information
Bidlist ltem
�o Description
lJn�t I I- sar��f$ryr seurar �mprnVe�nR�
1
2
3
4
5
6
7
8
9
10
11
92
13
14
15
16
97
18
19
20
29
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
87
�idder's �ppli�ation
Bidder's Proposal
Specification Unif of Bid
Section Nn. Ivleasure Quantiry
3331.4115 8" Sewer Pipe {acceptable backfill, PVC, 33 31 20
SDR-26}
3331.4199 8" D1P Sewer Pip� (with Protecto 401 33 91 10
Coating, acceptable backfill)
3331.4116 8" Sewer Pipe, CSS Backfill (DIP, Protecto 33 11 14
401 Coating)
3331.1102 8" Pipe Enlargement {6" to $") 33 31 23
3339.1Q01 4' Manhole 3339 i0,
33 39 20
3339.9002 4' Drop Manhole 33 39 'f0,
33 39 24
3339.1003 4' Extra Oepth Manhofe (Vertical feet �6-ft 33 39 10,
depth} 33 39 20
3339.0004 Epoxy MM Liner - 4' Sewer MW 33 39 60
3331.3101 4" Sewer Service (with 2-way cfeanouts} 33 31 50
3331.320i 6" 5ewer Service 33 39 5D
3339.1201 Service 12einstatement, Pipe Enlargemenf 33 31 23
(with 2-way cleanout)
33D5.0112 Concrete Collar (MH) 33 d5 17
3301.0101 Manhole Vacuum Testing 33 01 30
3331.D902 6" Sewer Pipe, Point Repair 33 39 23
3305.0114 Manhole Adjustment, Major wl Cover 33 05 14
3301.0001 Pre-CCTV Inspection 33 01 39
3301.0002 Post-CCN Inspection 33 01 31
33dS.4109 Trench Safety 33 05 10
0241.2201 Remove 4' Sewer Manhole 02 49 94
3305.0903 Exploraiory Excavation oi Existing Utilities 33 05 30
3201.0614 Conc Pvmt Repair, Residential 32 01 29
3209.0400 Temporary Asphalt Paving Repair (2" HMAC 32 01 18
on 6" Flex Base}
3110.01 �2 6"-12" Tree Remaval 31 10 00
3110.Q103 12"-16" Tree Removal 31 90 00
391pA9D4 18"-24" Tree Removal 39 10 00
3292.D400 Seeding, Hydramulch 32 92 13
3291.0100 Topsoil 32 91 19
3292.0100 Block Sod Placement 32 92 93
4179.0101 Construction 5taking 01 71 23
0971.01D2 As-Built Survey 09 71 23
3125.0141 SWPPP z 1 acre 31 25 00
3471.0009 Traffic Control (Design and install) 34 71 13
3305.D202 Imported Embedment/8ackfi!!, CSS 33 05 �0
3305.0203 ImporEed EmbedmentlBackfill, CLSM 33 05 1p
3305.0207 Imported EmbedmentlBackfill, Seleci Fill 33 05 1D
9999.4001 3" Gravel for alley trench repair 99 99 01
9999.00Q2 Sanitary Sewer ConsEruction Allowance -
Unit II - Sanitary Sewer
LF
LF
LF
LF
EA
EA
VF
VF
EA
EA
EA
EA
EA
LF
EA
LF
LF'
LF
�A
EA
SY
LF
EA
EA
�
5Y
CY
SY
L5
LS
LS
MO
CY
CY
CY
5Y
l.S
0
7
9
91
1
2
8
17
14E
931
10
i
1
1
9
2
1
Unit Price � Bid Value
Cli'Y OF FORT WORTH 201 S Sond Year 2, Con[ract 14
STANDARD CONSTRLIC7'ION SPECIFICATiON DOCUMEN7'S Ciry P�oject No. 1D1475-2
Form Revised 20120I20 Addendum I
00 42 43
Sll] PROPOSAL
Pase 4 of5
SECTIQN 00 42 43
PROPOSAL FORM
���� ����r� ���
Projcct Ifem Infonnation
Bidlist ]tem I Specificaison I Unit of
Descriplion
No. Section No. Measure
iUnir III � Pawinp �mp�m+�rmenls
1 D179.0101 Construction Staking Oi 71 23 LS
2 3125.Q101 SWPPP �1 acre 31 25 00 LS
3 0241.010tl Remove Sidewalk 02 41 13 SF
4 0241.0200Remove5tep 024113 SF
5 0241.0300 Remove Al]A Ramp 02 41 13 EA
6 0241.0401 Remove Concrete Qrive 0241 13 SF
7 0241.Q4D3 Remove Brick Drive 02 41 13
SF
g 0241.1100 Remove Asphalt Pvmt 02 41 15 SY
g 0241.13D0 Remo�e Conc Curb & Gutter 02 41 15 LF
_. .. _.. - -
16 0241.94p0 Remo�e Conc Valley Gutter 02 41 15 SY
11 Q249.apQ1 Remove Curb Inlet 02 41 14 EA
- - - . . _
12 3217.a3p7 Remove Raised Markers fl2 41 15 EA
_ _ - - _ - _.
13 3190.D10� Site Clearing 31 10 Op SY
� - ._. _. - - - - -
14 3110.0102 6"- 92" Tree Removal 31 �0 00 Eq
_. __. -. - ._ -- -... -- __..
15 3110.0103 12"-9$" Tree Removal 31 i0 00 EA
. . -- _ - _ - -
16 3110.0104 1 B"- 24" Tree Removal 31 10 00 EA
_. - - - - - - - _
17 3110Af 05 24" and Larger Tree Remo�al 31 10 00 EA
- _ - ._ _.. _
18 3123.0101 Unclassified Exca�ation by Plan 31 23 1S GY
- -- - - - . - -- --._ - -
,19 0241.1700 Pa�ement Pulverization (1 �" pulverize, 3" cut) 02 41 15 5Y
_ _ _ _ - -- _ _ --
20 32�2.0303 3" Asphalt Pavement Type b 32 12 16 SY
_ _. _ _ . _
21 3211.0112 6" Flexibfe Base, Type A, GR-1 32 11 23 SY
22 3212.0401 HMAC Transition 32 12 16 TON
23 3211.Ofi00 Cement (26 Ibslsy) 32 13 13 M TON
2A 3213.D301 4" Canc Sidewalk 32 13 20 SF
- _ . - - - _. __
25 3213.0311 4" Conc Sidewalk, Adjacent to Curb 32 13 20 SF
2� 3213.0329 Conc 5idewalk, Adjacenf to Retaining Wall 32 13 20 SF
27 _ 3232.0100 Conc Ret Wall Adjacent #o Sidewalk 32 32 93 gF I
28 3213.0401 6" Concrete Driveway 32 13 20 SF
29 3213.0501 Barrier Free Ramp, Type R-1 32 93 2D Ep,
- - -- - . . . .. . - - - - - - -- -
30 3213.0506 Barrier Free 12amp, Type P-1 32 93 20 Ep,
- -- - - - - _. _.._
31 3216.0101 6" Conc Curb and Gutter 32 16 13 LF
- -- - - --- - - -
32 3213.0322 Conc Curb at Back of Sidewalk 32 16 13 LF
33 3214.0100 Brick Pvmt 32 94 16 SY
34 3296.03Q1 7" Conc Valley Gutter, Residential 32 1& 13 SY
- - --- - - - _
35 3291.0100 Topsoil 32 91 19 CY
36 3292.Q10tl Block 5od Placement 32 92 13 SY
-- -- - - -- - - -
37 3346.0006 4" Pipe Underdrain 33 46 00 LF
_ ._. - - - - - -
38 3349.BD01 10' Type 2 Inlet 33 49 20 F_q
39 3305.p107 Manhole Adjustment, Minor 33 05 14 Eq
- - - - - - - -.. _._..... .- - - - - - -
40 3305.4119 Vaive Box Adjustment w/Concrete Collar 33 05 14 Eq
Cl'IY OF FORT WORTH
SYAIQDAR6 CONSTROCTION SPEC[FICAT[ON OpCUMFNTS
Fomi Revised 20120120
�idd��°'� Appli�afion
Sidder's Proposal
B�� Unit Price Bid Value
Quantity
1
1
13665
� 0 -- - .. .
12723 _
222 _ �
77
6327
2B - --
_2 . . _
ia -
500
__ 6 - -
_ - -
3
_ 4
_. � _ _ -
1400 _ - _ __ .
13466
13466
�O - -
�� _ _
6�
17200 ---
316 . _-
200
92231
1
- �1 -
9430
100
50
151
142D
$504 --- - - --
- � � - - -. _ _..
2 _ _ - -- - -
�.. �3 _. . - - - - - -
- - -- 24 - -- --- - -
201 B TSond Year 2, Contract 14
City Projecl T2o. iU1475-2
Addendum ]
OD 92 43
BID PROPOSAL
Page 5 of 5
SECTION 00 42 43
PROPOS/+�L FORM
���� ����� �l�
�ido���`s �►�plic�ti�n
Project Item Information Bidde�s Proposal
8idlist Item Specificetian Unii of Bid
Description IinitPrice Bid Value
No. Seclion No. Measure Quantity
41 3217.0309 92" SLD Pvmt Marking HAE (W} 32 17 23 LF 15
42 3217.0002 4" SLD Pvmt Nfarking NAS {Y} 32 17 23 LF 140
43 3217.21D3 REFL Raised Marker TY II-A-A 32 17 23 EA 2
44 3305.0112 Concrete Collar 33 05 17 EA 13
45 3471.0001 Traffic Control 3A 71 93 MO 5
46 9999.0001 Cem-Lime (32 Ibslsy) 32 93 13 M TON 930
47 9999.0002 Concrefe Steps - SF 100
4$ 9999.0003 Retaining wal! adjacent to steps - SF 50
49 9999.0004 ADA compliant Handrail - LF 30
50 9999.DD05 Remove & Replace Inlet Top EA 4
9999.0006 Miscellaneous Utility Relocation (irrigation
51 allowar�ce} �S 1 $20,000.00 $2p,000.0�
�2 9993.0007 Remove, Salvage and Reinstall Historical - �
C�rb Tile 1
53 9999.0008 Remove, Salvage and Reinstall walkway 5Y 22
54 9999.0009 Remove, Salvage and Reinstall Brick Island SF
(between ramps on 5anguinet) 40
55 9999.0010 Paving Construction AIlowance - LS 1 $10D,000.00 $100,000.00
Total Unit III - Paving Improvements $120,000.00
Bid Summary
Unit I - Water Improvements
Unif II - Sanitary Sewer Improvemenfs
Unit III - Paving Improvements
$100,00�.00
$50,000.00
$120,OOD.00
Total Rid
END OF SECTION
ClTY OF FORT WORTH 201 B Band Year 2, Contracl ] 4
STANdAR� CONSTRUCTION SPECiFICATiON DOCUMEN"i'S City ProjeG ]+10. 101475-2
Portn kevised 2012a120 Addendum I
Leet-�t 9r�z-x
� s
� � s e. �-' � � ?� e �
y � a� a� w�� �, �g`� ��
� � � � 4" � � .� V�¢ �O ���s 8 v - n
__---- — � � �5�g� �a' �a�o z' � sv _ ci
� 5�& � 3 uo'' a- ^ 4
� e = -a3 �,�:.�am'�
y�84 � �€<1M�' � CW.s-,e�,
� Z♦+ S.� 39g3' V � na�s,,� FAg2��'.
_�or�..
9 I ��apV�'6 a ��' ' yC���.
! a`���a� y'.:$o�$�_:
5
2
Q
�
i
w
a
z
'a
x
4
2
h
S
b[ .L'JVH.L�[O� - Z 2Id'3 C aNI09 8[OZ
� a
� �o
�3�0 �- o �
� � �
� a N�
� � �Q ��� �
n �' o a �
n 3�`zo U�� a a�
n � o Ka ��� e
n o a a� �a� � ��
� J Nf
� � o g� m< <
.. u � zU ac�s ��s G5
9 � �� — o
�� � F o 0
c � s �
°���.a
u i a `�
�
0. +
W
2
W
Y
U
�
W
N
s
w
w
�
�
z
i
h
cuz-� veevz-x
e�l��" '
. _� ��
g ��� �.��1��
�� � � � s'j r, �'
e: �� ,� S �� 4
�
f:s �-� �
��� � `
s\rl- -
i
{I ai ���
���` __�-�•�\\ ���
�
�'� k �
�g� '" ° �
�� Lr_ .'' ��
��: ��� �
' ss �• € �s��° °f
� , �E[F� 6
� � $3�4i9i.ei35�
a�a ��
k� _�
i
�_ ��q���
:�
� � `=�-
9Y� ��
�I� �
�� f =
r �gb
u�
,d� j �e�
' s:;� :'}i�� F
. 4����:i�.�i�. �
�
p B
e e a
y ��
i �
e 9 e
ff�� �
bi .L'JtlN.f_up'J - Z �3h QNOfl 814Z
a�c c7 � � �
.� �� � � F �
� a c
�' `" ao � p �
�
o���'��' � g
�� F�oo � o � �o
„ ao�a�w a :�
� �~�� � " "
�
n ���U � � � ��
x� a � � � F
� � � N ��
1�� .�r. � i � � ��
f�.� F � � q
e '."��� �—,__-� C ��g�j
� E " � yr tltd
k tl � ,_J S +� ` ! Y aG•
��E i i� 4 � �'� e� i, �
�i���
��_.�a s ��_� �
�g�g�i3�
c�cz-x �z-x roT savxzwo� z vvsA aMog aioz
� �,
_ m � � Q oz e �o
� yp5 @ e o t- ..
� � 6g dg �B &g ��- N �g 9 @ '� � � �C `�]` �� ��� Q N'`dV
Q C �$ E E@ k�L �b ���� �`� n� C 0. OFJ OO�� C� �
x a
$��' ?�e' v a K > �� � N�Q� �� ea
$ z -_ _=- — � c� E �k�a � ,� _ - a � h 3 d x� x ��, ¢ � a
5 � � � 5�� � @�au�'.� € as : �,e �n �, o o �a �� � a�c �
� F�€ � � §aw°� - rF���s�s � •• F G ti� p��a �' F � S
`' _� � �.a � 3_s�,a.e ��o���$ � n, r c` a ai- z�� ¢�,
_E� � � .
k����no �-.�; o � ff ga ok."� 3
4 �o'gc�gs.o ik�$"�'es�� c �^ � a � m3 L�
�:e���� � g`taehsa"� ^ � � x �a1
�ng?.aa s �sg�����` ��� � ~ -
s� ? 4 4 c�F a�aa3 ��
Y ��'i ��, �i'��� �� �
_ ��'�� B3�`��a ����� �g�} � �°k ,�
��� ���° '��r. &
� �e�� ����������� ����y��€r�'� �i�e� -��.
�`� a �' �����ye�� ���R���`�'a� � ��� �i
��PRE�F„�st', k'�8��9n�?� � 4
y� a 3 �8 mP �� a� r��a ����: 'n�
� _ s � � �,e �g����.��"- �y�-�� a��,
�` � ��� �'��'�'`����_����� �'�¢� ��
s � ��������������W��"������ ��& -9
q r
:# %S��s���a�aaS�����'8���a�' ��e��
�_ ..�, . n e�
�� �. -
� ' - �'� � :... .
r�,ac.an�- - .. � , - .
.n�vn� . dn;o�' 9� -
� .; � i'.
� ' �,�I��6
i a g�: � �iY�' � ;ei�
� , 1 �� _...,--�—
eE ¢ � �i� si
�8� ������ s; � �F54 _�7- ""
�k1a�a �� �
� � - - -- - � '�����i� j
�-� -
..�.._ _ F4 �' F _ _ .. �� �
i_
a �; �sg
� ���� �1g � � i �`�s
�t��� '��' °`��$ �� ' ��'#F ����
- -���t�� -ii��g��=�.��` �� ,j. ����� ---�-r��-�T - -r - .
���g� ,,3� ��i(9��_ �; 9 � ��$E� � ; I�� I ���4 � , �� �' �
°�€ � :1 � ' a'a t . ' v p
� -e . .. - � l��S - - ,I� s'i'E" - .I9I. }�. 4
i � -'�+ ��' Ff� ;� � � - ' - - 3
i��' �57� _ � I��� �.��� � , .< ;'�. �
tl���--� —_ . -, gl�� - :;i;:_=�_._ ��,: - �
�li�j�! `�! � .. - � � �j,' �3� � �' � � �. I, . �•�"•I e, � �
� ��AY� , �!F � `�� _k,- _ _ _` .� � i: 'I��# ' =1":i; �'`'�`• ,}i; ��
, :�3� �' ' 7 e� .� i' := L:s., a k
� �� $�3 ' ' � � Yk '
- � - - - -- - : _ .. . : �,ar _ _ - ' 7�- � - ..
i i � I � �' �� :'} � -�"�' ' S"� �` ' - 7' - ' � �� �
_,!� : �• � `��'� ���' �� �
� E � � . `�t'=
�, T , � .���:
�i ��a€_`
. . _._ . . c �
=i�~.
- I— - �I. � �� „�1� ,��e�p ;�,�� �a� � . . ,', � . �� _ ��- �� . ��� -�` ����e
� —___4 __ �Y6����i�-�- 1�''�1.I?�rl�ll:l,.�..l+�lllrl... .�i'. Q����
`p� � � � , . � . . : � � ' i {i � ;'�r ����P
7 P �, .
� ga �,,.� I � I �'_�-�-.. . l. ,. �
� _
�€ a�Y _ � :,.<,; ;�e�< <�: . . �it : _r;_ � �g &�
� _ .r � _ � . :� .s =�_�- � �.F� ��
� � ` � � � . . ' =i. ._ :=.� ..�� .,_��. . .� �� � �
� �� 5 �.��. _ �kn�q; , . .;, ; . -:� �����
� � 3M1Vtl4U11$'' � �� � : �d:� � _ _ _ '�. .��� �' �1. � � g.
� Y 1 q
� ��� � 9! �k � � �� ����, 11.'�-I.;� �I� ����
I r �*�a F 5E� ;� � i_ - � � jei �� ' i , .. a s � I ' ��� Y �����
� �i�� ��,� -�__ ; _:.:�: :�;.- - :�_ .l_i.: �:�r���.� ����
� �_ 3 r .m := :: ::; � -�_=� : : .: ��
.��.., '� : e s�� = � f i � 5 s� i��
I 1�1 5�� 5 I 5 i I� � I, , I'�� �y����
�� � i � : ' : I I � ;.j � ;'{ � }�i �. } � . � � �§
�h.i�i< i''�� ���a•�`��; Y;� .�
1Lz-x �"�'x 41.L�VN.LND�-ZiSV3.SQNOd810Z
_ e ,� �
aF �� ` T �.xR a c7 y w G�
m� Q z � N�
� y e � ed
� ���� g� �� q � e=A�; U d �" o
� £ 9 f. ,� Vi
z �`�.�d ^ C �
i ` � � , � w
� � � � � �e� � �gq � � � �� ���� � � �
� � �`� x"�eg �' 4 e � � � 0. �f-� 00 C Q �
�� �O `�s� : 5 m F�Y�.m� s o� aa.L' rUu�a� � t, e a
��v � �� SWe= ` � � _ � � �� ;5 3 a X� a �`� � o a �
S�� -___- - � �� �.z;r "s g o s� =9a�� � F y oo ¢ b.�
�� v�'� � ���e@a��.'" �e�=..mE��n � `��s�� r� '� O �a I-.�;,'aw3 �
� �e§<���+. e��;^e� � " ,. � F F� � � F �
� X r, `�� g ao�g,� �;�m�a�w � r r o a ac �x�a a„�.
_ ti �:: ���;o� °"�"F€�`�m °c' �� o o � a o� p�x � �-
� G g �mea� es-� o•� .. � �� �
g��sm. �, n� ' ��'U 3 G5
e:��see�_ ���_��� w 8: ��� � � �n �� d �
ac �„§t � ��$. b k�' $���^ ��N aa � `� a � �
4' -�°�$����5� ��xu� �-� F o 0
�e � � �
� � � a � - _
� � s �-- za c �5p s 3 � " : ��, & I . ... , --
---- }-..-- � �P � � ��o ��3��� ya^f� y ;Q,
�`- � ��� � a � �� ��$_ �_ ��''p � �'� � �-oa �5 � E ' ._
� � R .,� a�� 9t� — #� wp�����`s �,P:3"�� ���` $. ; o- i
� 1 k ��., =�-_ --- B - . . , _ ga��R�a��s� ���� ���� �-",�� � �-__ . . _ . .
� ��� `{'� a fE �� _ ��w�Q������ �������xg� y�; , '' '_�
=a#*-t3�. ���i{:. � �� � �E�� �� _ ' � - �k. - '_
- ` . �.".;� • ��6E�g �g@ �_ �.. . - � -" k.,t
o �,. � . �� .xo �' 1 ��1��9 �f�i . _ . ��r.. ._._ r�� . . �1 I��i�:{�.�i�_ �
' � ..._
�'�' G 4 � —_,�—�T.I �.Q., _ ., n ,'�� o ., b�4L' }, . ..._. . _ . �
...� -
:�e � �• yi �� I , _
,_
� r��y ' �I� � 7 . E �
` �1il��'i ' ___�__- �i . ��]� � ' �� ' �-
�' �I� � - � _ � I� ��� . . - �---._ ����_._._ _ °-�-�a-_- . . . -
� �---� - � � �
.;;� � is3�� � — "�' i E�6 C_ # .
I � '�`� I�i�� I �= f �! � �ti rt _k# .ii
��j� .� �ittl�#i� � ---�- ;:6F�. :E3 ;�� . —
�@��g t dI{ ,. �. �� . =sS '�
' d�i'� 41 �� ° �� �-w� . ' _ ... _ _ . . .
� — �.--- - �� gx$ . . ., - - �-- --sv.. . .� ._+_._ _
t �� y � � ",��
� `'L��i�, # ' ����� � ��j ' �~
�����f�f � ..'�°Y - - — - - � r rr r � *T .
'��LAn =�'° � � , � i ���,
��,����'� � -� -- --- -...--� - � - -- -T._.. _ . _
;r� F f 6p��_ i� ' -
�� � _ � I�---� ..__���a I..
p 1 � q y.s' � ��Ic�� �ii:� r I
��y � ��I i`,:�� I � � xry�� �:4'� . . ' �a,:C��ti � _..+_ . _ . . . . .
���� � `R��irSd � _ _ _ I� _ _ _ _ �"�@�� r F���.I.'�'� . 5��" � . i = ,
����� �-}i ��l�1� -i � � ��h�1 � . _ . � y_ � � .
.Y� ��h u $ ' �_- `.. � : �r '��='' ' �� � I
�� � - � ���� ?:- ""�''.' : I- ' - 'i r� � - +---..__.._ .
�' �� Y !� -�1 Y � * � ��} ' �!y.:l: : � �M .
.!� ��� ���` �' ����� - � � - . .•�'. • , � • . s � � .
a� i6 ""' ;"I`:`-. �i +�Y
•� ���II ; R ��� i��F�e '� ��1�� � s�� €�G i r �'. � ' y�`�+j' � � d ��� a 1 � �58�±.. � .
i . i�.���,���.�-�, ,
�� i�1� . yW"_ I . _ . . . � � � . �,-.-;a.= : _ _:-.-.-. � f � �' �1- � ..--
_ 5 �`�+. --' - -- . �. .. - � i , i� �.I i � -I:r�i;�'n'1'.'.'.'� +n u 1
_ �� `�' - __ _ . _ . : ;.I' i�i +I r `t �R� �_
.� .�. . ��I ��� Y 4 � ��.
. . � �I��If�i�41� �ILl1 �
'� � - -1 - i.. _ d=� s . . . . .�i'I-�5 i i f _ : _��: . .._. . .';� ���?;� �
� j ! _.. i� I
� � � � P_� F .. . � rl_ ,I ` .'� _.... c
� `�I�J'' �";..:.rtii I
� i � `�I.I,t�..� i��`: i
_�.� .�.� ��� � ' � , ''�:�,�:�;1;1: �'.i.�,i _ �._. .. . � �;`.�• ' ._ . . .
� ` °;;,S,y r � i ��=. �,?:!`,?�Slsr�„I; : ; . ; ; � + � - �`_`- .
� � `" � � r� E � � . _ � �2 `��x� i
� 4��iw �.
. . S ,� " "' _ ' "E "j ��i -�� 4 � i
- i . . : -- � k. }�i
�'r'Flf�fll4}. ': ii� i�tk�it�� __�._._ .
�i�.i ����' ��:.'. .� � �a
9649L-X
,. $ � i 3 � � gk�
�"�'� g e y����� z§�'k. 4 fi 4�� �
� R � c' ���� r�� �
q C Z } � '�
�t.��a
�
�� I
i e; I I I I
�� g�R■
�vcanvawr�� ��:4
tl �
-�- - �- -r -
I
.�,� i a"'..P� `i
!'��
I�I�
—�--�---L—�--
g'�� �����
� �
= � a � a t7 ^ � � a
� - u 'x�m��. O
� � � � S's�$ cn �r �Q U¢�+� q �
9 � 9 � � ���n � � ^ [-i� �+ e F
V �^zwu� %
0
�� � � a V � � O� op�� ¢ � �
�y Y.� . .. F+e9m > p� qU n 2 k'13
_ � a�' , �� N���" ry 3 a z�' x��l�� a� z�
=�e. s�a " i� � 5:°�P = a z G� ��7< c' g $
�� ' Y� 91,�:ae�:.; ��?�w5 r p O�� [ j3 b
ii`� g e��'.���d � a F-'� (]y�,�y a F �
V���g O� Q� a ry � rii ��
v�ae'y =e""ey,.mW o a a�a ���
�=a�¢•e a;8 �$`sry° a��x s� � y Z[i ��� � 6�
�• �% �taa�sa's" ~ ��x - � � z S�a o a
3:,,,s ���aaa�� � e�=w�o ��� a F 3 � 3
� � s����@�g� ��=w� �,: � � a
tS EL /���� Y. '__ " ' $-" __ ' _ .' I� � " , , f i
I 44 4� � fI www • �!ey
'Z`�. 6z / � �.' /I ��¢� � t` ' .
iBi �P .,s ��_ -��- 1 - _ _ _I� _ r . . . . � . r... . �
r� ae /�= _ 9 � i :k� I �.
��3,ivse�ca �31 e �' s �. �'3 '-�-
- d�'�1�� ���� g �� a} .. y
-- --- �R�� � �`� 8�` - :_`siti�u� � �''- . r `
- �6g'.�r `��'�8 ��� -. .. . �; -�&�.^�'�.' S �
��r5P ` ag' . �� ��S1ij . i � I
� �� � �� �i tl 8 ��E'�' µ ��� � ;'_ " I s`J�S II ]
� I ��I � � g���� ���3 ���� � ��� ��7-- • � I�3±iP�N � ! � ab': �
b I $�� i y��� R9i� �p� ��e� �g� _ i_ y�' ae�� � � � �� ai', .
n— � E5"a� i$���� ��6� Bfr3��� ��� ���- .`n'� � I ��'��5 j.� � l j-
-s � ..�.. e. " ' ' -. .�~�" .�-_.._.'L --'."'�
��� —� E �� � �� �� WPg� � ��;g o ���o �( , •.�_�--. =y,".' � _�i,n I
' * �� � �. $ � 6� ���ad� � ,�� � � -, i.
�qt � � ��� �,n¢�� � I y, I
�� F ���', � �� $ � i� �
'E'� � �d � € � � . _ .
� E a��i�l:���� � � g^:�� � � a�'�y�.�� ' . I
a '� ��� ���� �� ���z��' ;�...� �-s���-. ._4._...,�
�£ �oa��Y;� �$��g�^ .
:� Fy �"��`�'.������� �,�'�h���' - . �r ,�, _,: - I I �� .I
� _ � ������ � � �� ;' � � ' ,.. '. '
&�e� Y�z akt�
, '�i�l 4 r
a: �_ o6fi ���?� ���� �
��g�s���x�>a������- ��ik �-�=�'�*'t;
I���� ry �. , -, . = _ . __ .
I ���a��� �8t1�������� � -- - - . y `;� � �.,� _�
' I ��4 �laA9�y� 4Mq 1 _..._ _ -�- '� : � ' ,
�� �Raa',��� � � r � �� . _ � � .
I � 1 5��� . ._ ___ . _____ '. ::,` } I'� I � .
�I 1 " J
�li ! �L I �. „�a II �
� s� s�,��o � _— - - — ;',�-: .._:_ ..._.._ i$�--- - � -- �
'� '�"� � s - ��f � � __ �+', � , a� 1
�,�c- — — =�� -- . . . I.� Ij
�:��. , — -- °��� k� � � . �ti I
�� ��e�� �� � - - — ..... ►}-- ---- ��
�� � �K� �� , i� �i
i f�� . � — .
I� ----- �AY� ��s��� } � �I +
- a � � M� ������ _ � r _'�:' ._._��.. .._., ._ -�
� � ff ae
� � �� �— —��
� �; ,
"��� 3�@�� �"-��� ����� : xF i I� I
t
$ 4�6 �, � � ° 6E5 A���E� 3�. h �����_ ' �k-4-
:„
, .
,,� Etl� 4 � ., _ . �. :
� I
�9�5 C I 314 � �S,p i � � �'n�5��—_..._._..T.�....-..-__-- I_ r'--"�y
T �
�� � � i �--�--�--� ; � 9 �� �����- ! I . ;
� I � � ', Q,� � � ���___ ' �.
_�_� � � �----____.-___� g= � ���� + --- � ---- f
��5�� ������� �— —�1� —��
LLLZ�� 9669Z-X
� �
r
� �:����� ,_
'��l $ � � � � � � � �� ''�� � �`�
� � � ������
� i
� _ + ' ,
. s
P
r � §��.'y
_� ; � ��V- �
W f Fo f.
�` � �� � ��;�
a � � �� �
�� c aa�so ��?
' a=:a� ��
�y s�zWw €.-a
� �i
� �� ^ � �
y � o
�U � E+ 0.
�q
� � � ¢ � g
p��� "°�� zKa�
3ax� �5,� N�$�o
� O �c ��'y3 d' E
� ¢ �� �Z� a F y§
a��� ��� ah�_
� � �� �a � Gg
� �� p 3 g
� ��
�i��� �� �i��@ �k � W -� -.. ..._..� . . _ .
i � � e� � �E�F � � � ---- = ._
1 �3� R � � ' __
y��g6t �� � � � � � a -.�
t�k���°b � �:�8 �i����� �� 4-- � !` � -. —
r � �9Bb�� :,.� . ; 2. �_.._ _�-�- + _ —
'�_". ��4k4k�d I 1/ ' _�S:
i�y I
�•�•-�--`�g� _ _ I arl��6 �e '�F I �� r..
� _ ' ___ 'ii��j�l 1� � I/+ .....
k. _
_ � _ t_ I— �
I 1 �-. _._. .} . _L _�J ._..
: ` � �tigy��� � �� � : , s l
� � I
il_.__._..� , �,- � l�:� � y� � � �a���� ��i r � � �
q �.� 4FE� � �Y �� i- - a{' e•
��4 E�g �'r - �e� �`� � g f. � 9 �� •,5 I � 3
- s , �" I ��,Qn - , �-. ��R���iy E���1� � ��1L - r '-a � f . � •
� -- � ��b��S�i � .. . . . 7L {_' �" "'__" _
y � --i.' T.I —_ _� —_"_' . IL � �{
�� �i -�' s
�°
��� � ��� �g��pa � �� � �,-
G Y �S 9 yaEa ¢ ��� � • , .�_
g41k��g��� �y � -�---- � � ... _
{ ��� i �
L4er.� A9i1 61����----� -- , .
ry„� i�' I ��I���:��q �� � . . �_ —.i . ... �. . .._._,._. +. ..
, � a - -=`T��=' '�' i9i��� L---- I �rx�-. , + 4 } -
�;4 � Ca
�ai : --�— � �:xi; i k '
�4ii C -F� � � � . - .i_ •a-r�.+ !i' l 1S �� 7 : ..
'�.� . � n nvsnaxi� F
��qepa �R� - . � �33 � �; - � � I i - � +
-I- A�lY�� E�� -- -T-� . ° - - ---- ;�}ro��. tt� +-7-�:4:T � . � ` �-
.� �r�` _ � \ �
�.�, �.� ' � �: �' f' � ��- �� a �� _ � � --- . 'f��
-, � L �!, , ;
�- �� � ��� iii �� � -�__�- � -- 'rk } �T}f i � � -
yg� �y��; �:�g��� � i; j i ��. =y �` ig � sl= � _ ...'�E }� .,-1-d-y;.-.te.4"� -
�=i5 �S6g"�'Q- ����p�� I� ° i9��� `�'i� ��� �Q � � � � I ' � i �y� �
a
$�aL��� � :n3�l�� ��rs��� �- I � � � - ° ���g�� i; ����Bi� . � � �- � ' ' ' =' , a' I -
����� -i B�i i �. � -� w � ��� ��e3��� , �� � '
I _�r;.�IP i �� Y .. 4 ' _
i �_ I � I y . . � � �i P p I � - . � c � �, .. - ' - - - — -h- . . . . - - - `
I �� � 'I i' � '' ��@i g�. _ . � ��r� i —
1 i f ���� I I ��;.;+� �� ���d� ��� - ° � P � r " -
I � J—�i'i,� �' r � �- '� .�m ?�.� ; �: � � a � �, �` -
���Yo�,�,T,� ;� i' �� ��.; � � `�� e�`�¢ `� �Q� � _ . ..._
�'s� 4r� "qk•� �e�. � 4ii�aw�Y �
. , _ :c ' .i . ' L..�:.: 5 ':�dw���� �1W�8
t ' �� +" �� �4t �t���Q 4' C ' ' _
�; �g;� �I����g�� ;� ���� � �'.'s� w�����;���o- .}"�, ;¢
- - '�$tg���� `- ?�:� � �� `°i�� �'� � `�@�� �' � � ' a . `I'�� _ . . � ,,: _.
$ # ii : R + �°. `' � •+� � ' I �
e ! � �i . - `���'� e
1 L� � p1:� , *�5
i� �
. r ��. � ;,T.:
� , � w � �4� � , p . . . — -�...� � . . ._ �:
��:�����al� �i p .. � � � � , � � �4 ' ����� � _
i d�r���Qti R $ - � 'I � --^s�a' �3�� Q��� § ' �p._ _ �'�'.',; . � ' ��; ''�i��'��
� ��� ��a .. E I:��-" . I�f� �I� � r , -'.�����d���v�;= .�t� .,.�.m� �_�'
� � �' . • }' __ n , � � _
� {--�
-!I I � I I � ' I 4' I�I ��,� '�''�P .
— — — � �; I �-I_�_L� -_ '� ��°.��: -� —�---- oi
��:_.�z . ...
�. g � �
3� `
_ a W ff ,. . a Uz � � � �
3 a R � o�,^"� m�v �O Fv. � �°�
� g w�� E 1i� a e q v ��m�" ,�, U `�3 V� K
� ; ^ £ k e�^ j "^ � 3m:WW � � F�" aqp .E
' Y; G 6Y' �a a�� o�€K` q s � � ��°�i$ 2� �
� ,y Y �^-` F g
,�; y � � 8 a � � � � + O =§e� F ' � � _eme ; a � �`c�i ����+1� R ` e
g _ r� � � �� L'���� �Wes ` � � � :3o"W e� 3 a z� x�a'� N � ��
�� � � � `'��� "� �� � ��e,@k�'o ae�,� `�a s-n�� r c o F�a ��`a� '^ �
iJ _ " k � < s
gr � z e�'s_<:��?+ k yRnm mo� � m��. � ��� p�w. � y§
t z h �g� c� �Meas`4� $' ��"a��p 6 � !i '�" �[Q- aF z� W� �� M
-� r �a pe
` #�ac��� �� �;",��`-gQ o`s�an � � V a zv �3 t�
.���� a•��g w o��an e �' �a3 <
sn �
$p��:,$c § ;��a c��� ¢�'gn• gR� a `" � €
q _ _ � �asaa=w�� 8�xww €.3 �
_ _� � g ��
� W � � � � � �
�
��-� I �e i� i � � i���4mmi :. � ,- y . . .. '
q., ; i'�= �:� ��`•�� �,g �,� �` �g _ �..� �= ! -
�-. � f, I , � • �� jf'�� T�'$: ' 7.'i� - J � �
3 i 1_ �.� _ � � � . �.. . � � _?i"' _�'._._.
� y �N� �. J �; i ,i , ..] . _.�" �
��- _ - - �asr_$ p���' g g� i _ i �Y:
µ�e „ d" C �i�' t. E9'_` � 1
, `�fi � __ .�
I I'rb w n
i� - � .xiax%siw. ec�... ��q�< ��€a � �� ; _ . '% � _ _ �
.� �5�a�����g �- �� '�� --- �`� -r��j �
�-- -- - 'n �s •�_ 6�&��a�s�� "� �4� `� ��'-.. __�i'�_..-�• E
i��E��� � �� I !� � �'�I i �� j` � L m -L �����'����P � ��k ;+- ----- .._.. {i__ �.-�::-���s
� i z S ` � EuL���an� � � ��� $} ` . _- - i °� �
g�� ���' � � � . : ���� � e�y � ������84a��� ���e."c� .. _ �
�€ a������ � �� = �� II� �,a� f � g ---�— — � i
�� ,
-- ---.°� i .r � - — ._.. ..... '
_.� . .
.
�" �-��e��-- i p �ua P wa� l . .-. . .__ . ._— _ : i-i
;_� � ' � ��� _� � ;-,- : . +
. � �
�� y i a��F E���e=� ��8. � Y' + ' y �
i? i u � i I. c. 3 �� �� � ���� c��5 -�����-T i�. .- r: a,' S I
I � T - ;' � ,y- -;, � -�� .'- . ,
i� '�Y� � �t��� .`�S�"����� � � �� ,�i� - c_
e�y ��'k� i �'G I 'y ' � � r�� t:g�n � �u��'�MP�� Ai3����.;��� ��1 I i - :'E � I ' :
$ �� � � , �.�, � , �.
� i�i�0 ����� 9��� � I �.��I� �9a��;! � ���R �L � :� ������Pa����----,�-r�7�-._i--= � -- I �--.f.-�g
�� s.� die�Si�J �3��� 4��8 si x��'��� °�z� I ,� ' i
' �i�� - - - - - ���a�������� _ � � � I� r �
- ow� �r ; _ � e�, ����������g�� ; !
,�.,. �� , � � ,
�
� �1�,r ,i j� : - �
� _ _ �s����� . W - - — - - ..___ _ _ . . �j s � � - � — . .
It� � ��� ��i'.i �� � °�� sas -- � -- - - �.i;���` � x
�'si���� i 'r�r � E' , � . � ���f ��� . . � �:¢� f ��.. � �r - � + �
I "�3�� � 3� �' � a � 1 _ . - - - -�G' ��,_ '. � � ; � - '
��� �� ' ;���� `� � =F��'t�` ,.
� � �� , , . ..: . ._ ,
� � � c� l• I��,,,' '
�� FI �; �L � f S g 1� �$. ��� � �� _ . . . . � . �-r ''Y� -- �- -�
� •�.''E�_ . ?'• ?:��, � .�l�7�� k$! _ �t � � - I � � � � ;,i. i a �
-� _ _ �9�� _ _ �� i_ }!� t L� �`�� ��R _ _ . � . ._... -��` , l� : :, _
� � � ° �i ' + !; �'�b - $�.S���f�iSe� � =•= I I `-''� � I
4a S•
I �� � �e@a � � II� � � ��� � � 8� ;��� --� � — `� -�-- r� �
i � � � I �� �� _ t- � -���--- �- -�---� t �----�
� ����� a�l��� � � ,�s ��� � ' � � - � � , � {
�-- -- - ,I�, �, - �°;�`x� 4. .; . ` ' `
a A� `t. ' I _I_ — _ ;a�o' �i =. i � -� : _}y ¢ I� � • 1: i
� vnw,.�.rse _ :;� ` .. �i_ �` �r.' I_i �-� -! � � - � - � - �
y V Y - : jcC'_ ` ,. � ! ��
�p� - . - � 0 snn'a!l �W"tt , ; 1
g�� :� .��q � . '� -�� - - -JI- � - � � i �i � [« ' - �
� 1 ��E � � � � � � @�e I �,_' I; -, _� j
I
� � �i.l _ � ` _ _ �'7�� y�
s S tc' i � . ?
, � ,4 �ik�.;; ��� �`�I _. ., --.—�:. Y. _., ._.... '°;... _._.._.
, � ' ' yyy���
I I I I,E''— I 1 I � �._�L.= ...�kR �_ _..�
m I I i .
�_ _�__� I I I 1 . i � I_
— — L--�---�_ _ . ; , ; - "1 �
- ' _ :� _ _____ � �
rurx ssasz-x
4
,. � ������
� ` s 6 � � � � � '��
G
'��` � � I z sa� � � ��
G 9�8
L e� 6� �'
1 e � ��i�� a
(lI � ��
��! " � 6�� a
� _ • ' �$�
g i
L
� �j L� �9�� � R �
�
- - � 11�� � eq8� �'i
� � � �g� �i
- - � �=g - � -- t��s: :
� ,I�r � i
�
_ _ � I o �_ _ _w
I �� - 9
I 9!g� 'r�i I ',
__-1 �_3�_—_' __ j��
� '��
�
- I ��g��� � - _ �
— � - � � —�.— :�,
, j ���� �� ��� _ �
i g L � "'
x - -�
- - � f ��E� 'I �g� � i :�
�� � y�3� I�
. 1
--� �=-- ��e��� "
,�� -,4
- - � '- -- .�F ���� � _
� � i� �: ��� �
_ k� � �Ry„�
- - � i_. _ _. — -:1 9�� ���kii--
� '�S '�
� .r.
_ - � �u - � ,�iy ���� ��
���� ,� ���� � � I
� ' �
�_ {
�e 99 ��`�' �"�t
, . e..is� _-1; E_,��.
j�; ' � �
I. � �g�� �I
@4.Sa
, �� �:'
_�;� �
'�B
§���
'` - -
7l�� ..� �a:��• �
.��:� 'x� � -
�� . . :�
,:�i@��..ae�
....s � iP"#` •�� _
��„,��'
�,
�E�i
� � " .,�-I'If� � � ..� �j . '-' �,. �
p $ ' `n
; o �s;^"o
@ � . a o e�^'� �+ �� �qi�" O
�� 6 � s � � &T W� � U �� z�U� z .�*�
% �
�e�� � � p�
g��y 4�� F a"�x� 1 z °� aq�q 0��� z�
���' a P�^���W;Ka e 3 4 z� x��� ��
�y" r. � , �e 3a„^ � z°a Q �
��e���� �, �� � m�a � ai:zw� € � � �a �'�wa � $
[ea.�� e��o�`aqa � � F� q� F
i3�a 5$ . ���2� �� � F R' �a� a en
� '��� ; "D�G=R _ =, � O �P2 O�� �
�;o gp _¢yd;m��y# a W
g d ��„ _ F,Y. ^ z a F
�`�z�o�_a•3�����a�e W ���:� �a� � � a�1 �c a
's€�ge.qFz e.omr> a� � 3
- " �'�- ±`sa,g_�k� �r�ww �;$�
��� :I..I ��
�,�p ��I� yl!` i= � i�if�� � i�? s: i
�-,�: ° ' � _ ' :iL:.� {' ��� �".� � � �
Ila��: � ,:i'� ��-;I_� ?�'� �� ;::�;,�:;i � � ��� ��
i. �lr� � '�iFiti� e�?:i'FF�� i�'i�!ii� t'� � �� �� �#
.� i" i
� �{� "I-;,:�.s:, I` � ., r �
,� � � ��:.. �s ;
;� : .��_�� � � �I'' �r= ��
I' " ' F�' ' 't':. � �� �k
' I ?I. �'�i��l p!:� i� i� �. � i•'S� � ��
:. - .:,,: ;t,;;,,,;,, ; ;;, ; ; l: ��� ;;!� - ��� �� �� ���� �
; �_�: � ;.ii�:: _ _ ::, :I� � �. ' z € �� �� �����_
g _ ' e � N.I, � ' �' �� _'� i ' E� �� ������
,�� I � ^ ''� I ���� $.
a 4 i. :I� .�ir� . : y�
� 1�� I I �.�1�.1� � _ � I:i. .f �_� �_I' ¢ � �� N�y�i6.
� � ��I�.J��'���i� : .I; �:.�'i Ji6'
I ��1'�� ' �
���� � _I �.
r!.� i_F��� � - .�.�E�=_I.�61��1_ ': � �
'y� I_�__ k
� �� ' �I:I I i � ��fl� � ' �I� I�� 31 I j � � �
; _ f , I��;�;����. � ; � .� jJ,_ , � � � �
� � � —�I � �
—. `r=l i�t�!-l��E�i��� � �� �
` ;iti :"' ;:��,� �;�:,��;;:; ��� � ��
� ' �II� I �f ���I+, �. ,I��' .i )' � �' � I � `� �
_� _- .. ' . r ._.,_- � ��� � ��
f
I � -�����g�
�.�:,__, � 4 .��x i ° � �'$� �@ �
fL,{;ly5�l .�. � �
� i 3�� l� � � ' -� -- �� ���������
���+ � � �
_�,{ , ,�� — � ��s ��
� : . ._____ _ =� �����
�� �
; --. � �a � �
. 1.-I ---'-- t�.:T°k-f:-' g� $���e��'�b�
I I� � . ��; �{` YT� 3���8y���8���4
� i � g�tij 6
. , ���i��������
. . —I �-�--._._ ._.. _ ._ � �9�����������
� �
_ � � �g;
p� � �� ����� e � � � � ������� ������� $��� �������
�� � �� �� �� � � � k �� � � ��� � ���� ������������
�� � �� ����� � � � �� ������� ������� �� ������&��
�� � �� ����g �r��� � � ������� ������� ������������,
w �s .a a ,. c)s �� " .. ..
¢[a-r scavzx
0
� �
�
� ��
'� a �
�
�
�,
w
a
�
�
, e
e ff
� .. e
� a
n�a� �
e�� = s .
"s
� �nC'o � `y ^
R�a F _
♦3 � � ?ja� ' "
o�y�m � ��.,o� ' � c�
-is $ � �2�.. � �
.$�� � �...-�_..z
� �Pmf,�; fi� .
.�, �=g. �
�
E�
g�
��m
��
�4A
��z
�$F_
i��^
r
o���
s���
��=�
K��Y
����
G�
�����
2
�
� l7 �
a3�o Y
V �
� a�
�; � � `�y�� o�
O � 7.� NO
J� 3a2o a�
� � <� ��
} Q
F � O� �L
" U � NU
� � ��
910Z
z Fl
o �
G �
u ��
z ��
� `
0. t�
�e
�i-%� ��z-z �I.L3V�1.LN0�-ZNVH.SQt�089192
X@ r S � a £a O C7z a �o
- � m � � o �o: � s a o ��P�4 � g �p c � �
`". a w ` � s W �� za Y � v P� � ` a � �_ � �q � � o �
F � � � � a � � �3 �; $ � �� � ���� � � $ Vg i � ¢ o� ���� � � �
� M � � � � 8� � �� �i � ;� � �eM1 z `�??mi e � � m`"'�m - �A � �U n� O p
p - E E C E ` � `� , F�� � "tt�� € • � . � � 3 < z� a�� a � �
�� � � � �a � �� �'�5 0 � � _� � :��^ `� ss o u'� zu ' �' � �� � �� °b $
�� �; � � � e� � �� �a � 3 � '�� e��m��; gb ��� � o K� w��, � x F
� fg4 � ff p���a :� ����amoo "' � �i F. Ed,a v�< < $
bSg� �Ai;y' 9 �.�A.s"y�� W n R' ¢ KC ��'Qa `i ��''
� � ���§��,� � =em_.,'a� _ � , � o f, � o��� F
�� �� I � 1 � � � � 4 � g ��_�.;�:���4c M � � �o�� �
� � J Y=255s g ; $ ` �Pr ` � a�n c� y F [
.- �Gg.rkS � �z€a��e� �$� " �we z �� e
� 4 �.��� p � �.,��,� e� �
�8� �` . F�� � �g �
4-^ �� � � � ���.a�?^a� rwe
s
e � `� d
yM � s �,.. ._ —.._._ "
.r .,� —'___ ............. . . _ ____T __-_-__..-.
`� ��4 � $ � ,..'... � __ _
���i � �� -- �_�z— —.�� _ �_ ! ,
� $ � � �� � ; � -
�-� a� ����
� : .. ... . _. . . ____- �.
�� � ��� e�� E��F f�- . . ... ... . ... . . ...
$x � -
�,u.attxi.a�srwc,�n i�a �a'. ��G €¢�q � —'— � � i t�¢aue.,rw.,
owAsson � sEa �er � �� � _ _�'_ i „�"— "' . _
-- �?,� �' 1�`51 � � ~� � � . �'
� g, i '� i ���r_. . ._ ..... _ I._ . . ' "r�12±r —_,� i—"—" . '
p� :s� `� F� ,i�l � '-�----"—+=-�---�- �'r -.'--� --
_� ,;I� . . ,�
� �
5 � . 6- ' ' I .,. y� — �'i I
a i --- - �4 . -
�� /�� � `' � i h� �— . . i �� rrr �, c ; � , _
' � I � .� "-�,a;a�. 5 � � � � ��� . �..-i. 'rr.
�� �- �� � J ,��--�- � { t ` �
r I
.; 3� � . � I�I� � _ � . �
� �
.. 1 . .
' _„ I ss� _ "__"'�. .._ '. ' "_"" '..___.,. 'i'
�� _�_� �__ -�� � ��_ � �� ,,,, i � Y �.
� ,�I� ��: �' � ij A `•i� -;a�. � � � ,-
� �; ri;P� ; _,..,,
� I � I
— -- � �. �--
', � —_,,:' ,� _ _ _ .: ;� i �
7� � ' . ,� �j�,� ;�,_ . __ . �._.. . - -.� ::—�-� -�-�-�--� . ..�;:-
,t � " . � � i ,.�.g -- `� - . . ; . w"— �
�{� i ����; ;�� �� _�,,�� . � I °�;
�, ^ � ,t t - ;
��p� — .. - 4i- � ' �� .. -. ��. , ___„ v r � „_�
� ,-- - . � . a
� , , , �f
����� � �� '_ ,. � ;,�,�----.... �.� . . . . .. -� --�-- . .
,
�p u ' �# I� � I� � �� ,y " . . . ,U x�
� r ...��. �-;��- -__ �� : �� --
Ui��--�"�,�`�'#i� 'j� .,, �r .+ , �,-a'�
� ,� - -' ; �� . .�� :;
�_ -- I ' -��;`�'��ar.n�r � 5�. i � .i' } � _
�� �"l� _����� '_ �� ... . . .. 4 �:� . ���_ �� . . . . � - .-�a9.�
�� _ , . � ! � I� --- e. . . i � Lr �F -
._ ;�� _ _ i I � .� —I
�� i -- �� �'+� I I � - 'r3�� � ' I I i �5a
;i��'-"' `;' I p-==„��ii �-�--�---.. .R ��-:='.- � ; ... .,�.�
� _ . . k� ,. ; _,,
�t��- ;� I � --- i� .;�.Y"y's Y i i . --
��' � � � �I „ ' � ��� � fi� ; � ,.�»�
� `i� � �� � '4- . . . ��, t.._ . � �., .. . . -
�� �-- � _ _.. _.. - --=�-� -�- =};.��,�=ti,--
���.�a�- �� _ _� ..._.:..,�-.�_;x:��-�--'--�---�--= - � . . .
,��..,�r,
+ ` �� -�--- ; —r—�-- �
Y� ��� ���� E� K� i !
�W�
�� ��� ���s �` o� ' : I
"o� � N} ��" � �� : . �. ... . — � .._. .. _—�__.. .___ -
�, ��; I � : �
u�� � � � ' I
�'�= � � 1: �� �.. . .
g��� � � , .�,s,.� --�o� - �� � ,d .�,
euc-x sar�rx
� �
� y i � � � Q�
� � � �' ' � x` 7 y�3
� � � qi
c � � w �
� � � � �� � s � ��4
E� � � � o �w � � � g �
�� � � g� � �_ � 'E�4 �
� IFf���$��
,��' �a�.
�
�
f `—
i \
i1�1_ �
'r ; ; r:.
� � � �
i �
� <
- .. �
^�' "�. R
� �
Qy � �
�� � C �
- � � �:
� '4 a
�
��
�
� `3� ��
� - �
r- � i;� :��
���,.iyT ` ---- ,
����- � ------
�� ;�E ��
3kF >�
Z
� �' . . �$ �'_ 1 �� ��
` �� � ��
� , $
d � �� �'t' I
G i�� \ �`�-._
¢q - �4 �
z ) ����� ��
¢ . ~����
a ) ���`,�
� �i ����f , "—I
�p{������-� _;J
a , � �����
� � ; ����� .
� ) \ .
a` � �= __,..—
`} �� , "�.
�,�
��
) �� '� ;�
� �$ �
f
�� I 1 �
�
a
e g
� �@�e� a �
� q��,"�! �$e
�3 F�e �"R
e �h��� q� F g
� ����� ��, Y
� ���`� ��� aj
vl � � 5 � �h�� &
o � ��� � ;��� �
�
o �x a � �3
�
�' U �� � {1� � �
�r � �� ��r� 4 y �i
F a o�' o z 3< �
C��� G(� U p� tl
3 a zO a� � R a
a O �a ���,'�` a �
� uz
ar a a� �S� a r�'' �;7
V O �U ar0. �¢ � �
a� al o rr B
� i �n
�
r`
M
E
��
li
' �
�e � ' �
�! �.
�.��i
���;,
' a���.��';;�
_, ��,!
.r�� 5
�{r,
��
°'���',
; ��
�`�
�4`.i
1
IdF�a�
� .-
e
�F
�p
�{
3
suc-v �6+9z-x
3
i - � � � � � $ � �
i � � � � �� � s -
1' M � S W � F � g � n '� � � �' �
�� � �a � � �n a� � ._ � �
M �� °- I I I `� ���'�" �
. �
� B
a � a
a Q _
� p �
� e � :
3 � � � x
_a., a_u _
�. -' .�-'.���, - . - , - . . -v``% . , _
r�
% B� �a I e �
i�g '� / �� _"'L'-. _
� ��p I' \\ ��� 7 �'�d3� ��
c \� �, � .f�f �f� � ��� f�} �� � � � �
� .! �� i i 6� � a �
��
i �4Yyl
i
I ��
a
� I
�l '��
��,�
��
�;, }
� .. . _ .
t� V � � l!
� . � 4 6 .]
--� �
�9 � ?
� �r�/� �
1
J
}
� � l
l� -���� �
� �
�[ ��— F„ ¢ �
I ,- � 1
' ��;t, z
f
`n < <
/ / �+ "� � . r" � , —v ,� \� �
��
�� '��.
�
a� —.� ��1�`;' �� - � �
�� — .�-�' .�� `�--
. ���
- L��.. �' ,.�� x
e�` �f.�-� \ Q
P � T `,'\ �
� � �
�
�, i� I
--L � �
.... __ �r_s_
I
\
g
b[ ,[.�VN.[ ��p� - Z �1VH�. QhiOH 9IO2
a � ��
��c� ti � a
{��� v� �
� �y O� ��F w � �
� p
- a z a.�, VCF. �< h�
�� 3 a zo a�� a �
� o O �a � O `
_ ¢ F,.� p`E��. Q
o F a�-�, 2C�. � ;
r � O �< pc•� '^
� u X`d7a^! o u 83
� � F^ N g a
� �0.�
✓����� �
`j -�.i '�V ",y". �\'
� ¢ .� _
¢ ��ia ��',�$�7 ah�g��
r � ��� r3���������a
r �~g������:
� � � ��;� `
�� ������Wry
����� e���������qe
/ ��x,� n ��v : x��
4` S�g���'43�r�Y�a�d�66��
� ����������Q���������
g, aM a .s
�.� ._, __ �_�,_ , �.. ,
_,.)
>
�� J
F P '� �l
� n 1
1}
1
/
� �
� �
E �
� � �Q �
�
x
� �' ' �S 3 �
��� ���� �
������� $�
� :�.Y �
�
�g
a�
. �
� e a
j � . °1
_��
;
� � � F
'F�� �
6 �.___
�
� x
� � � ��
U � p U ^ag,
a G� ~ � R
��� ��� ��a�
aoo ��, ��o
OC a�. ,°�,� � q� ,
a "'� ��� a � �'
a
F ;e'
a � c. �O,�t �Z
�2U µ��
� �� N ��
^�F e � S _ -.,- - � ��- �-.. i . .��.r-:r-.� ��-v� �, r..---, -v--�.--' ._.�.��, �-.�v- •- � v�.v,�.
. .-� . ---Y,� ��f � _ L ��:_.=,.� � � ' L� �)
_. � _ � ��� �s -�`�T �� � I i J
� g��, �=g�8��`��F€ �� -F 'f�' I � `p;�.� �f g � }
� � `��;��.3��G6£ �'� � �..~ \�s_._{ 5
��Yg �"qa�j� �. � i t k � � I'I , � g I j
� gay �se3a$; $���t —y � '� , r N i i '�:I � a� J y
� � �'"__' �.
����� ��������3�;� L�;� ;� ._ ;�,�:��� �� � � :�;.�� 1i,�x �� � �;
���a�����������.'� . =� —�_I' j � i° 'I �' � ` ';` �~`�` o �' ��. �� %�I r
r� r'���� �� L } j } -�'JI ' � ,x �
��2�5�����"-' ECaBB� -l�' ~I�'- �
€_ �.' ��{ . , -_�.,_ i
__��._�
�
�
�
�
{
�
�
�
l
�
T
,
�
�
� �I- � h � � �
�
�
r
)
4 �
�' $ ..��, / �� '�g� . J
� � �� � r )
� � � ;�` ,
s� i`i ' „ � • �� + { �iy. i {
�`— -� ��$� m � i '� � '[1 �� --- -- � ' m
___ " .y" �' �—�
� Y h�i����Y— � � � . �� � }
1,�k'. ..I I � �--� 1 � ,
� 5��— � � i . '� --- ���'f;� �f ��
r ' �,- - ���., x� �-��-- a�l :
r� ; �� ��� � 'i � _
� #_'�.�1-,-�; , e��� � � ___.IIM1 I'' 1
�
��
�
uiz�x sbrx�x
�
� � = � � p � a 3 �
° � � ° � p �
�' r ; � � � � �� rs' a -
�� � g� � & � � �� s � " �
e � � N
�, �
�� � � � � ���� �
. � �� 4q
����
� g
� � �
:°
n e a
a R s A
� � s X
��s-
`s' .. �
�
^ ��� ����� �����
F ��� �4���������£
� �� ky.��eg��'�����
� � iF m� �3�;
� �@� ���`�������a
���&e Y�'�gy�,�a..33xyQ
� �4� ygM�a��c �
���������3���4e�a���
€_
�)
\
(
� . � � _ . . ,
a
a�
i �
. 3� �[q �� I
.1 ��
�m1,1 .. `-�II � 1�
"" "" �' """ I� _-
� �. . �, ��,
-- ���' �' � �J�.
y� ��
�i — -
a ^ 1
m
j � � `3
� 6 <
}
!
�
� a
bl .C�VtLLVO'3 - L NV'd,l QNLOH BIOZ
y �
o�e [7 a � `
� U �o ��U � „�
� � �
� � �G �o� � G ��
� F�oo ��� ����
A a�a� �aw aa:
� ��� � t �
� � fl �� m�
�
���� ��
� � �� �_
§ :�
euz-� aeavr�x
�
_ a � � � a y =
�����a�:a
� �� � �
�I-: � � �
ra - �.s e e e �� � �+ �
I�� � �� $ � � � �� � � $ �
n � I I � � `�� �
`���� �
g�L ���Eg� & �53g �
^�y `k�u , 3����ASLQ 1
v ��� ���nd$a�� �£ 1
�€ �� �s���� i
" �g� e��aa���xa�n
s � �j� e �`��
� �� e� � @ ��' �
g��" A��c��w��s��
a���� ������a=�����
Y � �a� �'� �� t
���e3����a��a�;�5�xg� �
g_
�
\1
'y `1
�, )
n
�
�g
�s
h�
��
��
�
, ��
<�
.� -
0.a�
�
❑
a
ia
� :,
;, _ � -- �?-, � <
_ f� � �
�,�. `� p �
�+..' ,L �
. �
a
a w e
R �
� �
:e � .
. � g
��a� m
g�.= �
� E � �
�
bl .L�tlN.L.+lO�- Z N V".3A QNOH 81DZ
a
� ��
� V �U
yW e„
� � � p R
��°�0.� �
_ o a �o� ao�o
3azo
a o �a ��"�{� p �
���� ��(� Q�yi
�. O a O� CF� rz .
m
" Egzu yaa
� ��� � o0
� �
00 11 13
IIVVITATION TO BIDDERS
S.ECTION 00 11 13
INVITATION TO BIDDERS
Page i of 3
RECEIPT OF BIDS
Due to the COVID 19 Emergency declared by the Ciry of Fart Worth and until the emergency
declaration, as arnended, is rescinded, sealed bic�s for the construction of 2018 Bond Year 2,
Contract 14, CPN 101475-2 ("Project") wiil be received by the City of Fort Worth Puirchasing
Office until 130 P.M. CST, Thursday, February 04, 2021 as further described below:
City of Fort Worth
Purchasing Division
2Q0 Texas S�reet
Fort Worth, Texas 76102
Bids will be accepted by:
1. US Mail at the address above,
2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End
Lobby of City Hall located at 200 Te�as St�-eet, �ort Worth, Texas 76102. A Purchasing
Department staff person wfli be available to accept ti�e bid and provide a tirne stamped
receipt; or
3. If the bidder desires to sub�nit the bid on a day or tirne other than the designated
Thursday, the bidder must contact the Pw-chasing Departrnent during normal working
hours at 817-392-2462 to make an appointment to meet a Purchasing Department
ernployee at the South Ena Lobby of City Hall Iocated at 200 Texas Sireet, Fort Worth,
Texas 76102, where tne bid(s) will be received and time/date stamped as above.
Bids wilI be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and
broadcast through Iive stream and CFW public television which can be accessed at
htm://fortworthtexas.�ov/fwtv/. The �eneral public will not be allawed in the City Council
Chambers.
In addition, in lieu of delivexing completed MBE forms for the project to the Purchasing Office,
bidders sha1� e-mail the completed MBE for�ns to the City Project Manager no later than 2:00
p.�n. on the secand City business day after the bid opening date, exclusive of the bid opening
date.
GENERAL DESCRIPTION OF WORf�
The major work wi11 cansist of the (approxirr�ate) following:
Water Im�rovements
20" DIP Water Pipe by open cut 40 LF
12" PVC Water Pipe by open cut 590 LF
�2" DIP Water Pipe by open cut 30 LF
S" PVC Water Pipe by open cut 2,350 LF
8" DIP Water by open cui 810 �F
12" Gate Val�e 3 EA
S" Gate Valve 13 EA
Fire Hydrants 2 EA
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION bOCUMENT 2Q18 Bond Year 2, Con�act 14
Tamporarily Revised Aprit b, 202Q due to COVID 19 Emergency Ciry Froject No. 101475-2
oa�� i3
�NVITATIOI�! TO SIDDERS
Page 2 of 3
Sanitarti Sewer I�nbrovements
8" Sewer Pipe (PVC, SDR-26) by open cut
8" D!P Sewer Pipe (with Pr�tecto 401 Coating} by open cut
8" Pipe Enfargement (6" to 8")
4' Manhole
4' Drop Manhole
880 LF
440 LF
180 ��
7 EA
1 EA
Road Imurovements
Pavement Pulverization (11 "), Stabilization {8"j, and Asphalt O�erlay (3")
4" Canc Sidewalk
6" Concrete Dri�eway
Barrier Free Ramp, Type F'-'�
Barrier Free Ramp, Type R-1
6" Conc Curb and Gutter
10' Type 2 Inlet
13,5pfl SY
16,8�� SF
12,230 SF
21 EA
1 �°+
9,360 �F
2 EA
PREQUALIFICATION
The impro�ements included in this project �nust be performed by a eont�actor who is pre-
qualified by the City ai the time of bid opening, The procec{t�es for quaiification and pre-
qualification are outIined in the Section 00 21 13 — INSTRUCTIONS T4 BiDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bid�ing and Contract Documents may 3�e examined or obtained or�-line by visiting the City
ofFort Wortt�'s Pnrchasing Division website at n�., !w��u�,fortwortniex�.�o"-�;.:s�' ����,�+ and
c�icking on the link to the ad�ertised project foldcrs on the City's electronic document
management and collaboration syste�n site. The Can�ract Docut�ents �nay be dowr�loaded,
viewed, and printed by interestec� contractoxs and/ar suppliers.
Bid docu�nent folder:
h4`,� ,aou; b3b(,.autode�K.cc„r, sh�a; �►d�+��d3b-�6ft-44 5-b2�'x-t'9(�43t3a0?.b?,7
Addendum foIder:
r��:.. doc�.b36U.antoclesk.com/shares/dObSib93-e176-4#�7-8141-abafad6c3fiDl
PREBID CONFERENCE
A prebid conferenee may be held as discussed in Section QO 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE; Tuesday, ]anuary 19th at
TIME: 2:Q0 pm CST
If a prebid eonference will be held on�ine via a web conferencing applicatian, invitations will be
distributed directly to those w�o have submitted Expressions of Interest in the project to the Ciry
Project Manager and/or the Design Engineer. The presentation given at the prebid conference
and any questio�as and answers pro�ided at tl�e prebid conference will be issued as an Addendurn
to the call for bids.
If a prebid conference is not being he1d, prospective bidders can e-mail questions or comments in
accordance with Se.ction 6 of the Insh-uctions to Bidders referenced above to the project
manager(s) at the e-mail addresses listed below. Emailed questions wi11 suffice as "questiozas in
writing" ax�d the requirement to formally mail questions is suspended if necessary,
Addenda will be is�ued purrsuant to the Instructions to Bidders.
CITY dF FORT WORTH
STANDARD CONSTRUCTIO�+I SPECIFICATIOI� DOCUMENT 2018 Band Year 2, Contract 14
Temporarily Itevised Apr�l fi, 202Q due to COVID19 Eme�gency Gity Project No. 101475-2
00 11 13
INVITATIpN Tp BIDDERS
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the righi ta r�vaive irreguiarities and to accept or reject bids.
i'age 3 of3
AWARD
City will award a contract to the Bidder presenting the lowest price, quaIifications and
competencies considered.
INQU�RIES
All inyuiries relat�ve to ihis prociarernent shoulc� be addressed to the foilawing:
Attn: Suby Varughese, PE, City of Fort Worth
E�nail: suby.varughese@forttvorthtexas.gov
Phone: {817) 392-7803
AND/OR
Attn: Greg Robbins, PE, City of Fort Worth, TPW
Email: Gregory.Robbins@fortworthtexas.gnv
Phone: (817) 392-2333
�ND/OR
Attn: Karen Stafford-Brown, PE, Wade Triia�, Inc.
Ernail: kstaffordbrown c�t wadetrim.com
Phone: (682) 291-9494
EXPRESSION OF INTER,SEST
Ta ensure bidders are kept up to date of any new inforr�aation pertinent ta this projeat or the
COVIDI3 emergency declara�ion, as amended, as it may relate to this project, bidders are
requested to email Expressions of Interest �n this procureranent to the City Project Manager and
the Design Engineer. The email should include the bidder's company name, contact person, that
individUals eznail addxess and phone number. All Addenda will he distribnted c�irectly to those
who have expressed an interest in the procurement and will also be posted in the Czty of Fort
Worth's purchasing website at ;�ttp '�a��.w���,��exa:..�t���,�iwc.:N�..,ing
PLAN HOLDERS
To ensure you are kept up ta date of any new in%rmation pertinent to this project sucl� as when
an addenda is issued, downtoad the Plan Halder Registration form to your cornputer, cozxxplete
and email it to the City Praj�ct Manager or the Design Engineer.
The City Project Manager and design Engineer are responsible ta uplaad the P1ans Holder
Registration fo� to the Pian Holders folder in BIM3b0.
Maii your completed Plan Holder Registration form to those listed in INQUIRIES above.
ADVERTISEMENT DATES
January 07, 2021
January i4, 2p21
END OF SECTION
CITY OF �'ORT WOATH
STANbARIl COAIS'I'RUC'T'ION 5PECIFICATIOl�f DOCUMENT 2018 Bond Year 2, Conh�act 14
Temporarily Revised April 6, 2020 due to CQVID 19 Emergency City Project No. 101475-2
0021 �3
IIVSTRC7CTIONS TO BIDDERS
SECTION 00 21 13
1NSTRUCTIONS TO BIDDERS
1. Defined Terms
Page 1 of 10
1. i. Terms used in tl�ese INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72
00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these TNSTRUCTION� TO BIDDERS have the
meanings indicated below whieh are applicable to botn the singular and plural thereQf.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation actin�
directly through a duly a�thorized rep�esentative, submitting a bid �or perfarming
the work conterriplated under the Cantract Documents.
1.2.2. Nor3resident Bidder: Any person, firm, partnership, company, assoeiation, or
corporation acting directly through a duly authorized representative, submitting a
bid far performing the work contemplated under the Contract Docunnents w�ose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The Iowest responsible and r�spansive Bidder to wham City
(on the basis of CiLy's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Doc�ments
2. l. Neither City nor Engineer shall assume any responsibility for errors or rr�isinterpretations
resulting from the Bidders use of incomplete sets af Bidding Documents.
2.2. City and Engineer in malcing copies af Bidding Documents avaitable da so only far the
puxpose of obtaining Bids far the Work and do not au�orize or conf�r a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contrac�ors and Subcontractors)
3.1. AlI Bidders and their subcontractors are required to be prequalified for the work iypes
requiring prequalification at the time of bidding. Bids received fro�n contractors who are
not prequalified shall not be opened and, even if inadvertently opened, shall not be
considered. Preyuaiification requirement work types and doeumentation are available
by accessing all required iiles through the City's website at:
httn�:l/apps.fortworthtexas.�ovfProiectResource_ s/
3.1. l. Paving -- Requirements document located at;
https:i/ap�s.fortworihtexas. o�jectResouxceslResourcesP/02%20-
%20Construetion%ZODocwnents/Contractor%2UFre ualification/TPW%20Pavin
%20Contractor%20PrepuaIification%20Pro�xam/PREOUALIPICATIQN%20_ _REQ
UIREMENTS %20F'OR%20PAVING%2000NTRACTORS,pdf
CI7"Y OF FpRT WORTH 2O18 Bond Year 2, Contract 14
STANbAAD CONSTRUC'TT�N SFECIFICATION DOCUIv1�NT Ciry Project No. 107475-2
Temporarily Revised Aprii 24, 2020 due to COVIAI9 Emergency
OQ 21 13
�VSTAUCTIOIVS TO $IDbERS
3.1.2. Roadway and Pedestrian Lighting — Requirements docurnent located at;
Page 2 of 1Q
h saia 5.�01'�VJOi�1tBX&S. OV/Pfp GI:tR�$01�CCS�R�sourc�,sP/02%20-
%20Construction%20Docurn�ents/Coni�-actor%o20Prequalif cation/TPW%20Raadwa
%2Qand%20Pedestrian%2QLi htin %20Pre ualification%2QPro�ramISTREET°/fl
2flLIGF"T° �20P.- -REQL: AT � �20REOMNTS�d�
3.l 3. Water and Sanitary Sewer — Requirements document located a�;
ntG s.�, a s.fartworthtexas. ac, Yro eciResources�'ResourcesPi02a o20-
%2QConstruction%20DocumentslContractar%20Prequaliiicatian/Wa.ter%20and%2
O�anz %20Sewer%2QContractor%2flPr� ualification%20Fro ami/WSS%2 re
gual%2Drequrrernen*s pdf
3.2. Each Bidder, unless ciurently prequalified, raaust submit to City at least seven {7) calendar
days prior ta Bid opening, the documentation identified in Section 00 45 l 1, BIDDERS
PREQUALIFICATION5.
3.2.1. Submission of andJor questions related to prequalification should be addressed to
the Caty contact as provided in Paragrap� 6.1.
3.2.2.TEMPORARY �ROCEDURES DUE TO COVID-1 9: A Bidder whose
prequalification has expired during the time pe�-iod where a valid e�nergency or�er
is in place (federal, s�ate, local) and for 30 days past th� expiration ofthe
emergency order with the furthest expiration date — by day and month, vvi11 not be
a�tomatically disqualified from �aving the Bidder's bid opened. A Bidder in �his
situation will have its bid opened and read aloud and will be allowed 5 business
days (cIose of business on the 5"' day) to s�bmit a complete prequalification
renewal pacicage. �'ailure to �imely submit, or submittal of an ir�complete package,
wi11 render the Bidder's bid non-respon�ive. If the prequaliiication renewal
documents show the Bidder as now not-qualified, t�e bid will be rendered non-
responsive. A Bidder may nat use this exception to seef� a prequalif cation status
greater than that vvhich was in place of the date of expiration. A Bidder who seeks
to increase its prequalification status must follow the traditional submittallreview
pracess.
3.3. The City reserves the r�ght to require any pre-qualified contractor who is the appar�nt low
bidder(s) for a project to submit sueh additional information as tl�e City, in fts sole
discretion may require, including but not limited to manpawer and equipment records,
information about key personnel to be assigr�ed to the project, and construction schedule,
to assist the City in evaluatit�g and assessing the ability af the apparent Iow bidder(s) to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time �irame. Based upon the City's assessment af the submitted
information, a recornmendation regarding the award of a con�ract will be made to the
City Council. Failure to subrnit the additional in�ormation, if requested, zx�ay be grour�ds
for rejecting the apparent Iow bidder as non-responsive. Af�ected contractors will be
notified in writing of a recommendation to the City Cauncil.
3.4.In addition to prequalificatian, addit�onal requirements for quali�cation may be required
•within various sections af the Contract Documents.
CTTY OF FORT WORTH 201$ Bond Year 2, Co33tract 14
STIt�VDARD COI�STAUC`ITOT� SPECIFICATION DOCUMENT City Project No. f 01475-2
Tempararily Revised Apri124, 2D20 due ta COVID19 Einergency
00 21 I3
INSTRUC'i'IOI15 TO BIDUERS
3.5. Not used
Page 3 of 10
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder shall:
4. L 1. Examine and carefully study the Contract Documents and ather related data
identif ed in the Bidding Dacuments (including "technical data" referred to in
Paragraph 4.2, below). No information given by City or any representative of the
City ather than that contained in the Contract Documents and afficially
pramulgated addenda thereto, shall be binding upon the C�ty.
4. i.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and
site conditions that may affect cost, progress, performance or furnishing of the
Work.
4.l .3. Consider fed�al, state and local Laws and Regulatio�s that rnay affect cost,
progress, performance or furnishing ofthe Work.
4.1.4. Not used
4.1.5. Study all: (i) reports of expIarations and tests of subsurface conditions at or
contiguous to the Site and alI draw�ngs of physical conditians relating to exisiing
surface or subsurface structures at the Site (excepi Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reparts and drawings of Hazardous Environmental Conditions, if any,
at the Szte that have been identified in the Cantract Docuzxients as containing
reliable "technical data."
4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All adaitional information and data
which the City will supply after promuIgation of the formal Contract Documents
shall be issued in the form of written addenda and sha1I become part of the Contract
Documents just as though such acidenda were actually written into tl�e original
Contract Documents. Na information given by the City other than that contained in
t1�e Contract Documents and officially promulgatec� addenda thereto, shall be
binding upon the City.
4.1.7. Perform independent research, investigations, tests, borings, and such other means
as may be necessary to gain a complete knowledge of tne conc�itions which wiIl be
encountered during the construction of the project. On request, City may provide
each Bidder access to the site to conduct such examinations, investiga�ions,
explorations, tests and studies as each Bidder deems necessary for submission of a
Bid. Bidder must fill all holes and clean up and restore the site ta its former
canditions upon cornpletion of such explorations, invest�gations, tasts and studies.
CITY OF FORT WORTH 2p18 Bond Year 2, Cor�tract 14
STANDAIZD CONSTRiICT'ION SPECIFICATION DOCiJNfENT C`iry Praject No. 1p1�47S-2
Temporarily Revised Apri124, 2020 due to COVI�l9 Emergency
0�2i ]3
INSTRUCTIONS TO BIDDERS
Page 4 nf lU
4.1,8. Detern�ine the difficulties af the Woxk and all attending circumstances af%cting the
cost of doing the Woric, time required for its completion, and obtain a11 information
required to make a propasal. Bidders shall rely exclusively and solely upon their
own esti�aaates, investigation, research, tests, explorations, and ather data which are
necessary for full and cornplete informatian upon which the proposal is to be based.
it zs understood that the submission of a proposal is �rima-facie evidence that the
Bidder has made the investigation, examinations and tests herein required. Clairns
far additional compensation due ta variations between conditions actuaIly
encountered in cansmzction and as indicated in the Contract Documents will not be
allowed.
4. ].9. Aromptly not�fy City af all canflicts, errors, anabiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractar
shall not take advantage of any gros,s er�-or or omission in the Contract Documents,
and the City shall be permit�ed to make such corrections or interpretations as may
be d�emed necessary for fulfili�tnent of the intet�t of the Conta-act Documents.
4.2. Reference is made to Section 00 73 00 -� Supplementary Conditions for identification af:
4.2.1. those reparts of explorations and tests af subs�rface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Docuxnents.
The logs of Soil Borings, if any, on the plaz�s ar� for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions whicn actually exist.
4.2.2, those drawings of physical conc�itions in or relating to existing surface and
subsurface structures (e�cept Undergrourfd Fa.cilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Cantract Docurnents.
4.2.3. copies of such reports and drawings wilI be made available by City to any Bidder
on request, Those reports and drawings rr�ay not be part of the Con#ract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02, of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusian drawn fram any "technical data" or
any other data, interpretations, opinions ar infortnat�on.
4.3. The submission of a Bid will constitute an incontrov�rtible represen�ation by Bidder (i}
that Bidder has complied witi� every requirement of this �aragraph 4, (ii) that without
exception the Bic� is premised upon perforr�ing and fiunishing the Wor% required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction {if any) that may be shown or indicated ar expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Docuinents and the
written resalutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph b., and (iv} t�at the Contract Documents are generally sufficient to inciicate
and convey understanding of a11 terzns and conditions for performing and furnishing the
Work.
CITY OF FORT WOiZTH ZOl$ Bond Yeaz 2, Cvntract 14
STANDARD CONSTRUCTI�N SPECIFICATION DOCLTMENT Ciry Project No. 101475-2
Temporarily Revised April 24, 2020 due to GOVIDI9 Emergency
DO 2l 13
]NSTRUCTIONS TO BIDDERS
Page 5 of 10
4.4. The provisions of this Paxagraph 4, inclusive, do not apply to Asbestos, Polychlorinated
b iphenyls (PCBs), Petroleurn, Hazardous Waste or Rad�oact�ve Material cavered by
Paragraph �4.06. of the General Conditions, unless specif cally identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5. i. The lands upon which the Wark is ta be performed, rights-of-way and easernents for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Docur�aents. A�1 additionallands and access thereto
required for temporary construction facilities, consiruc�ion equipment or storage of
materials and equiprnent ta be incorporated in the Work are to be obtained and paid for
by Contractor. Easerz�ents for permanent str�ctures or permanent changes in existing
facilities are to be abtained and paid for by City unless otherwise provided in tk�e
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of tlae Supple�nentary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancei
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to comme�ce construction without all executed right-of-
way, easements, and/or permits, and s�all submit a schedule to the City of how
construction will proceed in the other areas of the pxoject that do not require permits
and/or easeznent�.
G. Interpretations a�d Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City in wr�iting on or before 2 p.m., the Monday prior to the Bid opening. Questions
received after this day may not be respanded to. Interpretations or clarifications
considered n�cessary by City in response to such questions witl be issued by Addencla
delivered to al1 parties recorded by City as having received the Bidding Docu�nents.
Only questions answered by formal u+ritten Addenda will be binding. Ora1 and other
interpretations ar clarifications will be without legai effect.
Address quesrions to:
City of Fort Worth
200 Texas Street
Fort Worth, TX 761U2
Attn: Greg Robbins, PE, City of Fort Worth, TPW
Email: Gregory.Robbins@�orlworthtexas.gov
Phone: (8l7) 392-2333
6.2. Addenda may also be issued to modify the Bidding Docurnents as deemed advisable by
City.
CTPY OF PORT WORTH 201$ Bond Year 2, Contract 14
STAiriDARD CONSTRUCTION SPECIFICATION DpCUIVIEIV7' City Project No. ] 01475-2
Temporarily Revised Apri124, 2020 due to CQVIDI9 Emergency
00 21 13
INS'I'RLTCTIONS TO B�D)]ERS
Page 6 of 10
b.3. Addenda or ciarif�ca�ions may be posted via tk►e City's electronic document management
and collaboration systena ai htt :��docs.�360.uuau��ak..co»,-,�nu, �-�nhol,b,�3-�1 �6-�t�'�
�3141 �uhat`�;.��5c�3fU1.
6.4. A prebid conference may be held at the time and place indicated in t1�e Advertisement or
INVITATION TO BIDDERS. Representatives of Ciry will be present to discuss the
Project. Bidders are encouraged to attend and partioipate in the conference. City will
transmit to all prospective Bidders of recard such Addenda as City cons�ders necessary
in response to ques�iorvs arising at the confererice. Oxal statements may not be relied
upon and will not be binding or legaliy effective.
7. B3d Sec�rity
7.1. Each Bid tn�ust be accompanie� by Bid Bond made payable to City in an amount of fi�e
(5) percent of Bidder's maatimum Bid price on form aitached, issued by a surety meeting
the requirernents of Faragraphs SAl of the General Conditions.
7.2. The Bid Bond of a11 Bidders will be retained until the conditions of the Notice of Award
have been satisfied. Tf the Suceessful Bidder fa�ls ta execute and delivar the complete
Agreernent within 1 Q days after the Notice of Award, City zna� consider Bidder to be in
default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forFeited.
Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all
ath�r Bidders whom City believes to have a reasonable chance of receiving the award
will be retained by Ciiy un�ii final contract execution.
8. Contract Times
The number of days within wh�cl�, or the dates by which, Milestones are to be achieved in
aecordance wi�h the General Requirements and the Work is to be completed and ready for
Final Acceptance is set fortla in the Agreement or incorporated t�erein by reference to the
attac�ed Bid Form.
9. Liquidated Damages
Provisions for Iiquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Item�
The Contract, if awarded, will be on the basis af materials and equipment described in the
Bidding Documents without consideratian of possible substiiute or "or-equal" it�ms.
Whenever it is indicated or specifed in the Bidding Documents that a"substitute" or'br-
equal" item of material or equiprz�ent tnay be fiu nished or used by Contractor if acceptable to
City, application for such acceptance wilI not be considered by City until after tlae Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by Ci .ry is set forth in Paragraphs 6.OSA., 6.OSB, and 6.OSC. of the General
Conditions and is supplemented in Section Q� 25 00 of the Genera] Req�zirements.
CITY OF F�RT WORTH 2O18 Bond Xear 2, Contract 14
STANDJ�RD CONSTRUCTIOT� SPECIP'ICATION D�C�TMENT CityProject No. ]01475-2
Tempararily Revised April 24, 2020 due to COVJDI9 Einergency
00 21 13
I1V5TRUCTIONS TO EIDDERS
Page 7 of 10
11. Subcontractnrs, Suppliers and Others
11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-
12-2011 {as amended), the City has goals for the participation of minority business
and/or srnall business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary. The Bidder shall submit the MBE and
SBE Utilization Form, Subcontractor/Supplier Unlization Farm, Prirne Contractor
Waiver Form and/or Good Faith Effort Fortn with documentation and/or Joint
Venttire Form as appropriate. The Forms incluc�ing docurne�tation must be received
by the City na Iater than 2:00 P.M. CST, on the second business day after the bid
opening date. The Bidder shall obtain a rece�pt from the City as evidence the
documenta�ion was receivsd. Failure to connply shaIl render the bid as non-
responsrve.
11.2. No Contractor sha1I be required to ernploy any Subcontraetor, Supplier, other person
or organization against whom Contractar has reasonable objection.
12. Bid Form
121. The Bid Form is included with the Bidding Documents; additional copies may be
obtained from the City.
12.2. All blanks on the Bid Form nnust be completed by printing in ink and the Bid Form
signed in ink. Erasures or alterations shall be initialed in ink by the perso n signing
the Bid Form. A Bid price sha11 be indicated for each Bid itern, alternative, and �nit
price itenn listed therein. In the case of ap�ional alternatives, the words "No Bid,"
"No Change," or "Not Applicable" rnay be entered. Bidder shall state the prices,
written in ir�k in both words and numerals, for which the Bidder proposes to do the
work contemplated or fumish materials required. All prices shall i�e writ�en legibly.
In case of discrepancy between price in written words and the price in rvritten
numerals, the price in written wards shall govern.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other co�porate officer accompanied by �vidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
pat-�aer, whose title must appear under the signature accompanied by evidence of
authority to sign. The off'icial address of tha partnership s�alI be shown below the
signature.
12.5. Bids by Iimited liability companies shall be executed in the name of the fum by a
member and accornpanied by evidence of authority to sign. The state of formatian af
the �rm and the officiat address of the firm shall be shown.
12.b. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by�oint ventures shall be executed by each joint venture in the manner indicatec�
on the Bid Form. The of�iciai address of the joint venture shall be shown.
CITY OF FpRT WOR'TH 201 S Bond Year 2, Contract 14
S'I'ANbARD CONSTRUCTION SFECIFICATIQN DOCUINENT City Project No. 201475-2
Temporarily Revised Apri124, 2020 due to COVIDI9 Emergency
00 27 13
INSTRLFCTIpNS TQ BIDDE.RS
I 2.8. All natnes shall be typed or printed in ink below the signature.
Page 8 of 10
12.9, The Bid shall contain an acknowledgsrnent of receipt of ail Addenda, the numbers of
which shall be fi]led in on the Bid Form.
12.10. Postal and e-rnail addresses and te�ephone ntunber for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bid�er in the state of
Texas shall be proeided is� accordance with Sectian 00 43 37 — Vendor Compliance
ta State Law Non Resident Bidder.
13. 5ubmission of Sids
Bids shall 6e submittec� on tne prescribed Bid Form, provided with the Bidding Document�,
at the time and pIace indicated in the Advertisement or INVITATION TO BIDDERS,
addressed to Purchasing Max�ager of the City, and snall be enclosed in an o�aque sealed
envelope, marked with t�e Ciry Project Number, Project title, the name and address of
Bidder, and accompanied by the Bid security and other required docurnents. If the Bid is sent
thtough the mail or other delivery syste�n, the sealed envelope sl�all be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face of it.
14. Modifcation and WithdrawaI of Bids
14.1. Bids addressed to the Purchasing Manager and fiied with the Purchasing Office
cannot be withdrawn priar to the time set for bid opening. A request for withdrawal
must be made in writing by an appropriate document duly executed in the manner
that a Bid must be executed and delivered ta the place w�aere Bids are to be submitted
at any time prior to the opening of Bids. After all Bids not requested for withdrawal
are opened and publicly read aloud, the Bids for which a withdrawa� request has been
properly �led may, at the option of the Ci�y, be returned unopened,
14.2. Bidders may modify their Bid by electronic commur�ication at an� tirrie prior to the
time set for fhe closing of Bid receipt.
15. Opening af Bids
Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An
abstract of the amounts of the base Bids and major alternates (if any) will be made available
ta Bidders after the opening of Bids.
lb. Bids to Remain Subject to Acceptance
Ail Bids will remain subject �o acceptance for the ti�ne period specified for Notice of Award
and execution and delivery of a complete Agr�ement by Successful Bidder. City may, at
City's sole �iscretion, release any Bid and nullify the Bid security prior to that date.
CiTY OF FORT W�RTH 2Q18 Bond Year 2, Contract 14
STANbARD CQN,STRUCTION SPECIF'TCATION DOCiJMENT City Project No. 1U1475-2
Temporarily Revised Apri124, 2U20 due to COV1D19 Emesgency
4021 73
INSTRUCTIONS TO BIDDERS
19. Evaluation of Bids and Award of Contract
Page 9 of ]0
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or alI nonconfortning, nonresponsive, unbalanced or conditional Bids
and to rejeci the Bid of any Bidder if City believes that it would not be in the best
interest af the Project to make an award to that Bidder, whether because the Bid is
not responsive or the Bidder is unqualified or af doubtful financial ability or fails to
rneet any other perkinent standard or criteria established by City. City alsa reserves
the rig�t to waive informalities not involving price, contract time or changes in the
Work with the Successfiil Bidder. Discrepa�cies between the multiplication of units
of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated surn of any colurnn of figures and the correct stun thereof wiil
be resolv�d in favor of tl�e correct surn. Discrepancies between wards and figures
will be resolved in favor of the words.
17.1.1. Any or all bids wili be rejected if City has reason to believe tliat collusion exists
among the Bidders, Bidder is an interested pariy to any li�igation against Ciry,
City or Bidder rnay have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsahsfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17..2. City rriay consider ihe q�alifications and experience oi Subcontractors, �uppliers, and
other persons and organizatians proposed for those portions of the Wark as to which
the identity of Subcontractors, Suppliers, and other persons and organiza�ions rnust
be submitted as provided in the Contract Documents or upon t�e request of the City,
Ciry also may consider the operating costs, maintenance requirements, performance
data and guarantees of major items of rnaterials and equipment proposed for
incorporation in the Work when sucl� data is required to be subrnitted prior to the
Notice o� Award.
17.3. Ciiy rnay conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, quali�cations, and finaneial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnisl� the Work in accordance with the Contract
Documents to City's satisfaction within the pr�scri�ed tirne.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the �alne embraced on the Contract, uniess otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award wi11 be in the
best interests of the Caty.
CITY OF FDRT'UVORTH 2O18 Bond Yeaz 2, Contract 14
STANDARD CONSTRUCTION SPECIFICA.TION DOCLTMENT City Project No, 10I475-2
Temporarily Revised Apri124, 2020 due to COVID19 Emergency
U021 33
INSTRUCI'IQNS TO BIDDERS
Page 10 of 10
17.b, Puxsuant to Texas Government Code Chapter 2252:001, the City wili not award
contract to a Nonz�esident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsii�ie Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to o�tain a
comparable contract in the state in whieh the nonresident's principa] place of
business is located.
17.7. A cor�tract is nvt awarded unti� formai City Council authorization. If the Con.t�eact is
to be awarded, City will award the Contxact within 90 days after t�e day ofthe Bid
apening unless extended in writing. No other act of Ci�.y or athers wi11 eonstitute
acceptance of a Bid. Upon the contractor award a Notice of Award will b� issued by
the City.
17.7,1. The cantractor is required to fill out and si�n �he Certifica#e of interested
Par�ies Form 1�9� and the form must be submitted to the Proj�ct Manager
before t�e cantratt wili be presented to the City Council. The forrn ean he
obtained at h s:, 'www.ethics.state.tx.us,datalforma/129� 1295.pdf
17.8. Failure ar refusal to comply witla the requirements may result in rejection af Bid.
18. Signing of A�reement
] 8.1. When CEty issues a Notice af Award to the Successfui Bidder, it will be accompanied
by the requared number of unsigned counterparts of the Agreement, Within 14 days
thereafter Contractor shall sign and deliver the required nt�nber of counterparts of the
Agreement to City with the required Bonds, Certificates of Ins�u-ance, and all other
required doc�znentation.
18.2. Failure to execute a duly awarded cantaet may subject the Contractor fo penalties.
18.3. City shall ther�after deliver one fu11y signed counterpart to Contracior.
END OF �ECTIQN
CITY OF FORT WaRTH 2O18 Bond Year 2, Contract 14
STAIdDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No, ] 01475-2
Tempnrarily Revised Apri124, 2p2p due to COVID19 Emergency
00 32 751-0
CONSTRUCTION PROGRESS SCHEDULE — BASELII�IE EXAMPL�
SECTION 00 32 151
CONSTRUCTION PROJECT SCHEDULE — BASELINE EXAMPLE
PART 1 - GEIYERAL
Page ] of S
The following is an example of a Contractor's project schedule that illustrates the data and
expectation for schedule content depicting the baseline for the project. This version of the
schedule is referred to as a"baseline" schedule. This example is intended to provide
gfxidance for the Contractor when developing and submitting a baseline sched�xle. See CFW
Specification 00 32 1S Construction Project Schedule far details and requirements regarding
the Contractor's project schedule.
CITY OF FORT WORTf3 2018 $ond Year 2, Contract 14
STANDARD CONSTRUCTION SP�CIFICATION bOCUMENT5 City Project No. 141475-2
Revised J[JL,Y 20, 2018
00 32 15.] - 0
CONSTRUCT'ION PROGRESS SCHEDI7T.� — BA5ELINE EXAMPLE
Page 2 of 5
� � •ri I I I 1
.
� � . .
�1 � � �� � `' "" _'I'" ' "" } __"" , ....._.. .i
I
L:
L;
J.
r
'"'"'_''_""'_" _"........i.,��..`__._i._....� ...��_'_
i i i i
E...-•----F------ i---�--` -- - -1... - -r .,.,,,..
� .� , , � .
Ti � � � I: �
: : i � �
�"""'.._-:.._.._ • ' ' _" ' ' i
""'__'""'_""' "_" . ' ' _ '___ _ ' ' _
i} . . ' _ ""'"'_' '"""""_
. . ; ... .. ..� 1
, ,
� �
` i _
,. .
,
�� c • �--� - • � .. ,,... - - ------ �- �
,
,
,.0 � -�r-- --� I� --i--
� '
. . , � . ._ _� .. _
- . , „ � , _ � --� --
__ :-
� +--
;
---�-------�-------- � --� - r-- .. . ... .... ... ..��r� ----�---�--�'��
I '{ ��S��J .. _ 'F _....-- -
� a�..,._..� - I ' -
a'; � y �. .. _ . � _ � -- . �. 7 � . . - - - � .� . .. - '- -- „�i� , I I f f . r
il i�� Y� i� ,j
I� � i r u+ . I+ I i �
�] i f�i� �� �ifi iY �� r� r� J�i �5 Er IF +t h ri II ii .� .. �. „��� �
�} 'Y ry r� �F l{i
�
�
�
�
�
�
:.
J
�
�I
� ^
� �
� ��
[! V � �
� ~ I�i
� }{ yr 1[ i] SI S� � �! r{ d � � S! k' -�1 �! � ., ., n � n n .. ,� n� h! � '�
�i u i . F� , i� .� � ,�
� �' �'� ��� i�i' �+i ii ;: ij L; ': k' ',.i � ' i � ,F '� {� ;i ; i � � � .� �i 'Ii ��: ^, ;: :i i� iai :� :�F : . ��+ 4; r� +�
,� r�, f� Jr�' : �+� �:�w�s t�r����;i u� ���fi�r�� ��_ :. w
� : i i� ti ; 7 � 7 '- _ ; , i � � � i � x s r n .i, � , , , w V
y . � �� � .. ;a 3 � �r' i 'i �I �i ii �} � 'I d, o �� . . � {I.'
�� - ' � .. � - i -� rti ,� - • � �: � _ „ �
� � �. �'� � ., J u o . o- �y { _ - =� �� -� A' 7 . .� .� .� . .� � .� � " T RU .G7
�'� ia � : . 'i 1 � a'} � .y !. � � ', � ;� . M e •� '. .s . .: .i �, � r, n t�, .-�I ..-+
' F i i� ' � r � � �� �� I �. t 'r JJ� � .. ��i i�i .i� � �_� �i �11 iF i� ! ar 41
�� � *. I�� � � �" � n a � ' � ry �I .+ � � � �i � � �' i�' � Y V +a m -� _• � �' �
� �1 CI '.f ]! i1 .'i . ��fi � � . i � * �� � !4 R� k�" i � *' r� I1 F� � �* � '� E� h� 1�[ /�+�� �
� 1 .f � .y t• . . � il �� i � �� O �� .. � �i ii -! �� �� � � � . � +. �� ii 4� IY ., i� V ry l'J L t+ +�"��
�� ��
� , � � r� � � � . � t . � .� �� �� II � � � � . .. � � ,� �d �. •� ' �,� G] . �� „ �
�
LLI
�F. ryY
� E
,7 � I I I I q�
r �
t• P S }`
rfl � Q il�
� i � !
�l} � � — 44�
a' �rf� ` y.
� 1'.i �iii
� a @' u' {-� n
�� � t l� l_l
� � ' � � �
�l � C�
15 il � 5 � # '�'
}� '�1 � I� ��` {? �� � Q� - ,R ^ Y �
" +!1 k15 � +� { �' ui �' y w _� _� � � N -
{� io '? � i� '�{ k �i F' 'i� . P i� 3� �
� {, ��, � �� �c
� C, ' f- �; o � � iu u k" . F, 9! �L '� �"�' Y e � I� f*
��i- '� �� {� � _ �; I� �� i i�i a � L f p {� - �C
� � � + .' � { J 4 �� _ � � ` � I �h � � � - � � IL L, R 14 ii � . � 1 -_ } �
� w� ' '' w � �' • ' �a i -- ' � E - - . 6 i Y' k :. v n' �v
�L�. � or i � Yr r�i �� �j ' '3 � �3 � 'J �- i1 g 4 � ,.� 3 � ' '3 r' `�I� � � iS � �' � {� � � .� er
Q� µ• �4, ' � � 'rv, iYl
/ 4 W� y„� _ 1r -'1 • pl' J i ., � .� �� �i 1� i� i r� n r� 3 �'JJ �.,
�f � � F p' 6 j..�
• L' -i 7 R h ' r � � - ^4 1'1 L 44
Y �.0 {{I � r . r r� i � r� �i rl '� � � .•. !\ i5 I'I i. i i i i i i � �C (.� ',
�' � ^, :I �I �f :1 i� n� � �� i � �' �
� � � � � �
� � �.
CTTY OF FOItT WORTH 2O18 $ond Year 2, Canp-act 14
STANDARD COIVSTRUCTION SPECIFICAi'ION bOCUMENTS City Project No. 101475-2
Revised JEJLY 20, 201 S
00 32 I5.1 - 0
CONSTRiJCTFOAI PROGRESS SCFiEDULE - $ASELIi�E EXAMPLE
Page 3 oi 5
�
�
t� m
� �
��
�
N �
�
�
t�
d
n
G_'
�
�
�
�
V
��
�
�
i i i
-� ----�---� -----�-- ---- ---�------�
i i i
e : �
...�.�.� � ��. . � �.. � w..... �.�.Z ____..
i i i
.. .....�..J�...�. .......!... .... ..`.�....�...
I 1
� �
• ��' �.
�
• �
: � ;
�p �
!� —
�
r�
f. .. . . . �. � �, ,�, y, �; �; � , .� . , , , , , . . .. , .. ,. ., „ .. ., � ., .. ,a . , , �
� �
e.+
u �
� �
,� � �
i i, � i � i'i � � i� i Pr _ o= � w t i'I � '�i
. � . r . ��� i } ��� 5'� .� ..: �.t �.� �i� � +y � .� .} _� �� !� � �} u f .. .} l� �1� 'y �d
f� � Y�!
_ '� ii a} VO �
L'i
}- .Y� : � � �
ti I i i'Y -J � � 1 dP J� � I 3 { � � .I }�y � p • � • [I 7 I.] E�'] �
� f� ��� i i i�i i�� �,.� �i i'� �� ._ .�•} t� �'.�'. � y � i} ���� ia � r� ��� �
� �
a u tt a Li :� �� a o o si `�� o� L' F� ?,- � ��� ��� y� {_ i '_r ^�;'. j�. .', ''{ ��
.;� .l �l i 1l F, :i " 'I •, :I `� �� � � �� � `" .fi �
�i ii i�i p� � 1: f t:� ��� o-`:: r F�a ' X � �6 �u � �� I'{ p r:f„ 'i� i� �4 h
� �� 7 LJ L� I.�i iS Y. .l . I J . � � �
L'J LJ LY � � ��f f � �'7 f ry,_
� � � ,�, a -T � . �s .± � � �, r- ' f d � v ��� �i. �, � � v1
i. � ra - -.�� � i �. �. +� ry :�i �r iF u o:i .� � �i � ii ^ . rt.
.. �4 �n �.x �. . w. x, .. �.� m � .� ., * .. .n � � � u • .� • �' � .. * r� �i h � a.
u n ., �.i �a i � ;� ' � a � . :_. � - ip .� .. a � � '. i. � � � '^� : � -wn
:+ �. rr �� 2'1 �I �i.�i s� ., i� a t�i c� .• � �i � ii ` �a .i iv ,� i�� �i ri :i N t �a F� � i ��
�'�' � i� �i ; b'� .; -i� 1� �! �ii :i kt {, r, 1� �j �� :. :' LL 3� % . �i � ly � 4�y � �' �
5� ;}� ,i, �}, �� 'S i '�' 7 f � � � �
h.��" - _'-";. .. ad,,l, {��;.,�� ,I: I�,:I�ti,." „.,-'A' f': ': ��' ' �'
�r" -I �_ �.� u I] � M aT � � 8 i� p 6 i. . i I� �I �' 0 r i .� IY n+` �� �
— �y ' 'V 4+ N � �+-�
T�T
i � . Iz iii �� � 5 . � � �' � 4 �i 1 � iY rl .. F�l
- „ �� �. - S � . . - _ � :i .. �, �j � i� �F �i ii ��+ �
�
I I I �� � �S � �
I I ; ", iS �
� � �y � 7-
• 4'
� �3 E 1. �
v
J_�J �1 � r ��1
a ., j� _ � „ �
� � y � � L �
i� i} 'ti ii U ti �
� � � u
� M�� - � i- i .� � 3 � r
." � ' f +� � �? u' �o x + L , � ih
� h q� TM �' r � �� � � L � " ;"
� � �' a� � 1 i' I �, e �c [� _
� � � ;. Y� ,}, �1i a ?; 3' k �' _ � _ _ -� � � � � � � � ]c
' �� x � n.
� �} '� •� LL � p� � J +}I1 Y[5 '� u[I i ~, �� �� � p� � r' � � = � } � p j I ���l,yF1 ��
'-' � 6 � � �� � � ,� S ' " L4 r }. r i � � � ` � ryi � " � ! 4� ; �F 7 1� � ,� 8 k:;
� � � '�� r } +�ti � i�� � �} i � ,� C � 'S �
� (�]j} � 4 f} il � iz f.� rt fJ 1 �+} f` i ^ fl M1 ri � `� I'.
fj{ S�Y ri i i ti ��M1 - � Oi v] yi � t � r1 .` 4�� i i �i
� � �/ r_ xt i � rt �� ri M': rs � r� i� i� r� ►. � r� n�� � a� � / �I
f �r � ' � ' � � ' IL 1 � �: :� f� r+ 1.� � � • $ •
'4
� a�., _ 1n a� : i m�m� ni F{F
� J r Y
4�
c
w �
C �
� �
� � �
�' T
�
� � �
� �.1 U
� � �
� � �
b
�
„� L
� �
� �f4
f^ � �if3
.'��� C 6S
� �
� � H
� � �
CITY OF FORT WORTI-I 2018 Bond Year 2, Con�act 14
STANDARD CONSTRUCTION SPECIFICA7'ION DOCUMEIVTS City Project Na. 101475-2
Revised JULY 20, 2D18
U032]5.1-0
CONSTRLTCTIOIV PROCRESS SCFIT'.DULE — �ASELINE EXAMPLE
C3TY OF FOitT WORTH
STANDARI7 COA�ST1tUCTIOTI SPECI�'ICATION DOCUMENTS
Revised JULY 20, 2D18
Page 4 of S
2p18 Band Year 2, Conttact 14
City Piroject No. 101475-2
00 32 15.1 - D
CONSTItL1CTION PROGRESS SCH�DULE — BASELINE EXAMPLE
Page 5 of 5
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CIIANGE
Jttly 20, 2018 M. Jarrell Initial Issue
C1TY OF F012T WOKT'H 201 & Bond Year 2, Contract 14
STANDARD CONSTRUCTTOAI SPECIFICATION DpCLJM EiVTS Gity Project Na. 101475-2
Revised 7LlLY 20, 2018
00 32 15.2 - 4
CONS'i`i2UCTI0IV PROGAESS SCHEDULE — PROGRESS EXAMPLE
SECTION 00 32 1�.2
CONSTRUCTION PROJECT SCHEDULE — PROGRESS EXANII'LE
PART1- GENERAL
Page 1 of 4
The foilowing is an exarnple of a Contractor's prvject schedule that illustrates the data and
expectation for schedule content depicting the progress for the project. This version of the
sehedule is referred to as a"progess" schedule. 'I'k�is exaz�n.}�le is intended to pxovide
guidance for the Contractor when developing and submitting a progress schedule. See
CFW Specification 00 32 15 Const�c�ion Project Scheduie for details and requiremen�
regarding the Contractor's praject schedule.
CTI'Y OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Np, 101475-2
Revised Jl7LY 20, 2018
00 32 15.2 - 0
CON5TRUCTIpN PROGRES5 SCHEDULE — PR�GRE5S �XAMPLE
Pa�e 2 of 4
�` a i ---'-F----"'-'
I ' I """ I
� �;, - —� " ""'
s
� ---- -� � ------'-•
��� � - �
l J s0 . .. '�'_"""'
ar �1 ... . ��--••--�--
�
,.
,�
�
�
rn
�
�
�
�
�
i�-�
t3
d.�
��
�.
�
�
.� ��
� �
�
4 �
Y� 1- �
� � �
1 �
� ai
� � �
�■��Q� r �,�....W..�....�.��
���� �ry �
;� }F � i5' �Y � � a{ i'I ti Y# i4 �1 F �I S i ,i � � � � � ' � �� � f! ii �j F� ��� �' �'i
`l ����444yJ ���III��, y4 ij '�I t
� Y F} � J�„' a' �'J 9 i� r� �i a' l Yi �� lf yy } T��' � W�4 �li
y ' ;1 I {� { � u n� e� r'i t�� r.,
.. . +M � .�i .`: =` '-' �. � � �� .' ¢ '�' . � � � . . 1 � � .il� !A �!�
��
�� :f +�i �'. r+'2�:�'', � _ - ;'i ij :$ I' �'a ��� �i {�'•i': �' '.i �i I :i:F :: �i �i ��
J�j��I ��': - ��a i �} �+�4� : . }. .
.� � .l , .A Y �' 1 _ _ — � � � .i � 'y � � � T � #Y Y i� i � 7 � � 'W,
� o,. � ��1G.. ..iS�i :a: ii F. . ..I:�� ..f,.��+�
,� :: r� i' �i ir o"o i o u � t'i r; 2i �� u: G ia � i o°��
„ - , ,;;�„��. ,. „�. _ .�+�+�.��: r.�,,,.�a�,r„�� �, i ] I � � � i,_ „
. , , r ., _ ., ,,, M � _ , , ., ,�, „ , .. ,,, ,,, ,,, ,,, ., ., ,,,
i. F4 0' `� o w� 4� Fa � 1{ : a i I fd ;,� ,;I 4K #� rl H IJ !� ;; �. y ra r] i�-i �,..� ,�, �G I J FI i�,l F� �� bt FI
.� # NS ? i � � �. ��1 � '� ' li � � i �� �4 1� q' - : �'� � �I� �! �� � � �ri �i� L �i " �
.t '- � " :� !� } �f ` T� � w �' ;Y .. ;�� �1 ;�; � ;�, , _. ;�{ ;�; ;�; ;� �
. �'i � r; � F:r . r.i r� -.: i� ,� i� i i � � � � � � �
i 1� { � � � K y .. •. rLi � a . r � -
i f I � � f i 4I ' ` t I ,� YI Fy i I. t. i {� � i,I i� !I �+� � �j � � �' I. Y {r I, i � � �' i< i { l� ' � � � Ct i�
{ � `� � * F � � � 4 I Y � � z ,C 4 ,� �` 1- il_ il'. ' � C � � # l.
a I I i5 i� �,
'u� i� I� �I� il� i�F'�' �` . o �J � � � * � '�; ��� ��� :t � � �S F'v =+' �f �� y �i � ��� 4f� �� � �. � � s �
' �� i� �i t� T�
�� !�; �i � '� ',1 .' F
i p � i� � ,li 7"
i,i -
i ii i
• ii �i�i
� .� ��
� '�' � # '�; '� � ';'; ;�;
.... ;] �i �a
, � � . . _ . _ .r
c� a�u :,i;
�C nnr. i��
+ t i.� .. .. � � i}� !y . _ ii ;� ui i�t i. .. r �'* `f .� .-� 11 li1 41 �� W wi �!� i i �_� N� -� N
+'+ FJ r� , � lil �Y � � i � iii �fi ^ ^ 4 r� . 'Y •�I k^ +r �ii lii ' � �*� iii • � � ��� i i � i •
, � �'� �� . ,p ;� r
�
,�
Pe
� a�
� �
�h '
� � �F
i�
�� � f
s . j� '� �
�Y �
}� r� � '� .
11 rd '; � �{ i[
� � �, } � �) �j
� y. f.� I'I .! LI .'c
� i.i �i u � �
�i '� ti
� .� ��� ., �� `�� ,
: : � . _ - -- — — --___ _
� � � � � ' 1
,._...-���--•---¢�-------�-------•••------ ��—�-----+--�---------�� --�-� -� �.
'_
, � _ r � �I
" ..-.,..�..�. �.� . ,r .""""'—' ""�
¢—' r—'--'- . � �
--'--
' � : � 4 � � �
._.._.._-r"------�---------�--------;---'------�--'-------� ' -__._. �
'—•--��'--
' ' i � i
""'_'_'i""""__"'_"""'—" � """"'.._. ."' ' ti�� "
�---_ i ..r------�-�-----�--.i_..__._...i._ . : „ ..,�, .,,
�_.` .....� � �
....__ ._�,I.� .- , -:-;_� �`#F==�w - - �-��=�-�L-
�
-�--,-e—�, -----
�—�f�y1 f� �--� i�r �—�,— �-i—=�-� � �"'r
'�-'�?�-�--::.—.r���.--------*-�-��--- .c..._._. .e__ —
=r.- : ,. -, � .. � . .. .. . ,. ,. -- . .;..—�—�::- � �1
.� ..� t� , .a .,��. .�. ., . ;�
�.
1
� �
I
i i I ,
�
.�
r�y
#+
I�M F
D �
� �
�
� W
�
,f' �
� �
� {�
� w,
+r� +f'
4i '4'
i��r i'�U
�. �
L�.L
.�
0
R�+
I�
C
� �
� �,
,�3 �
a� � �,
� v r.
�k `� E.
_ � {�1
� if ��
� � ♦
� � �
I� R' � �i y� �
�_ " n� � � �y
i * � 'r; Y
� o * � � 5 � {,"� �t �e {_ �
r ,', � � ■ }� li' F .
i i `� y � L� � C I?�{ � �•.�
o r � fL
• � 0 . i: : � 4 ..4 �� .. �
�
�, � '� ' ii I � 1� ' ?� ! • I' f! t' li � I �4 � . ; � IV . - r� ..II ti
� ��;Y"ry� {�+�`� ��e� �l��mxs,E�� �,,� ��� Ifl ��t �_ - rr
� 5 � I Y- H� fl� I 5 F I� I� I:� I� f'i x' E�� f,i fS
� I �� 4� � � ;�.4� � � ' � .. � ' '.i.; n r� � � ir� i.i +i . r ,} r. N '�� ,` � + � C� l}
� � � . i i � ;� � i r�? rJ `+ - ,� +* � { �
�� �� ti
w � � w �
•7 u � � �
CTI'Y OP FORT WOR'E'H 201$ Band Yexr 2, Cantract 14
STANDARi7 COI`TS'FRUCTION SPECIFICATION DOCiJMETYT5 Ciry Praject 3�To, I01475-2
Revised 3ULY 2Q, 2Q18
aa 32 is.2 - o
CONSTRUC'i"ION PROGRESS SCH�I7ULE — PROGRESS EXAMPI,E
Page 3 af 4
ti-+ f�
{'V ,r
C �
� �
�
N �
� Q.
[1
LJ
�
�
�
�
�
�
�
�
�
r�
i�
p�
i�Gu
I�
�1
•�? �:
u �
a.
�
� ��
� �
� �
� �
� �
�u
. i. i� �.. [1 N cJ • i + i f� f4 N Cl'rJ �. - . i � . i. �� � i i aa .. .. ..
' lii L� C� � L L� lu� . � � i i � . � , . _ � „ i � � � . � � . �., ia ri ��i .i .
„ ra r� �{ .. ,.,. �, �, .,
�
�
�
�
�
� �y
� �� �
� �
C� �+
� n�
� �
�y �
Y �
}� C5H
�� �
�9 �
i"�
�
�
��.�/
ErFl
�� a� �_� �^ n mN rt4 „� }� r� ��i r Sy? ,� �t � : ��� i� �ii ti 4 .r ,. � i �F �p � �� r .. i� 4i . rn ... i�� i i
� �yJy � '� ��� � ' �, 7�.�t � y I� r' c��.v � �.� Si , fJ r: � �� r f� f� k� �� f+ l,l ;: y� :; ft �J }(J �� ',:': '. I; i'1
'1 �{ V ili � } � '�. � �y 4 I� � � � � .1 �1 � ti ''S' �� �i J 5 `� �S5
r � �Y � , ;
.= r�� . �J. ��. }�� r� � � � � �r: ��' ��� �I � - � � �_ � c; :i . • ��; • '�� �J� •�� -• n _ �I' ��i 7j� '. .
�� u , :. ,. .. �� . .� . w- .. � .� �. �� ��� �� - � o� yL� �. �� s.� �� ._
! �'� � � ��I si .j �� �� i� ii �i `r !. �r �� i� 1 ii 4� .,i i' �i �'�i ��'i !!i �J �': �i L� t'i }i �r � �'� s�
� T� l; k� '} .� � � ;4' ;� �i � � .: 1� il n. �� �1 ' n K " m ` o- ' �- - T �
in� , . i' � { � `�' � � �� � ' 4' I . 1{ x i � i i ;
�'` • � �� �� . . ��� ��'�a:l''�-�.�1� ����_� :4���1} �1= �'� �L�
a m�:,R, ��� , --
''s� �';:' ��� . ':i'.i _+ Y,1'; �.i:�..� ''=
'� �//pJ��� �'i ii " e` GJ. UI }I iJ f1 Ui 7� � i. ��I tv k, i�
' 1�� i�i � � i. y �I '� I� �� �� i� �� � t �
� :,� � .j :�i ,. �, �J �� .i fi � '� �� N . .� .i •�i �� .
,i�� - "n n, ar u` •� o rr� rn�� �
�l �' �� t. . ` � ����:e'. '�'J
�y i� I�i �� t� �`M rM . i� I{ I I �� �1.
y L' i 'li �y1 � • 31 � �. �" j� # � G �%
L�' 4' 1,1 L'1 •�, 1F 4�' rn' �I } F� r r�i �}
� � � ' � , dr µ m r '1 : � .k. �� s
, ., , ..,, ,a, , , , _
� +, . . . . �, �, . , r „ .;. M y r . .
i_i i:i .�i i. ', i:, n i± u is c� n c i� n 3 i+ c
,�� _„ - ,
3 le �, ,' �� -
ti -�' S� '
'.'�i � . � i �'i . �
t
� Y T # �
�����.�r.s •
o r a� a o
'W '� � � ii ��7 � ��I�i � :
� f] � d r}f i�i.} t:F
. , .I . . . . ,� .
7. �.. �f n� [i •� , �i �i
ooa = o r� �{ a? �
I f TJ iL fi � t
'� ? � � � � � � J
� e 4� : : � , � � i � � ,
� 4 . „ , ��� • .
n is i, u'o „ o
�� w � � � i�
• �y "i ii ii �i � i_i � 4 �� f� rE � �i �l _ �] Y'J �� � � �..1 a. �� �n{ ' •I iii i0i ��� �. t ' � � '
y -
�����.�rs.�r„,;i�"'-t'i'��"$--:i:"� �;�:f��-" "':.'"'"'`�+�n;''�-"-
fl n
�1 ��ly�
t7 N
� A �
F�
�R ,
� �
ca �a
;�7 rr �
9� • : �
i '� ' . tl
f.
If' � � � wh �i i� q
�� . : � II 1� 8� �� . :;�-2 �,
i~ i� I� i� °� m 1�„�M� i� ��� i• FI -�. �:1
11 I� { � ". � � � �J � i � �. a i } �5 - �F •� �F #
jh N 4�- i' n t' �'�� ui
� it`i �.7 n re �� �� i� F u��, n. - �.i +�
[�� '� i i I,1 i' ii il i�� �y}�7 , i �� ri i'S i� Yi �.! �� ri i'i i�
� .. i. i i x T
D
w
�I-
;
i
�
� � �,
� �' �
� 1 �_�
n� ��
a��,�
V y � n :i
`i L � � � �
����, e
r i� r i ri it
C'i C �
+:. i.�� �
�.� �� o: �; W
•7 •
r� � �
.�y
' � c� ;I, �-
r � I�� qs k
� , �;�; I� ��
� ;� x �' � �} I? �
��� a �� �, �
r� , � �. �
� =, � u' ��� .i t v 4i
� n` ; �
�� R� � 7 + �
+ .r Tr ` f� _� r �
r�J�. �.'�i� i i i
� L i
�s
�
� �
� �
= `tia
'�'� � .�!
�, � rr
ui �
a, � �
� � �
� � �
� 4 4
x
�
CA
� �
� '�
� � �
�
° ,� �
� �
FV �
� � �
� � �
C1TY OF FORT WORTI-I 2018 Bond Xear 2, Contraot 14
STANDARD COI�TSTRUCTION SPECIFICATION DOCUMENTS CiEy Praject No. 101475-2
Revised JCIL,Y 20, 2018
00 32 15.2 - U
CONSTRUCTTON PROGRESS 5CHEDULE — PROGRESS EXAMPLE
END OF SECTION
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
]uly 20, 2D 18 M. Jarrell Initial Issue
C1TY OF FORT WORTH 2fl18 Band Year 2, Contract 1�
STANDARD CONSTIiUCTIOI�T SPECTFTCATION DpGUN1ENTS City Project No. 1D1475-2
Revised JLTLY 20, 201$
00 32 15.3 - 0
— PROGRESS NARItATIVB
Page 1 of 1
SECTION 00 3� 15.3
CONSTRUC`iION PROJECT SCHEDULE PROGRESS NARRATIVE
Reporting Period: �ate Issued:
project iVame: Company Name:
Ci�y Projec� No: �ngineer's �rojec� f+lo:
Ciiy ProjecC il�anager: Engineer's �rojeci ll�anager:
�e. Lis4 ofi ac�ivifies accom
1. �insert text here)
2. (insert text here}
3. (insert text here)
4. (insert text {�erej
5. {insert text here)
6. (insert text herej
�. List of acfiivities to be
1. {insert text here)
2. (insert text here)
3. (insert text here)
4. (insert text h�re)
5. (insert text here)
6. (insert text herej
C. l.isf any po#en�ial
1. (insert text hereJ
2. (insert text herej
3. dinsert text here7
�. �is� any ac#uaf dei
1. (inserC text here)
2. (insert text herej
3. {insert te� here]
in �he nex� repor�ing period
and prodide miti
�nd
City of Fart Worth, 7exas
Construction Project 5chedule Narrative Report for CFW Projects
TPW Official Itelease Date: 7.2tl.2018
Page 1 of 1
hed in fihe rep�r�inq per�iod.
acfiions
ac4ions
201$ Bond Year 2, Coniract 14
City Project Na. 101475-2
oa 32 is.a - o
CONSTItLJCTION PROGRES5 SCIiFDULE — SUBMI7TAL PROCESS
Page 1 af 7
SECTIaN 00 321�.4
CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS
�ART1- GENERAL
The following infarmation provides the proeess steps for the Contraetor to follow for
subznitting a project baselrne or progress schedule far a capitaI project to the City of Fort
Worth. See CFW Specification 00 32 15 Consiruction Project Schedule for details and
reqniremen�s regarding the Coniractor's praject scnedu�e.
If you a�e not a registered CFW Buzzsaw user, please email or contact:
Fred Griffin, Btaizzsaw Administrator
City of Fort Worth
Fred. Gri ffin@forLworthgo v. org
817-392-$868
Using your xegisiered username and password log fnto the City's Buzzsaw Site
���N�. �;--:��eLEpai�-�t.buzzsau-.coir��, 1�e�� :t.,-�s�orch�o��
- -� _ �a:�
�
Iy
I I F'
�� FFR !�
Navigate to your Project Folder. Verify that you�r Project ID and Project Name are
�onsistent witn Praject Folder Name.
Navigate to the Schedule Directory under your Proj eet Folder. The 0070 �-F�axseed
Draznage Improvements project is used for illustration.
CI'£Y OF FORT WORTH 2O18 Bond Year 2, Cantract 14
STANDARD CONSTRUCTION SPECIFTCA110N BOCiJMENT5 City Project No. 10]475-2
Revised 3[JLY 20, 207 &
003235.4-0
CONSTi2UCTiON PROGRESS SCH�.DULE — SUBMITTAL PROCESS
Page 2 of 7
�-e t�e- � 1�' �ItP
�� L z,. -_�
� �5�^' I� '.�I!.'.'.I'i b]V
'�r: a I rmee�
� "' _' . " " ' ' ' .—
�
I��:�a�,.�=.��.�,in„�,.,•i���,M,.J ��r {,�u���� : :,. r
� �yF.�iiii �I' ......" _ ...._ _. . . . .. .. _ ._.�_...
� J-. � IS�le3.ie�l�ub.!le rn�t��F;�� L455• �Lau�ad
1 ; J=id4._s�,ses
J = ��i:_�� �� -an
.� � i � ts
I� � , �.,�i� _ �..�
± � .J ., o��. �� , idence
� .� : � �� �� . . �.�� �� �u .�Yi i
i �"5nt.�l�y t
�-:, � � � Y'�'C�.17� k s.,
� _:l "i.r�
a i!� ��N.`��v5hEn4Mspc�CEeihal£5.M_•'
� I , � r��1�1� ."5hIT5'�]64V��IliLLS4it
� � I� {CTiri �_�bn 5Yo]tl rE Cl.alr. 6t��y
� � Y� GG� �'_5oa+'�Ys�o SE ri.xl�i I iFy
�� � F� UQ73} �=arla�. tr.��n Ih,h�h �JIihYL
-� t'G7',! Hrs�.r4 P�1 2wJ�_9� i.. i YI
: �[j�r,frTi:�C�.eillmr'�f'r5+n��i�5ni�.f�.
' �'� {nif� IRaw�4�?Yr�
il�� �� Y!OFr, ��i�i+H {� k�l � uril��b c i::i
.. � . • i� i4ih7� :i+'b•rG6:0�aflrmYalrf
�� f�f�'s5� �YW .�4t f.{ 1� r� . �
. ..1� " 1 5
T��inll.,s�.:��r r �.I_�Ir� w.t:�'..�v��iv�u�xlsir4rni i•.rm��r�w.�u�R.ea lr�b I,U'.�
Two fles will be uploaded for each submittal. A native sched�ale fi1e fo�nat ei�aer
Primavera .xer or MS �roj ect .mpp arad a PDF version af the schedul� will be uploaded
Verify that the file name contain,s the 5-digit Projeci ID, Project Name, and Submittal Date
and follows the standard naming eonvention. Initial schedule sub:nnit�al will Ue labeled as
`Baseline' for ex�ple:
04701-F1�seedDrainageImprovements-B aseline
Schedule submittal updates wi11 be labeled with Schedule Subrr�ittal Date `YI'YY_MM' for
example:
00701-F1�seedDrainageImprovezx�ents-2009_O1
Expand or select the Schedules folder and add bflth the nat�ve file and PDF file to the
directory.
From the Toolbar Select I Add Dacument
�
a'' 2� X ��, ;- � r,w ,�.J 7 C�' L� •
CI`TY pF FQRT WORT�-I 20i8 Bond Yeac 2, Contract 14
STANbAR.D CONSTRUC'I'dQN SFECFFICA'I'lON DOCUMENTS Ciry Project No. 101475-2
Revised JL1LY 20, 2:01$
OD3215.4-0
CONSTRUCTiON PROGAESS SCHEDULE — SUBMITTAL AROCBSS
Page 3 of 7
� file Edik u•;u -�tR, r•�;,
r }� 'S6d * J
o-er � g
F�it°r I� 1on �
flu'J=_Yr �1 y�le
�� 1. r.�J.
I e..�. I �� Fnlder
11�jlf i �
f'�i
I �
��
�
il-'
�
.. v.�
[�
I�
•F.'.i:ir
�
�'4 �J }� � 'r* � �31 i� �'� ..�i u/ i
� � � � .� � io�ii�
.. .. . . . . ... ... : . . ..1....�..__.._-. .
�^- �'e„see,.l.�auiay_sm: � = w� � -, �I�i��� I Au�lw
. I_:Jh"'! - m�. '— -.y�5��ecyu�es trr�,.xis �rea �i��+r,
� � ., Cc'-�."i.'.'
• �j � +�°-i-_ran
� � : t.r.,,il�� •.
�� cmtr�� ioi
�;j Cn��pondznce
� � Gr,i��:a�{'�;r�act�arumenLsandSpea
a�,J ��i n�RE� oisr ��;
- J : �{�.r i����n�as
.. Jc:r�llrfn�l+.
' J �"��
� , _.ea��F� Ir.:r. �is
�� ' I r
�� li,� OONS�.•4e�'r:=cesCenhalClusferSixF
+ L'-1 00705-t.i!-rr � _y_5�:?r�•a�rlysfer5vu�
3�� 60706 � i u��i�:� '� /.. ea iF rn �.r.: F.� i 5 4i
�r �� C .-�-L-naii5�ly�=:.SF�v.6erll^_ii�ia:
+ �� 'uc_� �.� �%i r;. . u.ehab!-f,httL4•
'+j4�OLf" }V.yG.�lr:'=?^9�1PYearl¢��
_+ �'� 007�:?�C�r6=kanrl���s�flr.r.ut�Grant„
± (�7j 00778 i.i�L.ir {��a�•�rl
'{ � !1�?:4 -$lA'�ili✓1 C�C� 6 a::�lll{YP+4+i�: Y
} #
Select B�owse and go to the location oi the files on your desktop.
5elect Open
� IiSoleas
bavmenb
Aibai =ai.i�rnl
_ �'d Cma+
� I+u4�.dpu��
I
�
.�� �
� � _ - -��, -.'
IJStierldc•yr.er�Is�ua�dlaqrColt[ir�ebele.�wtan�aadtlW=�arrxriilla�p�ur�Opr:.����
�p-�'�� �
I r-r IArtne �+`?e.L�er�F_ I}fcol�.� � I sr �.� _
� �
�
Ir��� �� � f—r�in� � [j �'
�I�I�� {7Ui�:� �Mi �F1'dw I F W���le��tr�a� Fru 1
[!
�._J '�h�r{arq�r'�� i`i-�cfvna'iai
f�F,F'S'.r-al ��.45�Ihrh�x'..:�re; _�+4=�.rc•^:r-4f
���� I�B.i�eM1_rooat.P��k�li_�S:raE ���rrc�Fe:sti1�
� � }�urnC_3:�-C�VDs ,'��;_�d�TY�iiT«�.''.'
�� G� v_sa:�� :•Y� �.g'-�.r kecora Edl Rr.
Iw.l�l�.� FI_TI�iILLVPN '��Crossn�ndPMPExamSim7.1
.��i-.'�s Jient L CrqsialReports2()o8
2
� +,'�G�.J�2a J� �._pellQuickAeferenceGulde.pdf
���"i'"t,itos�r,a••.�tres^ �; Di�;Defra9menber
I.hr f��.mr �,
,y.� FI,�•[osmartfx�• �.� �;,•� I'rtc Sn.���i?=-=�•ae•
!�}H �r.t;nnCenter �g,f�ee.o�;�dKr.rr� c.e
�, ��f..�s:la.�-tt �Lapinp_:e�ui�.
� r��, .� � i:u?r �',�login.JPG
��"�^oautt Visio Vers� 20pZ rn�id� pUt E690k �tJelMeehng I
� � i Y
': �,y;tne roc��x,� f -� t+��,.
��:r�e,
_.. _. _ _
rt-adiw� r:;`F�:- � , , Cxu�--
The fiie will appear in the Buzzsaw Add to Project — SeIect Docurnents window
Select Neac�
Ir,'sr � �FI�� Os�.�fi
f�
CITY OF FORT WORTH 2O18 Bond Yeaz 2, Connact 24
STAIVBARD C�NSTRUCTION SPECIFICATiON DOCiTMENTS Ciry Project No. 101475-2
Revised JLJLY 20, 2018
00 32 15.4 - 0
CONSTRUCTION PR�GRE5S SCHEDUL.E — SU$MFTTAL PiiOCESS
Page 4 of 7
Da not select Finish ai this time.
{ � 5ekct
60GIIIfIl11[S
ANa�h Comnvn!
I _�i Se�r:l doi•anmk Cn add L� 117T p OjRy 5'+Eb d4C Y[W [.d�, dutl 8dl} lu e G]LLuusst BxG�le {�6a ul':�
+rr., :r . j -
�+�« i T��i��. �;�M��nt.,,���+"�_ I
���]Gh71{i�r�erdSrwr.�elm�ro"[�[+JS_Ta77_�aA' C���ie[ntil�n]..� �f71:.�� F4_1.41}
�Ri F,�e2
1��ed�.ai�un
� � .
I{e.k � � Fr.r.Ji_I _�'.rrnrl I rinY�. I
Yot� wi11 be placed into the Attach Corr�ment w�ndow to enter a record into th.e Praject
Schedule 5ubmittal Log.
Enter t:�ie Project ID-�roject Name-Submittal in the Suhject Line.
Type Submittal and Campany Name into t�e Comment window along with Contact Name
and Contac� Phone Number.
Select Next.
.. I � Geare o mnrtcit HHr�hr-imr� ihv 4�x7� d�'pa'4p�7 � f.5� �f3_w��n �lem kY de9lky'.� ertitd,
Tl�e _'�� Is r�v�w'�
'�r� - f�nn�ments
I� �yJdcmvuKnklura3r�Usc�tu���
..�„��«�,����es � � �a -� � i � ; J� �-�.i �l ���I � � I
5lnQEra+ =Ul,pyCk� 4076L�laxyt•�:�������Vyl.y��,5#1�h+4s�Mx �
J{u7&dhm —
'�a�2Jf� �C�rd�� =uli�i�ill� '�r,���'i rvi��nvi�i I�ra^r:
rniisk IVame
=a�7.3t! Phone
.7r
Jpdate 5d�edufe Submittal from'Company Name for work performed up to ]anuary 31, 2�09
�.antad Wame �
ContactPhpne�
I �
�
- gad �i.,r _, Fi� ..I l;nrrel � wY, I
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD COATSTRUCTION SPECIFICA'I'ION DOCUMENTS City Project Na. 101475-2
Revised 7i1LY 20, 2018
00 32 15.4 - 0
CONSTRUCTION PROGRESS SCT�DUI.E — SUBMI'I"i'AL PROCESS
Page S of 7
You wili be placed into the Send Email Notification window.
Seleci To and the Select Recipients window wiIl appear with a list of Projec� Contacts.
Select the Project Managear as tl�e To Recipient and the Project Cont�ols Group as the Copy
Recipient.
k� --I I—I-+ .w�.�u�r.-.�.. . . ��i�� �� ...� . ,
.s��i�. .�����
_ L� ,w-...iii I
�-i �. _ �i � I' � � ♦� � - � � f G
kliFx.if�i��■ �r �I
r��� �I Iril
L� +I
.�. r � —
_,�,�., i, ,,.,,
� � .
,....�, �� ,.... ,. ,.,.. _ i ,
. � � .�. ��. �� i. i, .. i., � ��
T�',
1�+� Nr F
Tri.. . , - V
Sru . W... -r . lxl..
ll.E � V-.. H.. B'8. . nr
1 Ye��� V.. �F... i/2..
.. . . � - 4if T... . IIS.., f'r.a...
n�x I � V... G.... �ilS...
M.
v¢zhe .. v._ a... [r.... 3r3..
. 1q'., p.. Htl.. Nc. C.0
. - wr,. u�..
, v.��a„ vv_. c �r_.
Y. nnn s�nci WM Ilnr... WJI Fl.., cn... r��.. _ nre...
lMlliam�... W., G... Am.. c... T�r...
N
Wdlicl.., \N... I.. CF,.. 121.. Ce..
vy�Ele.,. y... F�.. P.�.1 51/...
2act.�.,, Z... ���� NO... +tc., fl�i�.�
eaW.. M... M.
roH Ny.,
�'S Rvl�le. , A.. ri�.� {H... l/m...
Jus�es �ixF �/� =rrcir'� . F. . G.. CF... 1/]... Sll...
wle• Sou� �.�,y i
-� �irviLY y* i�. � - i-f... ii�.., �nf...
ea 4acl6N
� i �nee . �:��.. . . �
�� � � _ , , . -i
y I
ro�..w.�!-i
� ',.�r�.:r�..i.�
Ii4N ���.�� I � �.�I���.lt-�
I I
r.- � .r'.`�. � .i'°4' �
Select �he Paste Comme�tt button to copy the Com�nent into the body of the email
Select Finisla.
CITY OF FORT WORTH 201$ Bpnd Xear 2, Coi3tract 14
STANI]ARD CONSTRUCTION SPECIFICATION BOCiJMENT5 City Project No. ]01475-2
Revised 1ULY 20, 2p18
oa 3z is.a - o
CONSTRUCTION PROGRESS SCHEDULE — SUBMITTA,L �ROCESS
Page b af 7
. I �' �rr{I r��:}I In �}II II!i 4•�f�[! IiiE+��lYi� FI�4filyL�S Irie�iF nF kl rt i K.�� ti i iF��iari fir€. �7 ;i�g iF 9pMJ�vll
Sc�: i i=�ument5
L_—ors�rcrn�mYd �I
i�FF.I!"�{rllrylllffll I. I I ,I �I �._I._�_I _�_I
FihkYFllEllldl� T4��IF"E�SC*��t --
Flo[�YriVon
�S'�- I I �OlC'Z �-Cc�ryi1-� .Tc'Jn — —
-�_ 1 I - - - �
F�14qe�1� �Cli'lG:+iak:erjlha�apdmp-n4rm�nl-{!�p�t
JG2bx :cf�'�2r `.a r��-l.l t 7�n r.osnr��r I I.�ni�'
Carfia`i F�ne
t u-.tus i�nxne
7r
�. a� !dl� .`.t rM �r =�..1 r.-!s' I� i r� �.!r{i •i �5 I�3q�+' F-i ^: �0 4 L�'Ffotmed up to January 31, 2909
� r-viti=_='lame
Cmrarr G�hone
��.� rmMh I {arrd I N+�p I
The schedule file is uplaaded to the directory. An email is sent to the City's Project
Manager and Project Control Specialist.
E Esl 5�- iw, y�r
� — +.LI- '.I ..� �! � jt � a-� ��3� 14NM vi i �� �� -
Rnr- � • .,, , - �
,��"' ' � 4. } - L'. i u - -
.a,ii - �'h'b'.� P'� _or'Ga�iWri�u.,� r- [
11� , .J E�9%.� r. 5
• �][.1-�� e
• � Lu „i�ii :
� � . 2fo��15
• � i i�ili. li�
�'.-.� �ri..�i�rvidenoe
��rYi✓f .n. o �.rlf "'
� J hm�. � ...x± .
� J �,x+'i�.-rz,�
�— _F�rrs�u�xr,
.. F �'-1rM1A3
� ,3{.?}l iu Khx:.�r' �r.� . „
�'tt{62L' IId4.�L
5� ..I ULSLe=
� , J*� .,n�� ,s�,re�[.��k1���.•.,�
� � _��FJS �..,Si+AuANh�;S.dr;w�
4. i��,Ih/� .Y 4'l�i �'CY fl4 ESi��.P�
�.- � � �}Illn �_Yv.34�f3�5 TI.L.�kl YYY 1ct
� - f� �xJfr �'.s+rrx'- «cy,J�inmf���s
� L� nn n s .��ya# ny ��7c�a Op •Rn �¢rF
1� •�74F4+1�G�sSHMUb.i'i1ln�luGBX+
� � � �TT IGanCw-rr
��alln• �
w'!f�' . i �� �IIP �+:in�'. _
�I�ek. �. F!'J'1.X,i Ih.�d� �4:+oo-YlE.wS: �i1;.:J+�i fl:
� �n+.icn.,� � d}� . , i��n.5r�- 1 I-
�
Upload ihe PDF file using the same guideline.
END QF SECTiQN
WW
CITY OF FDRT WORTH 201 S Bond Year 2, Contract 1�4
STANDAI2D CONSTRUCTTON SPECIFICATIQN DOCUIvIENTS Ciry Project No. 101475-2
Revised 7[ILY 2Q, 2D18
00 32 15.4 - U
CONSTRi1CTTOI�i PROGRESS SCHEDULE — SUBMITTAI. PROCESS
Page 7 pf7
Revision Log
DATE NAME SUMMARY OF CHANGE
duly 20, 24I8 M. Jarrell Initial Issue
CTI'Y OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 101475-2
Iievised.TLlLY 20, 2018
003215-0
COIrlSTRUCTIOIV PROGRESS SCHEDULE
SECTION 00 32 15
CONSTRUCTION PROJECT SCHEDULE
PART�� GENERAL
1.1 SLTMMARY
A. Section Includes:
Fage 1 of 10
1. General requirements for the preparation, submittal, updating, status reporting and
management of the Constr�ction Project Schedule
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Seciions include, but are no� necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of ihe Con�ract
2. Division 1— General Requirements
D. Purpose
The City oiFort Worth (City) is comxriitted to delivering quality, cost-effective
infrastructure to its ci�izens in a timely marnnex. A key tool to achieve this purpose is a
properly shuctured schedu�e with accurate updates. This supports effec�ive monitaring
of progress and is input to critical decision making by the praject manager througl�out
the life of the project. Data from the upda#ed project schedule is utilized in status
reporting to various levels of the City organization and the citizenry.
This DocUment complements the City's Standard Agreernent to guide the constr�ction
contracior {Contractor) in preparing and su�bmitting acceptable scheduies far use by the
City in project delivery. The expectation is the performarice of tlie work follows the
accepted schedule and adhere to the contractual timeline.
The Contractor will desigiate a qualified representative {Project Scheduler) responsible
for developing and updating the sc�aedule az�d preparing status reporting as required by
the City.
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary io the various items bid.
No separate payment will be allowed for �this Item.
2. Nan-compliance with this specification is grounds for City to withhold payrnent of
the Contractor's invoices until Contractor achieves said compliance.
1.3 REFERENCES
A. Project Schedules
Each project is repr�sented by City's master project schedule that encompasses the
entare scope o� activities envisioned by the City to properly deliver the work. When the
City contracts with a Contractor to perform construction of tl�e Work, the Contractor
CTI'Y OF FOAT WORTH 2O18 Bond Year 2, Contract 14
STANDARD 5PEC1F'ICATION City Project No. 1O1475-2
Revised 7lTLY 20, 2078
�032i5-0
CONSTRUCTIOt�1 P120GRESS SCHEDULE
Page 2 of 10
will deveIop and maintain a schedule for their scope of work in alignxnent with the
City's standard schedule requirements as defined herein. The data and information of
each such schedule will be le�eraged and become integral in the master projec�
schedule as deemed appropriate by the City's Project Control Specialist and appraved
by the City's Proj ect Manager.
Master Project Schedule
The master project schedu�e is a holistic representation of the scheduled aetivities
and milestones for the total project and be Critical Path Method (CPM) based. The
City's Pxoj ect Manag�r is accouniable for oversight of the deve�opment and
maintaining a master project schedule for each project_ When the City contracts for
the design and/or construction of the project, the master project schedule will
incorporate ele�nents of the Design and Construction schedules as deemed
appropria�e by the City's Project Contral Specialist. The assigned City Project
Control Specialist creat�s and maintains the master prajeci schedule in Pfi (City's
scheduling software).
2. Const�-uction ScheduIe
The Contractor is responsible for developing and maintaining a schedule for the
scope of the Contractor's contractual requirements. The Contractor will issue an
initial schedule for review and acceptance by the City's Project Control Specialist
and the City's Praject Manager as a baseline schedule far Contractor's scope of
work. Contractor will issue current, accurate updates of their schedule (Progress
Schedule) to the City at the end of each month throughout the life of their wark.
B. Schedule Tiers
The City has a portfalio of projects that vary widely in size, cormplexity and content
requi�ing different scheduling to effectively deliver each project. The City uses a
"tiered" approach to align tha proper sched�ile with the criteria for each project. The
City's Project Manager determines tkze appropriate sehedule tier for each project, and
includes that designation and the associated requirements in the Contractor's scope of
work. The following is a summary of the "tiers".
1. Tier 1: Small Size and �hort Duration Project (design not required)
The City develops and maintains a Master Project Schedule for tlie project. No
schedule submittal zs required from Contractor. City's Project Cont�'ol Speeialist
acquires any necessary schedule status data or information through discussions with
the respecti�ve party an an as-needed basis.
2. Tier 2: Small Size and Short to Medium Duration Project
The City develops and maintains a Master Projeet Schedule far the project. The
Contractor identifies "start" and "�nish" rnilestone dates on key elements of their
work as agreed with the City's Project Manager at the kickoff of their work effort.
The Contraetor issues to the City, updates to the "start" and "finish" dates for such
milestones at the end of each montla t�raughout the life of their wark on the project.
3. Tier 3: Medium and Large Size and/or Complex Peoj ects Regardless of Duration
The City d�velops and maintains a Master Project Schedule for the project. The
Contractor develops a Baseline Schedule and maintains the schedule of their
respective scope of work on the project at a level of detail {generally Le�e13) and in
CTI'Y OF FORT WORTH 2fl18 Sond Year 2, Contract 14
STANDARD SPECIFTCATIpN City Froject No. 101475-2
Revised NLY 20, 20] 8
00 32 15 - 0
CQNSTR[3GTIpN PRpGRESS SCHEDULE
Page 3 af lD
alignment with the WBS structure in Sect�on 1.4.H as agreed by the Pro�ect Manager.
The Cantractor issues to the City, updates of their respective schedule (Progress
Schedule) at the end of each month t.�roughout the life of their work on the proj ect.
C. Schedule Types
Project delivery for ihe City uiilizes two types of schedules as noted below. The City
develops and maintains a Master Project Schedule as a"baseline" schedule and issue
monthly updates to the City Project Manager (end of each month) as a"progress"
schedule. The Coniractor prepares and submits each scheduIe type to fulfill their
contractual requirennents.
Baseline Schedule
The Contractor develops and submits to the City, an initral schedule for their scope
of work in alignment with this specification. Once reviewed and accepted by the
City, it becomes the "Baseline" schedule and is the basis againsi which aIl progress
is measured. The baseline schedule will be updated when �here is a change or
addition to the scope of work impac�ing fhe duration of the work, and only after
receipt of a duly autho:rized change order issued by the City. In the event progress is
significantty behind scheduie, the Ciry's Project Manager may authorize an update
io the baseline schedule to facilitaie a more practical evaluation ofprogress. An
example of a Baseline Schedule is provided in Speci£�ication 00 32 15. l
Construction Project Schedule Baseline Example.
2. Progress Schedule
The Contractor updates their schedule at the end of each month to represent the
progress achieved in the work which includes any impact irom authorized changes
in tl�e work. The updated schedule must accurately reflect the current status of the
work at thaY point in iime and is referred to as the "Pragrass �chsdule". The City's
Project Manager and Project Control Specialist reviews and accepts each progess
schedUle. In the event a progress schedule is deemad not acceptable, the
unacceptable issues are identified by the City within 5 working days and the
Contractor must provide an acceptable progress schedule within S working day�
after receipt of non-acceptance noti�cation. An example of a Progress Schedule is
provided in Specification 00 32 15.2 Construction Project Sc�edule Pragress
Example.
1.4 CITY STANDARD SCHEDULE REQUIREMENTS
The following is an overview of the methodalagy far developing and. maintaining a
schedule for deliv�ry of a project.
A. Schedule Frarmework
The schedule wiIl be based on the defined scope of work and follow the {Critical Path
Methodology) CPM rnethod. 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 far 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 Narne
CITX OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD SPECTF�CATION Ciry Project No. 101475-2
Revised JiJLY 20, 2018
003215-0
CONSTRiICTION PRaGRESS SCH�AULE
Page A of ] 0
All sciaedules submitted to the City far a project will have a�le narne that begins wath the
City's project number followed by the name of the project followed by Laselrne (if a
baseline schedule) or the year and month {if a progress schedule), as shou� below.
� Baseline Schedule File Name
Format: City Project Number Project Name Baseline
Example: 101376 North Montgomery 5treet I�1r1AC Basel�iz�e
� Progress Schedule File Narne
Fflrmat: City Project Number Project Name YYYY-MM
Example: 101376 Nort� Montgomery S�reet HMAC_2018_O1
� Project Scheduie Progress Narrative File Name
Forniat: City Project Number Project Name PN YYYY-MM
Exarnple: 101376 North Montgomery Street I�AC_PN 2018_O1
C. Schedule Ternplates
The Contractor will utilize the relevani secfions 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 ident�fied by typ� of proj ect as noted below.
� Arterials
� Aviation
o Neighborhood Streets
• Sidewalks (later}
� Quiet Zones {later)
• Street Lights (later)
� Intersection Improveznents {later)
� Parks
o Stoz�zn water
� Street Maintenance
� Traf�'ic
� Water
D, Schedule Calendar
The City's standaz-d calendar far schedule development purposes is based on a 5-day
vt+orkweek and accounts for the City's eight standard holidays (New Years, Martin Luther
King, Memoraal, Independence, Labor, T�anksgi�ing, day after Thanksgiving,
Christmas). The Cantractor will establish a schedule calendar as part of the sehedute
development process and provide to the Proj ect Control Specialist as part of the basis for
their schedule. Variations between the Cily's calendar and the Contractor's calendar
must be resolved prior to the City's acceptance af their Baseline proj ect schedule.
E. WBS & Milestone Standards for Schedule Development
The scope of worlc to be accomplisl�ed by the Contractor is represented in the schedule fn
�he form of a Work Breakdawn Struciure {WBS). The WBS is the basis for the
de�elopment oithe schedule activities an� shall be imbedded and depicted in t1�e
schedule.
CITY aF FORT WORTH 2O18 Bond Year 2, Cnntract 14
STANDARD SPECIFICATION City Project No. 101475-2
Revised JiJI,Y 20, 2D18
oo3zrs-o
CONSTRUCTION PROGRESS SCHEDUI.E
Page 5 of 10
The following is a summary of �he standards to be followed in preparing and maintaining
a scheduIe for pro�ect delivery.
1. Contractor is required to utilize the City's WBS structure ar�d respective project iype
template for "Constntction" as shown in Section 1.4.H below. Additional activities
may be added to Levels 1- 4 to acco�nmmodate the needs of the organization executing
the work. Specifically the Contrac#or will add activities under WBS XXX��XY.80.83
"Constniction Execution" that delineates the ac�ivit�es associated with the various
components of the work.
2. Contractor is required to adhere to the City's Standard Miiestones as shown in
Section i.4.I below. Contractor will include additional rnilestones representing
intertnediate deliverables as required to accurately reflect their scope of work.
F. Schedule Activities
Activitzes are the discrete elernents of work that make up the schedule. They will be
organizea under iIie umbrella of the WBS. Activity descriptaons should adequaYely
describe the ac�ivity, and in sorne cases the exient of the activity. AI1 acfivities are
logically tied with a predecessor and a successar. The only exception to this rule is for
"project start" and "project finish" milestones.
The activity duration is based on the physical amount of work to be performed for the
stated activity, wiYh a maxirnum duration of 20 working days. If the work for any one
activity exceeds 20 days, break �hat activity down increznentally to achieve this duration
constraint. Any exception to �his requires review and acceptance by the City's Project
Control Specialist.
G. Change Orders
Wl�en a Change Order is issued by the City, the impact is incorporated into the previously
accepted baseline scheduie as an update, to clearly show impact to the project timeline.
The Contractor submits this updated baseline schedule to the City for review and
acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the
following:
1. Time extensions associated with approved contraet modifications are limited to the
actual amount of time the project activities are anticipated ta be delayed, unless
otherwise approved by the Frogram Manager.
2. The re-baselined schedule is submitted by the Contxactor wfthitt ten workdays after
the date of receipt of the approved Change Order.
3. The changes in logic or durations apprQved by t�e 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 ntunber in the
Activity ID. Use as many activities as needed to accurately show the work of the
Change Order. Revisions to the baseline scheaule are not effective until accepted by
the City.
H. City's Work Brealcdawn Strctchu'e
CITY OF FORT WORTH 2O18 Bond Yeaz 2, Cantract 14
STANDARD SP�CIFICATION City Project No. 101475-2
Revised JUL'Y 20, 2018
oaazis-o
CONSTRUCTION P1tOGRE55 SCHEDULE
Page b of 1Q
WBS Code WBS Naxne
�:XXXXX Project Name
XXXXXX.30 Design
XXXXXX30.10 " Desig�a Contractor Agreement
XXXX��X.30.20 Conceptual Design {30%}
XXXX���.3Q.30 Prel�minary Design (60%)
XX��XXX.3Q.44 Final Design
XXX��XX.30.50 En�ironznental
X�XX.30.60 Permits
XXXXXX.30.60.10 Pernuts - Identification
XXXXXX.30.60.2� Pertruts - Review/Approve
XXXXXX.40 ROW & Easez�nents
XXXXXX.40.10 ROW Negotiatrons
�XXX.40.20 Condemnation
XXXXXX.�p Utility Relocation
XXXXXX.70,10 Utility ReIocation Co-ordination
XXXXXX,$p Construction
XXXX��X.8Q.81 Bid and Award
XXXX���.80.83 Construction Execution
XX��XXX. 80. 85 Inspection
X��XXXX.80_8b Landscaping
XXXXXX,90 Closeout
XXX��XX.90.10 Construction Contract Close-out
XXXX��X90.40 Design Contract Closure
I. City's Standard Milestones
The following milestone acfivities {i.e., important e�ents on a project that mark critical
points in �ime) axe ofparticular interest to the City and must be reflected in the project
schedule for all phases af wark.
Activity ID
De�ign
3Q20
3040
3100
312Q
3154
3160
3170
3220
3250
3260
C]TY OF FOR'I' WORTH
STANDARD SPECIFICATION
Revised JLJLY 20, 20# 8
Activity Name
Award Design Agreement
Issue Notice To Praceed - Design Engineer
Design I�ck-off Meet�ng
Submit Conceptual Flans to Utili�ies, ROW, Traffic, Parks, Storm Water,
Water & Sewer
Peer Review Meeting/Desigzi Reviev�r meeting (technical)
Conduct Design Public Meeting #] {requirad)
Conceptual Design Complete
Subrnit Preliminary Plans and Specificaiions to UtiIities, RQW, Traffic,
Parks, Storm Water, Water & Sewer
Conduct Design Public Meeting #2 (required}
Prelirninary Design Complete
2fl18 Bond Year 2, Contract Ia
Ciry Project No. 101475-2
00 32 15 - 0
COAISTRUCTION PROGRESS SCHEDULE
Aage 7 of 10
��1�
3330
336Q
Submit Fina1 Design to Utilities, ROW, Traffic, Parks, Storm Water,
Water & Sewer
Conduct Design Public Meeting #3 (if required)
�inal Design Complete
ROW & Easements
4Q00 Right of Way Start
4230 Right of Way Complete
Utility Relacation
700Q Uti�ities Start
7120 Utilrties ClearedlComplete
Construction
Bid and Awarc�
8110
8I50
8240
Start Advertisement
Conduct Bid Opening
Avvard Construction Contract
Construction Execution
8330 Conduct Constructian Public Meeting #4 Pre�Construction
835Q Construction Start
8370 Substantial Completion
8540 Co�nstructio:n Completian
9130 Notice of Cornpletion/Green Sheet
91SQ Construction Contract Closed
9420 Design Contract Closed
1.5 SUSMITTALS
A. Schedule Submittal & Review
The City's Project Manager is responsible fflr reviews and acceptance of the Contractor's
schedule. The City's Project Cantrol Specialist is responsible for ensuring a�igtunent of
the Cantractor's baseline and progress schedules with ihe Master Project Schedule as
support to the Caty's Project Manager. The City reviews and accepts or rejects the
sched�e withBn ten workdays of Contractor's submittal.
Schedule Format
The Contractor wiil submit each schedule in two electranic foz7ms, one in native file
format ( xer, .xml, .mpx) and the second in a pdf format, in tlie City's document
m�anagement system in the location dedicated for this purpose and identified by ihe
Project Manager. In the event the Contractor does not use Primavera P6 ar MS
Proj ect for scheduling purposes, the schedule information must be submitted in .xls ar
.xlsx format in compliance with the sample Iayout (See Specification 00 32 115.1
Construction Project Schedule Baseline Example), including activity predecessors,
successors and total float.
2. Initial & Baseline Schedule
The Con�ractor wi11 develop their schedule for their scope oiwork and submit their
initial schedule in electronic form (in the file formats noted above), in the City's
document managernent systern in the location dedicated for this purpose within ten
workdays of the Notice ofAward.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
ST1�1�fDAAD SFECIFICATION City Project No. I01475-2
Revised NLY 20, 2018
003215-0
CONSTRUCTION PROGRESS SCHEDULE
Page 8 of 10
The City's Project Manager and Project Con�rol �pecialist review this initial schedule
to deternune alignment with the Czty's Master Project Schedule, including format &
WB� structure. Following the City's review, feedback is provided to the Contractor
for their use in finalizing their 'rnitial scheduie and issuing (within �ve workdays) their
Baseline Schedule for final review and acceptance by the City.
3. Progress Sc�edule
The Contractor will update and issue their project schedule (Progress Schedule) by the
last day of each month throughout the Iife of their work on the project. The Pragress
�chedule is submitted in elecironic farm as nated above, in the City's document
rnanagement systern in the location dedicated for this purpose.
The City's Project Conirol team reviews each Progress Schedule for data and
information that support the assessrnent of the update to the schedule. In the event
daia or informatian is missing or ineamplete, the Project Controls Specialis#
communicates directly with the Contractor's sched�ler for providing same. The
Contractor re-submits the corrected Progress Schedule within S warkdays, following
the subrnittal pmcess no�ed above. The City's Project Manager and Project Control
Specialist review the Cozatractor's progcess schedule for acceptance and to monitar
perfonnance and pragress.
The %llowing list of items are required to ensure proper status i_nforma#ion is
contazned in the Pro�ess Schedule.
• Baseline Start date
� Baseline Finish Date
� % Complete
� Float
o Activity Logic (dependencies)
• Critical Path
• Activities added or deleted
o Expected Baseline Finish date
� Variance to the Baseline Finish Date
B. Month�y Construction Status Report
The Contractor submits a written status report {referred to as a progress narrative) at the
end of each month ta accompany the Frogress Schedule submittal, using the standard
format pravided in Specification OQ 32 15.3 Construction Project Schedule Progress
Narrative. The content of the Construction Project Schedule Pragress Narrative should
be concise and complete to:
• Reflect the current status ofthe work �or the reporting period (including actual
ac�ivities started and/or completed during the reporting period)
• Explain variances from the baseline on critical path acnviries
• Explain any potential sche�.ule conflicts or delays
� Describe recovery plans where appropriate
o Provide a summary forecast of the work ta be achieved in the next reporting per�od.
C. Submittal Process
CITY OF FORT WORTH 2O18 Sand Yeaz 2, Contract 14
STANDARD SPECIFICATION City Project No. 101475-2
Re�ssed JLJI Y 20, 201 &
0032 i5-0
CONS'I'RUC7TON PROGRESS SCt�&Di7I,E
Page 9 of 10
• Schedules an� Monthly Construction Status Reports are submitted in Buzzsaw
following the steps outlined in Speciiication OD 32 i5.4 Construction Project
�chedule Submittal Process.
• Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules or construction status reports are required from
the Contractor.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
l.i CLOSEOUT SUBMITTALS �NOT USED]
1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. The person preparing and revising the Contractor's Proj ect Schedule shall be
experienced in the preparation of schedules of simiIar complexity.
B. Schedule and supporting documents addressed in this 5pecifca�ion shall be prepared,
updated and revised to accurately reflect the performartce of the Contracior's scope of
work.
C. The Contractor is responsible for the quality of all submittals in this section meeting the
standard of care for the consiruc�ion indus�t-y for similar projects.
1.10 DELIVERY, �TORAGE, AliiD HANDLING [NOT USED]
1.11 FIELD [SITE] C01iTDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
1.13 ATTACHMENTS
Spec OQ 32 15.1 Construction Project Schedule BaseIine Exampie
Spec 00 32 15.2 Construction Project Schedule Progress Exa�mple
Spec 00 32 15.3 Construction Project Schedule Progress Narrative
Spec 00 32 15.4 Construction Project Schedule Submittal Process
PART � - PRODUCTS [NOT USED]
PART 3 - E�CUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH 20I $ Bond Year 2, Cantract l�l
STANDARD SPECIFICATION City 13rojecf Na. 101475-2
Revised 7I7LY 20, 20I8
ao 3z is - a
CONSTRUCTIOI»i PROGRESS SCHEIIULE
Page i0 of ]0
Re�ision Log
DATE NAME SUMMARY OF CHANGE
July 20, 201$ M. Jatrall Initia� Issue
CITY OF FORT WORT�i 2018 Band Year 2, Contract i4
STAI�iDARD SPECIFICATIOi� City Praject No. 101475-2
12evised 3iJL.X 20, 2018
'II�� � '' '' II, -
' l . r�
A�]YII S, 2021
Mr. Greg R�6bins
City of Fort Worth
Transportation & Public Works
200 Texas St
Fort Worth, TX 76102
Sent via email: gregar�-.rabbins(cUfortworthtexas.gov
Dear Mr. Rabbins,
This letter permitis you and/ar your representati�ve to remove trees from the parkways and
alleys as i�dicated an the attaclled plan set. Tlaexe �s no rnitigation requirezxzent.
Tk�e trees Iocated in tl�e parkways of 37Q8 Har�ey Ave and 1317 Madeline Piace are
desired far retention. Plea�e arrange a site visit to determine �rhether or not the trees can
be saved during the cor�struciion phase of the projeci, but pziar io severi�g roots on tk�ese
two trees. I can be reached at 817-392-5729 or craig.fox r.r fortwarthte�as.gay.
The foIlowing trees are prohibited on city parkc�vays:
Ash Hackberry
Bradford pear Mimosa
Cotto�wood 1VIulberry
Si6erian elm Wi11ow
Silv�r maple
Sycatnoz•e
You are respon:sible for xxza�ing sure the reznoval and/ot planti�g does not vialate any
private deed restric#ions for your neighborhood, or procuring any addiiional appro�+al
needed from any PID, TIF or Design Review Board tk�at tx�ay govern in your area.
If I can be of any fiu�ther assistance, please contact zne at S I7-392-57�8.
Sincerely,
�` �
Craig Fox, City Forester
Park & Recreation Depart�nent
c: �"ile
PARK 8i RECREAT�OI�T DEPARTIVIENT
City of Foit Woi�th, 4200 Sout�i Freeway, �uite 2200, Foi-� Worth Texas, 76I 15-I499
(817)-392-570D(�',AJ�.Z{.} �ax {817}-392-5724
f1LZ-�i 96V9Z'X f �.I,��T,�.H��' Z��' � Qi��a BiOZ
� ��y ��� � � � ` � � 6 0�0 � c� a � a
�� �� o � � � � o �� � zz
� q �� � o J��^m � �, o E-- w �
�a m3� w � z " � �'" �
3�„ �i � a � � S t �� � � � �. '7 &=x�� N � � z� �F' p `�'
z�w `�� � z `°u ,w� b-� '., w gP` `� y a � un � � �.ij�i iv
%r <�Ytli �O2 ¢ 4 1 0 H � m ��� z �..J�� � � V "�$ W y � Re � �R ���5 � op �
� � d b
� ` �: 4 � a � o � o � � � � o �xe� o � a � '�xC�� i o � c�.0 cvO�.,a v� o � �
�n � x�� k�� p � 0 3�� ��$� � u`� N� w�o�g: � 3 d z� �°'KT-l� �
� � �� �qw � a a a� � � � � � ���'-'��q`� �� q �� �' � ��� � z �c,: � w > �
��� ��j o � o o� 0 4 w ��� � RWeus �7 �y„"" ��zW� � p O E+w f�U„rj��� Q a
"� �1�- � � � pQ � $ � x� z ��_�'�� y �^"? =''�d ��+ m � ti N Hq'� fa� .¢�'.y ,� � y�
40�4 4Vy � a ul�� O�lo���� ��`mN�e�.��m Q �Y.' n ��.�y �H Z'~' W�� S'
w ������� � s� e�a a.n� o � � '� �.�., � p � � °i �
� � � � ��� �� G ' �� ���Y x a7�mm� � g U m � V Q � �
aa a � � � � k k � �G ������� $ ���a"a��� ��e�� �"� � t�� N ��
� � <�g����s� -..�� �:'�� �^ a a
�� * �3 �}A g
� �g= �
e[����o � S �
�e i���a � � � r � �z—� �
3 4 �°i'R� k
�� W �Nq W
S'*� � a m w'R- � R
� �`�zw
o — �� . a F� � OwASSOAVE �o� �
IC4NCRETEPAV[,vIF.NFI
�° � _m.���a
43!�� ..� ��o� ��a
= 6`�I � �. �� �
=w _ _ �, _ — ����
�� � P €m��
�� a� 's�� � `,` : � "sj�
l e �=
� � � - - \ `l`� �` - - - - -- � a �
�. �� � � � �4 ��
��� §�� � 5s� ��� ���
� = .
W�� -� - :;� __ ���
.; Y
� w I� \ s 6 W�
��& �� � ,j _ S�� mq
, .l� _
-- ; -- � ---
_ 9��� 1��
r -
- - '� -------
l p' w�
.�� �5 � r� H� Q �
_ — Y \ \ �, � � W N
� g��"x � g ^�i� � <
�_� ` � s ` �O, BSi�a 3� q� �
9
_g� __ � �,�� � --�� ---
i� � �
�_ , �__ � ___
�� _�� � - ;.�� ,��
ox � : -- ---
�q --- q;, �
� � �� =k &8�
�.�,., -- ---
W a��, �� y _ S ' ^ _ � ��
�3�^ gb �`I - �4� ��
���: - �r— — — ,'�.. — — g� — — �
�
�a�� §"� �.�.` ���
� a � �
4��ti � . �
waWt - -- o -�---
��p;'a� � � �_SViTERAYE
3� 3 �N IC9NCRWFPAYH?f�Ni�
$�4 �y_4 ��d �^,ti�
d
��� a�� 9�� � �g
: �a
x�gM
��� i•"„ '� �'�xw
4�� �' z�o x
av` �xK myd m
� � �p�
fGLi7] 94b9Z-X
k ^ - o �tr �
QaN �`� � � � a
h:� � � � o 0
g �: m� .�"- � � � � �
jni7 .^!.xt y(�-, � qqq �
,I $�WF ¢i.? O O y � y w ?
F 1 .2m�� �hV h vW. �" m „ "� �
"ry s � goA""_ 4'�� 8 $ $ � � � �
S N 4�3'T N3 o q o` n V � O
jj w��o w$m '� �
� ((�l � ti�ww tio�+ w w w w? ��� �
I I �4mh i S i' a
i i � .� a � � � �e a � >
ry "�-aha 'aor: �' �"
S
.Qa_ � � � � �%'` ` ��
� -`: "�, ,.
��� �
�s:
��
o���'
�i�
�� �•��i
�
� �r
b[ .L�ViI,LhlO� - Z iIV31i Q{�IO�I R l OZ
�
�� � �� ,� �$
� � ° 3 .s a � w � � O � ['�yy & o
n� � � Y � �xp�� � y� U � �nq �
��'�a s" 0 2mxw� k F�-+ �? �"'� �
€��� � ^ � � � ��R �5W � g
�'�� � i 6 U,r� n F��`c� � M
��g4 „ £ � � �Ymn„ � p R � U N � � � a
�Wo� E� F�" 5�w�:n � H� oo ��: Q a a
G��W�g, �a A��''% "ga�'' � a O�a �'-��� O
g��a��o a��S�nnao � hz�� tt� o� Fa R� �+ W g
�4����� �"hh�� o p � �. o �-�, �' � �,>'-a o� � �
}�� a � �mr" �, � � p� pQR�
� �� � � v��g�� � F in a � � p �"' P7f'`�l
���`��� ���„Wm..�� o agdY� � �y p., 7� oo �-1 � 5
� �& Y �# �oLL � � rr � � � o
V� �o � S�pa b.,g ¢ ..m xg z. °21 N f.�ta �
�� � ���BS��g$ ` �� �wn � F' � 3 �
= z s � ee�o��,.� �x�W ax� �• W� �
�a�����
—�[Qx[k-G�]�—Y 17'x�Y�b4�W�-11
--� _—_l_L�
�i�� _
_ .—.���_ ._._ _ _ _
�
��a ______.��_—
��a ��,
��� ��� —
���
�o
���� � .���_ ..— _ -_
g��' �
�4 - 5� - - -�
n__��__�
_�3���
_ �
I-- e� ----
�� �_
�� RF
� � - ���
A1� � _
5s��1 �
� 9�� � �
�� ¢� � — —�
s a�� � � �—�
r q�
�o�� _� a-
: �� w�
���� �x �q
w�xw
� ��
Y'� � <a�?
— — �g��
� �oYc
� ��
� � �_� �
����� � ����
� ���
� ;
-$T �o� �
�" 5 �q '�g��
� ¢�� � -
� ` nl,�
�__ ��_
� �tl ����
���6
� 33� a F
_ ._ � ' �"`-1 �
>
�
¢
C W f-
5� �
- di`� � �
r�
1.� �;-�--
Wa�g a°
;�g ���j
��- �� -
. 3 -�fa
bapi�a
� �a15�
�-- �9 _
��� �
�a
�
�
o �� o mW ��g: Qan� �
�xi0. �w
�� �3� ���� �x�� �
���3��6� o ��3�^. N�'=`x �
_���g��� �4 � ��� �
gS���x�Q �a �
sccz x ve� 9rx
5;� � i
�%` �d�� :
t �
W}�3�f� g
4�, �y,#�
�: e���
�6q _
_ � E F
� X8
9
�� /l`l.-�f] `�V U��i
�. 1/ I ,�30"—'� rl
1 A � , � �
u
` � �� o
�= i �
n_ �
� €� '1 �
� ' �
._...._ , §.
, _ _�
,
. , �. -..,. � �,�.
a�� €�`I
,� i a
� I �:
ti[ a�vuin�o� -
� � �
� �
� � ��
q� s o�z �N
�� � o n 3�o �� � �°
� � s � z x � a �5` � � � �
� � : � � x F � c�p a � q
� �' � z
g � "� �3 E" n �� P" �' `u fY+ � g o3
� � � � � z� p� � U
m5�'' � �m � �� � � � z � W' d Cts W
�.�qe ���"Am�� � � a p N� Q � � '�
�� � Y��ojSng z ' n r" Q� � c
a��a � co9-�a��." � '- q � � p'. O � �
� ��� � � 0 w � � ti
s����
�g�� G s3�, �� � } � u � �� � U � � ��
��a � o��e�Yb� � g � � N a i
�H�a � m��a�s��� w� ��
� � F. ��g�$r��� �k� � n � �
`a" � u ��@- �� � ��
a�$ ��'�€s���� ����� �8$
g� �s �sa..e x
�' �8 s���` "-�E aa�s� ���
axa� g�?���s;M ���§g P�a
�a�g ��a����$� � �$w ��g
�a�5 5� Bo�t- 6�'"L'� '��_
��; � a�����ezi ���a zqs
�� `s�se x9 g $g
s��a �s����ge� ��€aE �6�
��� e eg�� � '�� ��� �$
%��o �"�"�m��--��� ag���e ,��e
ao�� ����.����-�"� ��s�� ����
a �
$s�� �g����_�gg� ���epaa sze�
l�gg �S@9���^� ���SdH ���tl
`#gsys'e �g �=g.8�ea�$@ $�py�$g i Bpp
?R�a �ry�oS���i=�2 ��REB� ��RS
�¢ e} `
�83 � ����� � � � g
��� � �,���� � g � � g
����:^ ���9� �� x � �
� �e�� � w���� � �� � �� �
� �$�� w ����� �� s� �
u: '3_r�� c� ��s�a �� � �g s
' C�e� �WeB� r" � 3 E
���� � ��E��� s� � �a �
og � .� ���g a .�� n 8�
o°�� ������ �� � �� B.
. a s8 8 �g �
�Sz� g`�Pa3 �� s� �� a$
sw��_ ' �e Na 5'� �E
G $ � � .. ..
� ��
� �
� �
� �� ?L I
Q
9
�$
� � � �'
� ��s� �
�
e . €s � p�
g ` s Esa�$ae � ���e
���a �� ��� ���
���"€� ���2�a�'�e ����
��h����Sf ����s���g° �E�66�
`� �s
8ko�g�g� ^s�",$z 5u H
��-5��� ���� �g �
�g���,�g�8 L`����gs��� 6�p�g�
gBe^�ssy�gs ���aSB3�„�� �988
E�£�3Pys �G'G�SbSo�� yi��
°' �P=4�8s§� � z
������a� ��s���anag s��e
�Q��$ass S���s�s��$ $� �
���E��eg� �. �sf�gB�B �ss�
��a8��� ���a�g84�.� �Sg
�g�`��d€��`s �$s���§�s��9 ��%�
� Fe
� i8
�Fm��� �h
�C�€ ��
I
�
❑
V
�
�� �
a
�
�
�
c� ���
� e.-
- e �
eEE E�
.� �
.�ppli�a�ion %r'Tre� Rern�vaI P��°a�ai� Subr�it to
On �i� �� F��-� �o�-�h Prop�r$y City Forester
�n�Iu�img pa�°kwa�r� a�l�l irfl�di�n� 4200 �oe�fh �"reeway, �nite 2200
�+ortihTorth,'�'X 7611�
CityTreePermit��a7�ortworthiexas.gov
Sr.�:iic�n C �Ap��::E l�tfic,r�ma7.i�n --- _T — ----- __
A licant/conizactor Ci of Fort Worth
Contact Name Gre Robbins, PE
TitIe Senior Pro'ect En ineer
Street Address 200 Texas St
Ci Ft. �Tilorth
Stat� TX
Zi CQde 76102
PIaone SI7 392-2333
Emai1 address Gregory_Rabbins(r�7,foxtworthtexas.�ov
,Secti�,i� � - Loc�lit�� ^� ..� -
Location addcess Various — See attacl�ed list
Business/Residence Various — See attached list
Name of Business Variaus -- See attached Iist
tiectio�� 3— R�as€�r� f:i��• F�ea�tuv�[ -- —
Removal for City of Ffi. Worfih TPW and Watez Departmeni, 2018 Bond Contract 14 consiruction. ��
Pa�ing, sidewalk, and sanitary se�ver conflicts.
Attach site plan dravan to scale showing Iocation of alI t�ees by size {DBH) and species, id�ntify those to be
xeznoved, and any existing ir�an made features. Siie plan sllo�ld include layer dezx�.onstrr�aiiz�g why trees must
be removcd, such as proposed t�lrn lane, drive apprroach or grade change. Pl.an must aIso include ilorth
anow, scale, City Trees to rerr�ain on site, any proposed pIanting on city p�opex-�y and planiing details along
witl3 metl�od of waterin .
Seczicrn �k — Mi�i�at�n7
�'rohibited trees inay be permitted for removal from parkway and/or m�dian wifihout mitigation. Trees in
alIey rnay be perrnifted for removal, usualty without mitigation. Trees ox shrubs listed in ihe Nonnative
Invasive Plants of Southern Forests pubiishecl by USDA may be removed withoufi mitigation regarcEless of
locafion. All otI��r trees Iess than 30" in DBH permitted for removaI nnust be mitigated on ai1 inch per incI�
ba�is. Trees 30" DBH or greater are initigaied on a 2 inch per inch basis. Mitigation trees must be planted on
City ROW, �nedian o� other public land. They must be watered and zr�ait�tazned for a period of 2 years, ar
uniil estabIished, whichever is greater. If initigation on site is no� pnssible or desirable, mitiga�:ion into fhe
tree �und can b� made in the a�nount af $200 er inch not lanted.
Mitigation trees rr�ust �e planted before �nal inspectzoz� of the site. Miiigation to the tree fund must be made
at time of ermii.
A tree pIanting p�rmit will be issued for tre�s to be planfied on City property at the sa�ne tizxze as the iree
�•ezn.oval pe�nnit. You ��rzust sub�xzit a tree plan.ting pIan and follow guidelines for planting in the ROW {see
attached .
Trees rohibited on the arkwa s ancl �edians. Does not ertain to oth�r Ci owned ro er .
AsIx Fpaxinus s. Siberian. El�nn Ulzr�us u�nila)
Ca11e Pearr (P �us caller ancr Silver Ma le (Ace�� sacc�ia�inum
Cotionwoad Po ulus deltoides S camor� Plantanus occidentalis
Hackber�- Celtis s.) Willow (Salix s.)
Mulberry (Morus sp.) *�ny tree listed in the Nonnative Invasive Plants af
Southern Faresis ublished b the USDA Forest Service
lZe�ised January, 2019
������in�s f�r ��nd�c�p�ng �n ��rk �y
Pub�ic �pen Space �as�mer�� (P.�.S.�.}
�
�
�
0
�
�.
�I
�
b
�
U
�
�
�
Public C�p�n
� �pace Easement
�' J ��.�.l.a�.�.�
�' '` /
� �. � .
� a
� °� '? �'
'� Property Line
0
��� pla�ieci in this are� Gu
A 20�foot �y 20-foot firiangular �ublic open space
�as�ment �s requirec! on corner iots at tf�e
intersection of finro streets. A 15-fioot by 15-foot
#rianguiar public oper� space af easemenf is
required a� corner lots at fhe intersec�ion of an
alley and a sfireet, In additio�, af ihe intersec�ion
of a driveway or turnou� section and a dedicated
aile;y, a 10-foat by 10-foo# triangular open s�ace
easement is fiQ be pravided on each side at the
driv�way or turnout at the time the driveway
anc�lor alley is constructed.
No strucfure, object, or plant of any fype may
obstruct Vis�on from a heig�t of 24-incnes ta a
height of 91 �eet abave the fop of the curb,
includfr�g, but not limited to buildings, �ences,
waiEcs, signs, trees, shrubs, cars, trucks, etc., in the pUblic o�er� space easement as show� on #he
illustration.
Landscaping in Par�cway�
o A rr�ediurri or large #ree shal! be planted a minimum of 2 f��t fram th� face of the curb, sidewafk, or
afher structure.
o A srr�ail tree or shru6 sha�l be plantec[ a minirnum ofi 1.5 feet from ti�� fac� af th� curb, sidewalk, or
other structure.
o A minimum planfing area of 3 fee� must be a�aifabie hetween back af curb and sidewalk ta pfant
any small �ree or farge shruh and a mEnimum of 4 feet ta plant large �rees. A large tree sha[I be
defined as a species tha# reach a height of 50 feef at matur[�y.
� In resi�ential areas a minimum spacing of iwen�y-five feet is recommen�ed between shade trees
plan�ed on parkways and is required in commercia! distric#s or major arterial s#ree#s.
o A(I landscaping shall be locafed sa that pedestr�ans can walk parallel to the sfreet withir� the
parkway whether a pa�ed sidewalk is or is not provided.
m Na tree or shrub sha�l ohstr�ct the �iew of any traffic signal, sign, ar other public sign.
� Tre�s p[anfied under pawer lines wiil be a species #hat reaches a heigh� Qf 30' or less upan
mafUrity.
e Any fire� ar shr�b plan#ed in �he parKway is the property of �he City and �he Ci#y reserVes th� right
fo prune or remo�e such tree or shrub if it becomes a traff'[c hazard ar poses risk.
o Planfiing tr�es or shrubs on any public proper�y requires a pe�'mit from Park & Recreation
Department and can be ob#ained by calling the City F�resfer af S'i 7-392-5735.
� The following tre�s ar� prahibited on cfty parkways: hackb�rry (C�Itis sp.), sycamore (Platanus
occider�talis), sil�er maple (Ace.rsaccharinum}, mulberry (Morus sp.), Siherian elm (Ulmus
pumila), mimosa (Albizfa juli6rissin), ash �Fraxinus sp.), co#tanwoad (Populus de/foides), W[IIOW
(Salix sp.), callery pear (Pyrus calleryar�a), or ar�y species af tree, shr�h, �i�e or grass listed En the
Nonnative [nuasive Pfants af Sauthern Forests publisFted iay Unitad S�ates Depar#men� of
Agriculture Forest 5ervice.
Revised January, 2019
2Q18 �anc! Streei Reconstruc�ion — Cor�trac� 14
:� .��� ��� � �
, . � �����
I�/ashburn Ave
Lot'E4 (Shrubs)
Merrr�az Praperties
38'E2 Washburn A�e
(D21614255Q)
�ot 9 (Shrubs)
Barbara iV Wildman
3809 Washburn Ave
Lat 'i 1
Changa LLC
3649 Washburn Ave
(D214252'i 51)
Lot 9
Waynell Trout
3633 Washburn Ave
(D20508144$)
Lot 6 (Shrubs)
.le�Frey & Keyser M Brimhall
3623 Washb�rn A�e
(�207396310)
Lot 5 (Shrubs)
Western RelatecE Proper��es LLC
3617 Washburn A�e
(p208334967}
�ot 4 (S�ru6s)
Team Barber Worldwide
3613 Washburn Ave
{D21824659�-CWD}
Washburn Avenue Alley
1HarleyAve
l..ofi 22
Gordon Jahn Rudy
3708 Harley Ave
(2Q5217953)
Prope��� ��ner ln�orrna�ion
f�r ���e f��rx�ova�
Kenley St
�ots 37-4�
47Q0 Collinwoad Ave
sOUtil '%z Qfi iNBS� ��' Qfi �Ot 15
And Souih'/ of Lots 96-20
Mary L. F'lowers
2205 Kenfey St
(D217137631)
NorEh '/ of Wesf '15' of Lot 1 v
And lVo�fh % of Lots 16-20
Rita and Jean B. Sifverrnan
2201 Kenley 5t
Blue Bonn�t Bak�ry
47D5 Cam� Bowie �3oule�ard
Kenley Streef Al�ey
Sanguinet St
Sanguinef 5treet Aliey
Madeline PI
North Half of Lat 12 & Soufh
Half ofi Lot 13
Vincent M Appolonio & Leslie Seligman
13'!7 Madeline Pf
Lot 7
Chelsea E. Stevens
1300 Madeline PI
(D296062407)
Page '� of i
op35 f3-1
CONFIs]CT pF INTE[ZE3T AFFIDAViT
C'agc ] of 3
S�CTION 00 3� 13
CONPLICT OF INTEREST AFFIDAVIT
Eacl� bidder, offeror, or responder�t {hereinaiter also i•eferred to as "you") to a City of Foct Worth
(also �•efacred to as "City") proctt�•ement are t•equit•ed to cotnplete Co��flict of lnterest
Questionnaire (the attached CIQ Fo�•m) aud Local Go�erninent Off'icer Con�licis Disclosuce
Statement (the attached CIS Form} 6elow pw-se�ant io state law. This af�da�it will certify fihat the
Bidder has on �le with tl�e City Secretaiy the required documentation and is eligible to bid on
City Work. The �-eferenced fo�•ms may be downloaded from the website li��s pt•ovided below.
I11��4' ��L44r1k L'lll!tti w1��I�L" 11 I�I4�1•F1ill'• � F+ i�+i�
[� CIQ Fortn is an file with City Secretaiy
0 C1Q Fol•in is bein� provided to the City Sec�•eta�y
0
�
CTS Form is on File with City Secretary
CIS Form is being pro�vided to t��e City Secretaiy
BIDDER:
McClendon CoE�stx•uction Co., Inc
Company
PO Box 999
Addcess
Burleson, TX 7G097
C ity/State/Zip
Justin Blai��
By:
(Piease Print)
Signatuj�e:
,'c� President
Title:
{Please Print)
CITY OF FORT WORTH
STAI�DAAD CO3�15TRUCTI�N SPECIFICATIOt�[ DOCUME�+1T5
Revised luly 1, 2011
00 35 13 - 2
COt+IFLECT OF INTEREST AFFIDAVIT
Page 2 of 3
�c��,��.,i�;� �� ���E���� ���.��0���4���� ���� ���t
�rss ��Nndor ��r pffler �+������ duinr� i�us�rt�ss witli �oc:�1 ta�sv�rnri��mtiwl �r3llf�+
IhJb StIWFi77 0 1117 6 3CU� Ifi�fi�6'.�51 �'71:�F1(}Fi JfF�+]A 1�F1 fF1# IF.Sk� [9j' H.S- '1�1'`�. El�sll t6��7y 1�i���lSi;S!� i63619Fk- I ��C•�'uJ�I��i�R�
7 ryis �tii ie�SLs�I[1 ,t� i3 fxr i�l}� f�lE� in 3ct�art�dlt��E WILh �liujll�r � 7�, Lu�at �r �w•rr ntn�ni C�o�e Gtte re�e:.�a
ty: � persr:n w1�ra h�s� � t�us9rc�>s r�"�tionsts�u :� u��firsE af fr�y '-t-t�+nnn 17E�.CiD!;1-�} urii��:� fac =z1
€�nvc-�tman�sl �nli[y �t�c! 1he ��rscm rr:�is re.qvrreme�n�� �r.�tc:r �xc�cas i f�� .pG3(aj.
Ci� �3Yl�SI.".:� I.jl}i'SLK �fIR�iII�E' iY.'�ISj {� �i^r. G� r� i u i �i I� ��fi13 arti�'131fIL:k�Ir.A'S�i li�.e i�y:�iC i1, r�rTlfi� r�h'�I
�m isy rv�t l�ter Ih an LI3e �#h �;iiine s� d.-.y 3fitv tna �i:�l e tltg �,�r =an i-.�.,��i1r� tw, tnc t.f f,y r-ts
��� k��qui�r �Fte st� kp rttenl t�� i�.c VSte-d. : v�? s��•'i'��n 1�ii {7 LiEi, L�r al Gr,v�,nr�wr3t C�x,4e
�� �rso� .vinnul5 �n Di�ente if 4it� y�r5ca� km�wrim�lr v���l�ret ri-�1�.�n 'ifi�l_Q�t�, I,r..d
G;.r+�ev�,rrtLr�[ C. ��Pr. A�+ sdier� � �r,�+�ee 11 iiS s er,i��n i� a Cl+s s;' rn�sj�m+-���ar.
Ma�� r�f�r��r, wh�F f��s a� busine�s r�L�tiun��Gi� xan w�a1 y,�v�rnmr�lal f�nti�y.
��/�-
� Ct�rckKhi�6oRityaa�,ar�Fi#in8�nu��#rta.�prcviousiyf�ie�quesiionna�+re.
i;z;� i:�iv i�sp��l■x Ihst ydu �if�e .1�i iip�aled CrLqt�+lc1� qtl�Sf�nArF,�ira wiiF� lhe ,��rPu� ris:� td ivg �ulFia�ity �lut
k.mr i�t�'t ShE 7111 9aut,u���s ct�x �tar ¢.r ���rr jliw; �K�rU'�!' +''��� i�4r•��inulJliL F�C`v'.4#fFl�4 i15rrH�K�Ie�I* C+ '.s3GCiN'dit.�
Naet� nf [oeaJ povPmrtoer�4 o Ilii�er reiif� r��won fsie� ftas rmp��ytroent ��usir�s ��rl:air��ki{�-
Fi.rt+e M {1'�F�csr
Thi; s-a:�n {nenn .� �nre�,ainp �r'u,raris A. �, �. n�) rr��5a be rarr.rrr��i rr+r ��h �cer ��t� r,r�nrn ih� flcr h�s �n
e+�µ,lrr�itil cx atlt+sr �teu�l��es*. Frlala.nsJiy', ,1s �de'inrd ts.y �Ktiwt 17�d OOi�1-.il. La:�l exr.ti�T.meni rni� J�#�r.�7 a�d�T�u1
L*�Sl�s ln �Fiis �aam i:i� �s �ea�ss.xy
r`�. 14 ihe t+Cs�; j$r��tltr+enl o}R�.er n3rr��1 ; i 1'lii� cefL�rw� �t4't�i8+ny^ fd hk�-I}� 10� Yr.t�� Y�r]i�lr ihnyrn+�, a�hrr !h :� r Imr, �rtrnt
, �x�r�t_ _ frr,m �Fre fi�rit a' a�e �uesuorsna.rr'�
� Yes �l�o
�. I: If-{ {iitl f'I Hll^ �4l�bhhUl U+J,f� �lrt'l"i1'rr� 4t I��l� !n � r.ct.+.r i� �,aisk� '�r.irni�� O'VFi2t i�17/1 I�IL'E'StR1�FeI UslC�t .�t7111 tl�"dI [�F!
$•i�1"�184F 6� i�Lz EiT1']� �jf�4�L7�FLN'it U�kC£d i1�t[R{� �R ��11 :uc����+� �raD r�,a 1.�..c�ble irK:t�r�x iL YIL51 ia.��N2� �f[��11 if-4 �DC3�
�Di4mm.�nt�l �77lltyi�
� Yts IV�
�. Is Jhr 1if[s rrf �i� �u�s�ionnsrt �.Ir�p��e+.i by 3 cru�+o++ah:�� Lq afl�er hus�ness �n�i1y w�tl7 iesg,'rts �D wftit�h liie iiw:�l
y}vS�T��e�t4 cH'�r Sk�AE, hfe �n �fr�+ �dC �fICfU�€. a, hofd:, an a..�sfvp �f lU� �eti�t or nxdr,� a�
� Yes � iv�a
i3. f�e�c+� each �mp]r:yr�nt ur tr�;�sin�:c relafimshq� �rh tt�� f�r.�f prxrma��rit �:i'rc�s r��mrf i� H��� s�cii�
� �.' � ' �'Z �
�� �� ��� �� �
Ado�r±�� ��1*3l2ntt7
CITY OF FDRT WORTH
STANDA17b CQNSTRUCTIQN SPECIFICATIOI� DpCUMENTS
Revised July 1, 2U 11
003513-3
CONFLfC1' OF [NTEREST APFIDAV[T
Page3 of3
l.s��t�l� �t�'�+'�F�F�fi1�I�R�`� �F����i� �(�R� �i�
��i+��r'i_IG"�S� f�i��@.��U�� ��.�T��'i�+1�F�`f'
�lr,stru� Jon; f,x�.�en�:E�+in� �r�d fi� � Ihis fnrtfi asr� �rav�l� o� fiie n�Yt �,��=•)
Tr�i� qv,ndiE�n7rr�n �,a#�r,�t� c.h9rt��+an rn�s fu !n� fr�r by W.�]. �%��, �ota ��p.. rtoQ��ar a�,�si�an t3��1EU54EQiiLY
i his Ss iise rotic? to 31;� �p�3opri.�t� 1��^a1 gauammenf.s�l �ntily 4h.�i ihe t,u�lu�vin� Icscal
g:,v�mm�rt niVi.-.:s h,Ts b��� a�a�r� af f:�cis tfi��nt r�;uire the n!f��; ta fila fi�� s staten��gni vrr ��cctits
i� .,�rv+�n��i+ei�h Ch�rpr� 97'fJ, Lo�.ssl �:�ravetr,me,�i C�dc_
t ldanr� nf 1_ar.a�taA�rrr.n�ty�nt i}i'r�caer
� �
2 �fficvHeld - ------- -
- -- - - - - - - -
� Hsrr�€� a�f p�rsnir drzMs�bed 6y Sd�cl� �ns 1i�n.003{,u} �nd 93�_�Q5(��. L+,w,�l Gr�vemo�i,rnt Ca�3�
+� E]�s�[�pii�rn ot f�a n�ti�rt� ��nd ��t� it oi empfay�rr�ni or oiliFr 6vs�e�ys� r�l�tioHship rriQh nerrson n�rn�c� an iErm �E
� ibst giltis seas��led i�y� I�tl" i1rG'�I �04�pSt�IRi."!9� 6�iE@Cf ifl� a111]r �3Y}11I�t Ifie�lkQ�Y, �XCI6l�If3� �i:i5 tEi'31:ii�4� �LS/ �Si�'GIiOfl
17�.�`O�j�-9j. i4 s�pse��jale valnrt v5 ih� aiflls ���:ept.�� iraan p.er�nn nan3�d ar+ ilem ��xe�d �:35� durin� tha� 12-monlh
�i�iaad d�acaitred by S�clian 47�.flf���'a}j�}�pj
Daie f'sd4:�coepSed PJes.ript=nrr ui �:ii �,___,�_„�_�, _
O�te �in Acc�pied _ U�scri�stirrs� a�t Gii4
C�atr. £iiitiacc.eptrrJ Gesc.rpti�,� of Ci,Yt ��,,..._��.._�
(attach �c3diteon�,l farrn� �s n�ces��rry)
- - — -- ---- - -------- - - - -
� s�!'Dl�Vi7
I rae�r �?�ar pe�►�it� a! pesjrry :,'�at bl� ,at�ovr a+sE�•rw rt» �re� �w1 cnrr�. ��:�.n�+-+�1:
tn�t t�e a�ait�r� a�F�le„ tr� � ra�ly er�rrae� {s� �ztlr,�d �y F�ee:a�r� o7+a.�)��3�, la:a'
Gas�'�m,n�rt Cc�E �!' �i a tar�1 g�Vearrner�t aan�� Y�Ev ,�r�.ryr,w��s #�.�i {td� €�iemaN
as,�era usr t2-ncnth g�tla± d�ea�7t.� �Ay :���Uon 17fi.fJ]3{a}, Lc�aF G�f�tr�7t Cr�.
3lf�ts� 6P (_t�c�� C�frr[�'nl[�i �laea
A�^ix Hdf4+iY .iT2hfp ! �tAE lsh�AVf.
_b:�om ko �and xu�: cr�Fd be:oo-z m_, hy 71:e 3s}tl -@e8s Lfi± day
ni .213 _ ,1�eeaL#y.rrit.:h,c�rl.re�sLmy6en�ff�rtaa.csla7a�tec.
�y�n�:rurcafallzer�drnlnr�er[t�e.��t3� PNntrdneur.���1r�lNcetadFtlr�n.�rtapa�l� --T�z'eas'oia,xryM+ninlstrHrti�oalt�
Ad6ptH� tlfi124f2d07
E1�iD OF SECTIOliT
C�TY QF FQRT WORTH
STANDARD CONSTRUCTION SPECIFICATfON DOC[JIvIENTS
Revised hily 1, 2011
00 A1 00
BID FORM
Page 1 of 3
TO, The Purchasing Manager
clo: The Purchasing Division
200 Texas Street
City of F'ort Worth, �exas 76`E02
FOR:
City Project No.: 9014i5-2
s�cTioN ao 4� o0
BID FORM
2018 CIP Band Street Reconstruction, Year 2
Con#ract 14
lJnits/Sections: Unit I- Water Improvements
Unit II - 5anitary Sewer Improvements
Unit lil - Paving Improvements
4. FnEe�� Into Agreement
7he undersigned Bidder proposes and agrees, if this �id is accepted, to enter inta an Agreement with City in the form
included in th� Bidding Doc�rnents to perform and furnish all Work as specified or indicated in #he Contract Documents
for the Bid Price and within the Contract Time indicated in this 43id and in accordance with fhe other terms and
conditions of the Contract Documents.
2. BiDDER Acknowledgements and Cei'tification
2.1. ]n submiiting this Bid, Bidtler accepts all of the terrns and conditions of #he lNVITATION TO BIDD�RS and
iNSTRUCTIONS TO BIDCIERS, ir�cluding wiihout limitation those dealing with tha disposiiian of Bid Bond.
2.2. Bidder is aware of a!� costs to provide ihe rEquired insurance, will do so pending contract award, and will
pro�ide a valid insurance c�rtificafe meefing all requirements within 14 days of notification of award.
2.3, Bidder certifies #hat this Bid is genuine and not made in the inferest of ar on behalf of any undisc�osed
individual or entity and is no# submitted in conformity wi#h any collusi�e agreemen# or rules of any group,
association, organization, or corporation.
2.4. Bidder has nof directly or indirectly induced or solicited any other gidder io submif a false or sham Bid.
2.5. Bidder has not solicited or induced any indiuidual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in cornpeiing for the Contract.
Far the purposes of this Paragraph:
a. "corrupt practice" means t�e offering, giving, receiving, or soliciting of any thing of value likely to
influence the actian of a public af#icial in the bidcfing process.
b. "fraudulent practice" means an in#eniional misrepresentation af facts made (a) fo influence the
bidding process #o the detriment of City (b) to estabfish Bid prices at artificial non-compefiti�e
IeveEs, or (c) to deprive Cily of th� benefiis of free and open competition.
c. "collusive practice" mear�s a scheme ar arrangement between iwo or more Bidders, with or
wifhot�i the knowletEge of City, a purpose of which is to establish Sid prices ak arfificial, non-
campetitive le�els.
d. "coercive practice" means harming or threatening to harm, directiy or indirectl.y, persons or their
praperty to inffuenc� their participation in the bidding process ar affeet fhe execution of the
CITY OF FORT WOR7H
STANDARD CONSTRUCTIQN SPECIF]CATI01� �OCUMENTS 2018 Bond Year 2, Conlract 9A
Form Revised March 9, 2020 City Projecl No, i01475-2
QO 41 UO
BID FORiN
Page 2 of 3
3. Ppequalificatian
The Bidder acknowledges khat ihe following wark types must i�e perFormed only by prequa[ified contractors and
subcontractors:
a. Water Dis#ribution, Urban and Renewai, 2a-inch diameter and smaAer
b. Sewer Callection System, lirbanlRenewal, 8-inches and smaller
c. Sewer Pipe Enlargement 8-inch�s and smaller
d. Liners for Sanitary Sewer Manholes (Warren �n�ironmental or Chesterton)
e. Asphalt Paving ConstructionlR�conStruct+on (LESS THA�1 15,000 square yarcls)
4. Time of Comple�ion
4.1. ihe Work will be complete for Finai Acceptance within 365 days af#er khe date when the
the Contract Time commences to run as pravided in Paragraph 2.Q3 of #he General Conditions.
42. Bidder accepts the provisions of the Agreement as to liquidated damages in ihe e�ent of failure fa cnmplefe
the Woric {andlor achievement of Milestones� within the #imes specified in the Agreement.
5. Attached io this �id
The following documents are aktached to and made a part of this Bid:
a!This Bid �orm, Section 00 41 00
,�.' Require� Bid 8ond, Section OQ 43 13 issued by a surety meeting the requirements of ParagrapF�
5.01 of the General Condifions.
. Proposal Form, Section 00 42 43
G ndor Compliance #o Sfate Law Nan Resident Bidder, 5ecfion 00 43 37
e:�E �'orms (optional at time of bid}
Prequalification 5tatemenf, Section �0 45 'I2
�nfEict of Interest Statement, Section QO 35 13
*If necessary, CIQ or CIS forms are tfl be pro�ided direcily to City Secrefary
�ny addifiona! documents that may be required by Secfion 12 of the Instructions to Bidders
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contracf �ocuments for the �ollowing bid amount. In
the space pra�ided below, please enter fhe total bid amour�t for fhis project. Only this figure will be read
publicly by the Cify at the bid opening.
CITY OF FOR'T WdRTH
STANQARO CONSTRUCTION SPECIFICATION DOCUMENTS 20i8 Bond Year 2, Contract 94
Form Revised hllarch 9, 202D City Project No. 101475-2
00 41 00
BiD FORM
Page3of3
6.2, !i is understood and agreed by the Bidder in signing fhis proposal that the totaf bid amount ent�red below is
subjecf to �erificafian andlor modificafion by rnultiplying fhe unit bid prices for each pay item by the
respective esfimated quar�fities shown in #his proposal and then totaling all of fhe extended amounts.
b.3. Bid Amount
Total Bid
$3,997,5'f4.Q0
7. Bid S�bmittal
This �id is submitted on 2-4-21
Respecffully sub '
By:
(Signature)
Justin Blair
(PriniecE Name}
by the entily named below.
Raceipt is acknowledged of the �nitial
following Addenda:
Acfdendum fVo. 9: JB
Addendum �o. 2:
Addendurn No. 3:
Addendum IVo. 4:
Title: Vice President
Company: McClendon Construction
Corporate Seal:
Address: PO 8ox 999
Bur(esan, TX 76097
State of Incorporation: TX
�maii: �: �� � � _
Phone: 817-295-0066
�ND OF S�CTiOR�
cirr ow FORr waarH
S7ANI]Al3b CONS7RUCTIQN SPEGiFICATION DOCUMENTS 2018 Bond Year 2, Contract 19
Form Revised March 9, 2020 City l�roject Nn. 1 D1475-2
!
on az a�
61D PEIOPOSAL
Pagc f oF5
SECTION 00 42 43
PROPOSALFORM
4���� ����� ���
Projec( llen� Infomtalioi�
Bid[ist Item
No. iaescriplio�i
�+�r,:t ! -1Nate� lmpre:•e�*:er:!a
�
2
3
4
5
s
7
8
9
19
i1
12
13
94
i5
96
17
98
19
2D
21
22
23
24
25
26
27
28
29
30
31
32
33
34
�idd�r'� Application
BidcEers Proposal
Speeification Unit of Bid
Section No. Measure Qumuiry
3311.0461 12" PVC Water Pipe 33 11 12
3311.0267 8" PVG Waier Pipe 33 11 12
3319 A252 8" QfP Waler, CSS Backfifl 33 71 90
33�f 1.0161 6" PVC Water Pipe 33 11 12
3312.3005 12" Gate Valve 33 12 2D
3312.3003 8" Gete Value 33 12 2Q
3312.3002 6" Gate Valve 33 92 20
3305.0005 12" Waler Line Lowering 33 05 12
33D5.0003 8" Water Line Lowering 33 05 12
3305.0114 Manhale Adjustment, Major wI Cover (30" 33 05 14
uvater main vauif)
3305.0106 Manhole Adjustmenl, Major (3D" water mair� 33 05 14
vauifs)
3312.2043 1" Water Service 33 12 10
3372.2�04 1" Pri�ate Water Service 33 12 10
3312.200i 1" Water Service, Meter fieconnection 33 92 i0
3312.2103 'f 112" Wafer Service 3312 10
3312.2149 1 4/2" Water 5ervice, Meter Reconnectio� 33 12 1 D
3312.2203 2" Water 5ervice 33 12 14
33122204 2" Private Water Service 33 92 90
3312.22D1 2" Water Service, Meter Reconnection 33 12 10
3312.00Oi Fire HydranE 33 �i2 40
3392.0117 Conneclion to �xisiing 4"-12" WaYer Nlain 33 12 25
3312.0908 Cor�nection to Existing 2�° Water Main 33 12 25
3311.0001 Duclile Iron Waler Filtings w/ RestrainE 33 i 1 11
02A1.1001 Water Line Grouling 02 41 14
3304.Q101 Temporary Waier Service (2" residentiai) 33 OA 30
330h.09 09 Temporary Water Service (3" commercial) 33 a4 30
{EncEudes Fire Watch)
33U5.01 n3 �xploratpry Excavation of �xisting U#ilities 33 p5 30
3305.0109 Trench 5afe#y 33 05 14
3305.0912 Concrete Collar 33 05 17
0241.1218 4"-9 2" Water Abandonment Plug 02 41 14
0241.1349 F2emove 4" Waier Valve 02 41 14
02�4�i .1302 Remove 6" Waler Valve 02 41 1 A
0249.9303 Remove 8" Water Valve Q2 49 1h
0241.1305 Re3nove 12" Water Valve 02 41 94
�F
LF
LF
LF
EA
EA
EA
EA
EA
EA
EA
EA
LF
�A
EA
EA
EA
LF
EA
EA
EA
�A
TON
CY
LS
LS
EA
LF
EA
EA
EA
�A
�A
EA
Ui3itPrice I BidVai¢e
i90 $950
349 $93.
i56 $�62,
23 $90.
3 $3,250.
14 $2,OD0.
2 $1,500.
3 $13,D00.
11 $19,004.
1 $7,OOD.
2 $8,500.
85 $9,650.�
9 $3,300A[
t $1,0OO.Ot
2 $3,900,QC
15 $150.00
z $�,aao.ac
2 $6,ODQ.00
'f8 $4,400.40
2 $12,000.00
5 $7,500.OD
1 $125,OODA(
9 $75,0OO.00
92 $1,500.00
00 $9.00
19 $350.00
2 $500.00
2 $100.00
3 $100.p�
1 $100.00
1 $100.00
$88,500.00
$2'18,457A0
$90,072.00
$2,07tl.00
$9,750.OU
$28,00�.00
$3,000.00
$i3,OD0.Dp
$921,Q00.0�
$7,000.00
$17,0OO.OD
$140,2so.oa
$9 ,300.00
$38,25Q.00
$3,340.00
$1,000.00
$7,800.OQ
$2,250.00
$2,OODAO
$12,D00.0�
$72,000.00
$24,000.�0
$37,500.00
$3,150.00
$125,0OO.OU
$'f 8, 004.00
$600.00
$6,650A0
$1,000.40
$240.OD
$300.00
$100.U0
$100.OD
CITY OF FORT 1YPRTH 2u I B Aoml Year 2, Cantract I�I
$TANpARP C4NSTRUCTiON SPECIPICATION ll000A7E#JTS Cily Pmjat No. I01475-2
FomiRcviscd20l2D126 Addcodum I
ou az aa
RIA PROPpSAL
PagC 2 Of 5
SECTION 00 42 43
PROPOSALFORM
�1�117' ��1C� �I�
�idde�'s ,4�pli���ivn
�roject Item I�ifonnation Bidder's ProposTl
BidEist Itens Specification L3nit af Bid
Np Descriptioi� Secfion No. 3vieasure Qa�i3tity ����t Price Bid Vahie
35 024f.151D Salvage Fire Hydrant D2 47 t4 EA 2 $500.00 $1,OO�AO
- - - - -
36 0244.1514 Salvage 2" Water Metsr 02 47 '[4 EA 2 $140.OD $2U0.00
_ _. . --- - - __ _ - -
37 024i.1593 Salvage 1 1I2" Waler M�ter 02 41 94 EA 1 $1UO.OD $106.00
38 0241.1512 Salvage 1" Water Meter (5/8" to i" water 02 4'i 14 �A
metgrs)_ _ 85 $100.U0 $8,500.00
39 3201.0614 Conc Pvml Repair, Residenlial 32 01 29 SY 3UD $225.00 $fi7,500.00
_ -- - - - - - --
4D 3201.0400 Temporary Asphalt Pa�ing Repair {2" HMAC 32 01 1 B LF
___ __ ar� 6" Fkex Base) 5917 $20.Q0 $118,340.OD
_ - - --- - - - - -
�� 3201.0112 5' Wide Asphalt Pvmt Repair, Res€deniial 32 01 17 LF
{Keniey & Collinwoodj__ ___ 50 $12S.4D $6,25D_00
Az 3201.0201 Asphall Pvmt Repair Beyond Defned Width, 32 01 17 SY
Residenlial 100 $25.00 $2,500.00
__ _ - -- -- - - - - - - --- _.__ --- .. ........ . ..._.. - -. __
a� 3214A2d0 Brick Pvmt Repair (includes remove, protecl 32 1416 SY
__._. and reinstall) _ _ _ 190 $325.00 $35,750.00
- - -- - - -- --
44 3211.fl113 8" Flexibfa Base,fType A,_GR _1 __ 32 11 23 SY 130 $24.00 $2,600.OQ
- - -. _. _... _ _.. _
45 3216A101 6" Conc Curb and Guiter 32 18 13 l.F 20 $75.OD $9,500.00
- - --__ __ _ .- --- - _ __ - -
- -- - -
�46 02k1.13UU Remove Conc Curb & Gutter 02 41 1S LF 20 $2.OD $40.00
-- - - --- - - - - _ _ _.._ _._ .__ . . _ _ __ - -
_..
47 3291.010Q Topsoil __ 32 91 19 CY 84 $26.00 $2,984.00
- - - - _ _ - --- - . _.... --- - .
48 3292.41D4 Bkock Sod Piacemeni 32 92 93 5Y 500 $5.00 $2,500.00
_ --- - -- - - - - . _.. -- _ _._ ..- - --. _. _.
49 0171.01a1 Construction 5laking D1 71 23 L5 1 $13,DOO.OD $13,DOOAfI
_ -- - - -_ - __ _ .. . ........ .. . -..__ .. _..-- ------ - --....
50 6177.0102 As-Buiit 5urvey 01 71 23 LS 1 $S,OOO.OD $5,00�.00
--- -- - - -- - _ - -- -- -- - - - - __. ___ . _ _... .._...--- - --
b9 3125.0101 SWPPP a 1 acre 31 25 DO LS 1 $5,300.00 $5,300_00
- - - _-- -- - - - - - - -- .. - - - --_ - ----- - - --- - - - -------- - - - ---. _..
52 34ii.0009 TrafTic Conirol (Desfgn and install) 34 79 �3 NIO 5 $B4O00.00 $30,0OO.�D
- - - - - - - - - - -- _ _ ._ ..-- - ---- -
53 3305.0202 Imported EmbedmenUBackfill, CSS 33 05 i0 CY 25 $75.00 $1,875.OU
_ - - - - _ - - ---
54 3305.0203 Imporled Embedment/8ackfill, CLSM 33 05 40 CY 25 $125.DD $3,125.00
_ _ .. ._ _ - � -- -
55 3305.0207 lanported EmbedmenVBackfll, 5elect Fill 33 05 10 CY 25 $50.00 $1,250A0
_ _ - - - - - _.. .- -- -
9999.0001 20" DI Wa#er Pipe, CSS Backflll (restrained 33 11 10
56 joints} (24"x8" tee inciuded in i[em 3311.0001} L.F
4D $370.40 $14,8fl0.00
57 9999.OD02 Water Consirucfion Aliowance - LS 1 $100,00a.ao $140,400.00
Totaf Unit i- water lmprovernents $1,582,813.D0
CITY qF FORT�YORTH 2O18 $ond Ycar 2, CailrncY l4
SFANPAR4 CONSTRUCI701+S SPECIFICATION DOCUMEN'f S Cily Projcst No. 101475-2
Fomi Revised 2dl20120 Addendum I
OU 92 43
BID PROPOSAF.
Pagu 3 of 5
SECTION OD 42 43
PROPOSALFORM
L�R!!T �RI�� �I�
Project Iteut InCom�alion
�i�d�r'� A�O�lica�ion
Bidlist Etem Specification Unit of Bid
No. Descriptio�i Section Plq. IvfcasiErc Quanlity
1
2
3
4
5
6
7
8
9
1D
11
92
13
14
15
16
17
18
99
24
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
Unit II - Sanitary 5ewer improvemenls
3331.4115 8" Sewer Pipe (acceptable backf�ll, PVC, 33 31 20
SDR-2S)
3331.�}9 i9 8" DIP Sewer Plpe (with Prolecto 4U1 33 11 10
Coatinq, acceptable hackfill}
3331.4i 16 8" 5ewer Pipe, CS5 Sackfill (DIP, Prolecto 33 11 10
4D1 Coating)
3331.1102 8" Pipe Enlargement (6" to S"j 33 31 23
3339.i001 4' Manhole 33 39 14,
. 33 39 20
3339.1002 4' �rop Manhole 33 39 90,
33 39 20
3339.1003 4' Extra Depth Manhale {Vertical feet �6-ft 33 39 1D,
depth) 33 39 20
3339.0004 Epoxy MH Liner - 4' Sewer MH 33 39 60
3331.3101 4" Sewer Service (wiih 2-way cleanouts) 33 31 5U
3331.3201 6" Sewer Service 33 31 50
3331.1201 5ervice ReEnstatement, Pipe Enfargemenl 33 31 23
{with 2-way cleanout)__
33d5.019 2 Concrete Callar (MH) 33 05 17
33d9.0101 ilAanhale Vacuum Testing 33 01 30
3331.0702 6" Sewer Pipe, Poinf Repair 33 31 23
3305.D114 Manhole Adjustmenl, Major w! Cover 33 05 14
3301.OD01 Pre-CCTV InspecEion 33 01 31
3309.0002 Posi-CCTV Inspection 33 09 31
3345.0109 irench Safety 33 05 10
024'f.220'f Remove 4' Sewer Manhole 02 41 34
3305.0103 �xploratory Excavation of Existing Utlliiies 33 45 30
3201.0694 Conc Pvmt Repair, Residential 32 01 29
3209.0400 Temparary Asphalt Paving Repair (2" HMAC 32 01 18
on 6" Flex Base)
3110.0102 6"-12" Tree Removal 31 10 00
311 U.49 43 12"-18" Tree Removal 31 1 Q 00
3110A104 18"-24" Tree Rernoval 39 90 00
3292.0400 Seeding, Hydramulch 32 92 13
3291.D100 Topsoil 32 91 99
3292.0100 Block 5od Placement 32 92 93
0171.0101 Construclian Staking U1 7i 23
0179.0142 As-Built Suroey 09 71 23
3125.0101 SWPPP 2 1 acre 31 25 4d
3471.0001 Traf#ic Control (Design and installj 34 71 93
3305.0202 Imporled EmbedmentlBacicfil, C55 33 45 10
33D5.4203 4mporfed �mpedmentlBackTill, CLSNf 33 05 10
3305.0207 Imported EmbedmentlBackfili, Select Fill 33 05 1D
$999.0001 3" Gravel for alley trench repair 99 99 09
9999.00U2 Sanitary 5ewer Construcfion Allowance -
Total ilnit 11 - 5anitary Sewer Imaro�ements
C1TY OF FOAT 1VORTH
STANDARD CONSTR[f4TION 5P�C�ICATIDN �OCUMEtJTS
Fomi Revisod 2012DI2U
L�
LF
LF
LF
EA
EA
VF
VF
EA
EA
�A
EA
EA
L.F
�A
LF
LF
�F
EA
EA
SY
LF
EA
EA
EA
SY
CY
SY
LS
€.S
LS
iV10
GY
CY
CY
SY
LS
1
7
1
i1
Bidde�s Proposal
Unit Price Bid Value
$155AD $136,090.00
$195.00 $70,200.00
$225.QQ $1fi,875.U0
$160.00 $28,D00.00
$7,OOQ.dO $48,400.00
$4, 950.00
$14,850.00
$84,600.00
$2,0OO.OD
47 1,800.00
i z,000.00
2 1,ODO.OD
8 800.00
s z3a.ao
98 250.00
175 1
7488 1
1313
7 60
10 9,50
0 34.06
7 400.��
2 600.00
i 1,ODD.40
0 7.00
1
9
1
$2,400.04
$4,500.00
$25,500.00
$1,750.d0
$14,884.OD
$2,626.00
$h,2D�.00
$15,000.00
�z,�oa.00
$2,800.00
$9,200.00
$'� ,OOD.QO
$2,800.00
$52.00
$6D.00
6,00�,00 $6,OOD.00
2,50U.fl0 $2,50D.4U
4,500.00 $4,500.00
s,000.oa ��2,00a.00
75.00 $1,875.00
125.00 $3,125.OU
50.04 $1,25U.4Q
25.00 $22,500.00
50,000.00 $50,000.00
$612,808.00
2018 Bond Ycar 2, Canlraci Iq
City Pmjcc[ iVo. 101475-2
Addrndum ]
aaoz�s
61D PROPDSAI.
Pngc -0 af 3
SECTION UO 42 43
PROPOSALFORM
1.1R�IT �RI�� �I�
�idder'� �pplica�ion
Project [tein Ei�fonnation
Bidlist Nem� 1?eseriptioi�
No.
Il�n{I �II - F'��Ing I:��.�:'s^TEii1;5
1 0171.01 U1 Construction Staking 41 71 23 LS
- - - .. .. -
2 3125.0101 SWPPP >1 aare 31 25 00 LS
3 0241.0100 Remove Sidewalk 42 47 13 SF
- - - - - --
4 �241.02Q0 Rernove Step U2 49 93 SF
- -- _ _ _ - -
5 0241.03DU Remove ADA Ramp U2 43 33 EA
- - - -- - --- --� _ _ ....-- - _ - - � - - -
6 0241.04U1 Remove Concrete flrive 42 41 13 SF
- - -- - - - - , --- --
7 6241.04�3 Remove Brick Drive 02 49 93 SF
8 0241.11U0 Remove Asphalt Pvmi d2 4� 1S SY
- - - - - -- - ---� - -- - -- - - _ _ - - - - -
9 0241.1300 Remove Conc Curb & GuEler 02 49 95 LF
--- _ _ � ----._ __.. ._ .. -- - .- - - - ----
10 0241,1400 Remove Conc Valley Gutter 02 41 1b SY
- -- - - - -_ _ _. ._._._ - -- -- - -
'[ 1 U241.4Ut11 Remo�e Curb inlei U2 49 14 Eq
- - - .. _._- - - _ - -- ---- - - - - _ - - - -
'{2 3217.43U7 Remove Raised Markers 02 49 95 EA
- - _ - - - - - -- -.. ....-- - - - - - - --
13 311U.0109 Sile Clearing 39 10 00 SY
_ __ --- - _--- _. ..._ . _ _ _ . _-- - .. - -
'E4 311UA102 6"- 12" Tree Removal 3'1 30 00 Eq
- - - --.. . . ..... _. - - - -- - ---
15 311 �.U103 12"-18" Tree Remaval 31 10 00 EA
- - - - ......._._-- --...... __ - - - - -- -
46 3114A104 18°- 24" Tree Removal 31 10 00 EA
_ - -- . ....- -- ---- - -- - - -- - - .. .- --
�f 7 311 a.U105 24" and Larger Tree Removal 39 10 00 �A
_- - -- ---.... _ ___.._.._ _. ..- - --- - - - -- --_ --
48 3123.0109 Unclassified Excevation by Plan 31 23 16 CY
- - --- ----- --�.-__ _..._. . ___ _-- -- ___
,�� 0241.170� Pa�ement Pulverizatian (11" pul�erize, 3" Q2 4'1 1b SY
cutl -- -
2U 32'12.U303 3" Asphait Paverrrent Type D 32 12 'I6 SY
2'I 3211.0912 6" Flexible Base, �fype A, GR-1 32 11 23 5Y
22 3212.04D'E Hft�AC Transition 32 'f 2 18 TON
23 3299.0600 Cement (26 Ibslsy) 32 13 13 M TON
24 3213.03D1 4" Conc Sidewal[c 32 13 20 SF
- -- _ .. _ . - - -
25 3293.03�t1 4" Conc SidewalK, Adjacenl lo Curb 32 13 2U SF
- - - --...- - - - - -- _..- - - - -- --
2� 3213.0321 Conc 5idewafk, Adjacent ta Retaining WaA 32 13 2D SF
27 3232.Oi0R Conc Ret Wall Adjacent to Sidewalk 32 32 13 SF
28 3213.0401 6" Cancrete Driveway 32 13 2U 5F
- - --� - - - --- - - - - - -.. .
2g 3213.05�1 Barrier Free Ramp, Type R-3 32 13 20 EA
30 3213.0506 Barrisr Free Ramp, Type P-1 32 13 20 �A
31 3216.0'{01 6" Conc Gurb and Gutfer 32 16 13 LF
_..- -- - --- - -- - -- - - -
32 32�f 3.0322 Conc Curb at Back of Sidewalk 32 16 13 L�
- - -- - - --- - _ _ _ _ ._.... --- - -_ - .
33 32'[4.01 DQ BCicic Pvm! 32 14 16 SY
_ - - - - - - - ... . . ..--- --- - _ - -- --- - -- ---
34 32'f 6.03U1 7" Conc Valley Gulker, Residential 32 16 13 SY
.._._ _ .._ �... --- __.--- -- -- - -- - --- -- __
35 3291.01UQ Topsoil 32 91 19 CY
- - __---- - - - -- - - - - - -- - - - - --- - W
36 3292.01 UU Block 5od Placement 32 92 13 5Y
37 3348.0006 4" Pipe Underdrain 33 46 OD LF
-- - -- -- _ -- - _. - - - _._ _ _ _
38 3349.8DU1 10' Type 2 Inlet 33 49 2D EA
_. _._ ___ __ . - - - _ - --- -- -- -- --... _
39 3305.0107 Manhoie Adjustment, Minor 38 05 94 EA
40 3305.0111 Valve Box Adjustmenf wlConcrete Collar 33 05 1�+ EA
Specific2tion l Unii of I Sid
Sec{ion No. � Measjiee Quantily
il �
i, 1
136fi5
2U
1D
- -12723
- -222
77
6327
... ._.. - 28
, _._2 _
_ �a _.
500
BiddCr s Proposal
Unif Price ] Bid Valuc
14,DOOAO $14,OU0.00
$6,300.Oa $6,3fl0.00
$1.5D $20,49T.50
- -
$10.00 $200.00
$200A0 $2,UOO.Dd
$2.OD $25,446.00
$2A0 - --- $444.DD
$3.00 $231.00
$3,50 $22,144.50
_ _ . .. . --- --- -
�8.00 �zza.00
$2,UUU.OD $4,OOD.DO
- - - - -- - - - --
$b.00 $50.00
$10.OD $5,UOD.DO
---- -
$375.OD $2,250.DD
$750.00 $2,250.00
_._.__ _ .. _ - - - -
$1,750.00 $7,ODD.00
-- -- - _ _. -- -- - - -
5 $2,500.00 $12,500.D0
1400 $40.00 $56,ODD.DO
13466 $11.25 $151,492.50
13466 $17.D0 $228,922.00
5D $95.00 $750.00
11 $950.D0 $9,650.00
61 $235.�0 $i4,335.00
17200 $9.00 $95�4,80D.00
3�6 $19.�0 $3,�476.00
550 $i1.00 $6,050.00
200 $6�.00 $12,000.00
32231 $ii.pU $134,541.0�
1 $9,800.00 $'{,800.00
21 $1,600.Od $33,600.00
943� $51.75 $488,002.5fl
100 $15.00 $1,500.OU
_.... - -- --- - - -
5U $250.00 $12,500.00
151 $155.00 $23,405.44
- -. . -- -- - _
1420 $2$.a4 $3B,92D.40
-8504 $5.40 $42,524A4
_ . _. .. -- - - -- ---... _
51 $30.00 $1,530.00
2 $13,OOQ.00 $2&,000.00
- 13 - - $3U0.00 $3,900.00
- - - - . _ - --- -
24 $35U.00 $8,44U.00
Cl1"Y OF PORT WOR'I'H 2O18 Bond Yrar 2, Cant�nct 14
STA7JUARD CONSTR[]C'CION SPSCiEiCAT7�N DOCUMEN7'S City Pro3at tdo, 10i475-2
Porm Ae��'ssed 2012012U Addendum I
UII d2 q3
➢I�PROPOSAL
Pag� S af 5
SECTION 00 A2 A3
PROPOSAL�ORM
UNI� ��IC� �!�
�idd�r'� �pplic�tion
Projecl Iteioi Iufom�ation 8idders �roposal
Bidlist Item Specification UniE of Bid
�o bescriplion Seciion No. Measure Quantify �°�� Price Bid Value
A1 3217.030� 12" SLD Pvmt iNarking HAE (11V� 32 17 23 LF 15 $2D.44 $300.00
42 3247.0002 4" SL� Pvmt Marking NAS (Y) 32 'E7 23 LF 140 $10.00 $1,�400.00
43 3217.2703 REFL Raised MarkerTY II-A-A 32 17 23 EA 2 $20.00 $a0.00
44 33d5.0192 Concrefe Collar 33 05 9 7 EA 13 $350.00 $q,550.Q0
45 3471.0001 Traffic Control 34 71 13 MO 5 $6,000.00 $30,D04.o0
A6 9999.0001 Cem-Lime (32 lbs/syj 32 13 13 M TON � 30 $225.d0 $29,250.Op
47 9999.0002 Concrete Steps 5F 900 $54.D0 $5,000.00
48 9999.U003 Retaining wall adjacent to steps - S� 5p $60.DD $3,00�.00
49 9999.OD04 ADA compfiant Handra�l - LF 30 $925A0 $3,75D.40
50 9999.00D5 R�move & Replace Inlet Top - EA _ 4 $5,50D.00 $22,000.00
5� 9999.OD06 Miscellaneous Ufilily Relocation (irrigation LS
allowance) 9 $20,000.00 $20,000.00
52 9999.00�7 Remove, Salvage and Reinstal! Histarical EA
CurbTlle 1 $9,OOD.00 $1,0OO.Ofl
53 9999.00D8 Remove, 5alvage and Reinstall walkway - SY 22 $76.00 $1,672.Dd
54 8999•0009 Remove, Salvag� and Reinstall Brick Island - SF
(between ramps on Sanquinet� _ _ 40 $34.40 $9,200.00
55 9998.Q010 Paving Consfrucfion Allowance - LS 1 $1p0,o0p.QD $i0Q000.00
7otal Unit III - Paving Improvements $1,799,793.D0
Bid $ummnry
Unit i - Water Improvements
Un9t II - Sanitary Sewer Improvements
fJnit !E! - Paving Improvements
$1,592,913.40
$612,808A�
$1,789,793.��
TotAl
END QF SCCT[pIV
CITY 0� FORT{VOR7}{ 2UI8 Bond Year 2, Cantrecl l4
STANDAR6 CONSTRiJC7i0N SP&CIFICATEON POCGMENTS City Project Na Eo1475-2
fomi Rcviacd 20120320 Addendum 1
00 0.3 13
ero epN❑
;; .� �, �
Conforms �-riti� "�he �arnarican fr�stitute af
/erchiteces, �.,I.A. �ocumerit �lo. A 310
" ,,,,,t�on.0 m an Inc.
KNOW ALL BY THCSE PRESENTS, That we, Il�e _ endon onsfruc,.,..,.. .. o. ..�__y,...� _
�48 Memorial P1aza, �urieson, Texas 7'�0�4
as Prineipal, iiereinafter caEled El�e Pru�cipal,
and thc Merchants �onding Company [Mutualj
of PO �ox 144�8, �es I�foines, I� 50306 , a corporation duly or�anizec� undcr
tbe laws o#'the Stake of lowa ,�s Surety, hereinafter culled khe Surety, are held and firmly hound unto
Ci#y of �ori Worfh as Obligec, F►creinaftcr caltcc3 the Ol�lt�ee,
in the sum of *** ��V� P�RC��! 1 0�' i0�"AI� AfVi�UN"�' �IL� �Y PRINCiP��*�*
Doliars ( .�i% Td�� ), for the payment of wl�ieh suen well and tni[y to ba �nade, tl�e saic� Principai and thc sa�d
Surety, bir�d oarsetves, our l�ei�s, exeeutors, adtni�ustratars, suceessors and assigns, jointly a�id severalty, firinly by thesc presents.
W�iER�AS, the Principal has submitted a bid far
�018 �and Year � Contract 94 5treet �econstruction Various l�ocafions
NOW, TH�R��ORE, if tlie Obli�ce sl�ail aecegt the bid of the Princi�al �and the Principal shall eRter into a Contract with thc Qbligec in
accordance with the terrr�s o� such bid, and givc sucf3 bond oi� bonds as may be speci�ed 'u� tPie bi�ding or Contrac� Docnments with
goad and se�#�'icie��t surety for the Faithful perFormas�ce oi such Contract and for tfie prompt pay�nent of labor and matcrial furnishcd in
thc prosccution thcreof, or in tlie event of the fai�ure of i�e Princi�al to enter such Contract and give such bond ar bonds, if the Principa)
shail pay to the Obligee the differencc not to cxcacd the penalty hereof between the amount s�ecificd in said bid and sucl� larger amount
far wivch the Ohligee may in �ood faith contract with anotl�er party to perform the Work covered Uy said bid, tlict� tl�ts obligaiion shall
be null and void, oNferwise to remain in full force and effect.
Signed and seate�d this �_ �fh_ _ day of �'efo�'uary 2021
� _ _ _._....._.. .
'` McClendon Construction Com an , Inc. (Scal)
f} Pr'n�al
` WiMess � - • �
f � t _� �
' Witncss
Title
Merch �ts �ondin�pany �fViutual�
� B � � ' ,_ , r; _ -
Y
�-
t�"y J, eeh Ariomey-in-Fact
�� � �,�5,� � � F �~�
BC7�DIh�1G �QAfrPA�Y=�
��l,V�FZ �� �eii�Ftf��Y
KnowA!! Persons By Tf�ese Presenis, Eha# MERCHANTS 801VDING CONiPANY (MUTUAL) and MEf2CHANTS NATIONAL BONDING, WC.,
both being coiparations of ft3e Siate of lawa (h�rein coflectively called fhe "Companies"} do hereby make, constitute and appoint, individualfy,
Andrew Addison; 8etty J Reeh; Bryan IC Mopre; Gary Wayne Wheatley; NEichael D�iendricl<son; Palricia Ann Lyitie
their true and lawful Atforney(s)-in-Faat, ta sign its name as surety(ies) and ta execute, sea! and acicr�awledge any and all bonds, undertakings,
contracts and oiher written instruments in the nature thereo(, on behalf of the Compan'ses in their business of guaranteeing !he fde4ity
af persons, guaranteeing the pe�formance of contracts and execut9ng or guaranteeing bonds and und�rtakings required or permitted in any
aclions or proceedings alfowed by law.
This Power-af-Atforn�y is granted and is sigi}ed aild sealed by tacsimile under and by authority of the #ollowing By-Laws acfopted by tE�e Board
af �irectors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2�15 and adopted by the Board of Directors
of MerchantsNatianal Bonding, Inc., on October 96, 2�15.
"The President, Secretary, 1"reasurer, or eny Assistani Treasurer ar any Assisfant Secretary or any Viae Presiden! shall have pawer and authority
lo appoint Attorneys-in-Fact, and io auihorize them io execule on behaif of the Company, and aiiach the seal of the Company thereio, 6onds and
undeftakings, recognizances, cantracts oi indemnity and ather writings a1�ligatory in the r�ature ihereof."
"The signature of any auihorizet{ oNicer and the seal of ihe Company may be afiixed hy facsimile or electronic transmissio� lo any Power of Attorney
or Certificatinn thereof auihorizing the execulion and de}ivery of any bond, undertakii�g, recognizance, or other suretyship obligations o( the
Company, and such signature and seaf when so used shall have the same farce and effect as ihough manuaily fixed."
In conneciion with obligations in favor of the Florida Deparlment of Transportatian only, it is agreed that the power and aui hority hereby given ta the
AEfomey-in-�act fncludes any and alf consents for the release af retained percentages andlor iina! estimates on engineering and cansiruction
coniracis required by ihe Sfate of �tarida Department af TransparEatian. If is fully u�derstood that consenEing to ihe State ofFlorida Department
of iransporial9on making payment of the (inal esfima#e to the Contractor andfor iis assignee, shall noi relieve fhis sureiy company of any of
its obligations under lis qonrl.
In connection with obliga�ions in fav4r ot the I<entucky Department of Fiighways an{y, it is agreed thai the power and authorily hereby given
to #he AEEorney-in-�act cannot be modified or revoked un�ess prior wrilten persanal notice of such inten# has been given to the Commissioner-
Depariment of Highways of fhe Camrttonwealth of Kentucky at least thirty (30) days priar to Ehe modification or revocaiion.
In Witness Whereof, the Companies have caused ihis instrument io be signed and sealed lhis 11th day of February , 2020 .
.��'�a�'�•. . e • - � •a
`���•��4��P��t•�••�•. 0���1�a,���p�� MERCHANTSBONDINGCONfPA1VY(MIJTL�ALj
�h��'�s�� R,��'.���: � `��'��4���'��'��°� M�RCHAN75NAi�ONALBOM1IDING,iNC.
� . t�;'� �'•.'c' �
;�:� ��a �It�� .e-.,.� -o- �:�s
•�,l' , �
: ��. 20�3 ;,,�: o �� 1933 : �: By �
: • : e �• •��ro �
'•���%/•���� ���•� �`�, p�Q`��/� � �i •`e��� President
s-rAr�. a� iowA ''�t•,...,.,••• •� 9� 1� G O
CQUi�TY OF DA�LAS ss,
On khis 11th day ot Fe�ruary 2020 , before me appeared �arry Taytar, ta ma personally known, who being by me d�1y sworn
did sey that he is f'resident of MERCHANTS 80NDENG COMPANY (MU7UALj and MERCHANTS lVATIONAL BOIV�ING, fNC.; and that the
seals affixed to the foregoing instrument are th� Corporate Seals of the Com�anies; and that the said instrument was signed and seafed in behalf
nt the Gompanies by authority of their respective Boards of �ireciors.
,��tiAt s pOLLY NI�,S�N .
a � Commissiar� �Iumber 750576 � �/V����
� ° ° ° ° '` My Commission Expires �'
F,o��. �_ __ January 07, 2023 Notaty Publio
(Expiration of noi�r}r's commissEon
does not invalidate this instrument)
I, William Warner, Jr., Secretary af M�RCHANTS 641VOIEVG CQMPANY f�U'il1AL) and MERGFiANTS IVATIaNAL BONDiNG, ING., do hereby
ceriiFy that fMe at�ove and foregaing is a true and cot�eck copy af the POWER-QF-,4TTORNEY executed by said Cortlpan[es, which is sfi[! in fu�l
force and effect and has not been amended ar revoked.
In Wiiness Whereof, I have here�nto set my hand a�d a#ixed the seai of the Companies on t�is 4th day of �ebruazy , zo21,
''�������If��� • '�y o � O •
�t��°[���i��'•r� a��,P,%i„�i�p mA o
;��y : ���o�,�.��o, a �o •oPl�Oq� ��. � ,� f
. � '�+ j'�;�.: a �;� �'..s. 4 ' ���.
�@:� ��� �'�" �Z:� o �•�o
. o : �
.'� �. � � � ' �'• 1933 ; � ° Secretary
�v. a0a3 ,:.�; o��. •/�y�
.,+,e�+��... � •..��`''' bOa�,�� y�`• ,�0�`a.
POA 0018 (1/2Q) ��'•�.�...�.,+.•• ••oaeo.,
�.�:a.�.��_-,� ������� ,.
i� !f 7 ��� �� r �.i �a - �w� L� � +! �S�-��� �r
�AVAL�O���1 \� �����1'.t
To obtain information or malce a complaint:
You may contact your insurance agent at #he #elepl�one number provided by your insuranee
agent.
Yau may call Merchants Bonding Company's to#I-free teiephane num�Oer for information ar to
make a complaint at:
�I -t�00-B�8�8'� i'i
You may contact the Texas Department of #nsurance to obtain inforrnation on campanies,
co�erages, rights or compla�nts at:
'� a�0U�252o3�39
You �nay write the Texas Department of Insurance at:
P. O. Box 'i 491 Q4
Austin, TX 787i4-9104
Fax: {512) 475-1779
Web: http:l/www.tdi.state.tx.us
E-mail: ConsumerProteciion@tdi.stake.tx.us
PR�14lIIUfVd9 �►iVC� CLAI{� �I�PUT�S: Should you ha�e a c�ispute concerning your premiurn or
about a claim you shauld contacf the agent first. If the dispute is not resolved, you may cot�tact
the Texas Department of Ir�surance.
ATiA�H �'HI� R��T'IC� 'CO YOUR �0�1CY: This notice �s for information only and does nat
becam� a pari or condition of the attached docurrEent.
SUP 0032 TX (1/09)
00 43 37
VEN�DR COMPLIANC� TO STATE LAW
Page 9 of 7
S�CTiOi� 00 43 37
VEfVDOR COMPLIANC� TO STATE LAW NON RESIDENT BIbpER
Texas Government Code Chapter 2252 was adapted #or the award of contracts to nonresident bidders. This law
provides that, in arder to be awarded a contract as low bidder, nonresident bidders (out-of-state cnntractors
whose corporate affices or principal place of business are outside the State of Texas) bid prajects for canstruction,
improvements, supplies or services in Texas at an arnount iower than the lowest Texas residenf bidder by the
same amaunt fhat a 7exas resident bidder would be required to underbid a nonresident bidder in arder fo ob#ain a
comparable contract in the State which fhe nonresident's principal place of bt�siness is located.
7he appropriate blanks in Section A must be fiiiec! aut fay all nonresident bidders in order for your bid to rnest
specifications. The failure of nonresideni bidders to do so wil! automaticafly disqualify fiha# bidder. Resident bidders
must check the #�ax in S.eaiion B.
A. Nonresident bidders in the State of ��� ' � '���, our principal place of business,
ar� required to be •:� i�-��� � percen# {ower than resident bidders by State Law. A copy of the
statute is attac�ed.
Nanresident bidders in the S#ate of ��� i:��� i'��� , our principal pface of business,
are not required ta underbid resident bidders.
B. The principal �lace of business of our campany or our parent company or majority owner is
in the State of Texas. �
S[DC]I�R:
McClencfon Construcfion
PO 8ox 999
Burleson, TX 76097
By: Justin Bfair
ignature)
Tikle: Vice President
Date: � � " �
�ND OF SECTION
CITY OF FORT WOFtTH
STANDARD CDNSTRUCTI4N SPECIFlCATIOM DOCUMENiS
Form Revised 20110627
2Qi8 Bond Year2, Cantract 1A
City Projeci No. 101475-2
00 45 11 - 1
BIDDERS PREQUALIFICA'I'�ONS
SECTION 00 4511
BIDDERS PREQUALIFICAT�ONS
Page l of 3
L Summary, All contractars are required to be prequalifed by the City prior to submitting
bids. To be eligible to bid the contractor must subzxiit Seciion OQ 45 12, Prequalif cation
State�nent far the work type(s) fisted with their Bid. Any contractor or subcontractor who is
not preyualified for the wark type(s) listed must submit Section 00 45 13, Bidder
Prequalificarion Application in accordance with the requirements below.
The prequalification process wilI estabIish a bid limit based on a technical evaluation and
finar�cial anal�rsis oithe contractor. The information must be subnaitted seven (7} days prior
to the date of the opening of bids. For exarnple, a cantractor wishing to submit bids on
projects to be opened on the 7th of Apri1 must file the information by the 31si day oiMarch
in arcEer to bid on these projects. In order �o expedite and facilitate the approval of a Bidder's
Prequalifcation Application, the following rriust accompany the submission.
a. A complete set of audited or reviewed financial statements.
{1} Class�fied Balance S�eet
(2) Income Statement
(3) Statement af Cash Flows
(4) Statement of Retained Earnings
{5} Notes to the Financial Statements, if any
b. A certified copy of the firnn's organizational documents (Corporate Charter, Articles
of Incorporatian, Articles of Organization, Certificate of Formation, LLC
Regulations, Certificate of Limited Partnership Agreement).
c. A completed Bidder Prequalificatian Application.
{1} The iirm's Texas Taxpayer ldentification Nurnber as issued by the Texas
Comptroller of Pub�ic Accounts. To obiain a Texas Taxpayer ldentification
number visit the Texas Comptrolier of Public Accounts online at the
fallowing web address www.window.state:tx_ia,s/taxpermi�/ and fill out the
application to apply for your Texas tax ID.
(2) The firm's e-mail address and faa� number.
(3) The firm's DLTNS number as issued by Dun & Bradstreet. This number
is used by the City for required reporting on Federal Aid projects. The DUNS
number may be obtained at r�vww.dnb.com.
d. Resumes reflecting tl�e construction experience of the principles of the firm for firms
submitting their initial prequalification. These resumes sho�ld include the size a,n.d
scope of the work performed.
e. Other information as requested by the City.
2. Prequalifcation Requirements
a. Fi�aracial Statements. Financiai statement submission must be provideci in
accordance with the folIowing:
(1) The City requires that the original Financial Statement or a certified copy
be submitted for consideration,
CTTY OF FORT WOR7'H 2O18 Bond Year 2, Conp-act 14
STANDARD CONSTRiTCTION SPECIFICATION bOCY.1MENTS City Project No. 101475-2
Rev3sed 7uly 1, 2011
00 45 11 - 2
BIDDERS PREQUALTFICATIONS
Page 2 of 3
(2) To be satisfactory, the financial statetnents must be audited or reviewed
by an independent, certiiied public accounting firm registered and in
good standing in any state. Current Texas statues also require that
accounting firms performing audits or re�iews an business entities within
the State of Texas be properly licensed or registered with the Texas State
Baard of Puhlic Accountancy.
(3} The accouniing ium should sta#e in the audit report or review whether
the contractor zs an individual, corporation, or limited liability campany.
{4) Financial Statements must be presented in U.,S. dollars at ihe current rate
of exchange of the Balance Sheet date.
{5) The City will not recognize any certified public accountant as
independent who is not, in fact, independent.
{6) The accountant's opinion an fihe financial statements af �e contracting
cornpany should state that the audit or review has been conducted in
accardance with auditing standards generally accepted in the United
States of America. This must be stated in t�e accounting firm's opinion.
It should: (1) express an unqualified opinion, or {2) express a qualified
opinion on the statements taken as a whole.
(7) The City reserves the right to requite a new statement at any time.
(8) The financial statement must be prepared as of t1�e Iast day of any month,
nat mare tha�n one year old and must be on file with the City �6 month�
thereafter, in accardance with Paragraph 1.
{9) The City vvill deterinine a contractor's bidding capacity for tJae purposes
of awarding contracts. Bidding capacity is determined by mult�plying the
positive net warking capital (working capital= current assets — current
liabilities} by a factor of I.O.Only those statements reflecting a positive
net r�vorking capital position wiI1 be considered satisfactory for
prequalification purposes.
(10) In the case that a bidding date falls within the tirne a new financial
statement is being prepared, the previous statement shall be updated with
proper verification.
b. Bidder Prequalification Application. A Bidder Prequalificatian Application must be
submitted along with audited ar reviewed financial sta.tements by firms wishing to be
eligible to bid on all classes af construction and maintenance projects. Incomplete
Applications will be rejected.
(1} In those schedules where there is nothing to report, the nota�ion of
"None" or "N/A" should be inserted.
{2) A minimum of �ve (5) references of re�ated work must be provided.
(3) Submission of an equipment schedule which indicates equipment �nder
the contral of the Contractor and which is related to the type of work for
which the Contactor is seeking prequalification. The schedule must
include ti�e rnanufacturer, model and general common descri�ption of
each piece of equipnaent. Abbre�riations or means of describing
equiprnent other than provided above will not be accepted.
3. Eli�ibility to Bid
a. The City shall be the sole judge as to a contractor's prequalification,
b. The City may reject, suspend, or modify any prequalification for failure by the
contractor to demonstrate acceptahle financial ability or performance.
c. The City will issue a letter as to the status ofthe prequali�ication appro�al.
CITY OF' FORT WORTH 201 S Bond Year 2, Contract 14
STANDARD CONSTAUCTION SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised 7uly 1, 2011
004511 -3
BIDDERS PREQUALIFICATI4NS
Fage 3 of 3
d. If a contractor has a valid prequalification letter, the contraetor will be etigible to bid
the prequalified wQrk types until the expiration daie stated in the letter.
END OF SECTION
CITY OF FORT WORTH 2O18 Sond Year 2, Contract 14
STANDARD COI�iSTRUCTION SPECIFICATION DOCi1MENTS Ciry Praject No. 101475-2
Revised duly 1, 2011
oa as iz
PCiCQUAE.EPfCATIDN S"i'ATEA9ENT
I'agc 1 of 1
SCCTiON DO 45 12
PREQUA�,IFICATIQN STATEMENT
Each Bidd�z' for a City �rocurement is requi�-�d to cornplete tl�e infot-�naiic�n below by identifyii�g
t:he prequalified cotltr•actors andlor subcont�•actors wl�om tliey inte��d to utilize for the ma,�or work
rype(s) listed.
Majar Work Type Contractor/Subcontractor Prequalification
Co�n ar� Name Ex i��ation I]ate
R&D S��rns Brothers ConsY. 4-30-21.
- - - R&D Bur�is Bzoihers Const. 4-30-21
� � � �� � � � r� � � � �� � Exce14 Construciton 4-30-21
' Ace �'ipe C�eaning 2-28-21
McClendon Gonstructoin Co., 7-30-21
The t�ndei°signed Iie�-eby certif'ies that the contracCors and/or subco���i-actoa•s described in
the table aUove a��e cut-r-ently prequalified for the work types listed.
B�DD�R: McGLENDQi� CONB�. CQ., INC.
P.O. BOX 999
BURLE50N, TEXAS 76097
Company
Address
City/StatelZip
By: � c��� `'1 �t � � �
(T'�ea�Pri�t}
Sigr�atur •
Title, V/ La �����,�"
(Please Print)
Date:
END OF SECTION
� - �/- �
CiTX dF FORT VVOR7'H 2D1R Band Xear 2, Contrdct 1�4
STANDARD CONSTRUCTFON SPEC�'ICATiON DOC[3MENP5 City Project No. 101475-2
Rcvised July a, 20! ]
�������.��
__
SECTION 00 �4� 13
BIDDER PREQUAL�FICATION APPLICATION
Date of Balance Sheet
Name under which you wish to quatify
Post Office Bax
Mark only one:
7ndivid�aal
Limited Partnership
Generat Partnership
Coxporation
Limited Liability Company
Ciiy
State Zip Code
Street Address (required} City State Zip Code
( ) ( ) ., ,_.,.....__
Telephone Fax Email
Texas T�payer ldenti�icatio� No.
Federal Employers Identification No.
DLTNS No. {if applicable}
MAII.. THIS QUESTIONAIRE AL�NG WITH FINANCIAL STATEMENTS TO:
CITY �� FORT WORTH TEXAS
200 TEXAS �TREET
FORT WORTH, TEXAS 76102-63 J�
AND M1�RK THE ENVELOPE: "BIDDER PREQUALIFICATIQN APPLICATION"
2D18 Bond Year 2, Conh�act I4
City Project Na. 101475-2
0� 45 13
SIDDER PREQLJALiFICATION APPLICATIOIV
Page 2 of S
BUSINESS CLASSIFICAT�ON
The foIlowing should be completed in arder that we may properly classify your firm:
(Check the block(s) which are applicable — Block 3 is to be left blank ii Block 1 and/or Black 2 is
checked)
� Has fewer thar� 100 employees
and/or
� Has less than $6,000,000.00 in annual gross receipts
OR
� Does not nneet the criteria for being designated a smail business as provided in Section
200b.001 of the Texas Governinent Code.
The classification of your firm as a small or large business is not a factnr in detennining eligibility ta
become prequalified.
MAJQR WORK CATEGORIES
Water Depa�-tment
Augur Boring - 24-inch diameter casing and less
Augur Boring - Greater than 24�-inch diameter casing and greater
Tunneling— 3b-Inches — 60 —inches, and 35Q LF or less
Tunneling - 3b-Inches — b0 —inches, and greater than 350 LF
Tunneling — b6" and greater, 35a LF az�d greater
Tunneling --- b6" and greater, 35p LF or Less
Cathodic Protection
Water Distributian, Development, 8-inch dianneter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-i�ch diazneter and smaller
Water Distribution, Urban and Renewal, 12-inch dia�neter and smaller
Water Transrnission, Development, 2�-inches and smalIer
Water Transrnission, Urban/Renewal, 24-inches arzd smaller
Water Transznission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and sz�aaller
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 Purnping 42-inches and larger
CCTV, S-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 FpRT WORTH 2O1A Bond Year 2, Contsact 14
STANbARD CONS'I'RUCTION 3PECIFICATION DOCUMENTS City Project Il�o, �07475-2
Revised Mazch 9, 2020
00 45 13
$IbbBR PREQUALIFICATIpN APPLICATION
Page 3 of 8
MA.iOR WORK CATEGORIES, CONTINUED
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smallex
Sewer CIPP, A11 Sizes
Sewer Collection Systern, Development, S-inches and smaller
Sewer Collection System, Urban/Renewal, 8-inches and smailer
Sewer ColZection System, Development, 12-inches and smaller
Sewer Collection System, Uri�an/Rener�val, 12-inches and smaller
Sewer Intexceptors, Developmeni, 24-inches and smaller
Sewer �nterceptors, Urban/Renewal, 24-inches and smaIler
Sewer Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and smaller
Sewer interceptors, Developrnent, 48-inches and smaller
Sewer Interceptars, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargemeni 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 Zess
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons AlI Sizes
Transportation Pu61ic Warks
Asphalt Paving Construction/Reconstruction {LESS THAN 15,000 square yards)
Asphalt Paving Const�ruction/Reconstruction (15,000 square yards and GREATER}
Asphalt Paving Heavy Maintenance (iJNDER $1,Q00,000)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Concrete Paving Construction/Recanstr«ction (15,fl00 square yards and GREATER)
Roadway and Pedestrian Lighting
CITI' OF F012T WORTH 2O18 $ond �iear 2, Caniract 14
STANDARD CONSTRiJCTION Sl'ECIFICATTON bOCI.1MENTS Ciry Project No. i01475-2
Revised March 9, 2020
ao as i3
BIDDER FREQUALIFICATTON APPLICATION
Page 4 of 8
List equiprnent you do not own but which is available by renting
DESCRIPT�QN �F EQUIPMENT NAME AND DETAILED ADDRE�S OF OWNER
2. How �nany years has your organization been in �usiness as a general cor�tracior under your present
name?
List previous business names:
3. How rnany years of experience in construction work has your arganization
had:
{a) As a General Contractor:
(b} As a 5ub-Contractar:
4. *What projects has your organization completed in Texas and elsewhere?
CLASS LOCATION NAME AND DETAILED
CONTRACT OF DATE CITY-COUNTY- - ADDRESS O�' OFFICIAL TO
AM�UNT WORK CQMPLETED STATE WHOM YOU REFER
*If requalifying only show work performed since last staternent.
S.Have you ever failed to eomplete any work awarded to you?_
�f so, where and why?
6. Has any offieer or owner of y�ur organazation ever been an officer of another organization that failed to
complete a contract?
If so, state the name of the individual, other organization and reason.
7.Has any officer or owner ofyour organization ever failed to complete a coniract executed in his/her
name?
If so, state �the naxne of the individual, name of owner and reason.
CIT'Y OF FORT WORTH 2O18 Bond Year 2, Cantract 14
STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS City Project ATo. 101475-2
Revised March 9, 2020
OQ 45 13
BIDDEA FREQUALIFICATION APPLTCATION
Page 5 of $
8. In what other lines of business are you financially interest�d?
9. Have you ever performed any work for the City?,
If so, when and to whom do you refer?
10. State names and detailed addresses of alI producers from whom �ou have purchased principal
materials dtuing the Zasi ihree years.
NAME OF FIRM OR CQMPANY DETAILED ADDRESS
11. Give the names of any affiliates or relatives currently debarred by the Ciiy. Indicate yaur relationship
to ihis persan or frm.
12. What is the construction experience of the principal individuals in your organization?
PRESENT MAGNITUDE
POSITION OR YEARS OF AND TYPE OF IN WHAT
NAME OFFICE EXPERiENCE WORK CAPACITY
l 3. 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 emplayee and the relationship. In
addition, list any City employee wha is the spouse, child, or parent of an owner, officer, stockholder, ar
director who does not iive in the same household but who receives care and assistance frorn that person as
a direct result of a docurnented medical condition. This indudes foster children or those related by
adoption or marriage.
CTI'Y OF FORT WORTH 2O18 SoncE Year 2, Contract 14
STANDARD CONSTRIICTION SPECIFICATION DOCUM�NTS City Project No. 141475-2
Revised March 9, 2020
�0 45 13
BiDDER PREQUALIFICATION APPLICATION
Page 6 of 8
CORPORATION BLOCK PARTNERSHIP BLOC�
I� a corporatian: If a partnership:
Date of Incorpora�ion State of Organization
Charter/File No. Date of organization
President Is partnership general, Iimited, or registered limited
liability partnership?
Vice Presidents
File No. (if Limited
Partnership}
Gene�al PartnerslOfficers
Secretary Limited Partners (if applicable)
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporatioz�
Date of organization
File No. Individuals authorized ta sign for Partnership
Officers or Managers {with titles, if any)
x:xcept ior limited partners, the individuais listed in the blocks above are presamed to have �u11
signature authority for your firm unless otherwise advised. Shauld you wish to grani signature
authority for additional individuals, please attach a certifed copy of �he corporate resolution,
corporafe minutes, partnership agreement, power of attorney or other legal docu�nentation which
grants this �uthority,
CI'I`Y OR FdRT WORTH 2O18 Bond Year 2, Contract 14
STAAII]ARD CONSTRUCTION SPECIFICATION DpCLTMENTS Ciry Project No. ]01475-2
Revised March 9, 202U
0o as i s
BIDDER PREQUALIFICATION APPLICATIpN
Page 7 of 8
14. Equipment
$
TOTAL
BALANCE SHEET
ITEM QUANTITY ITEM DESCRIPTION VALUE
1
2
3
4
5
6
7
8
9
ID
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Various-
TOTAL
�imilar types ot� equipment may be lumped together. If'your �irm has more than 30 types of equipment,
you may show these 30 types and show the remainder as 'bar�ous". The City, by allowing you to show
only 30 types of equipment, reserves the right to request a cornplete, detailed list of all your equipment.
Ths equipment list is a representation of eqnipment under the control of the �rm and which is related to
the type of work for which the firm is seeking qualiiication. Tn the description include, the manufacturer,
model, and genera� common description of each.
CTf'Y OF FORT WORTFI 2018 Bond Year 2, Contract 14
STAI�ARD CONSTRUCTION 3PECIFICATION DOCLTMENTS City Projecc IVo. 101475-2
Revised March 9, 2p20
ao 4s i3
BIDDER PREQUALIFICATION APPLICATi0i+1
Page 8 of S
BIDDER PREQUALIFICATION AFFIDAVIT
STATE OF
COUNTY OF
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this sta.tement is for the express purpose of
inducing the party to whom it is submitted ta award the submitter a contract; and ihat the accountaant who
prepared the balance sheet accompanying this report as well as any deposiiory, vendor or any other
agency herein named is hereby authorized to supply each party with any inforrr�ation, while this statement
is in force, necessary to verify said statement.
, being duly sworn, deposes and says that
lae/she is tli� of the entity
described in and which execuied the foregoing sta#ement that he/she is familiar with the books of the said
entity showing its financial condition; that the Foregoing financial statement ta�en 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 carrect and true as of ihe date of this affidavit.
Firm Name:
Signature:
Sworn to before me this
day of ,
Notary Public
Notary Public must not be a� officer, directar, ar stockho�der or relative thereof.
C1TY OF FORT WOR'T�-T 2018 Bond Year 2, Contract 14
STANBARB CONSTRUCTION SPECIFICATIpN DOC[J3vIENTS C4ty Project No. J0J475-2
Revised March 9, 2020
00 45 26
CON"FRACTOR COMPUANCC WfTH WORKCR'S COM�'�N5ATION LAW
Page I of 1
1 SECTION 00 45 26
2 CONTRACTQR COMPL.TANCE WITH WORK�R'S COMF'ENSATION LAW
4 Pursuant to Texas Labor Code Sectio�� 405.096(a), as amen.ded, Conti�actor certiiies that zt
5 provides worker's cornpensation insurai�ce coverage %r all of its einployees employed on Ciry
G Aroject Nq. 1O 1475. Coniractar further certifies that, pursuant #o Texas Labor Code, Sectian
7 406.09b(b), as a�nended, it will provide io City its subcontractor's certificates of compiiance vvith
8 workcr's compensatian cavera e.
9 McCL�NDO�f CONST, GO., INC.
l0 CONTRACTOR: P.O. BOX 999
� � BURL�SO�, TEXAS 7609x
12
13 Company
l4
i5
16 Address
17
18
19 City/State/Zip
20
21
22 THE STATE OF TEXAS §
23
2� COUN I'Y OF TARI�AN`I' �
25
26
27
28
29
30
31
By: �V ��1r ✓� �L9i � .. ..........
(Please Print
/ ,- - - ' �,
Signature• � — � � -
Title: t/iC.�,,, r� r' G,�i'
(Ptease Pri�t)
B RE�M�, th� d rsigned authority, on �his day persoi�ally a�peared
����� � , known to �a�e to be tlie person whose name is
subscribed to the fore oni� zz�st:ru�aei� , and ackt�owledged to me that helsl�e executed the saxne as
the act and deed of ���������r the puyposes and
eonside2-ation ther•e�n expressed and m ti}e capacity there�n stated.
32 3/CN UNDER MY HANI] AiVD SEAL OF OFFICE this
�3 , 20�1
34
35 �--
36 _ �� �;�+�r,`�� MISTY WEBB
37 ' �
.�: �.�_'•;�,� Notary Pubiic, 5tate of %xas � �
Y�,�.'�� Comm. Expires 01-t19-2022
3$ � -��,-���
-'�,t „�,�� Notary I� 126836�6�
39 ` END OF S�CTION
40
CI7'Y QF rORT WORTH
STANbA1tD CONSTRUGTION SPE�IFICATION DOCiJMENTS
itevised luly 1, 201 ]
�'' . da,v of
the State of Texas
201R Bond Year 2, Contract 14
ciry Projeci No. lola7s-2
00 45 40
ivlinority Business Enterprise 5pecifications
Page 1 af 2
i s�c'r��� o� �s au
� � ��E�.1�11'tllt ll#1 Ixl�.'�'Itil�_l� .tri�''{7��I l'(.?� 111=1��.1
- - .v_ , ,� � . . ,... _, ��4_�.
3 f�f i77s3ri#�� F3�,sar��s5 i=1�[er��ris� ����fiifica�i��r3s
f� [ Il�ts' r�r�c'tu�t[���� r, ,'�� f�;. {r��i�����'cf � �r� ,'����1� �' ��r��r{�� ir� ilx' l�xi��� lr���rr�� — ——
5 APPL.TCATInN (7F PnT.ICY
6 Tf the total doliar value of the contract is greater than $SQ,OpO, t�en a MBE subcontracting goal is
7 applicable.
8
9 POLiC."Y STATF.MENT
10 It is the policy of the City of Fort Worth to ensure the fu�l and equitable participation hy Minority
1 i Business Enterprises (MBE} in the procurernent of all goods and services. All requirernents and
12 regulations stated in the Ciry's current Business Diversity Enterprise Ordinance apply to thisbid.
13
14 11IBE PR(I.TF,C'T (T[)Ai,S
15 The City's MBE goal on this project is 16% of the total bid value of t�e
16 contract (Base bid applies to Parks and C�mmunity Servicesj.
17
18 Note: Ii both MBE �SBE s�bcantracti�t� gaals are established for this project, then an Offeror
19 must submit both a MBE UtiIization Form and a SBE Utilization For�n to be deenned �-esponsive.
20
21 C`nMPi,TANC"F, T(1 BT �P�C'iF .ATT(7NS
22 On City contracts $50,000 ar more where a MBE subconiracting goal is appiied, Offerors are required to
23 comply with the intent of the City's Business Diversity Ent�rprise Ordinance by one of the foilowing:
24 1. Meef or exceed the above stated MBE gaal through 1VIBE subcontracting partieipation, or
25 2. Meet or exceed the above stated MBE goal through MBE Jaint Venture participation, or
2G 3. Good Faitl� Effort docurnentation, or;
27 4. Prime Waiver documentation.
28
29 SUBMITTAL OF REQUIRED DOCUMENTATIDN
3D The applicable documents must be received by the assigned City of Fort Warth Project Manager or
31 Dapartment Designee, within tt�e fallowing times ailocated, in arder for the entire bid to be considered
32 responsive to the specifcations. The Offerar sha11 EMAIL the MBE documentation to the assigned City
33 of Fort Worth Project Manager or Department Designee. A faxed copy will not be acce�pted.
34
35
1. Subco�tractor Utiiization Farm, if receirred no later than 2:00 p.m., on the second City business
goal is met or exceeded: day after the bid opening date, exciusive of the bid opening
date.
2. Good Faith Eifart and received na �ater than 2:p0 p.m., on the second City business
Subeontractor Utilization For�et, if day after the bid opening date, exclusive of the bid opening
artici atian is less than stated oal: date.
3. Good Faith Effort and received no later than 2:00 p.m., on the second City business
S�beontraetor Utilizat�on Form, if no day a�Fter the bid opez�ing date, exclusive of the bid opening
MBE ariici ation: date.
4. Prxnae Contraetor Waiver Form, xeceived no later tha� 2:00 p.rn., on the second City business
if yau wi11 perforn� a11 day after the bid o�ening date, exclusive of the bid opening
conlractin /su lier work: daie.
C1TY OF FORT WORTH
STI,NDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2U18 Sond Yeaz 2, Contract 14
Temporarily Revised April 6, 2020 due to COV1D19 Emergency Ciry ProjectNo. 101475-2
00 45 40
Minority Business Entexprise Specificatians
Page 2 of 2
5. Joint Veniure Form, if goal is rnet received no iater than 2: fl0 p.m., on the second City business
or exceeded. day after the bid opening date, exclusive of the bid opening
date.
2 I FAILURE TO COMPLY WITH THE CITY'S BUSINE55 DIVERSITY �NTERPRISE ORDINANCE
3 WILL RESULT IN THE BID BEING CONSID�RED NON-RESONSIVE TO SPECIFICATIONS.
� FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID
BE�NG CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESiTLT �N THE OFFEROR
5 BEING DISQUALIRIED FOR A PERIQD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR
PERiOD WILL RESULT IN A DISQUAL�FICAITON PERIOD OF THREE YEARS.
6
'� Any Questions, Please Contact The BDE Office at (�1'�) 392-2674.
8 END OF SECTIQN
9
]0
11
CITY pF FD12T WORTH
STANDARD CONSTRUCTION SPECIFICATiON DOCUIvIENTS 2018 Bond Year 2, Contract 14
Temporarily Revised Apri� 6, 2Q20 due to COVIDI9 Emergency City Project No. 101475-2
QO 52 43 - I
Agreement
Page I of 5
�EC'�'I()1>I 00 52 43
AGREEMENT
T�-IIS A���M�N'�', autl�arized on 04/06/21 is �rlatle by anc[ betweeii il�e City of Faz�tl� Wortl�,
a Texas Iiome z'��le �x�.unicipality, actiiig 6y and t�u�ougi� �ts duly autl�►ox�ized City Mal�ager,
("City"}, and N[cClendon �onst�•uction Compa�iy, Inc., a�rti�oE•ized to da U«sii�ess in Texas,
actii�g by aud ih��ou�l� its duly atrillorized representative, ("Contractor").
City and Coutractoz', i�� co��sidet•atiofi of tiie inut�ia� co�enauts l�ereinaftet- set fot�f�, agree as
folIows:
.A.�•fic�e ].. VV�RK
Conh•actoi• shal[ complete aIl Wa�']c as specif�ed o�' iudicated in tlie Contraci DocuinetxYs foj' tl�e
Project ideniified lierein.
Aa�i�cle 2. PRO.TECT
The project foi• wIiich ttle Worlc �.mder tl�e Cai�tract Doct�t�lents n�ay be the whole or oiiIy a paz-� is
ge��et•ally deseribed as foTlows;
2018 ClP Bond Streef Reconstructiou Yea�� 2 Co��tR•�ct �.4
Citv P�•oject Nunxbe�• ].01475-2
Article 3. C�NTRA��' PRI�E
Ciry ag�'ees to pay Coiitractor� far pei�forinance of �he �rVo�'lc in accordai�ce witli tl�e Contract
Docu�ne��ts az� ai��o��nt, i�i current fi�nds, of T��•ee .IY�illiar�,l�Tine I�unc�t-ect Nine_tLi-�eve�t
Tl�ousand rive Hundred Tourtee�i Dntlars ($3,9�7,51.4.00).
Article �b. CONTRACT TIM�
4.1 �'i�aal Acceptance.
The Woi•lc will be coui�lete fat• Final Acaepta�tce witltxn 365 days after the date wlaezt il�e
Cont�•act Tizne coinillences to t•un, as provided iz� Paragrapi� 2.03 of the Generai Conditio��s,
plus any extension thereof allowed in accorda�tce r�vith Artiele 12 of the Ge��.e�•al
Conditio��s.
�.2 Liquidated Da�nages
Gont��acto�� t'ecogi�izes tl�at ta�aae rs of ihe essence for coir►pletion of Milesiones, if ai�y, ancE
to acl�ie�e �'i11aI Acce}�tai�ce of ti�e Wo�-�c a��d City will suffer financial �oss if the Woz'lc is
noi completed witl�in tlie tiine(s) specified in Pat'agraph 4.1 above. The Contz�acta�' alsa
�•ecag-�zizes tlae delays, expense aiid difficulties znvoIved in pro�ing in a Iega1 p�'aceeding,
tl�e act�Eal loss suffered by the City if the Wot'�c is fiot oo�npleted on tiine. Accotdra�gly,
i�istead of reqEiz��ing any such pi�oof, Contracto�• ag�•ees i:hat as Iiq�.tidated da�nages far
delay (but taot as a paiialty}, Contractot' shall pay City �ix HuncIi•e[� Fi�ty Dollat•s
{$6��.00} for each day tl�ai expires af�e�• tl�e time specified in Para��aph 4�. � Fnt' Final
Acceptance t�fitil tIie City issues tl�e �'ii�al Lelte�' afAccepta��tce.
C1TY O�' FORT WOItTH 2U18 CIP Ba�d Street Reconstrnctiou, Year 2 Car[rnct 14
STANDA,RD CONSTRUCTION SPECIFICATId3+t �OCUMENTS City Project Num6er 10[475-2
Itevised 09lOG/1019
00 52 43 - 2
Agreement
Pnge 2 of 5
A,rtECle 5. C01�ITRAC�' l)OCUM��N'I'S
5.1 CONTENTS:
A. T(�e Gont�-act Documenfs wl�ich cot»�f'ise the entice agreei��ezit between City aud
Canti�actor Co17Ce1'1i111g t�le WOi'�c Coi]Sis� of tlle iO�I0W111g:
l. Tliis Agreemeilt.
2. At�achnZeists to illis .11grae�neiit:
a. Bid Forn�
1} P�•o�osal �'o�•m
2) Ve��dor Compliance to Stake J..aw Noi1-Resider�t Bidder
3) Prec�ualificatiot� Statement
4) Stale and �ecle��a.� docu��zents (�f•oject s�aecific)
�. Curreiit Pz�evailing Wage Rate Table
c. Insurance ACORD Form(s)
d. Payment Boixd
e. Pecfor��iance Bnt�d
f. Mai��tena�ice Boi�.c�
g, Powee of Atto�i�ey for t[ie Baiu3s
�. Woi•ke�'s CompeiasaEioz� AfFidavit
i, MBE ai�d/oa� SB� Utilizatioi� Forin
3. GeiieraI Coiiclitioz�s.
4. Su��leiiieutacy Conditio��s.
5. S�eci�catiQns speci�cally tnade a}�art of the Cotttract Documeuts i�y attacl�ne�lt
ot', if not attached, as incor�orated by refe�-e�tce ai�d dascribed ii� fil�e Tabie af
Cat�teuts of tl�e �'z�oject's Co�itract Docuine�-�ts.
6. Drawings.
7. Flddei�da.
$. llacumentation s�aba�aitfed by Cont��actor pt'ior to Notice of Awaz•d.
9. T11e failowi��g wl�icl� inay be delivered or issued pfter tl-�e Effective Date of the
Agreement and, if isstted, become an i��cor�ax'atecl �at•t of the Gontraat DacE�ine�rts:
a. Nfltice to Pi•oceeci.
b. �ieid Orders,
c. Change O�•dez•s.
d. Lefter of I'ival Acceptance.
A.�•t�cle 6. I1�IDEMNff+ICATi�N
6.1 Contc�actor covenanfs and agrees to i�►[letm�iify, liold harmCess and c�efenc�, at its owR�
expense, the city, ifs ofiicers, seavRa�ts anci employees, f��om Rnc� agai��st n�►y an�d all
cXai�ns a�isiug o2�i af, o�• alleged io a��ise oitf of, tf�e woj•Ic and se�rvices to be perfo���e[i
by the conti�actox•, iYs of%cers, agen�ts, e�a�ployees, subcont�•actiors, licenses or invitees
under tliis cvnt��act. This indenr��xification prav�sio�� is s�secifical_lv ii�tended io opex•ate
aa�cl be effeetive even if it is al�e�ecl o�� n�•oven that all or same of the c�amage� bein�
sou�iit were caused, in whnIe oa• in part, bY anv act omissian or ne li ence of the cify.
Tlais indemnity p��ovisia� is intenclecl ta i��elude, witl�out lirrtiYation, inc�emnity �oR-
costs, expe�ses and Iegal fees ii�cux��•ecl by the c'riy in defending agarnst such clai�s aead
causes o� aciions.
CI'iY OF PpRT WORT}f 20l S CIP Bo»d Strect Reconst€uctiou, Ycar 2 Cmt€ract 14
STANDARD COAISTItiJCTION SPECI�'LCAT[ON DOCUMHNTS City Project Nt�inber l01�75-2
Revised 09/D612�19
aa sz ��a - ��
rlgreeE�lenf
Pngc d of 5
Tlie tertns "Uaycott Israel" and "company" siiall have the ineanings asc�•ibed to t[-►ose terms
iti Sectio�t S08.OQ l of tlte Te�;as Government Code. 33a� sig�tirtg tlzis cnritr•act, Co�rtr�actnr
ce�7r.'fres tlar�f Co�zt1•rrclo��'s sigrerrtrtr•e provrdes xvrrlterz veri�crrtiorx fo f.lae City ilrat
COF2lPrrct.of: (I} dnes jaat boycott Isf•rred; ar7rl (2) �vill txot Loycott Ist•ael rlau�r.rag tiie ter»z of
tlte coratt�rrcf.
7.8 Iizimigeatioti Natro��tality Act.
Goirtractor shaIl ve��ify the identity and etn�loymei�t eligibiIity of its etnpioyees wlio
pei�form work imder tflis Agreetnent, includif�g coi�zpleting t1�e Ei�lp�oyineut Eligitiility
Ve�•ificatioi� Form (I-9}. Upou request by City, Contractor shall pro�ida City witl� copies o�
a]I I-9 fornis and suppoi'ti��g eligil�ility docutnet►tation for each em�loyee wlio l�erfor�ns
work under this Agreeineni. Contt•actai• slyall adl�ere to all hedei•ai atid State Iaws as weIl as
esl-a6Iish agpropriate procedu�•es and controls so that �3o services wii! be perFornieci by any
Co��tracfor e�npioyee who is �►ot legally eligible to per%rm sucIi services,
CO�VTRAC7COR ��IALL IlVDENJI�[FY CITY AND HOLI� CiTY IIARML�SS
FROM ANY ]P�.ivAL'X'l�S, L�ABZLXTDCS, OR I.OSSES iDl[T]E TO ��L�"�"�ON� OF
TI�[I� PAR.AGRAP�I ]3Y CONTRACTOR, CONTRACTOR'S �NIl'L�Y��S,
SUI3COIVTRAC'I'ORS, AG�I�1T�, OR I�IC]C1���E�. City, upon written natice io
Contractor, shail liave the right to iminediately terminate tl�is Agreemetrt for violaiions of
tliis pi•ovision by Coniractor.
7.9 No Tl�i�d-Pa�•ty Bet�eficiaries.
Tliis Ageeement gives no righfs or bene�ts ta anyone otlie�• t[ia�� tlie City a��d tl�e Cont��aator
and thef•e are ilo third-party beneficiat•ies.
7. I Q No Cause of Action Against E�igii�eer.
Coi�t�actor, its subcontractot•s aud equip�nenE atld inate��ials su��liars on �IZe PROJECT or their
s�ireties, s1ia11 maintaiii �io di�•ect actio�i against tl�e Ei�gineer, its ofiicers, e�np�oy�es, at�d
subcontractors, foi• any claiin arising out of, ii�► cc�nnecl:iai� with, or resuliiug froin tiie
eugineering serviees pei�forinec�. Only tha City witl he the benetieiaiy of any itndet�alciu� by
the Etigineer. Tlie presence or dElties of the �tigineer's personuel ai a cot�structian site,
�+l�ethe�• as on-site repeesentatives or othe��wise, do noi tnalce tlie Engi��eer at' iis petso�lt�el
i�� auy way res�aoi�si6le for ihase duties that belo�ig to the City aiid/oz� t�ie City's caztsY�'uci:io�a
contcactoz's or oilie�� entities, and do not t�elie�e the constructio�� conttactors oz- any othe�-
entity of theii• abligatioi�s, dut�es, �iid t�es�onsibiliiies, incllicii�xg, but xxat li��ited ta, all
CpI15�1'L1CtlOi1 methods, means, techniqaes, sequences, a�1d pi'acecfut'�s r�ecessaiy fa�'
coo�-di�►atit�g ai�d coi��pleting alI porEions of the construction work i�i accordance with ihe
Cotatt'act Docutnetits and any liealti� or safety precautions rec�uired by suc1� co��st�'uct�an
wo�l�. Tl�e ��igineer and its perso�i�iel Ilave no authority to exercisc airy ca��i�-oI ov�z- any
const�'�tction coniractor or oiher entity or theit• e�nployees i�i conuection witl-► tltei�' worlc o��
any 1lealtll or safety precautions.
SIGNATURE P1�GB TO FOLLOW
CITY OF FORT WORTH 2O18 CIP Boi�d Street Reco�istn�clian, Yenr 2 Contract 14
STA�IDAELD CONSTRUCT[ON SPECIFICAT{03� DOCUMF..NTS City Project Nttinber 10 ] 475-2
Revised 09/66/2019
005243-5
Agreenteat
Pagc 5 of 5
IN W�TNESS WHEREOF, City a�zd Contraclor l�ave each executed ihis Agreement to be
effective as of the date subscribed by tl�e City's designafed Assistant City Managet' ("��fective
Date").
�fl���,���to� : Mc C�e�d� n CA�s��n
Com�pQ.+'E�r 1n:�
By,�� �
,� _
.�
Sigi�ature
�, ,�i"�,A '°�' ��'��`; ��� = ►
(Printed Name}
�_ �
, _ ,� �
� �„��.s .,.� � -�
Ti#le
Address
McC1�NDON CONSi: CO., INC.
P.O.�OX992-
CitylStat�/Zip EUR��SON, �'EXqS 76097
City of Fn�'t Worth
�y:
D�na S Y c�off
�'�-.
D��la BuiglidofC
Assista�it City Manage�•
Apr 22, 2021
Dai e
Attest: �
„ . ,
City Se eic ta�y �
(Seal}
M&C: 21�0253
Date Date: 04/46/21
Farin �295 Na.: 202�-715860
C1TY O� FORT WORTH
STANI]A.[t� CpNSTRUCTIQN SPECIFICATIOI�i DOCUM�NTS
Revised 09l05/2019
� ����,,�,..�,�,�
� ���•' -.�
F� s
�i
��`` _..
���
� ,�
� ��
Coa�t�'act Coz��Iza�xce Manager:
By signii�g, I aclaaowledge that I am the person
res}�onszble foz' the mo��ito��ii�g ai�d �
adrni��.istea.tion of �l�is cont�•act, iilclu�iii�
ensut�i�g all pet'forma�ice anc� reportiu�
x•eq�tireine s.
.; �
i• g Ko ins, P.�.
Project anager
Approved as io Form and Legality:
�
Douglas W. Blacic
Senior Assistaizt City Attatney
APPROVAL RECOMMEND�D: � T �
c��r��� ���� ��. R���RD
�.
Chris Harde��, �.�., Di�•ector "�����`��
Wate�� Depa�'t�nen.t � ���Q�Y�, ��+
2018 CIP $ond Slreet ILeconst�ztction, Year2, Conlrnct 14� ��
City Project Nimtber ] O1d75-2
Bond #f TXCB11$07
1
2
3
4
5
G
7
8
THE �TATE OF TEXA�
CUTINTY (?F TARRANT
SECTI�N 00 61 1�
PERFOIiMANCE BOND
O4fi113-i
P�IiFOR1�t1NCL� BOND
Page 1 of2
�
§ I�O"Vil ALL SY THESE FRE�ENTS:
�
That we, M�Clendon Cor�s.ructinn Gor�-i an . Inc, knavtm as
"Priz�cipal" herein and M�rc�ants Bond' a cor#�prate
9 surety(aureiies, if rnt�re than ane) duly a�tharized to do business in the State of Texas, i�nown as
i0 "5urety" h�r� {whet�ex ane or more), are held and fi�nly baund urrto the Ciiy af Fort V�arth, a
11 mttz�.ieipal corparatian created purs�anC to t�e laws of Texas, knQvcm as "City'' herein, in �he pena!
three mfiiian nine huncired ninety-se�en tho�asand Daliars
12 SEiri'1 Of, ;,.., s,� ��,a�.,.� F,.� �.�.+.,r Q_ nni� nn __
13 ($ 3 997,5'! 4.00 ), lawfirl money of the United States; ta be paid in Fort Wvrt�,
14
15
16
1'7
Tarrant County, Texas for the payment of which s�n well and truly to �e made, we bind
ourselves, o�.tr heirs, executQrs, at�tninistrators, successars and assigns, jorntly and severally,
�rmly by these presents.
V4�HEREAS, i�e Princi�al has entered into a certain w�`itten contra,�t witii i1�� City
18 awarded the 1-_ day af ����„� 2(��, which Cantract is h�:r�by re�erred to and
19 made � part ilexeof for ail purposes as i�' fitlly sei fortk� herein, io fur�uah al1 �naterials, equipmerrt
20 l abor and other accessories defined by law, in the prasecution of the Work, includang any Ghange
21
22
2�
24
25
25
27
zs
29
Orders, as provided ��r in said Gantract desigr�a.ted as 2018 CIP Bond Contract 1�, 101�'75.
NOW, THEREFORE, t�e condition of' ihis obligation is such that i�'the said Principal
�hali faitl�fitliy per.�orm it obligations under the Contraet and sha11 in al1 respec�s du�y and
faithfullp perfor�r� the Work, including Change Oxders, under #he Caniract, aceardin� ta the p1ans,
speci�ications, and contract documen�s therein re�erred to, and as we11 during any period of
extension ofthe Contract that may be granfiec� on t�Ze pare of the City, then this obli�atzon shall be
and become nu11 and void, otherwise to remsin in fi�ll force and eflFect.
PR(�VIDED FLJRTI�ER, that if any le�al action be fiied on this Bond, ver�ue shall lie in
Tax�ant Co�ty, TexaS or t3a� Uiuted Siatss Distriet C�utt for tlte Noz�h� District of �'exas, Fort
30 Wort� Division.
CITY OF FORT WO�tTH 2O18 Bond Year 2, Contract 14
ST.4�iDARD CONSTRt7C'CIOIV S�ECTF'iGATIOA[ �70C� JMEi+I7'S City �ojeec No. 10147�-2
Revised July ], 2�11
QOb] 13-2
PER�'ORMANCE BOI�b
Page 2 af2
1 'Tl�is band is matie and executed in complianca with the provisions af Chapter 2253 af the
� Texas Gouernment Code, as a�zendet�, and all liabilities on this hond siaali be determi�ned in
3 accardance with the pravisions of said statue.
4 IN WITNESS WHEREO.F, the �'rincipal and tk�e Surety have SIGNED and SEALED
5 this insintrzxent by dniy a�tthvrized agents and o�i'ic�rs on ihis the ��,n day of ,�
6 ��_�_, 2L�=
7
$ �
9
i0
11
12
13 A'T'i�EST: . ' -- a
14
iJ j _ �
16 �incipa cr�kary
l7 -
18 ! .' _ J
��- � .
20 � �'' ` ���"� �
21 : � � � 'Y., ` �
22 itr� s o 'no�ai �
23
2d
25
26
2'I
28
29
30
31
32
33
3�
35
36
37 Wiiness as ta Surety
38
39
A�0
PRIN[;IPAL:
M��(r�nstruction Cmm�ar�v, Inc_
-`�-:--�-x —� �
BY: (, �•"- a'� 4:��.��.'`� ' . � ,
-�°--'�-_ -
Signature �
�an McClentEon, Presider�t
NarF►e and Title
Address: PO �ox 596
�urleson, TX 76Q28
SUR�`I'Y:
Mercha s 8ondinq C�rnpan Mutua{
•—..��-�— �---------
��: ). � - .' � _
- ��� �
Betty J. Reeh, A#iarney-in-�act
mm . Na�ne and Title
Address: PQ Bax 94498
i7�s Moine�.�,.,lA 50306 - ---
'�elephone Number: 210.697.2230
41 *Nate: If signed by an officer of ihe �urety Com.pany, tlier� �ust be on file a cerii�ed ex�ract
42 frorn the by-laws sl�owislg that thrts persan has autharity to sign such obligation. Tf
43 Surety's physical addxess is different from its rr�ailin� address, both must be provided.
44 The date of the bond shali not be prior to the date tt�e Cont�act is a�varded.
�}5
CTTY OF' F4RT WQIt'k'H 2O18 Bond Ycar 2., Contsaot 1�4
STA3VI7AitD CONSTRUCT�ON SPEGIFICATIflN D04[JM�3UTS City Project No. 1�1�k7'5-2
Revised July 1, 2QI1
Bond # TXC61'I807
1
2
3
4
S
6
TxE sTaT� aF TE�s
COUNTY pF TA�RANT
SECTION 00 61 14
PAYMEI�I�T BOND
0�61 ]4-1
PAYM��+IT �qNb
Page 1 of 2
§
§ ��1VOW ALL BY THE�E PRE5E1�T5:
�
7 That we, McClendon Cans�ructio��mpany inG. , knnwn as
8 "P�incipal" herein, and Merchan#s Bo�ding Cornpany fMu#uall _, _, a
9 �orporate surety {sureties), duly autY�orized ta do business in the State af Texas, �nown as
10 "Surety" h�rein {wh�ther nne or nnorej, are held and �xmly bound tu�ta Lhe City of Fort Worth, a
l I munscipal corpnration ereated pursuar�t to tha Iaws of t1�e State of Texas, %awn as "City" her.ein,
three millian nine hundred ninety-seven thousand �QI���
12 SYl 't�l� jJ�Ill�l 3l1YYl Of fVe hUC]dCQr1 fn�irtaan R f1f111�
13 �$ 3,997,514.40 ), lawful maney of the United �tates, to be paid in Fnrt �Worth,
14 Tarrant Caunty, Texas, far the payment of which sum weil a.r�d truly be made, we hinc� ourselves,
15 our �eirs, executors, ac�xni��is�t-ators, success�rs and assi�s, j�intly and severally, iirmly by these
i 6 presents:
17 VVHEREA�, Frincipal has entered into a certain written Ct�t�tract vc+ith City, award�d the
18 �day of -.. ---- �, 2a�,,, whici� Contract is �.ereby referred ta and
i9 rnade a part h�reof. for a11 purposes as if fu�ly set forth her�in, ta fiirnish a11 mat�als, eqtziprnent,
20 labor and other accessaries as defined hy law, in the prosecutio� af the Wark as provided for in
21 said Contr�ct and designated as.2Ql8 Band Cc��t�act I4, I01475,
22 NOVV, THEREFORE, THE C(�NDITTON 4F THLS OBLIGATI�3N is suah that if
23 Prineip�l shall pa� aIi rnonies owing to any (and all) pay�ne�zt bond benefciary (as defined in
24 Chapter 2253 of the Texas G�vernm�nt Cade, as ainend�d) in the prr�s�cut�on of t�e Work �nder
25 the Contract, then this obIiga#ion shall be and become nuli and void; otherwise to remain in fi��l
26 force and effect.
27
28
29
3D
This bo�d is made and executed in eonnpliance with the pra�isions €�f Chapter 2253 of the
Texas Government Co.de, as amendec�, and a�l Iiabilities on Yhis bond shall be deterrnined in
accordance with t�e provisin�s of sa�d statute.
CITY OF FORT WORTH
57'ANT7Ait1� COIVSTRUCTION SP�C�ICATipIV IIOC:LJiVfEE�}°!'S
R,evise$ July l, 2p11
zals Bona Y�arz, con�ract la
CiljrPiBjCCi�Tb. i01�475-2
406114-Z
PAYIvI�.3+TT SOt!ip
Page 2 of 2
1 IIaT WITNES� WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this in�4:ru�nent by duly atztha�ized agents and o�'�'icers on �hss t�e 1� day of
3 � ; , 2D I
�
ATTEST:
__
ncip �_.__�Y � r ��
. „
.� ,
�-� * �� . � �
A.
���i�� d� �
r
ATTEST:
(Surety} Secretary
.�
� D. "7� �aP� -
Witn�ss as t0 Surety
5
6
7
8
9
10
1i
12
PRINCIPAL:
McClendon Cons:ru�tion Compan�C. Enc._
.- �
B�; � � � . . _ °� �
�.�.��� -�_
Signature
Dan McCle ,�n `
Narne and Title
Addre�s: �O 6ox 996
Burleson. TX , 7642�
�URETY:
Mercha fis Bondin Com y IMutual�
�s~, � n "�� -T. .
BY: '' -
S#gr�atur i, " �
Beity .i ,eeh, Attofne -in-�act
Na�ne and Titie
Address: PO Box 14498
Des Moines IA 5D306
Teiephone Number; 21 Q.697.2�3fl
Nate: If signad by an officsr of the S�,�rety, there must be �n fil� a certified extzact fromE t�e
bylaws showing that this pexson has authaxity to sign such ohiigation. Ii Surety's phys�cal
addr�ss is di�e�rent from its mailing address, both must be provided.
The date of the band shall nat b� prior to the dat� the Contract i� awarded.
ENU f)F SECTIUT�I�
CITY b� FORT WORTPI 2D18 Bvnd Yeat 2, Contract lA
STAI�ffJARB COT1STIi(JCTiON SPEG'f�'iGt13TON DOCtIMENTS City Project i�Io. 101475-2
Revised duly 1, 241 i
Bor,d # Txc6 � � so7
]
2
3
4
5
b
7
T�rIE STATE OF TEXA�
CdUNTY UF T�1R12A�TT
SECTIOI�i QO CI 19
MA�NTENANCE BOND
aa �z r9 - i
�a�r��Arrc� Ba�vn
Page 1 of3
�
§ t�I�OW ALL BY THE�E 1'RESENT�:
§
8 `C�at w� McCi�ndon Consfruction Cam an Inc. �Q� �S
9 "princrpal" herei� and MBfCFlailtS Bnr+rlinrr f:mm�antr C�,���, , a corporate sure€y
10 (sureties, if more than one) duly authorized to do business in the �tate af Texas, known a�
11 "Surety" herein (whether one or more}, are held and �irmly bnurzd �tnto the City of Fort Wartb, a
12 �nur�icipal carp ora�ion created pursuant tv t1�e laws o� the State of Texas, lat�own as "City" herein,
fhree millio�t nine hundred ninety-se�en thousand
13 in the sum vf fi�e hu Doilars
14 {$_3, 997,514.00 ), lawfui inoney of the United States, tn ba paid in Fori Warth,
1 S Tarrant County, Texas, ft�r payment �f which sum well and t�uly be made unta tk�e Ciiy and its
16 successors, we bind ourselves, our heirs, executors, administ�ators, st�ccessors and assigns, jaintly
i7
18
19
and severally, firmly by these presents,
WHEl�EAS, the P:riincipal has entez'ed into a certain writ�en contract with the Ciry awarded
2D the __ day of 2t� �, vut�rc� C:ontract �s ner�ny
� s
2] r�ferred ta and a made part hereof for alI p�ip�ses as if fully s�t forth herein, to fi�r�isk� aLI
22 materials, equi�naent labor and other accessories as defined by lar�r, in the }�rrosecution af the
23 V41ork, including any V�or1c resulting from a c�u�y aut�r►rized Change Oxder (callectiv�ly hsrein,
24 �he "Wori�") as provided far in said contract and ciesignated as 20 i$ CIP Bond Cani�'act 1�,
25 i (11475; and
2b
27
28
29
30
V�HER�A�, �'rincipal l�inc� it�eif to use �ucn materials and to so constx-tzet th� Wark in
accordanc$ v4+ith th� plans, spe�ifica�ions and Cont�aet Docu�ents that tl�e Work is and will
remain feee �rom defect� in materials or worlcmanship fnr and durin� the periad af t�a (2j years
after the date of Final A�ceptan�ce of the Work by the City ("Maintenanee Period"); arid
31
32 WHEREA�, Prineipai binds itself to repair or reconstruct the Wor�C in wkto�� o�' in part
33 upon receiving notic� from the Cit}� af tYte need thexefor a# any time �vi:thin the Maintenance
3� Period.
crr� a� �a��r woR�c� 2415 Bond Year 2, Contraet 14
9TA.MDAR37 CONSTRUC7'IbN SPECIF'IC71°f7C?N DOCl3i+�1V`l'S City Projeci No. 14]475-2
�tevised .iu1y t , 241.!
{
00 63 79 - 2
NfAII�FT�I�AIVCF BONF)
Page z of 3
l
2 NOW THEREFDRE, t�►e condition of t��is obli�ation is such �hat if Principal shali
3 remedy any defective Wnrk, for which timely notice vvas pro�ided by City, to a cox�nipletian
4 satisiactory to the Ciiy, then. this obligat�an shall bec.onne nu11 anci void; othervvise to remain in
5 fu1l force and e£fect.
6
7 FRC?VIDED, HQWEVFR, if Priz�cipal shall f�il s4 ta repair or :recnnstru.ct any timely
S noticed defec�ive Wc�r�€, it is agre�d that the City may cause any a�d all sucla defective Work to
9 be r.epaired ar�dlar z-ecanst�ucted with ail assacia�ed costs th�reaf being borne �y the Principal and
10 t$e Suxaty under this Main#enance bnnd; and
r�
1.2 PROVIDED FURTHER, that if any �egal action be filed an this Bond, v�nue shall Iie in
13 Tarrant County, Texas or the United �ta�es District Court �ox the Northern Ilistrict of Texas, Fort
14 Wo�h Division; ax�d
15
1fi PRpVIDED Fi7RTHER, Lhat t�'iis obligation shall be eontinuaus in nature a�d
i7 successive recaveries xnaybe had hereon for successive breaches.
18
19
20
CITY OF FORT W4RTfi 2Q18 Bond Year 2� Gontract 14
STANDARII CONSTitUG'PION SP�CIF'TCATIOIV DOC;�JMEI��`5 Ciry Projaet No. 101d75-2
Re�c+ised 7uly 1, 20I 1
0451 19-3
�fA1NTENATICE HONI]
Page.3 of 3
2
3
4
5
6
7
8
9
1 �1
11
i2
13
14
15
16
��
�$
��
20
��
22
23
24
25
z6
z�
2$
29
30
31
3�
33
34
35
3G
37
38
39
4Q
41
IN �?6'ITN�S� W�iEREOF, the �'rincipai and the Surety have each SIG]�D and SEALED this
instrument by duly authorized agents and of�icers a� this the � day of
� � ,�.,r_ � 4 , 20�
ATTEST:
� _ _ +-` � _
� -
(P�j Secretary
, �
J ��• •
}
� �� �
�; .
�9fii4''V.5 . �X� fl�`{��
!
i,
�
A7`7'�ST:
rl
� r
�
(�uretyj S:ecretary
� �
Witness as tt� Surei.y
PRiNCIPAL:
McClenc�u+Construction Comp_any,_Inc.
--�.�— •' ''
BY: L � '
— ��
' ignat�ire
Da�t McC;lenc�on, Pr��i�ent
1*Iame and Title
Addr�s: PO Box 996 __
�urleson TX 7�iQZ$
S��E''�:
Merchar�.s €3anding Corr�pan Mutual
---�% _
�^ �
$Y: � _..��''�
Signa��e � ,
�
�
Bett J. Re Attorney-in-Faci
Name and Title
Address: PO Box 14498
�es Maines EA 5�3(i6
Te�ephone Number: 210.897.2230
_ X
b�/
�-�--�
*Note: If signed by an a�ficer af the S�reiy Company, thexe znust be an �le a certified exiract
from the by-l�ws s�tawiz�g tl�at this person has autl�oxity to sign such obligation. Ii
�urety's ph�sical address is differen.t fr.om; its m�iIing acidress� both must be pro�ided.
The date of the bond shall not be priar ta the date the Cont�r'act is awarded.
CiTY O�' FORT WORTI3
S'iAI�TI]ARD CQ3+ISTRUG'ITON SPECIFICATTON I�OCUMEId'�S
Revised July 1, 2Q1]
201$ Bond'Yesr 2, Conlruct 14
CityProjestNo. ]pJ475-2
�������
Be��vD��� COf�PAi��Ys�
�O�I�: �� Aii�R��Y
KnowAll Persons By These Presenks, ihat MEF2CFiANTS BdN�ING GQPAPANY (MU7�AL} an�k MERCHANTS NATIONAL 80NDit�G, INC.,
both being corporaiions of the State of lowa {herein collecti�ely ca[led the "Comp�nies°) do heraby maka, cansiitute and appaint, individuaity,
Ana Tomes; Andrew Addisan; Betty J Reeh; Bryan K Moo��a; Elizabeth �rtiz; Miehae[ D Ffendrickson; f'atricia Ann L.yttle; Pairick Goyle
their true and lawful AttQrney(s�in-�act, to sign its name as surety(ies) and to execute, sea� and ackrtowledge any ar�d al[ bonds, undertakings,
contracts and ather wriften ins#ruments in the nature rhereof, on behalf of the Companies in theFr business of guaranteeing the fidelity
of persons, guaran#eeing the pertorFnance of cantracts and executing ar guaranteeing �onds and undertakiny� r�quired or permitted in any
aotions a� proceedings allowed uy Eaw.
This Power of-Attorney is granted and is signed and saaled by facsimile under and by authority of the #ollowit�g By-Laws acioptecf by the Board
of Directors of Merchants Bonding Company (EVluivalJ �n Apri! 23, 2011 and amendeci Aug�st '14, 2015 and advpted by the Baard of Directors
of lUlerchantsR�tiona! Bonding, Inc., on October'�6, 2095.
"The President, Secretary, Treasurer, or any Rssistant Treasurer or any A�sistant Ser,retary or ar�y Vice F'resident sitall have power a�dauthori#y
to appoint Attorneys-in-�ac#, and to authnrize them io execuie on behatf of :Y�e Cornpan;; and attach the sea! of the Company Yhereto, bonds and
undertaki��s, recogn�zanc�s: contracts crf indemnity and other vuritings ohiigatory "rn the nature thereof,"
"The signattire of any authorized officer and the sea� of tha Campany �rtay be attixQd t�y facsimile or efectronic t� ansmission to any Poti•�r of Attorney
or Certiieatiar. thereof authori�ing the execution at�d delivery of �any bond, undertaking, recognizance, or other surefyship obfigations of the
Company, and such aigr.�ture aE �d seal v.�hen so used shaA have #he same frtce and e#fect as though manua(ly fxed"
In canne�ction with obligatior � in fia�or of the Florida Department of Transporkation only, it is agread that the pawer and aut hority hereby given to the
Attarney-in-F'act includes �ny ancE afl :,ensents f�r the reEease of retained percentages and/or ftnal estimates on engineering and cott�truction
cantracts required by the S�ate of Ftorida Department of Transpqrtation. �t is fulfy und�rstood fhat conseniing to the 5#ate ofFlorlda Department
of'iranspottation rmaking aayrnent oi the fnai sstimate fo the ConFractor ancilor its assignee, shall not relieve this surety comp7ny of any of
its obtigatians under its I�ond.
In conne�tion with obligafions in favor af fhe Kentucky Department of Highways only, it is ac�reed that the po�ver and authorify hercby given
to ihe Attorney-in-Fact cannot be modified or re�oked ur�lpss prior written personal nolice of such infent has been giver� to the Commissioner-
Depa�tment of Highways of the Comr:ion�-�aaEth of Kentucky at [east thirty {3Qj days prior to the modificaiion or revocation.
fn Witness Whereof, tF�e Companies have caused this instrutnent to b� signed and sea[ed tEiis 19th day oT March , 2621 .
.��}a!�[�R�fa�♦ R�.q. ��Go
.,,.��,g►n��t •�,,s %�����.�A��,
l��..����0/��� .��+ �q��apQA�,�y�b MERCHANTS BONDfhlG GQMPANY{MUTUAL►
+°9 � �IIERCHANT NATtaNAt BONQING, INC.
��j� "p` C�:�P a!=.:•"�..�' -O- �'....< �
° �. p �
��ca'�• 2ito3 ;;,�; : �;• 1933 r'co By �
:�'• . �.: a �- •�cs° �
,3 •�. .�-} .:��
��� �'•. '��' r�. �i� •aJ��.,.� . • `� ea. President
l
STATE UF IOWA ;,����rar�i�r�;�+``�' �yo � �.� �>°�
COUNTY O� DALLAS ss.
On thi� 13#i� day af March 2021 , before me ap�^ared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCMANTS BONDING COA+tPANY (MUTUAL} and M�RGHAlV7S NA7IONA� BdNQiNG, II��.; and that th�
seals affixec[ to tfte foregqing instrument are the Corparafe Seals of the Companies; and thaf tha saici instrurnent vas signed and sea[ed in behalf
of the Companies by authority of iheir respective Boarcts af qirectors.
��L�AC � ����,Y �,.�'aoi�
Q � Gommission Number 750576 � �fY�,��
� � a ¢ � "` My Cammissian Expir�s �'
r /pWP * �ai3Ua(j/ ��, ���� Nofary Pudlic
{Ex�:rafion of notary's cammission
does not invalidafe this instrument)
I, Wilfiam Warner, Jr., Sacreiary of MERChtANTS BOt�DlNG C{�MPAiVY (MLITUAL) and iUIERCHAfVTS NAiIOIVRI. BONbEP��G, INC., do Y�ereby
certify that the �bove and farego't�g is a true and correct capy of tF� POWER-OF-AFTORNEY execuied by said Corr�panies, which is stiil in fuli
Force and e;fect arxi has not been a�,iend�d ar revokecE. � , p �� ` ��
�TT ` 4
In Witness Whereof, ! ha�e hereunto set my hand �nd affixed the seal afihe Corr�paniss an this day of ,
'+�s���°� � � i�� � ��� �+ o ° Qr�� . �Q1)6�6.
� �,..��g� �R� :�'�� _ � `�y44G�Fy� (?p��;��� p �� �
e�:�' �ps ���� st�:•'� --U- �%,.,�e �� "���'
���� 2003 ;;��; � � 1.933 �: Cp 5ecretary
, ��� .
'`.;�'�•• . • ��,` ��o ��, . .. •�;��� a
��'���'•�•'�.f�`�* s�� ig o0
POA �D18 { 1120) �`'''_►..,.,.��•, � Q.. Q�,� m
,�'. .#�: �� �'��:� ��-��
�i�������i ����.�y.���
����� 1 ��� l�l dJ'����
Ta obtain infarmation nr ma{�e a complaint:
You may contact ya�r insurance agent at the telephone number pro�ided by your insuranc�
agent.
You may cafl Merc�ants Bonding Compar�y's toil-free t�lephone number #or inforrrtation or to
make a complair�t af:
1 �8��-���m�17°�
You may contact the Texas D�partrneni of Insurance to ob�ain infiormatinn on companiss,
coverages, rights or complaints at:
'�-�QO-�a�-3�39
Yo� may write the Texas Departmen� of Insurance at:
P. Q. Box 149104
Austin, TX 787'14-9104
Fax: (512) 475-�f 771
Web: httpJlwww.fdi.state.tx.us
E-mail: Cvr�sumerProtection@�di.state.t�c.us
P���IIJf� ANC� CL�![4f ����U���; Should you have a dispu�e cancerning your premium or
about a claim you shouid contact the agent first. If the dispu�e is �Qt resolved, ya� may contact
the Texas Department of Insurance.
�YidCb Tbl� N�TIC� T� Y�U� �*Ql�1�Y: This notice is for infc�rma�ion anly ar�d does no�
become a part ar condition af the attached dacument.
SUP 0032 TX (1109)
NAMED INSURED: McClendan Construction Gompany, Inc.
POLICY NUMBER: AC13734908PC
CO�lVrlA�F�CU�L C�R�ERAL LI,A�ILl7'Y
CG�0101001
iblS �iV90���{1��R1� CHAfVC�S T'Fi� �B�ICY. P��A�� R��� I� CA���ULLY.
���������� ������� � ������y ������� ��
C�R��R�OCT��� — SG�I������ P�6�S�1N ��
�F�G�4R���ATd�[�
This endorsement modifies insurance pra�ided under the fallowing:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
���3;1�1�1�
P�ame of Person or Organization:
BLA�VKET APPLIE� WITH WRITTEN CONTRACT �
(If no enkry appears abo�e, information required ta complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
�4. Section II — Who Is An Insured is amended ta
include as an insured the person or organizatian
shown in the Sc�edule, but only wikh respect to f-
ability arising out of your ongoing operations per-
formed for that insured.
B. With respect to khe insurance afforded to these
additional insureds, the following exclusion is
added:
�. �xclusians
This insurance daes not apply to "bodily injury"
ar "property damage" occurring after:
(1) All wark, including materials, parts or
equipment fumished in connectian with
such wark, on the project (other than
ser�ice, maintenance or repairs} to be
perFormed by or on behalf af khe addi-
tional insured(s) ak the sit� of #he cov-
ered operations has been completed; or
(a) Thak �ortion of "your work" out of which
the injury or damage arises has been
put to its intended use by any person or
organizatian o�her khan anather
conkractor or subcontractor engaged in
performing operations for a principal as
a part of the same project.
CG a0 10 10 01 O ISO Properties, Inc., 2000 Page 1 of 1 ❑
NAM�D INSURED: McClendon Ganstruction Gompany, Inc.
P�LICY fVUMBER: ACI3734908PC
COiUIM�RCIA�. G�N��A� �fA�ILf`�Y
CC20379001
�rbi� �������n��n��r �r����s �H� �o�rcY. ������ ���� ir c,a������v.
�������e��9� ������� + �Y�1����9 ������� ��
CO�VTF�A�TOR� � C��PI����� O���r4�°��l�S
This endorsemer�t modifies insurance provided under the following:
COMMERCIAL GENERAL L�ABILIi"Y C01/ERAGE PART
�3�3:1=�1�1 �?1
Name of �'erson or Organization:
BLANKET WITH WRITTEN CONTRACT
�ocatian �end Description of Completed Operations:
�Additional �remium:
(If na entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicaf�le to this endorsement.)
Section II —{iilhn Is An lnsured is amended to include as an insured the person or organization shown in the
Schedule, but only with respect ta liability arising out of "your work" at th� location designafed and described in the
schedule of this endorsement performed for that insured and included in the "products-completed operations haz-
ard".
CG �0 SI 90 01 O 150 Properkies, Inc., 2000 �age 1 of 1 ❑
NAMED INSURED: McClendon Construction Company, Inc,
POLICY NUMBER: ACI3734908PC
CONV�A�RCIAL G�N�CRAL L1ABI�ITY
CG 20 Q1 Q413
�'FiIS �T����S�IINENi CHr4iV��S 7H� ��L��Y. Pt���S� REAd IT C�R��U��Y.
������� ��� ��������������� �
����� ��������� ����I����
This endarsement modifies insurance pro�ided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
The following is added ta the Other Inse�rance (�) You have agreed in writing in a contract or
Condition and supersedes any provision to the agreement that this insurance would be
cantrary: primary and would nat seek contributEon
F�rimary dnd Noncontribu#ory Insurance from any other insurance a�ailafole to the
This insurance is primary to and wi11 nat seek additional insured.
contributian from any other insurance a�ailable
to an ac�ditianal insured under your policy
pra�ided that:
(1) The additional insured is a Named ]nsured
under such other insurance; and
All terms and conditions of this palicy apply unless modified by this endorsement.
CC �D Q# Q4 13 O Insurance Ser�ices Off�ce, Inc., 2012 �age 1 of 1
NAMED INSURED: McClendon Construction Company, Inc.
PO�ICY NUMP�R: AGPBAPC3009912768
C�ii1119A�RCIAL AU�A
CA00014a13
�������� �V�� �����/��� ���11�1
Various provisions in this policy restrict coverage.
Read the entire policy carefuily to determine rights,
duties and what is and is not covered.
Thraughout this policy the words "you" and "your"
refer to the Named Insured shawn in t�e Declarations.
The words "we", "us" anc! "our" refer to #he company
providing this insurance.
Otner words and phrases that appear in quatation
marks have special meaning. Refer to Section V—
Definitians.
SECTION ! — COV�RFcD AUTOS
Item Two of the D�clarations shows the "autas" that
are covered "autas" for each af your cav�rages. The
fallowing numerical symbols describe the "autos" that
may be covered "autos". TF�e symbofs enfered next to
a coverage on fhe Declara#ions designate the only
"au#os" that are covered "autos".
A. Description Of Covered Au#o 1�esignafiion
Symbals
� mfaol Descri tion Of Covered �►uto Desi r�ation S mbols
1 An "Auto"
2 Owned "Autas" Only those "aufos" you own (and for Covered Autas Liability Coverage any
�nly "trailers" you don't own while a#tached to power units you own}. This includes
those "autos" ou ae uire ownershi of after the alic b.e ins.
3 Owned Private Only the private passenger "autos" yo� own. This includes those private
Passenger passenger "aut�s" you acquire awnership of after the poiicy begins.
"Autos" Onl
4 Owned Only those "aufos" you own that are nat af the pri�a#e passenger type (and for
"A�tos" Ot�er Covered Autos Liability Co�erage any "trailers" you dan't own while attached to
Than Private power units you own). This includes those "autos" not of the private passenger
Passenger type you acquire ownership of after the policy iaegins.
"Autos" Onl
� Owned "Autos" �nly those "autos" you own tl�at are required to have no fault benefits in the skate
Subject To where they are licensed ar principally garaged. This includes those "autos" you
No�fault acquire ownership of after the policy begins provided they are required to have na-
fault benefits in t�e state wh�re the are licensed or rinci all ara ed.
6 Owned "Autos" Only those "autos" you own that because o�f the law in the state where they are
Subject To A licensed or principafly garaged are required ta have and cannot reject Uninsured
Compulsary Motorists Coverage. This includes fhose "autos" you acquire ownership of after khe
Uni�sured policy begins provided they are subject to the same state uninsured motorists
Motorists Law re uirement.
i' Specifically �nly those "autas" descr�bed in Item Three of the Declarations for which a
Describer! premium charge is shown (and for Cavered Autos Liability Coverage any "trailers"
"Autas" o�a don't own while attached to an ower unif described in Item Three .
8 Flired "Autos" �nly those "autas" yau lease, hire, rent or borrow. This does not include any "auto"
Only you lease, hire, rent or 6orrow fram any of your "employees", partners (if you are a
partnership), members (if you are a limited liability company} or members of their
households.
9 Non-owned Only those "autos° you do not awn, lease, hire, rent or borrow that are used in
"Autos" Oniy connection with your business_ Thfs includes "autos" own�d by your "errEployees",
partners (if yau are a partnership), members (if you are a limited liability company}
or members of their households but only while used in your business or your
ersonal affairs.
CA Oa 01 10 93 O Insurance 5ervices Office, Inc., 2Q1'! F�age 9 of 12
19
Mabile
Equipment
Subject To
Compulsory Or
Financial
Responsibility
Or Other Mo#or
Ve�icle
Insurance Law
Onlv
Only those "autos" thak are land �ehicles a�d that would qualify under the definition
af "mobile equipment" under this poficy if they were nat subject to a compulsory or
financial responsibiliky law or other motor vehicle insurance law where khey are
licensed or principally garaged.
�. Owned Autos You Acquire After The Policy
Begins
1. !f 5ymi�ols 1, 2, 3, 4, 5, 6 or 19 are entered
next ta a coverage in Item Two of the
Declarations, ihen you ha�e coverage for
"autos" that you acquire of #he type descfibed
for the remainder of the policy period.
2. But, if Symbal 7 is entered next to a co�erage
in Item Two of the Declaratians, an "auto" you
acquire will be a covered "auto" for that
ca�erage only if:
a. We already co�er all "autos" that you own
for that co�erage or it replaces an "auto"
you pre�iously awned that had that
co�erage; and
b. You tell us within 30 days after you acquire
it that yau wank us ta co�er it for that
co�erage.
C. Cer�ain Trailers, fi�lobile Fcquipment �nd
�emporary Substitute Autos
If Cav�red Aukos Liability Co�erage is pro�ided by
this Co�erage Form, the follawing types of
�ehicles are also covered "autos" far Covered
Autos Liability Ca�erage:
1. "Trailers" with a load capacity of 2,000 pounds
or less designed primarily for travel on public
roads.
2. "Mobile equipment" while being carried or
tawed by a ca�ered "auto".
3. Any "auta" you do not own while used with #he
permission of its owner as a kemporary
substitute for a covered "auto" you own that 9s
out of service because af iks:
a. Breakdawn;
b. Repair;
c. Ser�icing;
d. "Loss"; or
e. Destruction.
S�CTION II — COVFR�D AL]TOS �IABILITY
COVERAG�
A. Co�erage
We wi[f pay all sums an "insured" legally must pay
as damages because of "bodily injury" or "property
damage" to which this insurance applies, caused
by an "accident" and resulting from ihe ownership,
maintenance or use af a ca�ered "auto".
We will also pay all sums an "insured" legally must
pay as a"covered pollution cast or expense" ko
which this insurance applies, caused by an
"accident" and resulting from the awnership,
rrtaintenance or use of co�ered "autos". Hawe�er,
we will only pay for the "co�ered pollution cast or
expense" if there is either "bodily injury" or
"property damage" to which this insurance applies
that is caused by the same "accident".
We ha�e the right and duty to defend any
"insured" against a"suit" asking for such damages
or a"co�ered pollution cost or expense". Hawe�er,
we have na duty ta defend any "insured" against a
"suit" seeking damages far "bodily injury" or
"proper[y damage" or a"co�ered pollution cost or
expense" to which this insurance �oes not apply.
We may in�estigate and settle any claim or "suit"
as we consider appropriate. �ur duty to defend or
se#tle ends when the Co�ered Aufos Liability
Co�erage Limit of Insurance has been exhausted
by payment of judgments or settlements.
1. Who Is An Insured
The following are "insureds":
a. You for any co�ered "auto".
b. Anyone else while using with your
permission a co�ered "auto" you own, hire
or borrow except:
(1) The owner or anyone else from wham
you hire or borrow a covered "auto".
This exception daes nat apply if the
co�ered "auta" is a"trailer" connected to
a co�ered "auta" you own.
Page a of 12 �O Insurance 5er�ices Office, Inc., 2011 CA �0 41 1013
(2) Your "employee" if the covered "auto" is
owned by that "emp�oyee° or a member
of his or her household.
(3j Someone using a covered "auto" while
he or she is working in a business of
selling, servicing, repairing, paricing or
s#oring "autos" unless thak business is
yours.
(4) Anyone ather than your "employees",
partners (if you are a partnership),
m�mbers (if you are a fimited liability
campany) or a lessae or borrower or
any of their "employees", whife moving
property to or from a covered "auto".
(5) A partner (if you are a parEnership) or a
member {if you are a limited liability
company) for a cavered "auta" awned by
him or her or a member of his or her
ho�sehold.
c. Anyone liable for the conduct of an
"insured" described above bui only fio the
extent of that liability.
2. Coverage Exfiensions
a. Supplementary Payments
We will pay for the "insured":
(1) All expenses we incur.
(2) Up #o $2,000 for cost of bail bonds
(including bonds far related traffic law
violations) required because of an
"accidenf" we caver. We do not have to
furnish these bonds.
(3) The cost of bonds fo release
attachments in any "suiY' against fh�:
"insured" we defend, but only for bond
amounts within our Limit of Insurance.
(4) All reasonable expenses incurred by the
"insured" at our request, including actua!
loss of earnings up #o $250 a day
because of time off from work.
(5) All court costs taxed against #he
"insured" in any "suit" against the
"insured" we defend. However, these
payments da not include attorneys' fees
or atkorneys' expenses �taxed against the
"insured".
(6) All interest on khe full amount of any
judgment that accrues after enfry of the
judgment in any "suif" againsf the
"insurec!" we defend, but our duty ko pay
interesk ends when we have paid,
offered to pay ar deposited in court the
part of the judgment that is within our
Lirr�it of lnsurance.
These payments will not reduce the Limit of
Insurance.
b. Outaaf state Coverage Extensions
While a covered "auto" is away fram #he
state where i# is licensed, we will:
(1} Increase the Limit of Insurance for
Covereci Autos Liability Cov�rage to
meet the limits specified by a
compulsory or financial responsibility
law of the jurisdiction where the covered
"auto" is being used. This extension
does not apply to the limit or limi#s
specified by any law go�erning motor
carriers of passengers or proper#y.
(2) Provide the minimum amounts and
types of other caverages, such as na-
fault, required of ouf-of-state vehicles by
the jurisdickion where the covered "auto"
is being used.
We will not pay anyane more than once for
t�e same elements af loss because of
these extensions.
6. �xclusions
This insurance daes nat ap�ly to any of the
fallowing:
1. Expected Or Intended Injury
"Bodify injury" or "property damage" expected
or intended From the standpoint of the
"insured".
2. Contractual
Liability assumed under any contract or
agreerner�t.
Sut this exclusion does not apply fo liabili#y for
damages:
a. Assumed in a cantract or agreement #hat is
an "insured contracY`, provided the "bodily
injury" or "property damage" occurs
subsequent to the ex�;cutian of fhe contract
or agreement; or
b. 7hat #he "insured" would ha�e in fhe
absence af the contract or agreement.
3. VIlorkers' Compensation
Any obligation for which the "insured" ar the
"insured's" insurer may be held liable under
any workers' compensatian, disability benefits
or unemployment corrzpensation law or any
similar law.
CA 00 �7 90 13 O Msurance Services Office, Inc., 2011 f�age 3 of 92
4. �mployee Indemnificatinn And �mployer's
Liahili#y
"Bodily injury" to:
a. An "�mployee" of the "insured" arising out
af and in the caurse of:
(1) Employment �y the "insured"; or
(2) PerForming the duties r�lated to khe
conduct of the °insured's" bus9ness; ar
b. The spause, child, parent, hrother or sisker
of that "employee" as a consequence of
Paragraph a. above.
This exclusion applies:
(1) Whether the "insured" may be liable as
an employer ar in any other capacity;
and
{,�) Ta any obligation to share damages with
or repay sameone else wha must pay
damages because of the injury,
But this exclusion does not apply to "bodily
injury" to domestic "employees" nok entitled ko
workers' compensatian benefits ar to liability
assumed by the "insured" under an "insured
contracY'. For the purposes of the Co�erage
F'orm, a damestic "emp[oyee" is a person
engaged in househald or domestic work
performed principally in connection with a
residence premises.
5. Fellow Emplayee
"Bodily injury" to:
a. Any fellow "employee" of the "insured"
arising aut ort and in the caurse of the fellow
"employee's" employrnent or while
perFarming duties related to the conduct of
your business; or
b, The spouse, child, parent, brother or sister
of that fellow "employee" as a consequence
of Paragraph a, abo�e.
6. Care, Custody Or Control
°Property damage" fo or "ca�ered pollu�ion cast
or expense" in�ai�ing property awned or
transported hy the "insured" ar in the
"insured's" care, custody or control. But khis
exclusion does not apply to liability assumed
under a sidekrack agreement.
b. After it is ma�ed from the co�ered "auto" to
the place where it is finally deli�ered by the
"insured".
�. Mo�ement Of Property By Mechanical
Ue�ice
"Bodily injury" ar '`property damage" resulting
from the movement of property by a
mechanical device (other than a hand tr4acfc}
unless the de�ice is attached to the co�ered
"auta",
9. Operations
"Bodily injury" ar "proper[y damage" arising out
of the operation of:
a. Any equipment listed in Paragraphs 6.b.
and 6.c. of the definikion of "mobile
equipment"; ar
b. Machinery or equipment that is on, attached
ko or part of a land �ehicle khat would
qualify under the definition of "mobile
equipment" if it were not subject to a
campulsary ar financial respansibility law or
ather motor �ehicle insurance law where it
is licensed or principally garaged.
94. Completed Operations
"Bodify injury" or "property damage" arising out
of your wark after that work has been
completed or abandoned.
In this exclusion, your work means:
a. Wark ar operakions performed by yau or on
your behalf; and
h. Makerials, parts or equipment furnished in
cannection with such wark or aperations.
Yaur work includes warranties or
representations made at any time wikh respec�
ta the fitness, quality, durability or performance
af any of khe items included in Paragraph a. or
b. abp�e.
Your wark wil! be deemed completed at the
earliest of the fo{iowing times:
[1) When al! vf the work called far in your
contract has been campleted;
(a) Wher� all of the work to be done at the
site has been completed if your contract
calls far work at more than one site; or
7. Handling Of Property (3� When that par# of th� work done at a jab
„ �� �� site has been put to its intended use by
Bodily injury ar "proper�y damage resulting
from the handling of praperty: any person or organization other than
another con�ractar or subcontractor
a. Before it is moved fram the place where ik is working on the same project.
accepted by the "insured" far movement .
into or onfo the co�er�d "auto"; or
Page 4 of �2 O Insurance Services Office, Inc., 2011 CA p0 a1 10 13
Work that may need serrrice, maintenance,
carrection, repair or replacement, but which is
otherwise complete, will be treated as
completed.
11. �ollu#ion
"Bodily injury" or "property damage" arising out
of the actual, alEe�ecf or threatened discharge,
dispersal, seepage, migration, refease or
escape of "poilutants":
a. That are, or that are contained in any
property fhat is:
(1) B�ing transported or towed by, handled
or handled for movement into, anta ar
from the covered "auto';
(2) Otherwise in the course of transit by or
on behalf of the "insured"; or
(3j Baing stored, disposed of, treated or
pracessed in or upon the cav�red
"auto";
b. Before the "pollutants" or any •property in
which the "poilutants" are contained are
moved fram the place wher� they are
accepted by the "insured" for movement
into or onto the coverec! "auto' ; or
c. After the "pollutants" or any property in
which the "pollutants" are contained are
moved from the covered "auto" to t�e place
where they are finally deli�ered, disposed of
ar abandoned by the "insur�d".
Paragraph a. above does not apply ta fuels,
lubricants, fluids, exhausk gases or othet'
similar "pollutanfs" thak are needed ior or result
from the normal electrical, hydraulic or
mechanical functioning of the covered "auto" or
its parts if: C.
(1) The "pollutants" escape, seep, migrate
or are discharged, dispersec! or released
directly from an "au#o" part designed by
its manufacturer to hold, store, receive
or dispose of such "pollutants"; and
(�) The "bodily injury", "prop�rky damage" or
"covered polfution cas# ar expense"
daes not arise ouf of the operation of
any equipment listed in Paragraphs 6.b.
and 6.c. af the definitian of "mobile
equipment".
Paragraphs b. ar�d c. above oi this exclusion
do not apply to "accidents" that accur away
from premises owned by or rented fo an
"insured" with respect to "pollutants" not in or
upon a covered "auto" if:
(aj The "pollutants" or any property in
which the "pollutants" are contained
are upset, over�urned ar damaged as
a result af the maintenance or use of
a covered "auto"; and
(b} The discharge, dispersal, seepage,
migration, release or escape of the
"palfutants" is caused directly by
such upset, overturn or damage.
12. L+Uar
"Bodily injury" or "property damage" arising
directly or indirectly out of:
a. War, including undeclared or civil war;
b. Warlike action by a military force, including
action in hindering or defending against an
actual or expec#ed aftack, by any
government, sovereign or other authority
using military personnel or other agents; or
c. Insurrecti�n, rebellion, revolution, usurped
power or action taken by governmental
authori#y in hindering or defending against
any of these.
13. Racing
Covered "autos" while used in any professional
or organized racing or demolition contest or
sfunting acti�ity, or while practicing ior such
cantest or activity. This insurance also does
nat apply while that covered "auta" is being
prepared for such a contest ar activity.
Limit Of lnsurance
Regardless af the number of covered "autas",
"insureds", premiums paid, claims made or
vehicles involved in the "accident", the most we
will pay for the totaf of all darr3ages and "covered
pvllution cost or expense" cambined resulting from
any one "accident" is the Limit Of Insurance for
Covered Autos Liability Coverage shawn in the
Declarations.
C,�► 00 01 10 93 O Insurance Services �ffice, fnc., 2011 Page � of 1�
All "bodily injury", "property damage" and "co�ered
pollution cost or expense" resulting from
continuous ar repeated exposure to substantially
the same conditions will be considered as
resulfing from one "accident".
Na one will i�e entitl�d ta receive dupl�cate
payments far the same elements of "lass" under
this Co�erage Form and any Medical Payments
Coverage endarsement, Uninsured Matorists
Coverage endorsemen# or Underinsured Matorists
Coverage endorsement attached to fhis Coverage
Part.
S�CTION III — Ai�YSICAL �AiWAGE COVERAC�C
A. Co�erage
1. We will pay for "loss" to a co�ered "auto" or its
equipment under:
a. Comprehensive Co�erage
From any cause except:
(1) The cavered "auta's" collision wi�h
another abject; or
(2) The co�ered "auta's" overturn.
b, Specified Causes Of �oss Co�erage
Caused hy:
(1) Fire, lightning or explosion;
(2) Theft;
(3) Windstorrn, hail or earthquake;
(4) Flood;
(5j Mischief ar vandalism; or
(6} The sinking, burning, collision or
derailment af any conveyance
transporting the cavered "auto".
c. Collision Co►rerage
Caused by:
(1} T�e covered "auto's" collision with
another object; or
(2) The ca�ered "auko's" averturn.
2. Tawing
We will pay up to the limit shown in the
Dedarations for towing and labor casts
incurred each time a cavered "auto" of the
pri�ate passenger type is disabled. Howe�er,
the labor must be perfarmed at the place of
disablemenk.
3. Glass Breakage � liitting A�ird 4r Animal —
FaEling Objects Ot Niissiles
If you carry Comprehensi�e Coverage for the
damaged covered "auto", w� will pay for the
fallawing under Comprehensi�e Co�erage:
a. Glass breakage;
b. "Loss" caused by hitting a bird or animal;
and
c. "Loss" caused by falling objects ar missiles.
Howe�er, yau ha�e the optian of ha�ing glass
breakage caused by a co�ered "auto's"
collision or o�erturn considered a"lass" under
Collision Co�erage.
4. Coverage Extensions
a. Transportation Expenses
We will pay up tv $20 p�r day, to a
maximum of $600, for temparary
transportation expense incurred by you
because of tF�e tatal theff of a covered
"auto" of the pri�ate passenger type. We
will pay only for those co�ered "autos" for
which yvu carry either Camprehensi�e ar
Specified Causes Of Loss Coverage. We
will pay for temporary transportation
ex�enses incurr�d during the period
beginning 48 hours after the thef� and
ending, regardless of the policy's expiration,
when the covered "auto" is returned ko use
ar we pay for its "loss".
b. l�oss Of Use �xpenses
For Hired Auko Physical Damage, we will
pay expenses for whicY� an "insured"
becomes legally respansible to pay for loss
of use of a �ehicle rented or hired without a
dri�er under a written rental contract or
agreement. We will pay for lass of use
expenses if caused by:
{1) Other than collision only if the
Declarations indicakes khat
Comprehensi�e Co�erage is pro�ided
far any co�ered "auto";
(�) Spec�fied Causes Of Lass only if the
Declarations indicates that Specified
Causes Of Lass Coverage is pro�ided
far any co�ered "auto"; ar
€�age 6 of 12 �O Insurance Services Office, Inc„ 201'[ CA 00 01 10 93
(3) Collision only if the Declarations
indicates that Collision Coverage is
provided for any covered "auto".
Hawever, the most we will pay far any
expenses for loss of use is $20 per day, to
a maximum of $60d.
�. Exclusions
1. We will not pay for "loss" caused by ar resul#ing
from any of the following. Such °loss" is
excluded regardless of any other cause or
��ent that contribu#es concurrently or in any
sequence to the "loss".
a. Iduclear Hazard
�.
3.
(1) The explosion of any weapon employing
atomic fission or fusion; or
(2) Nuclear reaction or radiation, ar
radiaac#ive contaminatian, however
caused.
b. War Or IV�ilitary Actian
(1) War, including undeclared ar civil war;
(�) Warlike action by a milifary force,
including action in hindering ar
defending against an actual or expected
attack, by any go�ernment, sovereign or
other authority using military personnel
or other agents; or
(3) insurrection, rebellion, revolutian,
usurped power or action taken i�y
governmental authQrity in hindering or
clefending against any of these.
We will not pay for "loss" to any covered "auta"
while used in any professional or organized
racing or demalition contest or stunting acti�ity,
or while practicing for such contest ar activity.
We will afso not pay for "loss" to any covered
"auto° while that covered "auto" is being
prepared for such a contest or activity.
We wil! not pay for "loss" due and confiroed to:
a. Wear and tear, freezing, mechanical or
electrical breakdown.
b. Blowouts, punctures or okher raad damage
to tires.
This exclusian does nat apply to such "loss"
resuiting from the total theft of a covered
"auto". �
4. We will not pay for "loss" to any of the
fallawing:
a. Tapes, records, discs or other similar audio,
visual or data electronic devices designed
for use with a�dio, visual or data electronic
equipment.
b. Any device designed or used to detect
speed-measuring equipment, such as radar
or laser detectors, and any jamming
apparatus in#ended to efude ar disrupt
speed-measuring equipment.
c. Any electronic equipment, without regard to
whether this equipment is permanently
installed, that reproduces, rec�i�es or
transmits audia, visual or data signals.
d. Any accessories used with the electronic
equipment described in Paragraph c.
above.
�. Exclusions 4.c. and 4.d. do not apply to
equipment designed to be operated solely by
use of the power from the "auto's" electrical
system fhat, af the time of "lass", is:
a. Permanently installed in ar upon the
covered "auto";
b. Removahle from a housing unit which is
perma�ently installed in or uppn the
covered "auto' ;
c. An integral part of the same unit hausing
any electronic equipment described in
Paragraphs a. and b. above; or
d. Necessary for the normal operation of the
co�ered "auta" or khe monitoring of the
covered "auto's" aperating system.
6. We will not pay for "loss" ta a cavered "auto"
due to "diminution in value".
C. Limits Of insurance
1. The most we will pay far:
a. "Loss" to any one covered "auta" is the
lesser of:
(1) The actual cash value of the damaged
or stolen properfy as of the time of the
"loss"; or
(2} The cos# of repairing or replacing the
damaged or stalen properiy with other
property of fike kind and quality.
b. All electronic equiprr�ent #hat reproduces,
receives or transmi#s audio, visual or data
signals in any one "loss" is $1,OOD, if, at the
time af "loss", such electronic equipment is:
(1) Permanently installed in or upon the
covered "auko" in a housir�g, apening or
other locakian that is not normally used
by the "auto" mar�ufacturer far the
insfallaiion of such equipment;
C�e 40 07 10 13 O Insurance Services Office, �nc., 2011 Page � of 12
(�) Remo�able from a permanently installed
housing unit as described in Paragraph
b.{1) above; or
(3) An integral part of such equipment as
described in Paragraphs b.(1) and b.(2}
abpve.
2. An adjustment for depreciativn and physical
condikion will be made in determining actual
cash value in the e�ent of a kotal "loss".
3_ If a repair or replacement results in better than
like kind ar quality, we will not pay far the
amount of the �etterment.
D. Deductifole
For each co�ered "auto", our obligation to pay for,
r�pair, return or replace damaged or stolen
properky will be reduced by the applicable
deductible shawn in the Declarakians. Any
Comprehensive Co�erage deductibie shown in the
Declarations does not apply to "Ivss" caused by
fire or lightning.
SECiION 1V — BUSINESS AU�O COWDITIOPlS
The following conditions apply in addition to the
Common Palicy Conditions:
A. Loss Conditians
1. Appraisal For Physical Damage Loss
If you and we disagree on the amount of "loss",
either may demand an appraisal of the "loss".
In this event, each party will select a competenk
appraiser. The two appraisers will select a
compekent and impartial umpire. i'he
appraisers w�ll state separately the actual cash
�alue and amount af "loss". If they fail to agree,
they will submit their differences to the umpire,
A decision agreed to by any two will be
binding. Each party will:
a. Pay its chosen appraiser; and
b. Bear the other exp�nses of the appraisa[
and umpire equally.
If we submit ta an appraisal, we will still retain
our right ko deny the claim.
2. �uties In ihe E�ent Of Accident, Claim, Suit
Or Loss
We ha�e no duky to provide coverage under
khis policy unless there has been full
campliance with the following dukies:
a. In fhe e�ent of "accident", claim, "suit" or
"loss", you must gi�e us or our authorized
repr�s�ntative prompt notice of the
"acciden#" or "loss". Include:
(9} Haw, when and where the "accident" or
"loss" occurred;
(2) The "insured's" name and address; and
(3) To the extent possible, fhe names and
addresses af any injured persans and
witnesses.
b. Additionally, you and any other in�olved
"insured" must:
(1) Assume na abligation, ma�ce no
payment or incur no expense wifhout
our consent, except at the "insured's"
own cost.
(a) Immediaiely send us copies af any
request, demand, order, no#ice,
summons or legal paper recei�ed
cor�cerning ihe c[airr� or "suit".
(3) Caoperate with us in fhe in�estigakion or
settlement of the claim or defense
against the "suif".
(4) Aukhorize us ko obtain medical records
or other periinent infarmation.
(5) Submit to examination, at our expense,
by physicians of our choice, as aften as
we reasonably require.
c. If there is "loss" to a co�er�cE "auto" or its
equipment, you must also da the follawing:
(1) Promptly natify the police if the cavered
"auto" or any of iks equipment is stoien.
(2) Take al! reasonable steps to protect the
co�ered "auto" from further damage.
Also keep a record af your expenses far
consideration in the settlement of the
claim.
(3) Permi# us ta inspect the co�ered "auta"
and records proving the "Eoss" before its
repair or disposition.
(4} Agree to examinations under aath ak our
request and gi�e us a signed statement
of yaur answers.
3. Legal Action Against Us
No one may bring a lega! action against us
under this Ca�erage Form until:
a. There has been full compliance with all the
terms of this Co�erage �orm; and
b. Under Co�ered Autas Liability Coverage,
we agree in writing that the "insured" has an
obl�gatiar� to pay or until the amaunt of thai
obligation has finalEy been determined by
judgment after trial. No one has the right
under this palicy to bring us into an action
to determine the "insured's" {iability.
Page � of 'I� CO Insurance Serv3ces Office, Inc., 2011 CA 00 0'I 10 13
4. Loss �ayment � Physical C7amage
Co�erages
At o�r option, we may:
a. Pay for, repair or replace damaged or
stolen praperty;
b. Return the stolen praperty, at our expense.
We will pay for any damage that results to
the "auto" from the theft; or
c. Take all ar any par� of the damaged or
stolen properfy at an agreed or appraised
value.
If we pay for the "loss", our payment will
include the applicable sales tax ior the
damaged or stolen praperty.
5. Transfer Of Rights Of Recovery Agains#
Others �a Us
If any person or organization to ar for whom we
make payment under this Coverage Form has
rights to recover damages from another, those
rights are transferred ta us. That person or
organization must do everything necessary to
secure our rights and musk do nothing after
"accident" or "foss" to impair #hem.
�. General Conditions
1. �ankruptcy
Bankruptcy or insolvency of the "insured" or the
"insured's" estate wifl not relieve us of any
obligations under this Coverage Form.
2. Concealment, 191�isrepresentation Or �raud
This Coverage Form is �oid in any case af
fraud by you at any time as it refates to this
Coverage Form. It is afso void if you or any
other "insured", ak any time, intentionally
conceals or misrepresenks a material fact
concerning:
a. This Coverage Form;
b. The covered "auto";
c. Your interest in the co��red "auta"; or
d. A claim under this Coverage Form.
3. Liberalization
If we re�ise this Coverage Form to provide
more co�erage without additional premium
charge, yaur policy will automatically provide
th� additional coverage as of the day #he
revision is effective in your state.
5. Otherinsurance
a. For any covered "auto" you own, this
Coverage Form provides primary
insurance. For any covered "auto" you don't
awn, the insurance provided by khis
Caverage Form is excess over any other
coflectible insurance. However, while a
covered "auto" which is a"trailer" is
cannecfed to another vehic�e, the Covered
Autos Liability Coverage this Coverage
Farm provides for the "trailer" is:
{1) Excess while it is connected to a rr►otar
vehicle you do not own; or
(2) Primary while it is connected to a
covered "au#o" yau own.
b. For Hired Auto Physical Damage Coverage,
any covered "aufo° yau lease, hire, rent or
borrow is deemed to be a co�ered "auto"
you own. However, any "auta" that is
leased, hired, rented or barrowed with a
driver is not a eovered "auto".
c. Regardless of the �rovisians af Paragraph
a. above, this Coverage Form's Covered
Autos Liability Co�erage is primary for any
liability assumed under an "insured
contract".
d. When this Coverage Form and any okher
Caverage Form or policy covers an the
sarr�e basis, either excess or primary, we
will pay only our share. Our share is the
proportion that the Limit of Insurance of our
Coverage Form bears to the total af the
limits of all the Coverage Forms and
policies covering on the same basis.
6. Premium A►udit
a. �fhe estimated premium for this Coverage
Forrn is based on the exposures you told us
you would have when this policy began. We
will compute the final premium due when
we determine your actual exposures. The
estimated iotal premium will be credited
' against ti�e final premium due and the first
Named Insured will be billed for the
balance, if any. The due date for the final
premium or retrospective premium is the
date shown as #he due date an the bill. If
tF�e estimated kotal premRum exceeds the
final premium due, the first Named fnsured
will get a refund.
4. No Benefit �'o �ailee � Physicaf �amage b, If khis policy is issued for more than one
Coverages year, the premiurri for this Caverage Form
We will not recognize any assignrr�ent or grant will be computed annually based on our
any coverage for the benefit of any person or rates ar premiums in e#Feck at the beginning
arganization holding, storing or fransparting of each year af the policy.
property for a fee regardless af any oth�r
provision of this Coverage Form.
C� OU 01 10 13 O fnsurance Services Office, Inc., 2011 I�age 9 of 92
i. �olicy �eriod, Co�erage Territory
Under this Co�erage Form, we ca�er
"accidents" and "losses" accurring:
a. During the policy period shown in the
Declarations; and
b. W�thin the co�erage territory.
The co�erage territory is:
(9) The LJnited States af America;
(2) �he territories and possessions af the
Uniked States of America;
(3) Puerto Rico;
(4) Canada; and
(5) Anywhere in khe world if a ca�ered
"auto" of the pri�ate passenger type is
leased, hired, rented or borrowed
without a driver for a period of 30 days
ar less,
pra�ided that the "insured's" responsibility to
pay damages is determined in a"suit" on #he
rnerits, in the Unite� Stakes of America, khe
territories and possessions af the United States
of America, Puerfo Rica or Canada, or in a
settlement we agree to.
We also cover "[oss" to, or "accidents"
in�ol�ing, a co�ered "auto" while being
transported betw�en any of khese places.
8. Two Or Niare Co�erage Forms Or Palicies
I$suec! By Us
If this Coverage Form and any other Co�erage
Form or policy issued to you by us or any
company affiliated with us app[ies to the same
"accident", the aggregate maximum Limit of
Insurance uncfer all the Coverage Farms ar
palicies shall nat exceed the highest applicable
Limit of Insurance under any one Coverage
Farm or policy. This condikian does not apply to
any Co�erage Form or palicy issued by us ar
an affiliated company specifically to apply as
excess insurance over this Ca�erage Farm.
S�CTIOP! V — DEFII�ITIO{�S
A. "Accident" incl�des continuous or repeated
ex�asure to the same condikions resulting in
"bodily injury" or "property damage".
B. "Autd' means:
1. A land motor �ehicle, "trailer" or semi#railer
des9gned for tra�el on public roads; or
2. Any other iand �ehicle that is subject ta a
compulsory ar financial respansibility law or
other motor vehicls insurance law where ik is
licensed or principally garaged.
Howe�er, "auta" does not include "mobile
equipment",
C. "Bodily injury" means bodiiy injury, sickness or
disease sustained by a person, including death
resulting from any of these.
D. "Co�ered pollukion cost or expense" means any
cost or expense arising out of:
1. Any request, demand, arder ar statutory ar
regulatory requErement that any "insured" ar
others test fnr, monitor, clean up, remo�e,
contain, treat, detoxify or neutralize, or in any
way respond to, or assess the effects ofi,
"pollutanfs"; or
2. Any claim or "suit" by or an behalf flf a
go�ernmentai authority for damages because
of testing for, monikoring, cleaning up,
remo�ing, containing, treating, detoxifying or
neutralizing, or in any way responding ta, or
assessing the e�Fects of, "pollutants".
"Co�ered pollukion cosk or expense" does nok
include any cost or expense arising out of the
actuaE, alleged or threatenec! discharge, dispersal,
seepage, migration, releas� or escape of
"po I I uta nts":
a. That are, ar that are contained in any
praperty that is:
(1) Being transported ar towed by, handled
or handled for mo�emen# inta, onto or
from the co�ered "auto";
(2) Otherwise in the caurse of transik by ar
on behalf of khe "insured' ; or
(3) Being stored, .dispased of, treated ar
processed in or upon khe co�ered
"auto";
b. Befare the "pollutants" or any property in
which the "pallutants" ar� cantained are
mo�ed fram the place w�ere they are
accepted by the "insured" for movemenf
into or onta the co�ered "auta"; ar
c. After the "pollutants" ar any property in
which the "pollutants" are contained are
ma�ed from the covered "auto" to the place
where �hey are finally delivered, disposed of
or abandoned by the "insured".
Page 10 of 12 O Insurance 5er�ices Office, Inc., 2011 CA Op 01 10 13
Paragraph a. above does nat apply to fuels,
lubricants, fluids, exhaust gases or other
simifar "pollutan#s" that are needed for or result
from the normal electrical, hydraulic or
mechanical functioning of the covered "auto" or
its parts, if:
(1 j The "pallutants" escape, seep, migrate
or are discharged, dispersed or released
directly from an "auto" part designed by
its manufacturer to hold, store, receive
or dispase of such "pollutants' ; and
(2) 7he "bodily injury", "property damage" or
°cavered pnllution cast ar expense"
does not arise out of the aperation of
any equipment listed in Paragraph 6.b.
or 6.c, of the definition of "mobile
equipment".
Paragraphs b. and c. above do nok apply to
"accidents" that occur away from premises
owned by or rented to an "insured" with respect
tv "pollutants" not in or upon a covered "auto"
if:
(a) The "polluiants" or any property in
w�ich the "palfutan#s" are contained
are upset, overturned or damaged as
a resUlt of the maintenance or use of
a covered "auto' ; and
(b) The discharge, dispersaf, seepage,
migraiion, release ar escape ofi #he
"pollutants" is caused directly by
such upset, overturn or damage.
E. "Diminution in value" means the actUal or
perceived loss in market �alue or resale �alue
which results from a direct and accidental "loss".
F. "�mployee" includes a '9eased worker".
"Employee" does not include a "temporary
warker".
G. "Insured" means any person or organization
qualifying as an insurec! in the Who Is An Ins�red
provis�on of the applicable cov�rage. Except with
respect to #he Limit of Insurance, the caverage
afforded applies separately to each insured wha is
seeking coverage or against whom a claim or
"suit" is braught.
b. "Insured contract° means:
1. A lease of premises;
5. That pari of any other con#ract or agreement
pertaining to your business (inciuding an
indemnificafion of a municipaliky in cannection
with work performed for a municipality) under
which you assume the tart liability of another ta
pay for "foodily injury" or "property damage" to a
third party ar organixation. Tort liability means
a liability that would be irripased by law in the
absence of any contract or agreement; or
6. That part of any confract or agreement entered
into, as part of your business, pertaining to the
rental or lease, by yau ar any of your
"�mployees", of any "auto". However, such
contract or agr�emen# shall not be considered
an "ins�red con#ract" to the extent tF�at it
abligates you or any of your "emplayees" to
pay for "property damage" to any "auto" rented
or leased by you or any of your "employees".
An "insured contracf" does not include that part of
any contract or agreement:
a. Thaf indemnifies a railraad for "bodily injury"
or "praperty damage° arising ouk of
construction or demolition operations, within
50 fee# of any railroad praperty and
affecting any railroad bridge or trestle,
tracks, roadbeds, tunnel, underpass or
crossing;
b. Tha# pertains to tl�e loan, lease ar rental of
an "a�ko" to you or a�►y of your
"employees", if the "auto" is loaned, leased
or rented with a driver; or
c. That holds a person or organization
engaged in khe business of transporting
praperty by "auto" for hire harmless for your
use of a coverec! "auto" over a route ar
ferritory that persan or organiza#ion is
authorized to serve by public authority.
I. "Leased worker" means a person leased to you by
a labor leasing firm under an agreem�nt between
you anc! the labor leasing firm to perfarm duties
related to the conduct of your business. "Leased
worker" doe,s not incfude a"temporary worker".
J. "Loss° means direct and accidental loss or
damage.
Ft, "Mobife equipment" means any of the faiiowing
types of land �ehicles, including any attached
machinery or equipment:
2. A side#rack agreement; 1. Bulldozers, farm machinery, forklifts and other
3. Any easement or license agreemenf, except in vehicles designed tor use principally off public
connection with construction ar demplition raads;
op�rations on ar within 50 feet of a railroad; a. Vehicles maintained for use splely on or next fo
4. An obligation, as required by ardinance, to premises you own or rent;
indemnify a municipality, except in connecfion 3. Vehicles that travel on crawfer treads;
with work far a municipality;
CA 00 01 '10 13 OO lnsurance 5ervices Office, Inc., 2011 �age 17 of 1�
4. Vehicles, whether self-propelled ar not,
maintained prit�narily ta pra�ide mobility to
permanently mounted:
a. Power cranes, shovels, laaders> diggers or
drills; or
b. Road construction or resurfacing equipment
such as graders, scrapers or rollers;
5. Vehicles not described in Paragrapl� 9., a., 3,
ar 4. abo�e that are not self-propelled and are
matntained primarily to provide mobility ta
permanently attached equiprnent of the
following types:
a. Air compressors, pumps and generators,
incluciing spraying, welding, building
cleaning, geophysical exploratian, lighting
and well-ser�icing equipment; or
b. Cherry pickers and similar de�ices used ta
rais� ar lawer workers; or
6. Vehicles not d�scribed in Paragraph 1., 2., 3.
or 4, abo�e maintained primarily for purposes
other than the kransportation of persons or
carga Hawe�er, self prapelled vehicles with
the following types of permanently attached
equipment are not "mobile equipment" but will
be considered "autos":
a. Equipment designed primarily for:
(1) Snow removal;
(2) Road maintenance, but not cvnstruction
or resur�acing; ar
(3) Street cleaning;
b. Cherry pickers and similar de�ices mounted
on autamobile or truck chassis and used ko
raise or lower workers; and
However, "mobile equipment" daes not include
land �ehicles that are subject to a compulsory or
financial responsibility law ar okher motor �ehicle
insurance law wh�re it is ficensed or principally
garaged. Land vehicles subject fo a compulsory ar
financial responsibility law ar oiher rnotor �ehicle
insuranc� law are cansidered "autos".
L. "Pollutants" means any solid, liquid, gaseous or
thermal irritant or contaminant, including smoke,
�apor, soat, fumes, acids, alkalis, chemicals and
waske. Waste incl�des materials to be recycled,
recanditioned or reclaimed.
iW. "Property damage" means darr�age fo or lass of
use of tangible praperty.
R!. "SuiY' means a civil proceeding in which:
'I. Damages because of "bodily injury" or
"praperty damage"; or
2. A"cavered pollutian cost or expense";
to which this insurance applies, are alleged.
"5uit" inc�udes:
a. An arbitrakion prviceeding in which such
damages or "cavered poliufion costs or
expenses" are claimed and to which the
"insured" must submit •or does submik with
our cansent; or
b. Any other alternat��e dispute resolution
proceeding in which such damages or
"ca�ered pollution costs or expenses" are
claimed and ta which the insureti submits
with our cansent.
O. "Temporary worker" rneans a persan who is
furnished ko you to substitute for a permanenk
"employee" on leave or to meet seasonal ar short�
term workload candi�ions.
c. Air compressors, pumps and generators,
including spraying, welding, build9ng P• "Trailer" includes semitrailer.
cleaning, geophysical exploratian, lighting
or well-servicing ec{uiprnent.
F�age 12 of 1a CO Insurance Services Off�ce, Inc., 2019 CA 00 01 1013
NAMED INSUR�D: McGlendon Consuuctian Company, Inc.
POLICY NUMBER: ACPBAPC3009912768
CO�IVI��CIA� �AU�O
AC 70 Of 03 1 fi
ialS �iVD�RS�I�Y�NY �H�,NCa�� �'H� POL,ICY. �L���� I��A9 IT CAi���l��,�Y.
���oiu��s b��-r°� ��o�����oi� - ���-�o��n�i
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
SUIiAi41�A�Y O� COV�RAC9�S
A. Effect of This Endorsement
B. Newly Acquired of Formed Enkikies
C. Employees as insureds — Nonowned Au#os
D. Additional Insured by Contract, Permit ar Agreement
E. 5up�lementary Payments — Bail Bonds
F. Supplementary Payments — Loss of Earnings
G. Personaf Effects and Property of Others Extensian
H. Prejudgment inkeres# Coverage
1. Fellow Employees
J. Hired Auto Physical Damage
K. Temporary Substitute Aukas — Physical Damage Coverage
L. Expanded Towing Caverage .
M. Auto �aan or Lease Co�erage
N. Original Equipment Manufacturer Parts — Leased Private Passenger Types
O. Deductible Amendments
P. �xpanded Transporkation �xpense
Q. Extra Expense — Stolen Autos
R. Physical Damage Limit of Insurance
S. New Vehicle Replacement Cost
T. Physical Damage Coverage Extensians
U. Business Incame and Extra Expense Caverage
V. Transfer of Rights Of Recovery Against Others To Us
W. Section IV — Business Auko Conditions -- Notice of and Knowledge of Occurrence
X. Hired Car Caverage Territory
Y. Emergency Lockout
Z. Cancellation Condition
AC �p Ofi 03 16 Incfudes copyrighted material of Insurance Services Office, Inc. �age 7 af �
wikh its permission
COIViNYERCIAL AUiO
AC i0 06 03 '16
A. �CF�r�CT OF THIS'�NDORSEiUI�N�
Co�erage pro�ided under this palicy is madified
by the pro�isions of this endorsement. If there
is any conflict between #he pra�isions of this
endarsement and the pro�ision(s) of any state-
specific endorsement alsa attached to this poli-
cy, then the pro�isivn(s) of the state-specific
endarsemenf shall apply inst�ad of the pro�i-
sions of this endarsement that are in canflict,
but only to the extent of the conflict, and on�y ta
the extent necessary to bring such provisions
inta canfarmance wikh the state requirement{s)
contained in the pro�ision(s) of the state-specific
endorsement.
B. NEWLY ACQUIRED Oid FORF�fVED �NYI�IES
The Named Insured shown in the �eclaratians is
amended to include any organization yau newly
acquire ar form, other than a parknership, joint
�enture, or limiked liability company, and o�er
which you maintain awnership ar majority (more
than 50°/o) interest; if there is no ather similar in-
surance a�ailable to that organizaiion. Co�erage
under this pravisian is afforded un#il the 180"'
day after you acquire or farm the organization or
khe end af the policy period, whiche�er is later.
C. Ei4�PLOYEES AS Ii�SUREDS -- PIOtdOVkIN�D
AU�OS
The follawing is added to paragraph A.1. Who Is
An Insured af SECTION II — COVERED AUTOS
LIABILITY COVERAG�:
d. Any "empioyee" af yours is an "insured"
while using a co�ered "auto" you don't own,
hire or barrow in your business or your per-
sonal affairs.
�. ADDITIOWAL IA�SUR€D BY CON�"RACT,
PER�AIT OR AGRE�C�f4�NT
The following is added to A.1. Who ls An In-
sured of SECTION Il — COVER�D AUTOS
LIABILiTY COVERAGE:
Any person or organization that you are re-
quired to name as an additional insured in a
written contrac� or agreement khat is executed
or signed by you prior to a"bodily injury" or
"prop�rty damage" occurrence is an "insured"
for Ca�ered Auko Liability coverage. How-
errer, with respect to ca�ered "autos", such
person or organization is an insured only to
the extent that person or arganization c�uaGfies
as an "insured" under A.1. Wha is an Insurecf of
SECTION II — COVERED AU70S LIABILITY
COVERAGE:
If specifically required by the written contract or
agreement referenced in the paragraph abo�e,
any coverage pra�ided by this endorsement to
an additional insured shall be primary and
any ather �alid and collectible insurance a�ail-
able to the additionak insured shall be non-
contributory with this insurar�ce. If the written
contract daes nok require this correrage to be
prirr�ary and the additional insured's co�erage to
be non-contributary, then khis insuranee will be
excess o�er any other �alid and collectible insur-
ance a�ailable to the additional insured.
�C. SUPPLE�fi�NTA�'iY �AYi�iEPl�S — BAIL
BONDS
Su�plementary Payments of SECTION II —
COVERED AU�OS LIABILITY COVERAGE is
re�ised as follows:
{2) Up ta $3,000 for cost of bai� bands (including
bands far related traffic law �iolations) re-
quired because af an "accideni" we cover.
We do nok ha�e to furnish these bonds.
�. SUPPL�II�CN�ARY PAY{4flEPliS — LOSS OF
rARRlINGS
Supplementary Payments of SECTION Il —
COVERED AUTOS LIABILITY COVERAGE is
revised as foElows:
(4} All reasonable expenses incurred by the "in-
sured" at aur requesk, including actual loss
of earnings up to $�,000 a day because of
time off from work.
CC. �'ERSOI�AL EFFECFS Ai�D PRO��RTY O�
OTHERS EXT'�NSI�N
1. The Care, Custody or Control Exclusion af
SECTION II — COVERED AUT05 LIABILITY
COVERAGE, does not apply to "property dam-
age" to properky, other than yaur properky, up to
an amounk not exceedir�g $500 in any one "acci-
dent". Co�erage is excess o�er any ather valid
and collectible insurance.
2. The following paragraph is added to A.4.
Coverage Extensions of SECTlON III -
PHYSICAL bAMAGE COVERAGE:
c. We will pay up to $1,000 for yaur prop-
erty thak is lost or damaged as a result
af a co�ered "loss", without applying a
deductible. Co�erage is excess o�er
any akher �alid and collectible insur-
ance.
�age 2 of � Includes capyrighted material of Insurance 5ervices Office, Inc. AC f� 06 03 16
with its permissian
COIV�MFcRCIAL. AUTO
AC ip O6 Q3 16
b. PFt�JUDC9M�A�7 IfV f�R�S7 COVLI�AC9�
The following paragraph is added to SECTION II
— COVERED AUT�S LIASlLITY CQVERAG�,
2. Coverage Extensions, a. S.upplementary
Payments:
(7) Prejudgment interest awardecE against the
"insured" on that par# of the judgment we
pay. If we make an- offer to pay the appli-
cabfe limit of insurance, we will not pay
any prejudgment interest based on that
periad of time after the affer.
I. �'C���OW C��ll�'�DYC�
The Fellow Empioyee Exclusion of SECTION II -
C4VERED AUTOS LIABILITY COVERAGE,
da�s not apply if the "bodily Injury" resufis from
khe use of a covered "a�ato" you awn or hire.
The insurance provided under this pro�ision is
excess over any ather collectible insurance.
J. bIR�� AUYO F�F;YSlCAL DAtiflAC�
If covered "auto" designation symbols 1 or 8 ap-
ply to Liabifity Coverage and if at least one "au-
to" you awn is ca�ered by t�is policy far Com-
prehensive, Specified Causes of Loss, or Cofli-
sion co�erages, then the Physical Damage
coverages provided are e�ended to "aufos" you
lease, hire, rent or borrow without a dri�er; and
provisions in the Business Auto Coverage Form
applicable to Hired Auto Physical Damage a�ply
up to a limit of $125,q00. The deductifple will be
equal to the largest deductible applicable #o any
owned "auto" far that coverage. Any Campre-
hensive deduetible does not apply #o fire or
lightning.
frt. ��fi�PO r�iA�Y SU�S�'I f U�� AU f O$ —
�HYSICAL DAiIApeG� COVER/�CE
The foilowing is added to paragraph C. Certain
Trailers, Mobile Equipmen# And Temporary
Substiku#e Autos of SECTION I— COV�RED
AU70S:
If Physical Damage Coverage is provided by
this Co�erage Form, the following types of
vehicles are also covered "autos" far Physi-
cal Damage Coverage:
Any "auto" you do nok own while used with
the p�rmissian of its owner as a temporary
substitute for a covered "auko" you own that
is out of service because of its:
a. Breakdown;
b. Repair;
c. 5ervicing;
d. "Loss"; or
AC �0 06 03 16 lncludes copyrighted material af Insurance Services Office, Inc.
with its permission
e. Desfructian
The coverage thaf applies fs khe same as
the co��rage provided for the ��hicle foeing
replaced.
L. �XF'peiilDED iOWII�C COVERACE
1. We will pay up #o:
a. �15Q for a covered "auto" you own of
the pri�ate passenger type, or
b. $750 for a covered "auto" you awn that
is not of #he private passenger iype,
fior tawing and labor costs incurred each
time the covered "autd' is disabled. Howev-
er, the labor must be perFormed a# the place
of disa6lement.
2. This co�erage applies only for an "autv"
covered on this policy for Comprehensi�e or
Specified Causes of Loss Caverage and
Collision Co�erages.
3. Payment applies in addition to the atherwise
applicable amount of each coverage you
have on a ca�ered "auta".
fi�. AU�O �OAPI OR L�AS� COV�RACFc
1. In the e�ent of a total "lass" ta a covered
"auto", we will pay any unpaid amount due
on the laan or lease, including up to a max-
imum of $500 for early termination fees or
penalties, far your co�ered "auto" less:
a. The amount paid under SECTION III —
PHYSICAL DAMAGE COVERAG� of
this policy; and
b. Any:
1) Overdue lease/loan payments at the
time of the "loss' ;
2) Financial penalties imposed under a
lease for excessi�e use, abnormal
wear and tear or high mileage;
3) Security deposits not refundec! by a
lessor;
4) Cos#s of extended warrankies, Credit
Life insurance, Health, Accident, or
Disafnility insurance purchased with
the lease; and
5) Carry-aver balances from previous
leases.
2. This coverage anly applies to a"loss" which
is also co�ered under this policy for Com-
prehensive, Specified Causes of Lass, or
Collisian coverage.
�age 3 of 7
GOf1A�fl�RCIR� AUTO
AC 70 06 03 16
3. Co�erage daes not apply to any unpaid
amount due on a loan for which the covered
"auta" is not the sole collateral.
N. ORI(91NAL. EQUIPIV��fd7 IV�AI�U�AC�URER
�AFtiS — LEAS�D �'R1VAi� PA55�NG�R
TYP�S
Under Paragraph C. Limit of Insuranc� of
SECTION EII — PHY5ICAL DAMAGE
COV�F2AGE, Section 4 is added as follows:
4. We will use new ariginal equipment �ehide
manufacture� parts, for any pri�ate passen-
ger iype co�ered "auto" where required by
the lease agreement which has a term of at
least six months. If a new ariginal equjp-
ment vehicle manufacturer part is nat in pra-
duction or diskribution we may use a like,
kind and qualiky replacement part.
O. ��DIJCTI�LE AI4flEN�flflENiS
The following are added ta the Deductible pro�i-
sion af SECTION lil — PHYSICAL QAMAGE
COVEFtAGE:
If anather policy or co�erage form that is not an
automabile policy or co�erage form issued by
this company applies ta the same "accident", the
fiollowing applies:
1. If the deductible under this ca�erage is the
smal[er (or smallest) deductible, ik will be
wai�ed:
2. If the deductible under this ca�erage is nat
the smaller (or smallesk) deductihle, it will be
reduced by the amounk af the smaller (or
smallest) deductible.
If a Comprehensi�e or Specified Causes of Loss
Co�erage "loss" from one "accident" in�al�es
�►rvo or more co�ered "autos", only the F�ighest
deductible applicable to those caverages will be
applied to the "accident," if the cause of the loss
is covered for those �ehicles. This pra�ision only
applies if yau carry Camprehensi�e or Specified
Causes of Loss Coverage for khase �ehicles,
anci does not exfend co�erage ta any co�ered
"autos" for which you do not carry SUCh
co�erage.
No deductible applies to glass if the glass is re-
paired, in a manner acceptable fo us, rather than
replaced.
P. rXPAIVDED 7RAI�S�ORTA�IOF� EX�LNS�
Paragraph A.4.a. of SECTION III — PHY5ICAL
DAMAGE C�VERAGE is replaced by the
following:
curred by you because af the total theft of a
co�ered "au�o" of the pri�ake passenger type.
We wiEl only pay for those co�ered "aufos" for
which you carry . Camprehensi�e or Specified
Causes of Lass Co�erage. We will pay for tem�
porary transportation expenses incurred during
the period beginning 24 hours after the theft and
ending, regardless of the policy's expirakion,
when the co�ered "auta" is returned to use or we
pay far its "loss".
Q. €X�V�A �X��NS� — STOLEiV AU�OS
The following paragraph is added to Secfion A.4.
of SECTION lll — PHYSICAL DAMAGE
COVERAGE:
c. We will pay for up #o $5,000 far the expense
of returning a skolen co�ered "auto" ta you.
We wEll pay only for those co�ered "autos"
for which you carry Comprehensi�e or Spec-
ified Causes of Loss Co�erage.
R. PHYStC,�L pAiUYAC� Llflfll7 OF IP�SURANCE
lJnder SECTION III — PHYSIGAL QAMAG�
COVERAGE, Paragraph C., Limit of Insurance
is replaced by the follawing:
C. Limit Of Insurance
1. The mast we will pay for "loss" in any one
"accicfenf° is the fesser af:
a. The ackual cash �alue of fhe damaged
or stolen properky as af the kime of the
"loss", or
b. The cast of repairing or replacing fhe
damaged or stolen property.
2. $20QD is the most we will pay for "loss" in
any ane "acc�dent" to all electronic equip-
ment thak reproduces, recei�es ar transmits
audio, �isual or data signals which, a# the
fime of "lass", is:
a. Permanently inskalled in or u�on the
co�ered "auto" in a housing, opening or
okher location that �s not narrrtally uset!
by the "auto" manufacturer for the instal-
lation of such equipment.
b. Remo�abfe from a permanent[y installed
housing unik as described in Paragraph
2.a. abo�e or is an integral part af that
equipment; or
c. An Entegral part of such equipment.
3. An adjusfinenf for depreciation and physical
condition will be made in determining actual
cash �alue in the e�ent of a total "lass".
We will pay up to $5p per day to a maximum of 4. The cost of repairing or replacing may:
$15�0 for temporary transpor�ation expense in�
Page 4 of 7 Includes copyrighted material of Insurance Services Office, Inc AC �0 06 03 16
with its �ermission.
a. Be based on an estimate which includes
parts furnished by the original equip-
men# manufacturer or other sources in-
cluding non-ariginal equipment manu-
facturers and
b. If a repair or replacement results in bet-
ter than like kinc! or quality, we will not
pay for the amount of the net improve-
rr�ent.
5. If we offer to pay the actual cash value of
the damaged or stolen praperty, we will
vaf�ae auto ad�ertising wraps, paint customi-
zation, and similar business related advertis-
ing modificakions, in addition to the actual
cash �alue of the property. Auta ad�ertisir�g
wraps, paink customization, and similar
business related advertising modifications
will b� valued at the cost to replace them
with an adjustment made for depreciation
and physical condition.
S. iV�1l11 V�HIC�� R���AC�I�A�N� COS�
The following is added to the Limit of Insurance
provision of S�CTION III — PHYSICAL
DAMAGE COVERAGE:
5. The provisions of paragraphs 1.and 3. do
not apply to a ca�ered "auta" af tMe pri�ate
passenger type or a vehicle with a gross ve-
hicle weight rating of 20,000 pounds or less
which is a "new vehicle."
In the event of a total "loss" to your "new �e-
hicle" ta which this coverage applies, we will
pay at your option:
a. The verifiable "new vehicle" purchase
price you paid for yaur damaged �ehi-
cle, not including any insurance or war-
ranties purchas�d;
b. If it is a�ailable, the purchase price, as
negotiated by us, of a"new vehicle" of
the same mak�, model, and equipment
or the most similar modef available, not
including any fiurnishings, parks, ar
equiprrtent not installed by the manufac-
turer ar manufacturers' dealership; or .
c. 7he market value af your damaged ve-
hicle, not including any furnishings,
parts, or equipment not installed by the
mar�ufacturer or manufacturer's dealer-
ship.
We will not pay for initiation or set up costs
assaciated with foans or leases
As used in this endorsement, a"new vehi-
cle" means an "auta" of which you are the
original owner that has not been previously
CO�flfll��.�CIA� Q.U�O
AC i0 06 a3 16
titled and which you purchased less than
365 days laefore #he date of the "loss".
T. PHYSIC,�L �llit9AG� COV���.G�
�X��iVSIO1VS
Under SECTION III — PHYSICAL DAMAGE
COVERAGE, A. Caverage, A�. Coverage Exten-
sions, b. Loss of Use Expenses is replaced by
the following:
b. l.oss of lJse Expanses
For Hired Auto Physical Damage, we wilf
pay expenses for which an "insured"
becomes legalfy respQnsible to pay far loss
of use of a vehicle rented or hired without a
driver, under a written rentaf contrack or
agreement. We wilf pay for loss of use
expenses if caused by:
{1) Other than callision if the �ecla-
ratians indica#e that Comprehen-
sive Coverage is provided for any
covered "auto' ;
(2) Specified Causes of Loss onfy if
the Declarations indicate that
Specified Causes vf Loss Cover-
age is pra�ided far any co�ered
"auto°; ar �
(3) Collisian anly if the Declarations
indicate that Collision Ca�erage
is provided for a�y covered
"auto." '
However, the most we wiil pay for any
experoses for foss of use is $50 per day, to a
maximum of $1,5D0. The insurance provided
by this pravisian is excess over any other
co!lectible insurance.
U. �USIfV�SS fNC0�4�C AND EXiiiA EXPENSE
COV�idAC�
4. Business Income Coverage
We will pay the actual loss of business in-
come sustained by you as a result of the
necessary suspension of your business dur-
ing the period af restoration due ko "loss" to
a covered "auto" used in your business. The
lass must be caused by a cause of loss cov-
ered under item A'f of Physicaf Damage
Coverage in this Caverage Part.
�. ��ra �xpense Coverage
We will pay fhe necessary anc! reasonable
extra expenses that you incur during khe pe-
riod of restoration that you wauld nat have
incurred had there been no "loss" to a cov-
ered "auto" used in your business. The iass
AC '�0 O6 0316 lncludes copyrighted material afi Insurance Services Office, Inc. Page 5 of i
wi#h iks permissian
COf�VMERCIA� AUTO
AC �0 O6 03 16
must be caused by a cause of lass listed
under item A1 of- Physical Damage Co�er-
age in this Co�erage Part. Extra Expenses
means those expenses yau incur to a�oid or
minimize the suspension af business and to
conkinue your business operations.
3. /�dditional Conditions
We will nnt pay for "loss" or expenses
caused by suspension, lapse or cancellation
o#' any license, lease or contract. But if the
suspension, iapse or cancellation is directly
caused by the suspension of your business,
we will co�er such "lass" that affects your
business income. We wili not pay under this
co�erage if you do not repair or replace the
co�ered "auto". Yau must resume all or part
of your business as quickly as passible. If
you ha�e other autas you can use ta reduce
the amounk of loss payable under this co�-
erage, you are requi�-ed to use them. We will
pay for expensas yau incur to reduce the
amount that otherwise wauld have been
payable under this ca�erage. We will not
pay rrzore than the amaunt by which you ac-
tually r�duce the business income loss ar
extra expense incurred.
4. Limit
The most we will pay far "loss" arising out of
ane co�ered °auto" is $10,OQ0 per lass with
an annual aggregate of $20,OQ0. Payment
applies in addikion ko the otherwise applica-
ble amount of each co�erage you ha�e an a
co�ered "auko".
g. Definitions
(a} The time required to resume
your normal business opera-
tions; or
(b) The time that is reasonably
necessary to repair or replace
the co�ered auka with a maxi-
mum fime period of 180 days.
Period of Restaration does not
inc[ude any increased period
required due to the enforcement
of any ordinance or law that re-
quires any insured or others to
test for, monitor, clean up, re-
mo�e, contain, kreat, detoxify or
neutralize or in any way respond
to or assess the effects of pollu-
tants. The expiratiort date of this
policy will not cut shart the peri-
od of restoration.
V. 1 RANSF�R OF �IGF�TS 0� RECOVERY
AGAIP�Si OTHERS TO US
The following is added to the 7ransfer Of Rights
Of Reca�ery Against Others Ta Us Condition:
We waive any righk of reco►rery we may
ha�e against any person or arganizatian to
the extent required of you by a writken con-
tract executed prior to any "accident" be-
cause of payments we make for damages
under this ca�erage form.
V4f. NO�IC� OF ANf� KN01ilIIL��GE O�
OCCURR�PlC�.
S�C710N IV — BUSINESS AU�O
CONQITIONS, Paragraph A is amended as
follows:
a. "Business Income" means the:
1.). Net income (N�k profik or lass before
incame taxes) that would ha�e been
earned or incurred if no loss would
ha�e occurred; and
2.). Continuing narmal operating
expenses incurred, inc[uding payroll.
b. "Periad of Restorakion" means the
periad of time thaf:
1.). Begins:
(a) 24 hours after the time of loss
for Business Income Co�erage;
or
(b) Immediately afker the time of
loss for Extra Expense
Ca�erage; and
2.) Ends at the earfiest of:
6. NOTICE OF AND KNOWLED{CE OF
OCCURRENCE
a. Your obligation in the Duties in the E�ent
of Accident, C[aim, Suit or Lass Condi-
tion relati�e to notificakian require-
ments applies only when the "accident"
or "loss" is known ta:
(1) You, if you are an indi�idual;
(2) A partn�r, if you are a partnership;
{3) A member, if you are a limited liability
campany; ar
(�) An executi�e o#ficer or insurance
manager, if you are a corporation.
b. Your obligation in khe. Duties in the E�ent
af Accident, Claim, Suit or Loss Candikian
relati�e to pro�iding us with documents
concerning a claim or "suit" will not be
F'age 6 of 7 Includes copyrighted material of Insurance Ser�ices Office, Inc. AC i0 06 fl3 1fi
with its permission
considered breached unless khe breach
occurs after such claim or "suiY' is known
t0:
(1) You, if you are an individual;
(2) A partner, if you are a partnership;
(3} A member, if you are a limit�d liability
company; or
(4) An executi�e officer or insurance
manager, if you are a corporatian.
X. HIR�D CAR — COVERl�C� T�RF�ITOF�Y
Item (5) of the Policy Period, Coverage Territory
General Condikion is replaced by the failowing:
(5) Anywhere in the worfd if a covered "auto"
is leased, hired, rented or borrowed without a
driver for a period of 30 days or less; and
Y. �f4fl�FdC��CY LOC4COUi
We will reimburse you up to $100 far reasonable
expense incurred for the services of a locksmith
to gain entry into your covered "auta" subject ta
these provisions:
1. Yaur daor key, electronic key or key enkry
pad has been last, skolen or IockecE in your
GO�IIB��RCIA� AU7'O
AC 70 06 03 16
cavered °auto" and you are unable to enter
such "auto" , or
2. Your keyfess entry de�ice batkery dies and
you are unable to enter such "auto" as a
result,
3. Your key, electronic key or key entry pac!
has been iost ar stolen and yvu have
changed the lock to prevent an unauihorized
entry; and
4. Original capies of rec�ipts far services of a
locksmikh must be provided befare
reimbursement is payable.
Z. CAf�CELL.ATIOR! COND��IOi�
Paragraph A.2. af the COMMON POLICY
CONDITION — CANC�LLATION applies except
as follows:
If we cancel for any reason other than nonpay-
ment af premium, we will mail or deliver to #he
First Named Insured written notice o� cancella-
tion at least 60 days before the effective date of
cancellation. This pro�isian does not apply in
those states that require more than 60 days prior
notice of cancellation.
AC �0 06 U3 16 includes copyrighted material of Insurance Services Dffice, Inc. �age 7 of �
with its permission
NAMED INSURED: McClendon Constructian Company, Inc,
POLICY NUMBER: ACI3734908PC
COiiIIF41��RC1r4L C�NlERA� �.IABI�I�Y
CG 8� 86 03 19
TbIS �N9�RS�RN�Nl� CFi�fdG�S �H� �OLICY. �L�da� Ft�d� li �r4R��U��l�.
�������d'� 1 ����A��S`" �I�I�ll��/�� ��A������
�i��lA����II��VT' �I�D�f�SE���IT
This endors�ment modifies insurance pra�ided under the following:
COMMERCIAL GEN�RAL LIABfLITY COVERAGE PART
The follawing is a summary of the additional cov�rages provided by this endorsement. For compleie details on a
specific coverage, consult the endorsement contract language.
1. Additionallnsureds
Various adclitional insured extensions
2. Aggregate �imit Per Project
3. C�ianket Wai�er of Subrogation
If required by writt�n contract, insurer waives right of subrogation
�!. Broad Form �amed Insured
�. �roadened Definitian of BI
Definition includes mental anguish
fi. Broadened Liability Ca�erage for Damage to "Your Product" and "Your Worl�"
7. Contractual �iability— Railraads
�xpanded definitian of "insured cantract"
8. Contractual Liability for Persanal and Ad�ertising Injury
9. Dama�e ta Premises Rented to You
Extends perils
Limi#: $1,000,000
1q. Electranic �ata Liability
L.imit: $100,000
11. i�xpected and Intended Injury
12. Incidental fwedical 14�alpractice
13. Knowledge of Occurrence
14, Liberalization
1 �. Last Key Co�erage
Occurrence Limit: $10,0�0
16. Newly �ormed and Acquired 4rganizations
1$Q days
17. Non-owned Aircraft
18. Non-owned Watercraft
Included for watercraft up to 51 ft
19. Supplementary Payments
Increased bail bonds limit ta $5,000
Increaset� dail lass of earnings limit to $1,000 er day
�0. Unintentional failure to Disclose �iazard
21. Non-duplicatian of �ene#its
CG 81 86 03 19 Includes copyrighted material of Insurance Services Office, Inc., Page 1 af 7
with its permission.
c� s� 8s a3 � s
1. �edditional Insured — Autamatic Status When
Required In An Agreement Or Contract With
You
S�C710N II — Wb0 IS AN lP1SUR�� is
amended ta include:
1. Any person{s) or organization(s) whom you
are required to add as an acEditional
insured on this poiicy under a written
contract or written agreernent, provided #he
written contract or written agreement:
{i) Is currently in effeck ar becomes
elfective during the term or this
palicy; and
(�) Was executed prior to the "bodily
injury,° "praperty damage" or
"personal and advertising injury"
far which the additional insured
seeks coverage.
The person or organization added as an
addiiional insured by this endorsement is an
additiona! insured only with respect to liability
for:
1. "Bodily injury° or "property damage" or
2. "Personal ar�d advertising injury";
due to:
a. Cantrolling interest — with respect
to their liability arising out of:
(1) Their financial control of you; or
(�) Premises they awn, maintain or
cantrol while you lease or
occupy these premises.
This insurance does not apply to
structural alterations, new
construction and demoiition
operations performed by or far such
additional insured.
b. Co�owner of Insured Premises —
with respect #a the co-owner's
liability as a ca-owner of such
premises.
c. Grantor of Franchise or license
Any person or organizatior� that has
granted you a#ranehise or license
by written contract ar agreement is
an additional in5ured, but only with
respect ta their liability as a grantor
of a francf�ise or license to you.
Hawever, their status as additional
insured under this policy ends when
their contract or agreer�ent with you
granting tha franchise or license
ends.
d. �.essors of �eased �quipment —
wi#h respect to their liability for
"bodily injury", "prQperty damage", or
"personal and ad�ertising inj�ry",
causec! in whole or in part by your
maintenance, operatian, or use of
equipmen# leased to you by such
person(s) ar organization(s). This
insurar�ce does r�ot apply to any
"accurrence" which takes�place after
the equipment lease expires.
Hawever, their status as additional
insured under this palicy ends when
their lease, contract, or agreement
with you for such leased equipment
expires.
e. �essor of �and — with respect ta
liability arising out af the ownership,
maintenance or use of that specific
part af the land leased #o you and
subjec# to the following additional
exclusions:
This insurance does not apply to:
{1) Any "occurrence" which takes
place after you cease to be a
tenant in that premise; or
(�) Structural alterations, new
canstructian or demalition
aperations performed by or on
behalf of such additional
insured.
Howe�er, their status as additional
insured under this poiicy ends when
you cease to be a tenant af such
premises.
f. FWanagers ar Lessors of Premises
— with respect to iiability arisirtg out
of the ownership, maintenance, or
use of that part of t�e premises you
awn, rent, lease, or accupy.
This insurance daes nat apply to:
(1) Any "occurrence" which fakes
place after you cease to be a
tenant in that premises; or
(2) Structurai alterations, new con-
struction, or demolition
operations perfarmed by or on
behalf of the person or
organizatian.
Page 2 0# � Includes copyrighted material of Insurance Services Office, Inc., CG 8i 86 0319
with its permission.
CC 81 86 03 19
Hawe�er, their s#atus as additianal
insured under this policy ends when
you cease to be a tenant af such
premises.
g. Mortgagee, Assignee or Recei�er
— with respect ta their liability as
mortgagee, assignee, or receiver
and arising out of the ownership,
maintenance, ar use of a premise
by you. 7his insurance does not
apply to structural alterations, new
construc#ion ar demofitian
operations performed by or on
behalf of such additianal insured.
h. Owners, Lessees, or Contractars
— wikh respect to liability for "badily
injury", "proper�y damage", or
"personal and ad�ertising injury"
caused in whole ar in part, by:
(1) Your acts or omis5ions; or
{2) The acts or omissions af those
acting on your behalf, in the
performance af your ongoing
aperations performed for that
additianal insured, whether the
work is performed by yau ar on
your behalf; or
(3) "Your work" performed far that
additianal insured and incluc�ed
in the "products-completed
operations hazard."
The insurance does not apply
to:
(a) "Badily injury", "property
damage", or "personal ancf
ad�ertising injury" arising
out of the rendering of or the
failure to render any
professional architectural,
engineering, or sur�ey
ser�ices, including:
(i) The preparing, appro�-
ing, or failing to prepare
ar approve maps, shop
drawings, opinions,
reports, sur�ey, field
orders, change arders,
or drawings and
specifications; or
(ii) 5upervisory, inspection,
architectural ar engi-
neering acti�ities.
This exclusion applies e�en
if the claims against any
insured allege negligence
or other wrongdaing in the
super�ision, hiring,
employment, training or
monitoring of athers by that
insured, if the "occurrence"
which caused the "bodily
injury" or "property
damage", or the a#fense
which caused the "personal
and ad�ertising injury",
in�al�ecf the rendering of, or
failure to render, any
prafessianal, architectural,
engineering, or sur�eying
ser�ices.
State or Political Subdi�ision —
Permits Relating to Premises —
with respect to the fallawing
hazards for which the state ar
poliiical subdi�ision has issued a
permit or autharizatian in
connection with premises you owr�,
rent, or control and to which this
insurance applies.
(1) The existence, mainter�ance,
repair, consiruction, erection, ar
remo�al of advertising, signs,
awnings, canopies, cellar
entrances, coal holes, dri�e-
ways, manholes, marquees,
hoist away openings, sidewalk
�aults, street banners, or
decorations and similar
exposures; or
(2) The construction, e�rectian, or
remo�al af elevators; or
(3) The ownership maintenance or
use af any elevators co�ered by
this insurance.
This insurance does nat apply ta:
(1) "Bodily injury" or "property
damage" or "personal or
ad�ertising injury" arising pUt Qf
operations perforrned for the
state or municipality; or
(2) "Bodily injury" or "property
damage" included within the
"products-completed operations
hazard".
CG 81 8fi 03 19 Includes copyrighted material af Insurance Ser�ices Office, Inc., Page 3 of i
with its permission.
CG Si 86 Q3 19
However, such state ar politica!
subdivision's status as adcfitional
insured under this palicy ends when
the permit ends.
7his endorsemenk shall not increase
#he applicable Limits af Insurance
shown in the Declara#ions.
The insurance afforded to such
additional insureds described in a.- i.
afoo�e:
(1) Only applies to the extent
permitted by law; and
(2) Will not be broader than any
coverage requirement in a
contract ar agreement to provide
for such additional insured.
�. Aggregate �imit �er �roject
Under $�CiION III — LI�AITS OF INSU�ANCE,
the fallowing paragraph is added to Paragraph 2:
The General Aggregate Limit under S�CT'!ON III
LIIUII�S O� INSURANC� applies separately to
each of yaur canstruction prajects away from
premises owned by or rented to you.
3. E31an�Cet Waiver Of Subrogation
Under S�C710fV IV — COMfW�I�CIAL
C�N�RA� �IA�I�I�Y COIV�f�IONS, 8.
Transfer Of Rights Of Reco�ery Againsi
Others �a Us, the follawing is added:
We waive any right of recovary we may have
against any person ar organization because of
payments we rnake for inj�ry or damage arising
out af:
a. Your ongoing operations; ar
h. "Your wark" included in the "products
completed operations hazard."
However, this waiver applies only when you have
agreed in wriiing ta waive such rights of recovery
in a contract or agreement, and only if the
contract ar agreement:
a.
i�.
!s in effect or becames effecti�e during the
term ar this policy; and
Was executed prior ta loss.
4. Broad �orm Named Insured
Under S�CTION II — WHO 1S AP! IAiSURED, the
following is added to Paragraph 2:
e. Any business entity incorporatec! ar
organized und�r th� laws of the l�nited �tate
of America (including any State thereaf), its
ierritories or possessions, or Canada
(including any Province thereofj in which the
Named Insured shown in the Declarations
owns, during the policy period, an interest af
more than fifty percent. If oiher valid
caliecfible insurance is available to any
business entity covered by this solely by
reason of ownership by the Named Insured
shown in the Declaratians in excess of fifty
percent, this insurance is excess over the
other insurance, whether primary, excess,
contingent, or on any other basis.
5. Broadened �odily Injury Definition (Menta!
Anguish)
Under S�.CT'IOfV V— p�FINITIOPlS, Definitian 3.
"Bodily Injury" is replaced with:
3. "Bodily injury" means physical injury,
sickness, or disease to a persan and if
arising out of the foregoing, menta!
anguish, mental injury, shock, or
humifiation, inciudir�g death at any time
resulting therefram.
6. �raadened �.iabifity Caverage for �amage ta
"Your �roduct" and "Yaur Work" lJnder
S�CTIOh� I— COVE�AGES, COV��P�C� A
�ODILY I�'JURY AND PRQ��RiY D�lMAGE
L.lA�lLIiY, Paragraph 2. �xclusions is
amended to delete exclusions �z. and f. and
replace them with the following:
This insurance does not apply to:
F�. Damage to Your �roduc#
"Property damage" to "your product" arising
out of it or any part ot i# except when
caused by or resulting from;
(1) F'ire;
(2) Smoke;
(3) Collapse; or
(4) Explosion.
�amage to Your Wor�x
"Pra�erty damage" to "your wark" arising
out of it or any part of it and incl�ded in the
"products-compl�ted op�rations hazard".
This exclusion does not appfy:
(1} !f the damaged wark or the work out af
which the darrtage arises was
performed an your behalf by a
subcontractor; or
(2) If the cause of loss to the damaged
work arises as a result of:
(a) Fire;
(bj Smoke;
L�age 4 of i Indudes copyrighted material af lnsurance Services Office, Inc., CG 81 86 03 19
with its permission.
CG 81 86 03 19
(c} Collapse; or
(d) Explosion.
Under SECTION 111— LIAAIiS OF INSUR/�NC�,
the fallowing p.aragraph is added:
Subject ta 6. above, $10Q,000 is the most we
will pay under Co�erage A for the sum of
damages arising out of any one `bccur�ence"
because of "property damag�" to "your product"
and "your work" that is caused by fire, smoke,
callapse or explosion and is included within the
"praduct-completed aperations hazard". This
sublimit does not apply to "property damage" to
"yaur wark" if the damaged work or the work
out of which the damage arises was performed
on yaur behalf by a subcontractor.
7. Cantractual Liability— �tailraads
a. lJnder S�CT'ION V— D�FINTIONS, the
following replaces Paragraph a of
definition 9. "Insured Contract":
c. Any easement or license agreement;
b, Unc�er S�C�ION V —C7�FINIT'IONS,
Paragraph f.(1) of definitian 9. "insured
Contract" is deleted.
"property damage" to any one premises,
while rented to you, or in the case of
damage by fiire, lightning, explosion,
smoke or sprinkler leakage, while rented
ta yau ar temporarily occupied by you
wikh permissian of the owner. The limit is
increased ta $� ,OOQ,0�0.
c. Under SEC�IOP! IV — COMI4A�RCIA�
G�.MI�RAL LIA�ILITY CONQI�IONS, 4.
Other Insurar�ce, b. �xcess Insurance (1)
(a) �ii) is replaced with:
{ii} 7hat is Fire, Lightning, Explosion,
Smoke ar Sprinkler leakage insurance
for premises rented to you ar iemporarily
accupied by you with permission of the
owner;
10. Electron�c Data Liability
a. LJnder SECTION I— COV�RAGES,
COVFRAG� A— BOD�LY tNJl1RY Ah'�
PROP��iY DAfU�ACE, Paragraph 2.
Exclusions is amended to defete exclusian
p. �lectronic Data and replace it with the
following:
�his insurance does not apply to:
8. Contractual Liability for Personal and
Ad�ertising Injury Under S�CTION I—
COVEFtAC�S, COVERAG� � — ���SONA�
ANn A�V�RYISINC lNJURY LIABILITY,
Paragraph 2. �xclusions is amended ta delete
exclusion e. Cantractual Liability.
This pro�ision 8. does not apply to any person
or organization who otherwise qualifies as an
additional insured on this Co�erage Part.
Damage to �remises Rented to You
a. Under SECTIOiV 1— COV�RAG�S,
COV�RE�G� A— BO�ILY INJU�Y AND
PROPC�R�Y DAi4A�G� LIA�ILIiY, the last
paragraph af 2. �xclusians is replaced with:
lf Damage To Premises Rented 7o You is
not otherwise excluded, Exciusions c.
through n. cEo not apply to damage by fire,
lightning, explasion, smoke, ar sprinkler
leakage to premises while rented to you or
temporarily occupied by you with permission
af the owner.
fo. Under SECTION III — LlMITS O�'
INSURIANC�, Paragraph 6. is replaced with:
6. 5ubject to Paragraph 5. abo�e, the
Damage To Premises Rented To You
Limit is the most we wiEl pay under
Coverage /� for damages because of
p. �leotranic Data
Damages arising out of the loss of, lass
of use of, damage to, carruption af,
inabiliiy to access, or inability to
manipulate "electronic data" that does
no# result from physical injury ta
tar�gible property.
However, this exclusion daes nat apply
to liability for damages because af
"badily injury."
b. Under SECTIOFf III — LIMI�S OF
IMSURANC�, fhe fallowing paragraph is
added:
Subject to paragraph 5. above, $100,000 is
the most we will pay under Co�erage A for
all damages arising out of any ane
"occurrence" because of "property damage"
that results fram physical injury ta tangible
praperky and arises out of "electronic data".
c. Under S�CT'IOR! V— b��lidITIONS, the
fallowing ciefir�ition is added:
"Ekectranic data" means information, facts
or programs stored as or on, created or
used on, ar transmitted to or from computer
saftware, �ncluding systems and
applications saftware, hard or floppy disks,
CD-ROMS, tapes, drives, cells, data
processing de�ices or any other media
CC 81 86 03 19 Includes copyrighted material of Insurance Services Of#ice, Inc., �age 5 of 7
with its permission.
CG $1 86 0319
which are used with electronically
cantrolled equipment.
d. Under S�CiION V— D�FIFdITIOAlS, the
defini#ion of "property damage" is replaced
by the following for the purposes of the
co�erage provided by this endorsement
only:
17. "Property darnage" means:
a. Physicaf injury to tangible property,
including all resulting loss of use of
that praperty. All such lass of use
shall be deerned to occur at the
time af the physical injury that
caused it;
b. Loss of use of tangible property
that is not physically injured. All
such loss of use shall be deemed
to occur at the #ime of the
"occurrence" that caused it; or
c. Lass of, lass of use of, damage to,
corruption of, inability to access, ar
inabiiity to properly manipulate
"electronic data," resulting from
physical injury to tangible property.
All such loss of "electronic data"
shail be deemed to occur at the
time of the "occurrence" that
caused it.
Far the purpases of this insurance,
"electronic data" is not tangible
property.
e. If Electronic Data Liability is provided at a
higher iimik by another endorsement
attach�d ta this policy, then the $100,Od0
limit provided by this Provisian 10.
Electronic Data Liability is part of, and not
in addition to, ti�at higher limit.
1i. Expected or Intended In�ury
Under SECiION I — COV�RAG�S,
COV�R�1C� A — �O�I�IY INJURY API�
��t0���i�'Y �AfV1AG� �l�,�I�IfY, Exclusion a.
is replaced by the following:
a. �xpected Or Intended Injury
"Bodily injury" or "property damage"
expected or intended from the standpoint of
the insured.
This exclusion does nat apply to "bodiiy
injury" or "property damage" resulting from
the use of reasonable farce fo pratect
persons ar property.
1 �. Incidental f�Aedical �flalpractice �iability
a. Under S�C'�ION II — WFiO IS AN IPISU�t��,
Paragraph 2.a.(1)d. does not apply to
nurses, emergency medical technicians or
paramedics emplayed by you arising aut of
his or her providing or failing ta provide
professional heaEth care services, but only if
such healti�care services are within the
scope of their employment by you or are
related to or arise out of the conduct of yaur
business.
b. This caverage does not appfy if yau are
engaged in the business or occupation of
providing professional healih care services.
13. F�nowledge Of An Qccurrence
Under S�CTIOIV IV — C�I4ANiERCf�►L
C�hI�I�AL Ll,tlBI�17Y COiV�lilOiVS, the
fallowing is added to 2. �uties In �he �r►ent Of
Occurrence, Offense, Claim Or Suit:
e. Knowledge of an accurrence, offense, claim
or suit by an agent or emplayee of any
insured shafl not in itself constitute
knowledge of the insured unless you, a
partner, if you are a partnership; or an
executive officer or insurance manager, if
you are a corporation receives such notice o#
an accurrence, offense, claim or suif frorn
the agent or employee.
f. The requirements in Paragraph b. wil! not i�e
considered breached unless there is
knowledge of occurrence as autlined in
Paragraph e. above.
14. Liberalization
lf we revise fhEs endorsement ta pravide mare
coverage without additianal premium charge, we
will automatically provide the additional coverage
to all endorsement holders as of the day the
revision is effective in your state.
i�. Los# Key Caverage
a. Under SECTION I— COVE�AG�S,
COV�RAG� r4 BO�ILY INJURY A�ID
�RO��R�Y �AI41oAG� �IA�ILIYY,
coverage is extended to include the
following:
If a customer's master or grand key,
excluding electranic key card, is lost,
damaged or stofen while in your care,
custody or control we wiil pay the cost of
replacing the k�ys, incfuding the master lock
and all keys used ir� the sarne lock, ti�e cost
of adjusting locks to accept the new keys, or
the cost to replace the locks, w�ichever is
less.
�age 6 of 7 Includes copyrighted rt�aferial of Insurance Services Office, Inc., CG 81 86 03 i9
with its permission.
CG 81 86 0319
b. �imit of Insurance — Far the purpose of this
co�erage the most we will pay is $ id,Q00
per"occurrence".
16. Newly �armed �lnd Acquired Organizations
a. Under SFCTION II — WFiO IS AN INSUR�t7,
in paragraph 3.a., 9Qth day is changed ta
180th day.
the following:
{2) A watercraft you do not own that is:
(a) Less than 51 feet long; and
(b) Not being used by the insured to
carry persons or property for a
charge.
19. Supplementary Payments
b. This pra�ision does not apply if caverage for
newly formed or acquired organizations is
excluded either fay th� provisians o# the
Cammercial General Liability Coverage
Form or by any applicable endorsement,
17. PJon�Owned Aircraft
Under S�CTION I — COVEFtAGES,
COVERAGE A — �OL�I�.Y INJURY A�'D
PROPERTY DAMAGE LI/�BILITY, ExCiusion
g. does nat apply to an aircraft pro�ided:
a. It is hired, chartered or loaned with a paid
crew;
b. It is not owned by an insured;
c. The pilat in command holds a currently
effecti�e license far the particular aircraft
being flawn, issued by the duly cor�stituted
authority of the United States af America
or Canada, designating her or him a
commereial airline pilot; and
d lt is not being used by the insured to carry
persons or property for a charge.
The following is added to S�CTION IV,
COBAPdI�F3CIAl� G�N�RAL LIABI�ITY
CONDITIONS, Condition 4. Other Insurance,
paragraph b. �xcess �nsurance:
This No�-Owned Aircraft insurance is excess
o�er any other �alid and collectible insuranc�
whether primary, excess (other than insurance
written to apply specifically in excess of this
policy), cantingent or any other basis that
would also apply to loss co�ered under this
pro�ision.
18. Non-Owned Watercraft
Under S�CTION I — COVFREIGES,
COV�R�4C� A— BODI�.Y . IPlJURY AND
PROP�R�Y �AMACE �IABI�.IiY, �aragraph
{2) of �xclusion g. is deleted and replaced with
Under S�C710N I — COVERAG�S,
SU����iUO�iV i i4RY �AY�flLNTS —
COVGRAG�S A APID � Paragraphs 1.b and
1.d. are replaced with:
b. Up to $S,OOa for cost af bail bonds required
because of accidents or firaffic law �iolations
arising aut of the use of any vehicle to which
the Bodily Injury Liability Co�erage �pplies.
We do not have to furnish these bonds.
d. All reasona�le expenses incurred by the
insured at our request to assist us in the
in�estigation or defense of the daim ar
"suit", including actual loss af earnings up ta
$1,400 a day because of iime aff from wark.
20. Unintentional.Failure To Disclose Hazard
Under S�C710N IV — COMI4A�RCIAL
G�N�RAL L1r4BILITY CONl�I�IOI�S,
Condition 6. Repres�ntations the fallowing
paragraph is added:
d. Your failure to disclose all hazarcls ar pri�r
"accurrences" or offenses existing as af the
inception date of the. palicy shall not
prejudice the coverage afforded by this
policy pro�ided such failure to disclase all
hazards ar priar "accurrences" or a#fenses is
nat intentional. This pro�isian daes not affect
our right to collect additional premium or
exercise aur right of cancellatian ar non-
renewal.
�9. Nan-�uplication of �enefits
No one will be entitled to recei�e tfuplicate
payments for the same elements of loss under
any of the caverages pro�ided by the
Gommercial General Liability Co�erage form,
this endorsement, or any other applicable
endorsement.
Afl terms and condi#ions af this policy apply unfess modified by this enc�orsement.
CG 81 86 03 19 Includes capyrighted material af insurance Ser�ices 4ffice, Inc., Page 7 of i
with its permission.
�
iVAMED INSURED: McClendon Construction Company, Inc. POLICY NUMBER: AC�WCA3009912768
IfiIO�K�RS COfVlIP�P�Sl�7141d AN'D EF�9�LOYERS LIA�ILIiY IRISURANCE �OLICY
V41C 42 03 04 g
(Ed. 6-94}
i�CXAS 1AIAIVFR 0�' OlJi� RIGb f�O R�COV�R ��tOM OYb�RS �PldO�tS�119R�N�
This endorsement applies only to the insurance prvvided by the policy because Texas is shown in ftem 3.A. Qf the
Informatian Page.
We have the righf to reco�er our payments from anyone liable for an injury covered by #his policy. We will not enforce
our right against the persan or organization named in the 5chedule, but this wai�er applies only with respect to bodify
injury arising out of the aperations describecf in the Schedule where you are required by a written contract to obtain
this waiver from us.
This endorsement shall not operate directly or indirectly to benefif anyone nvt named in fhe Schedule.
The premium for this endarsement is shown in the Schedule.
1. ( ) Specific Waiver
Name af person or organization
( ) Blanket Waiver
Schedule
Any person or organization for whom the Nam�d Insured has agreed by wriften contrac# to furnish this
waiver.
2. Operativns:
3. Premium:
The premiurrt charge for this endorsemeni shall be percent of the premium develaped on payroll in
connection with work performed for the abave person(s) or organization(s) arising out of the operations descriloed.
4. Advance Premium:
This endorsement changes the policy to which it is attacheci and is effective on the date issued unless otherwise stated.
(The information below is required only when this endorsement is issued suhsequent to preparation of the policy.j
Endorsement Effective: 01/31/2021
Insured: McClendon Constructio+� Gompany, lnc.
Endorsement No.
Poficy No. ACPWCA3009912768 Premium
Insurance Company: AMCO Insurance Company
WC 42 OS 04 B
(Ed. 6-14)
Countersigned
�O Cppyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved.
NAMED INSURE�; McClendon Cansiructian Campany, fnc.
POLICY NUMBER: AC13734908PC, ACPBAPC3a099i2768, ACPWCA3009912768
I� 70 02 Q9 11
Ti11S �IVDOF�S�f11��Ni CF�r4i+lC�S TI-0� PB�[�Y. ����45� ���19 I� �Ao���IJLLY.
�� tl I��tl�� ������ �A� �I�����������9 ��11����� id4' /"1�
�� �������� ��������� �� �����������
��� �T ���� �� ��
This endorsement modifies insurance pro�ided under the fallowing:
COMMERCIAL AUTOMOBILE COVERAGE PART
COMM�RCIAL CRIME COVERAGE PART
COMMERCIAL GENERAL LIABILITY COVERAGE PART
COMMERCIAL If�LAND MARIN� COVERAGE PART
COMMERCIAL PROPERTY COVERAGE PART
COMMERCIAL UMBRELLA LIABILITY POLICY
FARM UMBRELLA �IABILITY POLICY
LIQU�R LIABILITY CDVERAGE PART
MERCANTILE UMBRELLA LIAB�LITY POL.ICY
SCHEDULE
Person(s) or Orga�ization{s) � Address
BLANKET APPLIED WITH WRITTEN CDNTRACT
30
Number of Days Natice
If this policy is cancelled (other than nonpayment of premium) or nonrenewed or if the coverage provided by this
policy is reduced ar restricied (except for any reduction in the Limits of Insurance due to claims payments), we will
pra�ide written notice to the person{s) ar organization(s) listed in the Sc�edule.
We will pra�ide this notice by mail 30 days in advance af any policy cancellation, nonrenewal ar ca�erage reduc-
tian ar restriction ar as indicated in the Number of Days Notice in the Schedule.
AI! terms and conditions af this policy apply unless modified by this endorsement.
IL'�U Q2 0911 Includes copyrighted material of Insurance 5er�ices Office, Inc., Page 1 of �
with its permission.
DO 6i 25 - ]
CERTIFICATE OF INSl7RANCE
Page 1 of 1
1
2
3
4
5
6
7
8
9
10
li
12
13
14
15
16
17
1&
19
20
21
22
23
24
sECT1oN ao 612�
CERTIFICATE OF INSURANCE
r��_ ... �i:. , ���. E,"��1.'r i.=.. �G"'G',1Ti.::.r �?i'R(':.rl.f'.o. , `%'�rl�' �r,.� pQ�p .� �'�.fi .;' �� •t� .�'P.u.".Z,'AT; �
r
fC.,'OR1J C�.;•ca;:...�a, ..r 1:.. _••°anc� ,vr::� '
END OF SECTION
CITY OF FORT WOATH
STAIVI7ARD CON57RUC7'ION SPECIFICATIQN DOCUMENTS
Revised July 1, 2011
2U1$ Bond Year 2, Contract 14
City Project No. 101475-2
�TAl�ii)A� �El�1El�.�. ��I�T�I'g'�Ol�S
�F 'I'1�� C�I�TS'�'1��JC'�"��l�T �OI�TT��T
CITY OF FORT WOItTH
STANDARD EONSTRUCTION SPECIFiCATION DOCUII+IENTS 2U18 Bond Yesr 2, Contract 14
Revision: M�9,2020 City Project No. 1U1475-2
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE �F C011TTEllTTS
Page
Article 1— Definitions and Terminology ..........................................................................................................1
1.01 Defined Te�ns ............................................................................................................................... l
1.02 Terminology ..................................................................................................................................6
Article2— Preliminary Matters ......................................................................................................................... 7
2.01 Copies ofDocuznents ....................................................................................................................7
2.02 Comrnencement of Contract Time; Notice ta Proceed ................................................................ 7
2.03 Starting the Work .......................................................................................................................... 8
2.04 Before Starting Construction ........................................................................................................ 8
2.05 Preconstruction Canference .......................................................................................................... S
2.06 Public Meeting .............................................................................................................................. 8
2.07 Ini�ial Acceptance of Schedules .................................................................................................... 8
Article 3— Contract Documents: Inten�, Amending, Reuse ............................................................................ 8
3 . O 1 Intent . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . .... . . . . . . . . . . . . . . . . . . . . . . . . . . 8
3.02 Reference 5tandards ......................................................................................................................9
3.03 Reparting and Resolving Discrepancies ....................................................................................... 9
3.04 Amending and Supplementing Contract Documents .................................................................10
3.05 Aeuse of Documenfs ...................................................................................................................10
3.06 Electranxc Da�a ............................................................................................................................ � 1
Article 4— Availabiiity of Lands; Subsurface and Physieal Conditions; Hazardous Environrnental
Conditions; Reference Points ........................................................................................................... l l
4.01 Availability of Lands ..................................................................................................................11
4.02 Subsurface and PhysicaI Conditions ..........................................................................................12
4.03 Dii%ring Subsurfaee or Physical Conditions .............................................................................12
4.04 Under�round Facilities ...............................................................................................................13
4.05 Reference Points .........................................................................................................................14
4.06 Hazardous Environmental Condition at Site ..............................................................................14
Article 5— Bonds and Insurance .....................................................................................................................16
5.01 Licensed Sureties and Insurer� ...................................................................................................16
5.02 Performance, Payment, and Maintenance Bonds .......................................................................16
5.03 Certificates of Insurance .............................................................................................................16
5.04 Contractor's Tnsurance ................................................................................................................18
5.p5 Acceptance of Bands and Insurance; Option to Replace ...........................................................19
Article 6 — Contractor's Responsibilities ........................................................................................................19
6.01 Supervision and Superintendence ...............................................................................................19
CITY OF FORT WORTH 241 S Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCLIIVI�N'I'S City Project No. 10i475-2
Revision: M�r]i 9, 2Q2p
6.42
6.03
6.04
6.05
6.06
6.07
s.o$
G.09
6.10
b. l l
6.12
6.13
6.14
6.15
6.16
6.17
6.18
6.f9
6.20
6.21
6.22
G.23
b.24
Labox; Working Hours ..................................................................
Services, Materials, and Equipmeni .............................................
ProjectSchedule ............................................................................
�ubstitutes and "Or-Equals" .........................................................
Concerning Subcontractors, Suppliers, and 4thers ......................
WageRates ....................................................................................
Patent Fees and Royaliies .............................................................
Permits and Utilities ......................................................................
Laws and Regulations ...................................................................
Ta.xes .............................................................................................
Use of Sit� and Other Areas .........................................................
Record Docuanents ........................................................................
Safety and Protection ....................................................................
Safety Representative ....................................................................
Hazard Communica�ian Programs ...............................................
Emergencies a.nd/or Rectification .................................................
Subrnittals............... . ........ . . ............ ............ .......... . . ............ ............
Continuingth� Work .....................................................................
Cont�actor's General Warranty and Guarantee ............................
Indemnification.............................................................................
Delegation of Prafessional Design �ervices ................................
Rightto Audit ................................................................................
Nondiscrirnination ...................... . ..................................................
Article 7- Other Work at the Site ..................................
7.01 Related Wark at Site ..................................
7.02 Coordination ...............................................
.............................
..................................... 35
..................................... 35
................................................................................ 36
............................................. 20
............................................. Za
............................................. 21
............................................. 2 ]
............................................. 24
............................................. 25
............................ . ................ 26
............................................. 27
............ . ................................ 27
............................................. 28
............................................. 28
............................................. 29
............................................. 29
............................................. 34
............................................. 30
............................................. 30
............................................. 31
............................................. 32
............................................. 32
........................................... 33
............................................. 34
............................................. 34
............................................. 35
Article8- City's Responsibilities ................................................................................................................... 36
S.Ol Communications to Contractor ...................................................................................................36
8.02 FumishData ................................................................................................................................36
8.03 Pay When Due ............................................................................................................................3b
8.�4 Lands and Easements; Reports and Tests ...................................................................................3fa
S.OS Change Orders .............................................................................................................................3b
8.06 Inspectians, Tests, and Appra�als ........................................................ ................................... ... 3 b
8.07 Limitations an City's Responsibilities ............ . . ........................................................... . . . . .......... 37
$.08 Undisclosed Hazardous Enviranmental Condition .................................................................... 37
8.Q9 Carnpliance with Safety Prograrn ...............................................................................................37
Article 9- City's Observation Status During Canstructior� ........................ ......................... .......................... 37
9.01 City's Project Manager ............................................................................................................ 37
9.02 Visits to �ite ................................................................................................................................37
9.03 Authorized Variations in Work ..................................................................................................38
9.04 Rejecting Defective Work ..........................................................................................................38
9.05 Determinatians for Worl� Performed ......................................................... ................................. 3 8
9.06 Decisions on Requirements of Contract Documents and Acceptability af Work ..................... 3$
CITY OF FORT WORTH 2O18 Bond Year 2, Cantract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S City Project No. 101475-2
Revision: Ma�h 9, 2020
Article X 0- Changes in the Work; Claims; Extra Work ................................................................................ 3 8
10.01 Authorized Changes in the Work ............................................................................................... 3 S
10.02 Unauthorized Changes in the Work ........................................................................................... 39
10.03 Executian af Change Orders ....................................................................................................... 39
] 0.04 Extra Work .................................................................................................................................. 39
10.05 Notification to Sureiy ..................................................................................................................39
10.06 Contract Claims Process ............................................................................................................. 40
Article 11- Cost of the Work; Allowances; Unit Price Wark; Plans Quannty Measurernent ...................... 41
11.01 Cost of the Work ......................................................................................................................... 4]
11.02 Allowances ..................................................................................................................................43
11.03 Unit Price Work .......................................................................................................................... 44
11.04 Plans Quantity Measurement ......................................................................................................45
Article 12 - Change of Contract Price; Change of Contract Time ................................................................. 46
12A1Change of Contract Price ............................................................................................................46
12.02 Change of Contract Time ............................................................................................................ 47
12.03 Delays .......................................................................................................................................... 47
Article 13 - Tests and Inspec�ioz�s; Correction, Removal or Acceptance of Defective Work ...................... 48
13.01 Notice of Defects ........................................................................................................................48
13.02 Access ta Wark ........................................................................................................................... 48
13.03 Tests and Inspections .................................................................................................................. �8
13.04 Uncovering Work ........................................................................................................................49
13.05 City May Stop ihe Work .............................................................................................................49
13.06 Carrection Qr Removal of Defective Work ................................................................................ 50
13.07 Carrecrion Period ........................................................................................................................ 50
13.08 Acceptance of Defective Work ................................................................................................... 51
13.09 City May Correct Defective Work ............................................................................................. 51
Article 14 - Payments to Cantractor and Completion .................................................................................... 52
14.01 Schedule of Values ...................................................................................................................... 52
14<02 Progress Payrnents ...................................................................................................................... 52
14.D3 Contractor's Warraniy of Title ................................................................................................... 5�
14.04 Partial Utiiization ........................................................................................................................ 55
14.05 Final Inspec�ior� ...........................................................................................................................55
14.06 Fina1 Acceptance .........................................................................................................................55
1�.07 Final Payment .............................................................................................................................. 56
14A8 Final Cornpletion Delayed and Partial Retainage Release ........................................................ 56
14A9Waiver of Cla.ims ........................................................................................................................ 57
Article 15 - Suspension of Work and Termination ........................
15.�1 City May Suspend Work .............................................
15.02 City May Terminate for Cause ...................................
15.03 City May Terminate For Convenience .......................
......................................................... 57
......................................................... 57
......................................................... 5$
......................................................... 60
Article 1 b- Dispute Resolution ...................................................................................................................... 61
16.01 Methods and Procedures ............................................................................................................. 61
CI'I`Y OF FORT WO1tTFl
STANDARLI CONSTRUCTION SPECIFICATION bOCL1MENT5
Revision: M�h4, 2020
7A78 �ond Year 2, Contract 14
City Project No. 141475-2
Article 17 — Miscellaneous ...............................................
17.01 Giving Noiice ..............................................
17.02 Computation of Times .................................
17.03 C�,imulaiive Remedies ..................................
17.04 Sur�i�val of Qbligations ................................
17 OS Headings
............................................................................... G2
................................................................................ b2
............................................................................... 62
............................................................................... 62
. ........... ..................................................................
CITY OF FQRT WORTH
STANDARD CONSTRUCTI01� SPECIFIGATIQN DOCUMENTS
Revisian: M�1� 9, 202{!
..................................................... 63
..................................................... b3
201$ Bvnd Year 2, Contract 14
City Project No. 10]475-2
00 7z o0
GENERAL CONDITIONS
Page 1 offi3
ARTICLE 1— DEFIIliITIOl�TS AllTD TERIVIINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed beIow
have the meanings indicafed which are applicabie to both the singular and plural thereof, and
words denoiing gender shall include the masculine, feminine and n�uter. Said terms are generally
capitalized or �itten in italics, but not always. When used in a context consistent with the
definition of a listed-defined ierm, the term sha11 have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capita� letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or %rms.
1. Addenda—Written or grapnic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Docurnents.
2. Agreement—The written instrument which is evidence of the agreerraent between City and
Contractar covering the Work.
3. Application for Payment—The form acceptable to City which is to be used by Contractar
during the course of the Work in requesting progress ar finai paytnents and which is to be
aceornpanied by such supporting doeumeniation as is required by the Contract Documents.
q�. Ashestos—Any material that contains mare than one percent asbestos and is friable or is
releasing asbestos fibers into the air abave current action levels es�ablished by the United States
Occupational Safety and Health Aciministration.
5. Award — Autizorization by the City Council for the Ciry ta en�er into an Agraement.
6. Bid The offer or praposal of a Bidder submitted on the prescribed farm setting forth the
prices for th� Work to be performed.
7. Bidder—The ind�vidual or entity wkzo 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 Invitatio�. to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplemenfs.
10. Bu,siraess Day — A business day is defined as a day that the City conducts nortnal business,
generally Mar�day thraugh Friday, except for federal or state holidays observed by the City,
11. Caleradar Day — A day cansisting of 24 hours measured from mid�ight #o the next midnight.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDAl2ll CON5TAUCTIQN SPECIFICATION DOC:UMENTS City Project ATo. 101475-2
Revision: M�h 9,2D20
00 �z ao
GENERAL CONDlTIONS
Page 2 of 63
12. Change Or�der—A documen�t, 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
adjustxnent in the Contract Price or the Contract Time, issued on or after the Effective Date
of the Agreement.
13. Cit}r-- The City of Fort Warth, Texas, a home-rule municipal corporation, autharized and
chartered under the Texas State Statutes, acting by its gaverning body through its Ciry
Manager, his designee, or agents autl-iarized under his behalf, each of which is required by
Charter io perfo�n specific duties with responsibility for final enforcernent of the contracts
invol�ing the City of Fort Worth is by Charter vested in the City Manager and is the entity
with whorn Contractor has entered inio ihe Agreement and for whom the Work is to be
per%rmed.
14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
� 5. City Council - The duly elected and qualified governing body oi the Ci�y of Fort Worth,
Texas.
1 fi. City Manager — The officially appainfied and authorized City Manager of the City of Fort
Worth, Texas, or his duIy authax�zed representative.
17. Contract Claim A demand ar assertion by City or Contracfor seeking an adjustment of
Contract Price ar Contract Time, or both, or ather relief with respec� ta the terrns of the
Cont�act. A demand for maney or serviees by a tl�ird party is not a Contraei Claim.
18. Contract—The entire and integrated written document �etween the City and Contxactor
cancerni�g the Work. The Contract contains the Agreement and all Cantract Docum�nts and
supersedes prior negotiati�ns, representations, or agreements, whether written or aral.
19. Contr�act Documents—Those items so designated in the Agreement. All items listed in ihe
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings af subsurface and physical conditions are not Contract Documents.
20. Contract Price The moneys payable by City to Cantractor for completion of �e Work in
accardance with the Contract Docurr�ents as stated in the Agreernent (subject to the provisions
of Paragraph � 1.03 in the case of Unit Pr�ce Work).
21. Contract Time The number of days ar the dates stated in the Agreement to: (i} achie�e
Milestones, if any and (ii} camplete the Work so that it is ready for Final Acceptance.
22. Contractor—The individual ar entity with whom City has entered into the Agreement.
23. Cost of the Work �ee Paragraph 11.01 of these General Conditions for definition.
CITY O�' FORT WORTH 2O18 Bond Year 2, Cantract 14
STANDARI7 CONSTRUCTION SPECiFICATION bOCLJMENTS
Revision: Mam1�9,2020 �ry �oject Na. 101475-2
00 �� o0
GENERAL CONDITIONS
Page 3 of b3
24. Damage Claims — A demand for money or services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
2b. Director of r4viation — The oificially appointed Director of the Aviation Department of the
City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
2'1. Di�ector� of Park,s and Community Services — The ofFcially appointed Director of the Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
28. Di�-ector of Planning and Develaprnent — The ofFcially appointed Director of the Planr�ing
and Development Department of the City of Fort Worth, Texas, ar his duly appointed
representative, assistant, or agents.
29. Director of Transportation Pr�blic Wo�-ks — The officially appointed Directar af the
Transportation Public Works Department of tl�e City of Fart Worth, Texas, ox his duly
appointed representative, assistant, or agents.
3U. Di�ector of T�TTater Department — The officially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agez�ts.
31. Drawfngs---That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and characier of the Work to be performed by Contractar.
Submittals are not Drawings as so defined,
32. Effectave Date of the Agreement The dafe indicated in the Agreement on whicn it becvmes
eifective, but if no such da.te is indicated, it means the date on which the Agreement is signed
and deiivered by the last of the iwo parties to sign and deliver.
33. Engineer—The licensed professional engineer or engineerir�g firm registered in the State of
Texas performing prafessional services for the City.
34. Extra Work — Additional work made necessary by changes or alterations af fhe Contract
Documents ar af quantities or far ather reasons for which no prices are provided in the Contract
Documents. Extra work shaIl be part of the Work.
35. Field Order — A written order issued by City which requires changes in the Wark 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 incarporated inta fhe Contract hy funded
wark type at the fiime of award.
3b. Final Acceptance — The written notice given by the City to the Contracior that the Wark
specified in the Contract Documents has bee�n completed to the satisfaction of �he City.
CITY OF FOR'T' WORTH
STANDARD CONSTRUCTION SPECIFICATIOI� DOCUMENTS 2018 Bond Year 2, Contract 14
Revision: Mamh9,2D7A
City Project No. 101475-2
DD 72 00
G�NERAL CbNbITIONS
Page 4 of 63
37. Final Inspection — Inspection carried out by the City to verify that the Contractor has
compl�ted the Work, and each and every part or appurtenance tliereof, fi�.11y, entirely, and in
conformance with the Contract Documents.
38. General Requirements Sections of Division ] of the Contract Docurnents.
39. Hazardous Environrnental Condition The presence at the Site of Asbe�tos, PCBs,
Petraleum, Hazardous Waste, Radioactive Material, or other �x�.aterials in such quantities or
circumstances that may present a substantial danger to persons or property expased tliereto.
40. Hazardous Wuste---Hazardaus waste is defined as any solid waste listed as hazardnus ar
possesses one or xnore hazardous characteristics as defined in the federal waste regulations,
as amended from time ia time.
41. Laws and Regulations—Any and ali applicable laws, ru�es, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, at�d caurts having
jurisdiction.
42. Liens—Cnarges, security interests, or encumbrances upon Project funds, real property, or
personal property.
43. Major Item — An item of work included in the Contract Documents that has a total cost equal
to or greater than 5% of the original Cantract Price or $25,000 whichever is less.
44. Milestone—A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance af the Work.
45. Notice of Award—The written notice by City to the Successful Bidder stating that upan
timely compliance by the Succeseful Bidder with the condiiians precedenf listed iherein, City
will sign and deliver the Agreement.
46. Ndtice to Proceed—A writien notice given by City to Contractor fixing the date on which ihe
Contract Time will commence to run and on which Contractor shall start to perfortn the Work
specified in Cantract Dacuments.
47. PCBs—Polychlo�inated biphenyls.
48. Petroleum—Pe�roleum, including crude oil ar any fraction thereof which is liquid at standard
condi�ions af temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute}, such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed with other non-Hazardous Waste and crude oils.
49, Plans — See definition of Drawings.
CITY OF FQRT WORTH
STANDARD CONSTRUCTIOT�i SPECIFICATION DOCUMENTS 2018 Bond Year 2, Contract i4
Revision: Nf�h 9, 202Q
City Project No. 101475-2
ao �2 00
GENER/aL CONDITIONS
Page 5 of 63
SQ. Project Schedule A schedule, prepared and maintained by Contractor, in accordance wiih
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan io accomplish the �Nark within the Contract Time.
51. Pr�oject The Work to be performed under the Contract Documents.
52. P�oject Manager Tk�e authorized representaiive of the City who wili be assigned to the
Site.
53. Public Meeting — An announced meeting conducted by the City to facilitate public
participation and to assist the public in gaining an inforrned view oithe Praject.
54. Radioactive Material—Source, special n�clear, or byproduct rnaterial as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.} as amended ftom tirne to time.
55. �tegudar Working Hours — Hours beginning at 7:00 a.m. and ending at 6:OQ p.m., Manday
thru Friday {excluding legal holidays}.
56. Samples�--Physical examples of materials, equipment, or workmansi�ip that are
representafiive of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
57. Schedule of Submittals—A schedule, prepared and rnaintained by Goniractor, of required
subrnittals and ihe iirne requirements to support scheduled perfarrr�ance of related construciion
acrivities.
58. Schedule of T�alues A schedule, prepared and maintained by Contractor, allacating partions
of ihe Contract Price to various portions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
59. Site—Lands or areas indicated in the Coniract Documents as being furnished by City upon
whieh the Work is to be performed, including rights-of-way, permits, and easernents for access
thereto, and such other lands furnished by City which are designated for the use of Contractor.
60. Speci�cations That part of the Contract Document� cansisting of written requirements for
materials, equiprneni, systerns, standards and workmanship as applied to the Work, and certain
administrative requirements and procedura.i matters applicable thereto. Specifications may be
specifica�ly rnade a part of the Contract Documents by attachrnent ar, if nat attached, may be
incorporated by reference as indicated in il�e Table af Contents (Division 00 00 d0) of each
Proj ect.
{ 1. Subcontractor—An individual or entiiy having a direct cantract with Contracivr or with any
ather Subcontractar far the performance of a part of the VVork at the Site.
CITY QF PpRT WOiZTI-I 2p18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUIV�NTS
Revision: N1�r1� 9, 2020 City Project No. I01475-2
00 �2 00
GENERAL CONDET[ONS
Page G of 63
62. Suhmittais—All drawings, diagrams, illustra�ions, schedules, and other data or informarion
which are specifically prepared or assembled by or for Contractar and submitted by Cantractor
to illustrate same porkion of ihe Work.
63. Successful Bidder—The Bidder submitting ihe lawest and most responsive Bid to whorn City
rnakes an Award.
G4. Superintendent — The representati�e of the Contractor who is ava.ilable at all tizx�es and ab�e
to receive instrucfiions fram the City and to act for the Contractor.
65. ,Supplementary Conditions—That part of the Contraci Documents which amends or
supplements these General Conditions.
66. Supplier---A manufacturer, fabricator, supplier, distributor, materia�max�, 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 ar Subcontractor.
67. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, �aults, tanks, tunnels, or ather sueh facilities or attachrnents, and any encasements
containing such facilities, including but not lirnited to, those that convey electricity, gases,
sfeam, liquid peiroieum products, telephone ar othex conununicaiians, cable tele�rision,
watex, wasiewater, storm water, other liquids or chernicals, or traffic or other control systexns.
68 Unit Price Work �ee Paragraph 11.03 of these General Conditions for definition.
69. Weekend Wo�king Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or 1ega1 holiday, as approved in advance by the City.
70. Work The entire construction or the �arious separately identifiable parts thereof required to
be pravided under the Contraci Documents. Work includes an� is the result af performing or
providing all labor, sezvices, and documentation necessary ta produce such constr�zction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment int� such canstruction, all as required by the Contract Documents.
71. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the City far contract purpose�, in which weather ar otlier canditions
not un�er the control of �he Contractor will permit the performance of the principal unit of
work underway for a continuaus period af nat less than 7 hours between 7 a.m, and 6 p.rn.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.42.B through E are not defined but, when used in
tne Bidding Requirements or Contract Documents, have the indicated meaning.
B. Intent of Certain Terms or Adjectfves:
CITY OF FORT WORTH 2Q18 Band Year 2, Contract 14
STATVDARD CONSTRUCTION SPECIFICATIflN DOCL]NIENTS City Project No. 101475-2
Revision: Ma�h 9, 2(12Q
00 �z o0
GENERAL CONI]IiIDNS
Page 7 of 63
1. The Contract Documen�s include the terms "as allowed," "as approved," "as ordered," "as
directed" or terms of like effect or import to a�athorize an exexcise of judgment by City. In
addition, the adjectives "reasonable," "suitable," "acceptable," `�roper," "satisfaciory," or
adjectives of like effect or import are used ta describe an action or deiermination of Ciiy as to
the Work. It is intended that such exercise of professiona] judgment, action, or determination
will be solely io evaluate, in general, the Work for connpliance with the inforrnation in the
Contract Dacuments and wifih the design concept of the Project as a funcrioning whole as
shown or indicated in the Contract Documenfs (unless there is a specific statemeni indicating
otherwise).
C. Defective:
1. The ward "defective," when modifying the word "Wark," re%rs to Work that is
unsatisfactory, fa�lty, or deficient in that it:
a. do�s not conform fo the Cantract Docu�nents; or
b. does not meet the requirements of any applicable inspectian, reference standard, iest, or
approval referred to in the Contract Dacuments; or
c. has been damaged priar to City's written acceptance.
D. Furnish, Install, Perform, Provide:
1. The word "F�.unish" or the word "Install" or the word "Per%rrn" or the word "Provide" ar
the word "Supply," or any combination or similar directive or usage thereof, sha11 mean
furnishing and ir�corporating in the Work including all necessary labar, rnaterials, equiprnent,
and everything necessary to perform the Wark indicated, unless specifically limited in the
cantext used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or consiruction industry or trade meaning are used in the Cont�act Documents in
accordance with such recognized meaning. �
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Copies of Documents
City shall furnish to Contractor one (1) original executed copy and one (�) electronic copy of the
Cantract Documents, and four {4) additional copies of the Drawings. Additional copies will be
furnished u�on request at the cost of repraductian.
2.02 Commencement of Contf-act Time; Notice to Proceed
T'l�e Contract Time wil� commence to xun on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given na earlier than 14 days after the Effective Date of the Agreement,
unless agreed to by both parties in writing.
C1TY OF FORT WORTH 201$ BoncE Year 2, Contract 14
STANDARL) CON51`RUCTTON SPECIFICATION AOC[JMENTS
C`ity Project No. 101475-2
Revision: Ivl�h 9,2A20
00 �z o0
GENERAL GONDITIONS
Page 8 af 63
2.03
1�
2.05
�IZ:�
2.47
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 �ite prior to the date on which the Contract Time carn�nences to �un.
Before StaYting Constr-uction
Baseline Schedules: Submit in accordance with ihe Contract Doc�rnents, and prior to starting the
Work.
Preconstruction Conference
Before any Work at the 5ite is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Docurnents.
Public Meeting
Contractar rnay not xnabilize a�y equipment, materials or resources to the 5ite prior to Cantractar
attending the Public Meeting as scheduled by the City.
Initial Acceptance of Sched�ales
Na progress payment shall be made ta C�ntractor until aceeptable schedules are subrnitted to City in
accardance with the Schedule Specification as pro�ided in the Contract Documents.
ARTICLE 3— CONTR.ACT DOCU1V�l�TTS: Ill�TENT, AN�iENDING, REUSE
3.41 Intent
A. The Contract Docuznents are complementary, what is required by one is as binding as if required
by all.
B. Ii is the intent of the Contract Documents to describe a functianally complete project (or part
thereof j to be constructed in accordance with the Contract Documents. Any labor, documentation,
services, materials, or equipmenf tha� reasonably may be inferred frorn the Contraci Documents
or from prevailing custom or trade usage as being required to produce the indicated result wiil be
provided whether ar not specifically called for, at na additional cost to City.
C, Claz-ifications and interpretations of the Contract Dacurnents shall be issued by City.
D. The Specifications may vary in forzn, forma� and style. Some Specification sections may �e written
in varyiiig degrees of s�reamlined or declarative style and some sections may be relati�ely
narrative by comparisan. Omission of such words and phrases as "the Contx'actor shall," "in
COi1fOTi'ri1� Wlt�l," "7S Si1QWri," OI' "aS S�70C1�10C1" 1ie intentional ?Il streamlined sections.
Omitted words and phrases shall be supplied by inference. �imilar types of provisions may appear
in various parts of a section or articles within a part depending on the format of the
CITY OP FORT WQR`1'�I 201$ Bond Year 2, Contract 14
STANDAI2D CQNSTRUCTION SPECTFICATION DOCLJiviP,NTS Ciry Project No. 101475-2
Re�+ision: Mairlt 4,2020
ao �z o0
GENERAL CONflITIONS
Page 9 of63
section. The Cont�actor sha11 not take advantage oi any variation of form, formai ar style in
making Contract Claims.
E. T'�e cross referencing of specification sections under the subparagraph heading "Related
Sections include but are not necessarily limited to:" and elsewhere within each 5pecification
section is provided as an aid and convenience to the Contracior, The Contractar shall not rely on
the cross referencing provided and shall be respons�ble to coordinate the entire Work under the
Contraci Doc�ments and provide a complete Project whether ar nat the cross re%rencing is
provided in each section ar whetl�er or nai the cross referencing is complete.
3.02 Reference Standa�-ds
A. Standards, Specifications, Codes, Laws, and Regulations
Reference to standards, �pecifications, rr�anuals, 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, ar 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 rnay be otherwise specifically stated in the Contract Documents,
2. Na provision of any such standard, specification, manual, or code, or any instruction af a
Supplier, sha11 be effective to change the duties or responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, or emp�oyees, from those set forth in the Con�ract
Dacuments. No such provision or instn�crion shall be effective to assign to Ciiy, or any of its
off'icers, directors, members, pa.rtners, employees, agents, consultants, or subcontractors, any
duty ox authority to supervise ar 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 Resolvang Discrepancies
A. Repo�ting Discrepancies.•
1. Contractor's Review of Cont�act Documents Before StaYting War�k: Before undertaking each
part of the Work, Contractar shall carefully study and compare th.e Contract Documents and
check and verify pertinent figures therein against all appiicable field measurements and
conditions. Contractor shall promptiy r�port 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. Cantractor's Revaew of Contraci Documents During Perfo�mance of Wor�k: If, during the
performance of the Work, Contractar discovers any conflict, error, ambiguity, or discrepancy
within the Conirac� 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 Contrac�or shall promptly report it to City in writing. Contractor shall not
proceed with the Work affected thereby (except in an emerge�cy as required by Paragraph
CITY qF PpRT WORTH 2O18 Bond Year 2, Cantract 14
STANAARD CONSTRUCTION SFECIFICATION DOCUMENTS
Revision: �h9,2020 City Project IVo. 101475-2
00 �a o0
GENERAL CONDIil01V5
Page ] 0 of 63
6.17,A} until an amendment or supplernent to the Contract Documents has been issued by
one of the me�hods indicated in Paragraph 3.a4.
3. Contractor shall not be liable ta City for failure to r�port any conflict, error, ambiguity, or
discrepancy in the Contraci Document� unless Contz-actor had actual knowledge thereof.
B. Resolving Discrepancies:
Except as may be otherwise specifically stated 'zn the Cont�act Documents, the provisions of
the Contract DocuYnents shall take precedence in resalving any conflict, error, ambigui�ty, or
discrepancy between ihe provisions of the Contract Documents and the provisions of any
standard, specification, rnanual, or the insfruction of any Supplier (whether or nat specifically
incorporated by reference in the Contract Docurnent�).
2. In case af discrepancies, figured dimensions shall govern over scaled dimensions, Plans sha�l
�overn over Specifications, Supplementary Conditians shall go�ern over General Cflnditions
and Specifications, and quantities showr� on the Plans shall govern over �hose shown in the
proposal.
3.04 Amending and Supplenaenting Contract Documents
A. The Contract Documents rnay be amended to provide for addi�ions, deletions, and revisions in
the Work ar to modify the terms and condiiions tl�ereof by a Change Order.
B. The requirements of the Contraci Documents may be suppiemented, and minor variations and
de�iations in the Work noi invalving a change in Coniract Price or Co�tract Time, may be
auihorized, by one or more of the following ways:
i . A Field Order;
2. City's review of a Submittal (subject tfl the provisians of Paragraph 6.18.C}; or
3. City's written interpretaiion ar clarification.
3.05 Retcse of Docunaents
A. Contractor and any Subcontractor or Supplier shall not:
have or acquire any title ta or ownership rights in any of the Drawings, Specif cations, or
other dacuments (ar copies of any thereo�j prepaared by or bearing the seal of Engineer,
including electranic media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of
the Project or any other projeet without writte�x conseni af City and specific written verification
ar adaptation by Engineer.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARp CON,STAUCTIflN SPECIFICATION DOCUMENTS City Project No. 107475-2
Revision: Manc7� 9, 202Q
00 �z o0
GENERAL CONDITIOEVS
Page 11 of 63
B. The prohibitions of this Paragraph 3.05 will suzvive final payment, or termination of the
Cantract. Nothing herein shall preclude Con�Eractor from retaining copies of the Contract
Document� for recard purposes.
3.06 Eleetronic 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 rnay be relied upon are limited to the
printed copies included in the Contract Documents (also known as hard copies) and ather
Specifications referenced and located on the City's on-line electronic document management and
collaboration system site. Files in electronic media format of text, data, graphics, or oiher types
are furtiished only for the conveni�nce of the receiving party. Any conclusion or informatian
obtained or derived from such electronic files wi11 be at the user's sole risk. If there is a discrepancy
between the electronie files and the hard copies, the hard copies govern.
B. When transferring documents in electronic media farmat, t�ae transferring party makes no
repres�tations as to long term compatibiliry, usability, or readability of dacuments resulting from
the use of soflware application packages, operating systems, or computer hardware differing from
those used by the data's creator.
ARTICLE 4— AVAILABILITY OF LAliTD5; SUBSURFACE AND PHYSICAL COI�TDITIONS;
HA7.ARnOUS ENVIROIliMEI�TTAL COI�TDITIOliTS; REFERENCE POI�iT5
4.01 Availability af Lands
A. City shall furnish the �ite. City shall notify Coan�ractor of any encumbrances or restrictions not of
general application bui specifically related to use of the Site with which Contractor rnust comply
in performing the Work. City will obtain in a timely zxianner and pay fvr easements for pern�anent
st�uciures or permanent changes in existing faciliiies.
The City has obtained or anticipates acquisition af and/or access �o right-af-way, and/or
easements. Any outstatading right-of-way and/or easements are anticipated to be acquired in
accflrdance with ti�e scheduie set forth in the Supplementary Conditions. The Praject Schedule
submitted by the Contractor in accordance with the Contract Documents must consider any
outstanding right-af-way, anti/or easemenis.
2. The City has or anticipaies removing and/or relocating utilities, and obstzuctions to the Site.
Any outstanding removal or relocatian 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 fihe Contraet Docnments must consider any outstanding
utilities or abstructions to be removed, adjusted, andlor relocated by others.
B. Upon reasonable written request, City shall furnish Contractar with a current staternent of record
legai fiitle and �egal description of the lands upon which the Work is to be perforrn�d.
CITY pF FORT WORTH
STAI�}DARD CONSTRUCTION SPECIFICATION DOCUM�NTS 2018 Bond Yeaz 2, Contract 14
Revision: Ma�h 4,2A20 City Fraject No. 101475-2
00 �z o0
GENERAL CONDITIpNS
Page 12 of 63
C. Con�ractor shall pro�ide for all additional lands and access thereto that may be required for
construction facilities or siorage of materials and equipxzaent.
4.02 Subsurface and Physical Conditions
A. Reports and D�awings: The Supplernentary Conditions identify:
1. those reports known to City of explorations and tests of subsurface condiiions at or
con�iguous ta the Site; and
2. those cirawings knflwn to City of ��ysical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facili�ies).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor anay rely upon the
accuracy of the "technical data" contained �n such reports and drawings, but such xeports and
drawings are not Con#ract Documents. Such "tee�nical data." is identified in the Supplementary
Conditions. Contractar may not make any Contract Clairn against Ciiy, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the cornpleteness af such reports and drawings for Cantractor's purposes, including, but not
limited ta, any aspects of th� means, methods, tecY�niques, sequences, and procedures of
constr�zction to be employed by Contractor, and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions, and infort�ation contained in such reports or shown or
indicated in such �rawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" ar any such
other data, interpretations, opinions, or informatian,
4.03 Difj�ering Subsurface or Physical Condations
A. Notice: If Contractor belie�es that any subsurface or physical conditian tha�t is uncovered ar
revealed either:
1. is of such a nature a� ta esta.�lish that any "technical data" fln which Contractor is enti�led to
rely as provided in Paragraph 4,02 is materially inaccura#e; or
2, is of such a nature as ta require a change in the Contract Documents; or
3. difFers materially froi�n that shawn or indicated in the Contract Documents; or
4. is of an unusual nature, and differs materially from condi�ions ordinarily encouniered and
generally recognized as inherent in WOi� of the character provided fiar in the Contract
Documents;
CITY OF F'�RT WqRTH 2O18 Bond Year 2, Coatract 14
STANDARI] CONSTRUCTION SPECIFICATION bOCiJIvIENTS Ciry Project No. 10]475-2
Revision; M,a�h 9, 2020
00 �z o0
GENERAL CONDITIONS
Page 13 af63
then Contractor shall, promptly af�er becorning aware thereof and before further di�t��rbing the
subsurface or physical conditions or performing any Work in connectian therewith (except in an
emergency as required by Paragraph 6.17.A}, no�ify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shali not be entitled to any adjusiment in the Contt-act Price or Contract Time i£
1. Contractor knew of the existence of such conditions at the time Co�tractor made a final
comrnitnnent to City with respect to Contract Price and Contract Time by the submission of a
Bid ar becoming bound under a negotiated contract; or
2. the existence oi such condition could reasonably have been discovered or revealed as a resuli
of the examination of the Contract Docurnents 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 ar indicated in ihe Cont�ract Documents
with respect to existing Underground Facilities ai ar cantiguous 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. Un�ess it is otherwise expressly provided in the Supplementary
Conditions:
1. City and Engineer shall not be responsible for the accuracy or completeness o� any such
information ar data provided by others; and
2. the cost of a.11 of the following will be included in the Contract Price, and Contractar shall
have full responsibility for:
a. reviewing and checking aIl such information and data;
b. locating all Underground Facilities shown or indicated in the Contraet Documents;
c. coordination and adjustrnent of the Wark with the own�rs of such Underground
Facilities, including City, during construction; and
d, the safety and protection of al1 such Underground Facilities and repairing any damage
thereto resulting frorn the Work.
B. Not Shown or Indiccated.•
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 aceuracy in the Contract Document�, Contractor shall, promptly after becaming
aware thereof and before further dfsturbing conditians affected thereby or performing any
C1TY pF FORT WORTH 2O18 Bn�d Year 2, Contract 14
STANDAI2D CONSTRUCT'ION SPECIFICATION DOCiJMENT5 C5ty project No. 101475-2
Revision: Murli 9,2020
00 72 00
GENERAL Cd�VDITIONS
Fage 14 ofb3
Work in connection therewith (excep�t in an emergency as required by Paragraph 6.17.A},
identify �he owner of such Underground Facility and gi�e not�ce to that owner and to City.
City will review the discovered Underground Facility and determine the extent, if a�y, ta
which a change may be required in the Contract Docurnen#s to reflect and document the
consequences of the existence or locafiion of the Underground Facility. Confiractor sha11 be
respansible %r #he safety and protection o� such discovered Underground Facility.
2. If City concludes that a change in ihe Contract Documents is required, a Change Order �nay
be issued to reflect and documen# such consequence�.
3. Verification of e�isting utilities, stz-uctures, and service lines sha11 include notification of all
utility companies a minimum of 48 hours in advance of conshuction including exploratory
excavation if necessary.
4.05 RefeYence Points
A. City shall pro�ide engineering surveys to establish reference points for canstruction, which in
City's judgment are necessary to enable Confiractar to proceed with the Work. City wi11 provide
constructian stakes or other customazy rnethod of ma�king to establish line and grades for raadway
and utility canstruction, centerlines and benchmarks for bridgewark. Contractor sha11 protect and
preserve the established reference points and property monuments, and sha11 make no changes or
relocations. Contracfior shal] repart ta Ciry whenever any reference point or pxoperty 3nonument is
Iost or de�troyed or requires relocation because ai 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 Con�ractor sha11 notify
City in advance and with sufficient tirne to a�oid delays.
B. Wb.enever, in the opinion of the City, any reference point or monument has been carelessly or
willfitlly destroyed, disturbed, or removed by the Contractor ar any of his em�loyees, the full cost
for replacing such points plus 25% will be charged against the Contractor, and the full amount will
be deducted fram payment due the Contractar.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions identify �hose reports and drawings kr�own
to City relating to Hazardous Enviranmental Conditions that have been id�ntified at the �ite.
B. Limited Reliance by Contractor on Technical Data Authorized: Coniractor may xely upon the
accuracy of the "technical data" contained in such reparts and dxawings, but such reports and
dz'awings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contracior may noi make any Contract Claim against City, or any of their officers,
directors, members, partners, ernployees, agents, consu�tants, ar subcantractors wi�h respect to:
1. tlie completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of �he m�ans, methods, techniques, sequences and procedures of
C1TY �F FORT WDRTH 201 S Bond Year 2, Contract 14
ST'ANDARD CONSTRUCTTON SPECIFICATION DOC[IM�NTS C`ity Project No, 141475-2
Revisian: Ivfaml� 9, 2020
00 �z o0
C-,ENERAL CONDITIOf�lS
Page 15 of 63
construction to be ernployed by Contractor a�d safety precautions and programs incident
thereto; ar
2. other data, interpretations, opinions and information contained in such reports or shown or
indicateci ir� such drawings; or
3. any Contractor inierpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinians ar information. _
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown ar indicated in Drawings or Specifications ar identified
in �he Conti-act Documents ta be within the scope of the Work. Coniractor shall be responsible for
a Hazardous Environmenial Condition created with any materiais bro�ght to the Site by
Contractor, Subcontractors, �uppliers, or anyone else for whom Contractor is responsible.
D. If Cantractox encounters a Hazardous Environmenta� Condition or if Contractar or anyone for
whom Contractor is responsible creates a Hazardaus Environrnental Condition, Contractor shall
imrnediately: (i) secure or otherwise isolate such condition; (ii) siop alI Work in conneciion with
such condition and in any area affected thereby (except in an emergency as required by Paragraph
6.17.A); and (iii) notiiy City (and prornptly thereafter confirrn such noiice in writing}. City may
consider the necessity to retain a qualified expert to evaluate such condition or take corrective
action, if any.
E. Cont�'actor shaI1 not be required to reswne Work in connection with such condition or ir� any
affected area untii after City has obtained any required permits related thereto and delivered written
notice to Contractor: (i) specifying that such condition and any afifected area is or has been
rendered suitable for the resumption of Work; or (ii) specifying any special condiiions under which
such Work may b� resum�d.
F. If after receipt of such written notice Cantractar does not agree to resume such Work based on a
reasonable beiief it is unsafe, or does not agree to resume such Work under such special conditions,
then City may arder the portion of the Work that is in the area affected by such candition 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 perjnitted hy Laws and Regudations, Contractor shall indemn� and hold
harmless City, f�om and against alI claims, costs, Iosses, and damages (including but not linzited
to all fees and charges of engineers, architects, attorneys, and ather professionals and all court
or arbitration or ather dispute resolution costs) arising out of or relating ia a Hazardous
Environmental Canditian created hy Contractor or by anyone for whom Contractor is respon�ible.
Nothing in this ParagYaph 4. 06. G shall oBligate Contractor to indemnify any individual or enti�y
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 da not apply ta a Hazardous Environrnental
Conc�itian uncavered or revealed at the Site.
CITY OF FORT WORTH
STANDARD CpNSTRUCT10N SPECIFICATION DOCLJMENTS 2018 Bvnd Year 2, Contract 14
Revision; Mamh 9, 2020
Gity Praject No. ]01475-2
00 �� o0
GENERAL CONDITIONS
Page lb of63
ARTICLE 5— BONDS AND Il�SURANCE
5.01 Licensed Sureties and Insurers
Al1 bonds and insurance required by the Contract Documents to be purchased and rnaintained by
Cont7ractor shall be obtain�d from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the linnits and coverages so required.
Such surety and inszarance companies sha11 also meet such additaona] reqizirements and qualifications
as may he provided in the Supplementary Conditions.
5.02 Performance, Payment, and Maintenance Bonds
A. Contractor s�iall furnish performance and payment bonds, in aceordance with Texas Government
Cade Chapter 2253 or �uccessor statuie, each in an amount equal to the Contract Price as
security far the ia.ithful performance and payment af all of Contractor's obligations under the
Contract Documents.
B. Contractor shall furnish maintenance bonds in an arnount equal to the Cantract Price as security
to pro#ect the City against any defects in any portion of the Work described in the Contr�ct
Documents. Mainienance bonds shali rernain in efFect for two (2) years after the date of Final
Acceptance by the City.
C. All bonds shall be in t�ie forzn prescribed by the Contract Documents except as prflvided other�vise
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 Reinsuz-ing Companies" as published in Circular 570 (amended} by the Financial
Management Service, Surety Band Branch, U.S. Department of the Trea�wy. All bonds signed by
an agent or attarney-in-faet must be accompanied by a sealed and dated power of attorney which
shaIl show thai it is effective on the date the agent ar attarney-in-fact signed each bond.
D. If the surety an any bond furnished by Conhactor i� declared bankrupt or }�ecornes insolvent or i�s
righ� to do bu�iness is terminated in ihe State of Texas or it ceases to meet the requirements af
Paragraph 5.02.C, Contractar sha11 promp�ly notify City and shall, within 30 days after the event
giving rise to such nfltification, pro�ide anather bond and surety, both of which shall camply with
the requirernents of Paragraphs 5.01 and S.U2,C.
S.Q3 Certificates oflnsurance
Contractox shall deliver ta City, wiih copies to each additianal insured and lass payee identified in the
Supplementary Conditions, certificates of insurance {other evidence of insurance requested by City or
any other additional insured) in at least the rninimum amount as specified in the Supplementary
Conditions which Cflntractor is required to purchase and maintain.
1. The eertificate of insurance shall docurnent the City, and all identified entities named in the
Supplementary Conditions as "Additional Insured" on alI liability poiicies.
CITY OF FORT WpR'�'FI 2018 Bond Year 2, Contract 14
STANDARD CaNSTRUCTION SPECIFICATION 7]OCUNIFN'I'S Ciry Praject No. 101475-2
Re�ision; Mmrdi 9, 2020
00 �2 00
GENERAI. C�NDI7'IONS
Page 17 of b3
2. The Contracto�t's general liability insurance shall include a, "per project" or `�er location",
endorsernent, which shall be identificd in the certificate af insurance pxovided to the City,
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured,
be compiete in its entirety, and show complete insurance carrier narnes as listed in the current
A.M. Best Property & Casualty Guide
4. The insurers far all policies must be �icensed and/or approv�d to do business in the State of
Texas. Except for workers' corr�pensation, a11 insurers rnust have a nninimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
sirength and solvency to the satisfaction of Risk Managernent. If the rating is below ihat
required, vv�-itten approval of City is required.
5. AIl applicable policies shall include a Waiver of Subrogation {Rights of Recovery) in favor
of the City. In addition, the Contractor agrees ta waive al] rights of subrogation against the
Engineer (if applicable), and each additional insured iden�ified in the Supplernentary
Conditions
6. Failure of the City to de�nand s�ach certificates ox other evidence of full compliance with th�
insurance requrrements or failure of ihe City to identify a deficiency fram evidence tilat is
provided shall not be construed as a waiver of Contractor's obligation to rnaintain such �ines
of insurance coverage.
7. If insurance policies are not written for specified coverage �imits, an Umbre�la or Excess
Liabiliry insurance for any differences is required. Excess Liabzlity shall follow form of the
primary coverage.
$. Unless otherwise siated, all required insurance shall be written on tl�e "occurrence basis". If
coverage is underwritten on a claims-made basis, the retroactive date sha11 be coincident with
or prior to the date of the effective date af the agreemeni and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shail
be maintained for the duration of tiie Contract and for three {3) years following Final
Acceptance provided under the Contract Documents or far the warranty period, whichever is
longer. An annual certif ca�e of insurance submitted to the City shall evidence such
ins�t'ance coverage.
9. Policies shall have no exclusions by endorseme�ts, which, neither nullify or amend, the
required lines of caverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid ar executed and the
exclusions are determined to be unacceptable ar the City desires additional insurance coverage,
and the City desires the contractor/engineer to obtain such coverage, the cantract price shall
be adjusted by the cost of the premiurn fo�' such additional coverage pius 10%.
10. Any self-insured reteniion (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the Ciiy in regards to asset value and stockholders' equity. In
C1TY OF FORT WORTH 2O18 Bond Year 2, Conrract lA
STANDARb CONSTRUCTION 3PECIFICATION DpCUMENTS Ciry Project No. 101475-2
Revision: M�li 9, 2Q20
flo �z oa
GENERAL CONDITIONS
Page 1 S of 63
lieu af �raditionai insurance, a.lternati�e coverage ma.rtntained through insurance poals or risk
retention graups, must also be approved by City.
1 l. Any deductible in excess af $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, znust be acceptable to and approved by the City.
12. City, at i�s sole discretion, reser�es the right to review the insurance requiremenis and to
make reasonable adjustments to insurance coverage's and their limits when deemed necessary
and prudenfi by the City based upon changes in statutory law, court decision or the claims
history of the industry as we11 as of the contracting party ta the City. The City sha�l be required
to pro�ide prior notice of 90 days, and the insurance adjustments shall be incorporaied into the
Work by Change Order.
13. City shall be eniiiled, upon w�'itten request and without expense, to receive copies of poiicies
and endarsernents thereto and may make any reasonable requests fox deletion or revision or
rr�odifications of particular policy ternas, conditions, lirnitations, or exclusions necessary to
conform the policy and endor�ements to the requirernents of the Contt-aci. Deletion�, revisions,
or modifications shall not be required wk�ere poiicy provisions are established by �aw ar
regulations binding upon either party or ihe underwriter on any such palicies.
14. City sha11 nflt be responsible for the direct payment af insurance prexnium costs for
Contractor's insurance.
5.04 Contractor's Insupance
A, Workers Compensation and Emplayers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Worlcers'
Compensation Act {Texas Labor Code, Ch. 406, as amended), and xninimum limits for Employers'
Liability as is appropriate for the Work being perFormed and as will provide protection from clairns
set forth below which may arise out of or result from Cantractar's performance of the Wor1c and
Contractor's o�her obligations under the Contract Dacurr�ents, whe�er it is to be performed by
Contractor, any Subcontrac�or or Supplier, or by anyone directly or indirectly employed by any of
them to perform any af the Work, or by anyone for whose acts any of thern may be liable:
1. claims under workers' campensation, disability benefits, and other similar employee �enefit
acts;
2. claims for dam�ges because of bodily injury, accupananal sickness or disease, or death of
Cantractor's employees.
B. Commepcial Gener�al Liability. Co�erage shall include but not be limifed to covering liability
(bodily inju�y or praperty damage) arising from: premisesloperations, independent contractors,
productsleompleted operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an oceurrence basis, atid as compre�ensive as the current Insurance Services
Office (ISO) policy. This insw'ance shall apply as �primary insurance with respect to any other
C1TY pF FpRT WORTH 2O18 Bond Year 2, Contract 14
STAND?.RD CONSTRUCTION SPECIFICATION DQ{;UNIENTS City Project No. 1D1475-2
Re�isian: Macrti 9,2A2U
00 72 {}0
GENERAL CONDITIONS
Page 19 of63
insurance or seIf-insurance prograrns afforded to fhe Ciiy. The Commercial General Liabiliry
policy, sha11 have no exclusions by endorsernents that would alter o� nullify prexnises/operations,
products/completed operaiions, contractual, personal injury, or advertising injury, which are
norma�ly contasned with tiie policy, unless the City appxoves sucl� exelusions in writing.
For construction projects that present a substantial cornpleted operation exposure, the City may
require the con�ractor to rnaintain completed operations coverage far a rninimum ai no less than
three (3} yeaxs following the completion of the project (if identified in the Supplementary
Conditions}.
C. Autofnobile Lia�ility. A commercial business auta policy shall provide coverage on "any autd',
defined as autos owx�ed, hired and non-oumed and provide indemnity for claims for damages
because bodily injury or death of any person and o�' property damage arising out of the work,
rnaintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, ar by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
far whose acts any of them may be liable.
D. Railroad Protective Li�zbility. �f ax�y of the work or any warraniy wark is within the limiis of
railroad right-of-way, the Contractor shal� cornply with the requirements identified in the
Supplementary Conditions.
E. Notification of Policy Cancellation: Contracior shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor sha11 stop work until replacement insurance has
been procured. There shaIi be no time credit for days not worked puxsuant to this section.
5.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any ob�ection 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
oi non-conformance with the Contract Docu�nents, the City shall so notify the Contractor in writing
within � Q Business Days after receipt of the certificates (or other evidence reques#ed). Contractar shall
provide to the City such additional informatian in respect of insurance provided as the City may
reasonably request. If Contractor does not purchase or maintain ail of tlze bonds and insurance required
by the Coniract Documents, the City shall notify the Contractor in writing ai such failure prior to the
start of the Work, or of such failure to maintain prior ta any change in the required eoverage.
ARTICLE 6 -- CONTRACTOR'S RESP011TSIBILITIES
6.01 Supervision and Super�intendence
A. Contractor sl�all 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. Contractar shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
CTl`Y OF F012T WORTH
STANDAItD CONSTRUCTION SPECIFICATION DOCiTMEIV'I'S 201 S Bond Year 2, Contract 14
Revision: M��E� 4,2A20 City Project No. 101475-2
00 �z o0
GENERAL CONQITIOiVS
Page 2D of 63
B. At al1 tirnes during the progress of the Work, Contractor shali assign a competent, English-
speaking, Superintendent who shall not be replaced wiihout written notice fio City. The
Superintendent wi11 be Contxactor's representative at the Site and shall ha�e authority to act on
behalf of Con#�actor. All communication given to or received frorn the Superintendent shall be
�inding on Contractor.
C. Contractor shal� notify the City 24 hours priflr to moving areas during the sequence of construction.
6A2 Labo�; Warking Hau�s
A. Can�ractar shall pro�ide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractar shall at all times main�ain good discipline and
order at the Site.
B. Excepfi as otherwise required for the saf�ery or protection of persons or the Work or properiy at
the �ite or adjacent thereto, and except as otherwise �tated in the Coniract Documenis, a11 Work
at the Site sk�all be performed during Regalar Working Hours. Contractor will not permit the
performanc� of Work beyond Regulax Working Hours or for Weekend Working Hours without
City's written consent (which wili not be unreasonably withheld). Written request (by letter or
electronic communication} to perforrn Wark:
for beyond Regular Working Hours request must be made by noon a� Ieast twa {2) Business
Days priar
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal halidays 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
responsibiiity for all ser�ices, materials, equipment, labor, transportation, canstruction equipment
and xnachinery, taols, appliancea, fuel, power, Iight, heat, telephone, water, sanztary facilities,
temporary facilities, and all other faciiities and incic�entals necessary for the performance,
Contractor required testing, startWup, and completion of the Wark.
B. All materials and equipment incorporated into the Wark shall be as specified or, if not specified,
shall be of good qualiiy and new, exc�pt as otherwise pro�ided in ihe Contract Documents. All
special warranties and guarantees required by the Specifications shall ex�ressly run to the benefit
of City, If required by City, Con�ractar shall furnish sarisfactory e�idence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
C1TY OF FQRT WORTH 2A18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPEGIF'ICATION DOCUMENTS City Project No. 101475-2
Rer+ision: Maich 9, 20?A
oa �a o0
G�NERAL CONDI7lONS
Page 2] of 63
C. A11 materials and eyuipment to be incorporat�d inta the Work sha11 be stared, applied, installed,
conn�cted, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Suppiier, except as otherwise may be provided in the Contract Docutnents.
D. All items of standard equipment to be incorporated into the Work shall be the latest xx�ode] at the
time of bid, unless otherwise specified.
6.04 Project Schea'ule
A. Contractor shaI1 adhere to thc Project Schedttte established in accardance witl� Paragraph 2A7
and the General Requirements as it xziay be adjusted from time to �ime as provided below.
1. Cantractar 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 sha11 subrnit to City a monih�y Praject Schedule with a xnonthly progress payment
for the duration of the Contract in accordance with the schedule specification 01 32 1 b.
3. Proposed ac�justments in the Project Schedule that will change the Contract Tirne shall be
subrnitted in accordance with the requirements a� Ar�icle 12. Adjustments in Contract Time
may only be made by a Change Order.
6.05 Substitutes and "Or-Equals "
A. Whenever an iterri of material or equipment is specified or described in the Contracf Documents
by u�ing ihe name af a proprietary itern or the narne of a particular Supplier, the specification ar
descriptror� is intended to establish the iype, function, appearance, and quality required. Unless the
specifica�ion ar description contains or is foliowed by words reading that no like, equivatenf, or
"ar-equal" itern or na substitution is permitted, other items of rtiateriai or equipment of other
Supp�iers may be submitted to City for revi�w under the circumstances described below.
1. "Or-Equal " Items: If in City's sole discretion an item of material or equipment proposed by
Contractar 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 "ar-equal" item, in which
case review and approval of the proposed item may, in City's sole diseretion, be accomplished
without compliance with some or all of the requirements for appraval of propased substitute
items. For the purposes of this Paragraph 6AS.A.1, a proposed item of material or equipment
will be considered fiinctionally equal to an item so named if:
a, the Citq determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
CPI`Y pF PORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Ravision: M�rl� 9,202U City Project No, 1p1�75-2
00 �z o0
GEiVERAL CDNDITIO�fS
Page 22 of 63
2) it will reliably perfornn at least equally we11 the function and achieve the r�sults
irnposed by the design concept of the completed Project as a functioning �whale; and
3) it has a proven recard of performance and availability of responsi�e service; and
b. Contractor certifies that, if approved and incorporated int� the Wark:
1} there wi11 be no increase in cost to the City or increase in Contract Tirne; and
2} it wilI conform substantially to the detailed requirements of ihe item narned in the
Cantract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of rnaterial ar equip�ent proposed by Contractor does
nat qualify as an"ar-equal" i#ern under Paragraph 6.05.A.1, it may be submitted as a
propfls�d substitute itern.
b. Cantractor shall submit sufficient information as provided below to allow City to deter�nine
if the itezxi of material or equiprnent proposed is essentia3ly equivalent #a that named and
an acc�ptable substitute therefor. Requests for review of proposed substihite items ofi
material or equipment will not be accepted by City from anyon� o�-ier than Contractor.
c. Contractor sha113nake written application to Ciiy for review of a proposed substitute item
of material or equipmen� that Contractor seeks to furnish or use. The application shall
comply with Section O1 25 00 and:
1) shall certify t�at the proposed substitute item will:
a) perfarm adequately the funciions and achie�e the results called %�r by the general
design;
b) be similar in substance to that specified;
c) be suited to the sazne use as that specified; and
2) will sta�e:
a) the extent, if any, to which the use of the proposed substitute item will prejudice
Cantractar's achievement of final completion on tzme;
b) whether use of the proposed substituie item in the Work will require a change in
any ai the Contract Documents (ar in the provisions of any other direct contract
with City fox other work on the Project) to adapi the design to the proposed
substitute item;
C1TX OF FORT WORTH 2O18 Sond Year 2, C`oniract 14
STANDARD CONS'FRUCTIpN SP�CIFICATION DOCUMENTS Ci Pro ect No. 1U1475-2
Revision:M�h9,2020 �' �
QO 72 OD
GENERAL CON�ITIONS
Page 23 of63
c) whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fe� or royalty; and
3) u+ilI identify:
a) aI1 variatians af the propased subsiitute ite�n from that specified;
b} available engineering, sales, mainienance, repair, and replacement services; and
4) shall contain an itemized estirnate of all costs or credits ihat wi11 result directly or
indirectly from use ai such substitute item, including costs of redesign and Damag�
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methads or Procedures.• If a specific mean,s, xnethod, technique, sequence,
or procedu�'e a� construction is expz-essly required by the Contract Documents, Contractor rnay
furnish or uiilize a substit�te means, rnethod, technique, seq�ence, ox proceduxe of construct�on
approved by City. Confiractar sha11 submit suf�icient information to allow City, in City's sole
discxetion, to determine that the substitute proposed is equivalent to that expressly called for by
the Contracf Dacuments. Con�eactar shall raal�e written application to City for review in the same
manner as those pravided in Paragraph 6.OS.A.2.
G City s Evaluation: City will be allowed a reasanable tirne within which to evaluate each
proposal or submittal rnade pursuant to Paragraphs b.OS.A and 6.OS.B. City may require Contractar
to furnish additional data about the proposed substitute. City wi11 be the sole judge oiacceptability.
No "or-equal" or subs#itute will be ordered, insta.11ed or utilized until Ciry's review is comp�ete,
which wili be evidenced by a Change Order in the case of a substitute and an accepted Submittal
for an "or-equal." Ciry will advise Contractor in writing of its determination.
D. Special C'ruarantee: City may require Contractar to iurnish at Contractor's expense a special
perfarmance guarantee, warranty, or other surety with respect to any substitute. Contr�actor shall
indemnify and hold harrraless City and anyone directly o� indir�ectly employed hy therrt from and
against any and all claims, damages, losses and expenses (including attoYneys fees) arisirag out of
the use ofsu�stit�ated materials or equipment.
E. City's Cost Reimburse�nent: City rvi11 record City's costs in evaluating a subs�itute proposed or
submitted by Cvntracior pursuant to Paragrapns 6.05.A.2 and 6.OS.B. Whether ar no# City
appraves a substitute so proposed or submitted by Contractor, Coniractor may be required to
reimburse City for evaluating each such proposed subs�itute. Cantractor may also be required to
reimburse City %r 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. Cont�acto�'s Expense: Contractor shall provide all data in support af any proposed substitute or
"or-equaP' at Cantractor's expense.
CTTY OF FORT WORTH 2O18 Bond Year 2, Contract i4
STANDARb CQNSTRUCTION SPECIFTCATiON DOCUNIE�V'f S Ciry Project No. 101475-2
Revision: IVfazch 9, 2020
00 �a o0
GENERAL CQN�fTIONS
Page 24 of 63
G. City Substitute Reimbursement: Cosis {savings or charges) attributable io aeceptance af a substifiute
shall be incorporated io the Contract by Change Order.
H. Time Extensions: No additional time wi11 �ae granted for substitutions.
6.06 Conce�ning Subcontractors, Suppdiers, and Other�s
A. Contractor sha�l perform with his own axganization, work of a value not less ihan 35% af the
value embraced on the Contract, unless otherwise approved by the City.
B. Contractar sh�.11 nat employ any Subcontractor, Supplier, or other individual or entity, whether
inifiially or as a replacernent, against wk�am City may have reasonable objection. Coniractar shall
noi b� required to employ any Subcon�ractor, Supplier, or other individual ar enfiity to furnish ar
perfarm any of �ie Work against whom Contractor has rea�anable �bjection (excluding those
acceptable to City as indicated in Paragraph 6.46.C).
C. The City may frozxx iime to time require �he use of certain Subcontractars, Suppiiers, or other
individuals or entities on the praject, and will provide such requirements in the Supplernentary
Conditions.
D. Minority Business Enterprise Compliance.• It is City policy to ensure the full and equiiable
participation by Minority Business Enterprises (MBE) in the procurernent of goods and services
on a contractual basis. If t�ie Contract Documents provide for a MBE goal, Cantractor is required
to comply with the intent of the City's MBE Oxdinance (as amended) by the following:
1. Contracfior shall, upan requ�st by City, provide co�plete and accurate infarma�ion regarding
actual work performed by a MBE on the Contract and payment therefor.
2. Contractor wi11 not make additions, deletions, or s�abstitu�ions of accepted MBE without
written consent of the City. Any unjustified cha�ge or deletion shall be a material breach of
Contract and may result in debarment in accordance with the pracedures outlined in the
Ordinance.
Contractor shall, upon request by City, allaw an audit and/or exarnination oiany books, records,
or files in the poss�ssian of �Yie Contractor that will substantiate the actual wark performed by
an MBE. Material rr�isrepresentation of any nature witl be grounds for terminatian of the
Cantract in accardance with Paragraph 15.02.A. Any such misrepresentation may be grounds
for c�isqualification af Contractor to bid an future contracts with the City for a period of
nat Iess than three years.
E. Contractor shail be fully responsible ta City for all acts and axr�issians of the Subcontractors,
Suppliers, and other individuals or entities perfarming ar furnishing any of the Work just as
Contaractor is responsible for Contractar's own acts and omissians. Nothing in the Cflntract
Documents:
CITY OF F�RT WORTH 201$ Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATF0�1 DOC2IMEI�ITS Ciry Project No. 101475-2
Revision: Mazeh 9, 2020
00 �z ao
GENERAL GOND]TIONS
Page 25 of 63
1. sha11 create for the benefit of any sueh Subcontractox, Supplaer, or other individual or en�ity
any contractual relationship between City and any such Subcontrac�or, Supplier or other
individual or entity; nor
2, shall create any obligation on the part of City to pay or to see io the payment of any moneys
d�e any such Subcontractor, Supplier, or other indirridual or enti�Ey except as may otherwise be
required by Laws and Regu�ations.
F. Contractor shall be solely responsible for scheduling and coordinating the Work of �ubcontraciors,
Suppliers, and oiher individuals or entities performing or furnishing any of �he Work under a direct
or indirect contract with Contractor.
G. All Subcontractars, Suppliers, and such other individuals or entities performing or furnishing any
of the Work sha�l communicate with City thraugh Contractor.
H. A11 Work performed for Cont�-actor by a Subcontractor or Suppliex wili be pursuant to an
appropriate agreement between Cantractar and the Subcontractar or Suppli�r which specifically
binds the Subcontractor or Supplier to the applicable terms and condiiions oi the Contract
Documents for ihe benefit of City. _
6A7 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Cantractar shall comply with all requirements of
Chapter 2258, Texas Governmeni Code (as amended), including the payment of not less thar� the
rates determined by the City Council of the Ciiy of Fart Worth io be the prevailing wage rates in
accordance with Chapter 225$. Such prevailing wage rates are included in these Cvntraci
Documents.
B. Penalty fo�- Violaiion. A Contraetor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 far each worker employed for each
calendax day or part oi t�'ie day that the worker is paid less than the prevailing wage rates stipulated
in these contract documents. This penalty shall be retained by the Ciry to affsef its administrative
costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of informaiion,
including a complaint by a worker, concerning an alleged violation oi 2258.023, Texas
Government Code, by a Contractor or Subcontractar, the City shali make an ir�itial
d�iermination, befare the 31 st day after the date the City receives the inforrnation, as to whether
good cause exists to believe that #he violation occurred. The City sha11 notify in writing the
Contractor or Subcontractor and any affected warker of its initial determination. Upon the City's
determination �hat there is good cause t� believe the Contractor or Subcontractor has violated
Chapter 2258, the City shail retain the fu11 amounts claimed by the clairnant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts being
subtracted from successive progress payments pending a final determination of the violation.
CITY OF FORT WORTH 201$ Bond Yeaz 2, Contract 14
STANbARD C07�IS'I'RUCTION SPECIFICATION DOCi3MENTS City Project No. 101475-2
Revision: Ma�r1i9,2020
00 �z o0
GENERAL CON�ITEONS
Page 26 of 63
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of �ecrion
2258.423, Texas Go�erntnent Code, including a penalty owed to the City or an affected worker,
shall be submitted to binding arbitration in accordance with the Teacas General Arbitra�ion Aci
(Article 224 et seq., Revised Statutes} if the Cant�actor or Subcontractor and any afFected worker
daes not resolve ihe issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to Paragraph C above. If the persons required to arbitrate under this
section do not agree on an arbitrator before the ] 1 th day after the date that arbitY-ation is required,
a district court shall appoinfi an arbitrator on ihe petition of any of the persons. The City is not a
parry in the a�bitration. The decision and award oi the arbiirator is final and binding on all parties
and may be enforced in any eourt of caxnpetent jurisdiction.
E. Records to Be Maintained. The Contractor and each Subcontractor shall, far a period �f three (3)
years following the date of acceptance of the work, rnaintain records that show (i} #he name and
occupation of each worker emplayed by the Contractor in the construcrion of the Work provided
far in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all r�asonable hours fo� inspection by ihe City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to ihis inspee�ion.
F. Progress Payments. Wiih each progress payrnent or payroll period, whiche�er is less, �he
Contracior shall submit an affida�it stating that the Contractar has complied wi�h the requirernents
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. Subcontracto� Compliance. The Contractor sha11 inctude in its subcontracts and/or sha1l
otherwise require all of its Subcontractars to comply with Parag�raphs A tlu�augh G abave.
G.0$ Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume ali costs incident to the use in the
performance of the Work ar the incorporation in the Work of any inventian, design, pracess,
product, ar device which is the subjeci of patent rights or copyrights held by others. If a particular
invention, design, process, product, or device is specified in t1�e Contraci Documen�s for u�e 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 payrnent of any license fee ar royalry to others, the existence of such
xights shali be disclosed by City in the Contract Docu�nents. Fai�ure of the City to disclose such
�nformation does not relieve the Contractor frorn its obligatior�s to pay for the use of said fees or
royalties to others.
B. To the fullest exte�at permitted by Laws �nd Regulations, Cantractor shall indemraify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
ta ail fees and charges of engineers, architects, attorrteys, und 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 ira the performance of the Work or �esulting from
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDAT2b CONSTRUCTION SPECIFICATION DflCUMENTS City Praject No. 101475-2
Revision: ?vf�nh 9, 2020
00 7z o0
GENERAL CONDETIpNS
Page 27 of 63
the incorporation in the Work of any invention, design, process, pr�oduct, o�- device not specified
in the Contract Documents.
6.09 Pe�mits and Utilities
A. Contractor obtained permits and licenses. Contractor sha11 obtain and pay far all consttuction
permits and licenses except thos� provided for in the �upplementary Conditions or Contract
Documents. City shaIl assist Contractor, when necessary, in obtaining such permiis and lrcenses.
Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of
the Wark whieh are applicable at the time of opening of Bids, or, if there are na Bids, on the
Effective Date of ihe Agreement, e�cept for perrnits provided by the City as specified in 6.09.B.
City shall pay al1 charges of uti�ity owners for connections for providing permanent service to the
Work.
B. City obtained permits and licen,ses. City will obtain and pay for a11 permits and licenses as provided
for in the Supplernentary Conditions or Contract Documents. It wi11 be the Cantractor's
responsilaility to carry out the provisions of the permit. �f the Contractar iniriates changes to the
Contract and the City approves the changes, the Contractor is responsible far obtaining clearances
and coordinating with the appropriate regulatory agency. The City wi11 nat reimburse the
Contractor for any cost associated with these requirements of any City acquired permit. The
fal�owing are pexmits the City wi11 obtain if required:
1. Texas Department of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Commission an Environmental Quality Permits
4. Railroad Cornpany Permits
C. Outstanding permits and licenses. The City anticipa�es acquisition of and/or access to permits
and licenses. Any autstanding perrnits and licenses are anticipated to be acquired in accordance
with the schedule set iarth in the �upplementary Conditions. The Proj�ct Schedule submitted by
the Contractor in accordance with the Cantract Docwnents must consider any outstanding permits
and licenses.
b.10 Laws and Regulations
A. Contractoz' shall give a11 notices required by and shail comply with a11 Laws and Regulations
applicable to the performance of the Woz'k. Except where otherwise expressty required by
applicable Laws and Regulations, the Ciiy sha11 not be responsible for monitaring Contractor's
compliance with any Laws ar Regulations.
�
B. If Contractor performs any Work knowing or havin� reason to know that it is contrary to Laws ar
Regularions, Contractor shall bear all claims, costs, lasses, and damages {including but not limited
to all fees and cl�arges of engineers, architects, a�torneys, and other professionals and all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF'ICATION DOCi.JMENTS 2018 Bond Year 2, Contract 14
Revision: M�h 9,2020 City Project No. 101475-2
00 72 00
G�NERAL CONDITIONS
Page 28 of 63
court or arbitration or other dispute resolution costs) arising a�t of or relafiing to such Work.
However, it shall no� be Con�ractox's responsibility to make certa.in that the Specificaiions and
Drawings are in accordance with Laws and Regulafiions, but this shall not relieve Contractor af
Contractor's abligations under Paragz-aph 3.02.
C. Changes in Laws or Regulations not known at the time of opening o� Bids having an effect an
the cast or tizx�e af performance of the Work rnay be the subject of an adjust�rnent in Cnntract Price
aar Contract Time.
f>.I1 Taxes
A. On a cantract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.30� -335 {as a�nended), the Contractar may purchase,
rent or lease all materials, supplies and equipmen� used ar consurned in the performance of this
cantract by issuing to �is supplier an exempfison certificate in lieu of �he tax, said exeznption
certifcate to comply with State Comptroller's Ruling .007. Any s�ch exe►xaption certificate issued
to the Contractar in lieu of the tax shall be subject to and shall comply with the provision of State
Comptroller's Ruling .411, and any other app�icable rulings pertaining to the Texas Tax Code,
Subchapter H,
B. Texas Ta� permit� and information may be obtained from:
1. Comptroller of Public Accounts
Sales Tax Di�ision
Capitol Stanon
Austin, TX 78711; or
2. t�rip:,,v�-w�.w:ndaw.s�at�.�`�.u,,,'�axir.��o:�ia�.forir,�•'a3-f�rm�.htm;
6.12 Use of Site and 4ther A�eas
A. Limitati�n on Use of Site and Other Areas:
Con�ractor shall confine construction equipment, the starage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably enc�mber the Site and other areas �vith construction equipment or other
materials or equiprnent. Contractor shall assume full responsibility for any damage to any such
land or area, ar to the owzaer or oceupant thereof, ar af any adjaeent land or areas resulting
frorn the pez-forrnance of the Work.
2. At any time when, in the judgment of t�e City, ihe Contractor has abs�ructed or ciosed ar is
carrying on opera�ions in a portian of a streei, righ�-of-way, or easement greafer than is
necessary for proper execurion oi the Work, the City may require ti�e Cont�ractor to f nish tlie
sectian on which operations are in progress before work is comrnenced on any ad�itional
axea vf the Site.
CTPX OF FQRT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCT'ION SPEC7FICA'I'iQN DOCiJMENTS Ciry Project No. 101475-2
Revisian: Mmah 9, 2020
00 �2 00
GElVERAL CONDITIONS
Page 29 of 63
3. Should any Damage C1aim be made by any such owner or occupant because of the performance
of the Wark, Contractor shall prornptly attempt to resolve the Damage Clair�.
4. Pursuant to Pa�r�graph 6.Z1, Contractor shall indemnify and hold ha�mless City, f�om and
against all claims, costs, losses, and dajnages crrising 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
Conh-actor shal� keep the Site and other areas free from accurnulations of waste rnaterials, r�bbish,
and other debris. Removal and disposal af such waste materials, rubbish, and other debris shall
conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written natice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsaiisfactory to the City, if the Contracior fails
to conrect the unsatisfactory procedure, the City may take such direct action as the City deems
appropriate to carrect the cIean-up deficiencies cited to the Conirac#or in the written notice
(I�y letter or electronic communication}, and the costs of such direct action, pl�as 25 % oi such
costs, sha11 be deducted f�'om the monies due or to become due to the Contracior.
D. Final Site Cleaning.• Prior to Final Acceptance of the Work Contractor sha11 clean the Site and
ihe Work and make it ready for utilization by City ar adjacenf property oumer. At the coxnplet�on
of the Work Contractor sha11 remove fram t1�e Site a1l iools, appliances, construc�ion equipment
and rnachine�y, and surplus materials and shall restore to original condition ar better a11 property
disturbed by the Work.
E. Loading Structures: Contractor shall not laad nor permit any part of any structure to be Ioaded
in any rnanner t-hat wi11 endanger the str�cture, nor shall Contractor subject any part a�tlze Work
or adj acent property to stresses or pressures that wi11 endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contraetor and
approved by the Ciiy, one (1) record copy of all Drawings, Specificatians, Addenda, Change
Orders, Field Orders, and written interpretations and cla.rificatioras in good order and annotated to
show changes made during construction. These record documents together with alI approved
Samples and a counterpart of all accepted Submittals wil� be available io City for reference. Upon
completio� of the Work, these record docurnents, any op�raiion and maintenance inanuals, and
Submittals will be delivered to City prior to Fina1 Inspection. Contractor shall include accura�e
locations for buried and imbedded items.
6.14 Safety and P�-otectton
A. Contractor sha11 be solely responsible for initiating, maintaining and supervising all safety
precaurions and programs in co�nection with the Work. Such responsibility dQes not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor i'ar compliance with applicable safety Laws and Regulations. Contractor shall
CTTY OF FpRT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTIOI3 SPECIFICATION BOC[JMENTS
Revision: Matrli9, 2ff10 City Project No. 101475-2
00 �z o0
GENER/1L COf�i�ITIOIVS
Page 30 of 63
iake a11 necessa�y precautions for the safety of, and shall provide the necessary protection to
prevent damage, inju�y or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and rnaterials and equipmer�t to be incorporated therein, whether in storage on
ar off the Site; and
3, other property at the 5ite or adjacent thereta, including trees, shrubs, laums, walk�,
pavemenis, roadways, structures, utilities, and Underground �'acilities not designated %r
remo�al, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safery af
persons or property, or to the p�otection of persans or properly from damage, injury, or loss; and
shall erect and maintain ail necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owner� when
prosecufiion af the Work may affect thern, and shali cooperate with them in the protection,
removal, relocation, and replacernent af their property.
C. Contractor sha11 comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inforrn City of the specif c requirements of Contractor's sa%ty program, if any,
with which City's employees and representatives must comply while at the Siie.
E. A11 damage, injurry, or loss to any property referred to in Paragraph 6.14.A.2 or 5.14.A.3 caus�d,
directly ar indirectly, in whale or in part, by Contractor, any Subcontractor, Supplier, or a�y other
individual or entity directly or indirectly emplayed by any of them to per�Form any of ihe Work, or
anyane for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duiies and responsibilities for safety and for protection of the Work sha11 continue
until such time as all the Work is completed and City has accepted the Work,
6, � 5 Safety Representative
Contractor sha11 inform City in writing of Coniractor's designated safety representative at the Site.
6.16 Haza�d Communication Progranis
Contractor shall be responsible for cnordinating any exchange of material safety data sheets ar ather
hazard communication information required to be made avaiiable to or exchanged �etween or among
�rr�ployers in accordance wiih Laws or Regulations.
6.17 Emergencies and/or Rectificatian
A. In emergencies affecting the safety or protec�ion of persons or the Work or property at the Site or
adjacent thereto, Contractor is obiigated to act to prevent threatened damage, inj�uy, or loss.
Contractor sha.11 give City prompt written notice if Contractor believes that any significant
CiT`Y OF FORT WpRTH 2O18 Bond Year 2, Cantract 14
STANDARD CONSTRUCTION SPECFFICATIflN DOCUMENTS C�ty Project No. 101475-2
Revision: Ma�h 9, 2020
00 72 00
GENERAL CONDITION$
Page 31 of G3
changes in the Work or variations from the Contract Documents have been caused th�reby or are
required as a result thereof. If City determines that a change in the Canteact Docur�ents is required
because oithe action ta�en by Contractor in response to such an emergency, a Change Order may
be issued.
B. Should the Cantractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with tlie requirements of the Contract Documenis,
the City shall give the Contractor written notice that such work or changes are to be performed.
The written notice sha11 direct attention to the discrepant condition and request the Contractar to
ta.ke remedial action ta correct the condition. In the event ihe Contractor dves not take positive
steps to fulfill this written request, or does not show just cause far not taking the proper action,
within 24 hours, the City may take such xexnedial action with City forces or by contract. The City
shall deduct an amount equal to t�ie entire costs for such remedial action, plus 25%, from any
funds due or become due t1�e Cantractor on the Project.
6.18 Submittais
A. Contractox shall submit required Submittals io City for review and acceptance in accordance
wiih the accepted 5chedule of Submittals {as required by Paragraph 2.07). Each subfnittal wi11 be
identified as City may require.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals wi11 be complete with respect to quantities, dimensions, specifi�d
p�rformance and design criteria, materials, and S1ri311a.t' data ta show Cify t�ie services,
materials, and equipment Contractor proposes to provide and to enable City to review the
informaiion 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 otherr�ise requirec� by City.
4. When Submittals are submitted far the purpose of showing the installation in greater detail,
their review shall not excuse Coniractor from requirements shoum on the Drawings and
Specif cations. .
5. For-Informatian-�nly sul�mittals upon which the City is not expected to conduct review or
ialce responsive action may be so identified in the Contract Documents.
6. Submit requir�d number of Samples specified in ihe 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
subrnittal for the limited purposes required by Paragraph 6.18.C.
CITY OF FORT WORTH
STANDAIiD CONSTRUCT'ION 5FECIFICATTON DOCCTMENTS 201 S Bond Year 2, Contract 14
Aer,ision: Mffir]� 9, 202D City Project No. 101475-2
00 �z o0
GENERAL CONDITIpNS
Page 32 of b3
B. Where a Submittal is required by the Contract Docurnents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of ihe pertinent su�rnittal will be
at the so�e expense and responsibility of Contractor.
C. City s Review:
1. City wi11 provide tirnely xeview af required Submittals in accordance with tl�e Schedule of
Submiitals accepta�le to City. City's review and acceptance wi11 be only to determine if �e
items cover�d by the submittals will, after installatian or incarpoxation 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 Cont�-act Documenis.
2. City's review and acceptance wi11 not extend to means, rnethods, techniques, sequences, or
pracedures af construction {except where a particular means, rn�ihod, teehnique, sequex�ce,
or procedure of construction is specifically and expressly called far by the Contract
Documents) or to safety precautions ar prograrns incident thereto. The review and accepiance
of a separate itern as such will not indicate approval of the assembly in which the itern
fiinctions.
3. City's review and acceptance sha11 not relieve Contractor fram responsibility for any
variatian from th� requirernents of the Contract Documents unless Contraetor has complied
with the requirements of Section O1 33 00 and Ci#y has given written acc�ptance of each
such variation by specific vvritten notation thereof incorporated in or accornpanying ihe
Submittal. City's review a�d acceptance shall not relieve Contractar from responsibility for
corr�plying with the requirements of the Con�-ract Documents.
6.19 Continuing the Work
Except as atherwise provided, Contractor sha11 car�y on the Wark and adhere tfl the Project Schedule
during all disputes or disagreements with City. No Work shall be delayed or postpaned pending
resolution of any disputes or disagreements, except as City and Contractor may otherrvise agree in
wri�ing.
6.20 Cont�actor's General Warranty arad C'ruarantee
A. Contractor warran�s and guarantees to City that all Work will be in accardance with the Cantract
Documents and will not be defective. City and its officers, directors, members, partners,
emplayees, agents, cansultants, and subcontractors sha11 be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contracior's warranty and guarantee h�reunder excludes defects or darnage caused by:
1, abuse, modification, or improper maintenance ar operation by persons oiher than Contraetor,
Subcontractors, ,�uppliexs, or any other indi�idual or entity for whom Contractor is
responsible; or
CITY OF F�RT WORTH 2O18 Bond Yeaz 2, Contract 14
5TA]VDARD CONBTKUCTIpN SPECIFICATION DOCiJMENTS City Project Na. 101475-2
Revision: M�l� 9, 2020
oa 72 00
GENERAL CONDlTfONS
Page 33 of 63
2. normal wear and tear under normal usage.
G CantY'actor's obliga#ion to perform and complete the Work in accardance with the Contract
Documents shall be absolute. None af the iallowing will constitute an accepiance of Work that is
nofi in accordance with ihe Contract Documents or a release of Canl�actor's abligation ta perfonm
the Work in accardance with the Contt-act Doc�rnents:
1. observations by City;
2. recommendaiion or payment by City of any pragress or final payrnent;
3. the issuance of a certificate of Fina1 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 Subrnittal by City;
5. any inspection, test, or approval by others; ar
7. any correction of defective Wark by City.
D. The Contractar shall remedy az�y defects or damages in the Work and pay for any damage to
other work or property resulting therefrorn which sha11 appear within a period of two {2) years
from the date af Final Acceptance of the Work unless a longer period is specified and shall fi�rnish
a gaad and sufficient maintenar�ce bond, corr�plying with the re�uirernents oi Article
5.02.B. The Ci�ty 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, servanfs and employees, from and against any and all claims
ar�smg out of, or alleged to arise out of, the work and services to be performed by fhe
Contractor, its officers, agents, empioyees, subcontractors, licenses or invitees under �his
Contract. THI I E I A I011T I PE IFI ALL ED T
OPERATE AND BE EFFECTIVE EVEliT IF IT IS ALLEGED OR PROVEl�T THAT ALL
I JGHT RE �ED._IN WH LE R I
PART. BY Al�TY A�T_,_OIYIISSIOliT 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 defencling against such claims and causes of actions.
B. Contractor covenants and a�ees to indemnify and ho�d harmless, at its own expense, the City,
its of�cers, servants and employees, from and a�ainst any and all loss, damage or dest�ruction
of property of the City, arising vut of, or alleged to arise out af, the work and services to be
per%rmed by the Contractor, its of�icers, agents, employees, subconiractors, lic�nsees or
invitees �under fhis Co�tract. THI5 I1�TDE��IlVIFI�:`ATION PROVI�Ql� I o
CITY OF FORT �LVdR`I`H 201$ Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS City Project No, 101A75-2
Revision: Mm�U 9, 2020
00 �2 00
GENERAL CON�ITIONS
Page 34 of b3
�PECiFICALLY INTENDED TO OPERATE AN� BE EFFE�TNF_EVEN IF IT IS
E ED R PR THAT ALL R T D E HT
RE A I T Y A A T �
liTEGLIGEI�TCE O,� THE CITY.
6.22 Delegation of Professional Design Services
A. Contractor will not be required to pro�ide prafessional design services unless such services are
specifically required by the Coniract Docurr�en#s far a portion of the Work ar unless such services
axe required to carry out Contractor's responsibilitie� for constr�iciion means, methods, #echniques,
sequences and procedures.
B. If professional design ser�ices or ceriificatians by a desig� professional related to systems,
materials or equipment are specrf cally rec{uired of Contractor by the Cont�act Docuz�nents, City
wi11 specify all performance and design criteria that such seavices must sa�isfy. Contractor sha11
cause such services or certifications to be pravided by a properly licensed professianal, whose
signature and seal sha�l appear on all drawing�, caleulatians, specif cations, certifications, and
Submittals prepared by such professional. Submittals re�ated to ihe Work designed or certified by
such prafessional, if prepared by others, shaiI bear such professional's written approval when
subrnitted to City.
C. City shall be entitled to rely upon the a.dequacy, accuracy and eomp��teness af the services,
certifications ar approvals performed by such design professior�als, provided City has �pecified
to Contractar performance and design criteria that such services rnust sat�sfy.
D. Pursuanfi to this Paragraph 5.22, City's review and acceptance of design calculations and design
cirawings will be only for the limited purpase of checking for conformance with performanee az�d
design criteria given and the design concept expressed in the Contract Documents. City's review
and acceptance of Submittals (e�cept 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 sha11, until the expiration af three {3) years after final
payment under this Contract, have aceess to and the right to examine and photocopy any directly
pertinent books, dacuments, papers, and records of the Contractor involving transactians relating
to tiiis Contract. Cantractar agrees that the City shall have access during Regalar Worlcing Hours
to a11 necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in complianee with the provisians of this Paragraph. The City shall
give Cantractor reasanable advance notice of intended audits.
B. Contractar further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiratian of three {3} years after frnal
payment under fl-iis Contract, have access to and the right to examine and photocopy any directly
perfinent books, documents, papers, and records a� such Subcaniractor, involving transactions to
t11e subcontract, and further, ihat Ciiy shall have access during Regular Working Hours to a.11
crrYOF�oxTwax� 2ais BonaYe�-z, c�c�a�t �a
STANDARD CONSTRUCTION SAECIFICATIflN DOCUMENTS City ProjecE No. 101475-2
Re�ision; Ma�h 9, 2020
00 �2 00
GENERAL CDNDITIONS
Fage 35 of 63
Subconiractor facilities, and shall be provided adequate and appropr�ate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City sha11 give
Subcontractor reasonable advance notice of intended audits.
C. Contractor and Subcontractar agree ta photocopy such documents as may be requested by the City.
The City agrees to reimb�rse Contractor for the cost of the copies as follows at the rate published
in the Texas Adrninistrative Code in efFect as oithe tixr�e 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 awaxded by the U.S.
Department ai Transportation and ihe Federal Transit Administration {FTA}, without
discriminaiing against any person in the United States on the basis of race, color, or naiional origin.
B. Title VI, Civil Rights Act of 1964 as amended.� Contractor shall comply with the rec�uirements of
the Act and the Reg�alations as further defined in the Supplementary Conditians for any project
receiving Federal assistance.
ARTICLE '� — OTHER WOR� AT THE SITE
7.01 Related Wa�k at Site
A. City may perfarm other work xelated to the Project at the Site with City's �nployees, or other
City contractors, or through other direct contracts therefor, ar have other work performed by uti�ity
oumers. If such other wark is not noted in the Contract Documents, then written notice thereof
will be given to Contractor prior to siarting any such other work; and
B. Contractor sha11 afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is perfarnling ather work with City's employees or otlzer City contractors,
proper and safe access to the Siie, provide a reasonable opportunity for the introducrion and storage
of materials and equipment and ihe execu�ion of such other work, and properly coordinate the
Work with theirs. Contractor sha11 do all cutting, fitting, and patching of the Work that may be
required to properly connect or otherwise ma.ke its several parts eome together and properly
integrate with such other work. Contractor shall not endanger any work of others by cutting,
excavating, or Qtherwise altering such wflrk; provided, hawever, that Contractor may cut or alter
others' work with tt�e wnitten consent of City and the others whose work will be affected.
C. I�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 promptiy report to
City in writing any delays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for ihe proper execurion and results of Contractor's Work. Contractor's failure to so
report will constitute an acceptanee of such other work as fit and proper for integration with
Contractor's Work except for latent defec#s in the wark provided by others.
CITY OF FORT WORTH
STANDARD CONSTRUCTfON SPECIFICATION DOC[JMEN'TS , 201$ Bond Year 2, Contract 14
Revision: Mm�h 9, 2020
Ciry Project No. 101475-2
UD 72 00
GEN�RAL CONDITIO€VS
Page 36 of b3
7.02 Coordinatian
A. If City intends to contract wiih others for the performanee of other wark on the Project at fihe
Site, the following wil� be set fortii in S�pplernentaty Conditions:
the individual or entity wl�o wi11 have authority and respor�sibility for coordination of the
acfiivities axnong the variaus contractors will be iden�ified;
2. the specific matters to be covered by such aut�aority and responsibiliry wi11 be itemized; and
3. the exteni of such authority and responsibilities will be provided.
B. Unless otherwise provided in the Supplementary Conditions, Ciry shall have auihority for such
coardination.
ARTICLE 8 — CITY'S RESPOlR1SIBILITIES
8.01 Communications to Contructor
Excepi as otherwise provided in the �upplementary Canditions, City shall issue all communications
to Contractior.
8.02 Furnish Duta
�: I �
: �T�
:1
: 1.
City shall timely furnish the data required under the Contract Documents.
Pay When 1?ue
City shall make payrnents to Contractor in accordance with Article 14.
Lands and Easements; Repopts and Tests
City's dut'res with respect to providing lands and easements and pro�iding engineering surveys to
establish reference paints are set forih in Paxagraphs 4.41 and 4.05, Paragraph 4.02 refers to City's
identifying and making availab�e to Contractor capies oireports of explorations and tests of subsurface
canditians and drawings of physical conditions relating to existing surface or subsurface structures at
or contiguous ta the Site that have been utilized by City in preparing the Contract Documents.
Change Orders
City shall execute Change Orders in accordance with Paragraph 14.03.
Inspections, Tests, and Appr�vals
Ciiy's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
CITY OF FORT WORTH 2O18 Bond Yaar 2, Contract 14
S�'ANDARII CONSTRUCTION SPECIf'ICATION DpCUMENTS City Project No. 101475-2
Revision: Ma�h 9,2A20
00 �z o0
GENERAL CONDITIONS
Page 37 of 63
8.07 Limitations on Cily's Responsibilities
A. The City shall not supervise, direct, or have con�rol ar authority over, nor be responsible for,
Contractor's means, me�hods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incidenf thereta, or %r any fa.ilure oi Contractor to coxz�ply wiih Laws
and Regulations applicable to the performance of the Work. City wi11 not be responsible for
Contractor's failure to perform the Wark in accordanee with the Contract Documents.
B. City will natify the Contractor of applicable safeiy plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environ�nental 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 Coniractor's safety programs of which City has been inforrned pu�'suant to
Paxagraph 6.14.
ARTICLE 9— CITY'S OBSERVATI011T STATUS DURiNG CONSTRUCTIQ�i
9.01 City s Project 1Vlanager
City wi11 provide one or mare Project Manager(s} during the consiYuction periad. The duties and
responsibilities and the lirnitations oiautharify of City's Project Manager duz-ing construction are set
forth in the Contract Docurnen�s. The City's Project Manager for this Contract is identified in the
Supplementary Conc�itions.
9.Q2 Visits ta Site
A. City's Project Manager will rnake visits �o the Site at it�tearvals appropriate to the various stages
of construction as City deems necessary in arder to observe the progress that has been made and
the quality of the various aspects o� Con�ractor's executed Work. Based on infarmation
abtained during such visits and observations, City's Projeci Mana�er wi11 determine, in general, if
the Work is proceeding in accordance wifih the Contract Documents. City's Project Manager wi11
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 pz�oviding City a
greater degree of confidence that the completed Work wi11 conform generally to the Contract
Documents.
B. City's Project Manager's visits and observations are subject to all the limitations on authoriry and
responsibility in the Contract Documents including those set forth in Paragraph
8.07.
CITY OF PORT WORTH
STANDARD CONSTRUCT'iON SPECIFJCATTON 1]OCU�NTS 2018 Sond Year 2, Contract 14
Revision; Ma��h 9, 2[1�D
City Project No. ] 01475-2
00 7z ao
GENERAL CONDITIONS
Page 38 of 63
9.D3 Authorized Variations in Work
City's Project Manager may authorize minor �ariations in the Wark from fl-ie requirernents of the
Contract Documants which do not invol�e an adjus�nent in the CaniY-act Price or the Contract Time
and are compatible with the design concept of the completed Projeci as a functioning whole as
indicated by the Contract Docurnents. These may be accomplished by a Field Order and will be
binding on City and also on Cantractor, who shall perforrn t�e Work in�olved pro�nptly.
9.04 Rejecting Defective WoYk
City wi11 ha�e authoriiy �o reject Work which Ciry's Project Manager believes ta be defective, or will
not produce a completed Project that conforms to the Cantract Documents or that will prejudice the
integrity of the design concept of the completed Project as a functioning who�e as indicated by �e
Coniract Documents. City wi11 haue autharity to conduct special inspection or testing of th� Work as
provided in Article 13, whether or nat the Work is fabricated, installed, or completed.
9.Q5 Determinationsfor WorkPerfo�med
Contractor will deterrnine the actual quantities and c�assifications of Work performed. Czty's Project
Manager will review wifl-i Can�t-actor the preliminary determinations on such matters before rendering
a written recommendafiion. City's written deeisian will be final {except as rr�odified to reflect changed
factual conditions or more accurate da�a}.
9.Ob Decisions on Requirements of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requiretnents of the Cantract Documents and judge of the
acceptability of the Wark thereunder.
B. Ciry wilI render a written decision an any issue referred.
C, City's written decision on the issue referred wiPl be final a.nd binding on the Cantractor, subject
ta the provisions of Paragraph 1 U.Ob.
ARTICLE 10 — CHANGES T1iT THE WORK; CLAIIVI�; EXTRA WOR�
10.�1 Authoriaed Changes in the Work
A. Without invalidat�ng the Contract and without notice ta any surety, City may, at any time or from
time to iime, order Extra Wark. Upon notice af such Extra Wark, Contractor shall prornptly
proceed with the Work invol�ed which wi11 bc perfarmed undex the applicable conditians of the
Contract Dacuments (excepi as otherwise specifically provided). Extra Woxk shall be
mernorialized by a Change Order which may or may not precede an order of Extra work.
B. For minor changes oi Work not req�iring changes to Ca�ntract Time or Contract Price, a Field
Order may be issued by the City.
CITY OF FpRT WORTH 2O18 Bond Year 2, Contract 14
STANDARp CONSTRUCTION SPECT�'ICATION DOCUM�I�iTS City Project No. � 01475-2
Revision: Mamit 9, 2020
OD 72 40
CroENERAL COiV�ITIONS
Page 39 of 63
10.02 UnauihoNized Changes ln the Work
Contractor shall not be entitled to an increase in the Contraci Price or an extension o�F the Contract
Time with respect to any work perfarmed that is not required by the Con�lract Dacuments 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.Q3 Execuiion of Change Orders
A. City and Contractor sha11 execute appropriate Change Orders covering:
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 0� City's correction of
defective Work under Paragraph 13.09, ar(iii) agreed ia by the parties;
2. changes in the Contract Price or Contract Time whicl� are agreed to by the parties, including
any undisputed surn or amaunt oitime %r Wark actually periarrned.
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 sha11 proceed with the work after
making written request for written orders and shall keep accurate account of the actual reasonable
cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06.
B. The Contractor shall furnish the City such instatlation records of all deviations from the original
Contract Docurx�ents as may be necessary ta enable the City to prepare £ox permaner�t recoxd a
corrected set of pTans showing the actual installation.
C. The compensation agreed upan for Extra Work whether or not initiated by a Change Order shall
be a full, com.plete and fnal payment fox all costs Contractor incurs as a res�alt or reiating to the
change or Extra Work, whether said costs are known, unknown, fareseen or unforeseen at tha�
�ime, including without lirnitation, any costs for delay, extended overhead, ripple or irnpac� cast,
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 prvvisions 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.
CITl' OF FORT WOR'I'H 2O18 Sand Year 2, Caniract 14
STANDARD COA}STRUCTION SFECIFICATTON I]OCUMEIVTS
City Project IVo. 101475-2
Revision: N1m�h 9, 2020
00 72 00
GENERAL CONDITIONS
Page 40 of fi3
10.06 Contract Clain-ts Process
A. Ci�y's Decision Required: All Cantract Claims, except tho�e waived pursuant to Paragraph
14.09, sha11 be referred to the City for decision. A d�cision by Cifiy shall be required as a condition
preceden� to any exercise by Contractor af any righis ar remedies he may otherwise ha�e undex
the Contract Documents or by Laws and Regulations in respect oi such Contract Claims.
B. Notice.•
Written notice sta.ting fihe general nature of each Contract Clai�n shall be deliver�d by the
Contractor to Ciiy no later than 15 days after the �tart of the event giving rise thereto. The
responsibility to s�bsianfiiate a Con#�act Clairn shall resi with the party rnaking the Contract
Clairn.
2. Notice of the amouni or extent of the Contt-act Claim, with supporting data shall be deiivered
to the City on ar before 45 days from the start of �lie event gi�ing rise thereto (unl�ss ttae City
allows additional time for Contractor to submit additional ar more accurate data. in support of
such Contract Claim}.
3. A Contract Claim far an adjusiment in Contract Price shall be prepared in accordance witli
the provisions of Paragraph l 2.01.
4. A Contract Claim for an adjust�nenf in Contract Time shali be pr�pared in accordance with
the pravisions of Paragraph 12.02.
Each Contract Claim shall be accompanie� by Contracior's written statement that the
adjustment claimed is the entire adjustment to which the Contractar belie�es it is entitled as a
result of said event.
b. The City shall submit any response to the Contractar within 3Q days after receipt of the
claimant's last submittal {unless Contract allows additional tirne).
C. City s Action: City will review each Contract Claim and, within 30 days after receipt of the last
submittal of ihe Contractar, if any, take one of the fallowing actions in writing:
1, deny the Contract Claim in who�e ar in part;
2. appro�e the Contract Claim; or
3. notify the Contractox that the City is unable to resolve the Contract Claim if, in the City's
sale discretion, it would be inappropriate for the City to do sa. For purposes af fi.u-ther
resolution of the Contract Claim, such notice shafl be deemed a denial.
CITY OF FpRT WORTH 2O18 Bond Year 2, Contract 14
STANDARI} C�NSTRUCTIQN SPECIFICATIpN DOCUMENTS City Project No. 101475-2
Re�ision:lVIat�lt 4,2Q20
00 �z o0
GENERAL CONDIilONS
Page 4i of 63
D. City's writt�n 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 deniai.
E. No Contract Clairn for an adj�stment in Contract Price ar Contract Ti�ne wi11 be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11— COST OF THE WORK; ALLOWAl�CES; iJ�IT PRICE WORK; PLAl�TS
QUAIlTTITY MEASUREII�IENT
11.01 Cost af the Work
A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in
Paragraph ll.0] .B, necessarily incurred and paid by Contractor in the proper performance of the
Work. Whsn the value of any Work cov�red by a Change Order, the cosis to be reimbursed to
Con1�-actor will be only those additional or incremenial costs required because of the change in the
Work. Such casts shall not include any of the costs itemized in Paragraph I1.O1.B, and shall
include but not be limited to the foilowing items:
1. Payroll costs for employees in the direcfi employ oi Confiractor in the perfarmance of the
Work under schedules of job ciassifications agreed upon by City and Contractor. Sueh
emplayees shall include, without limitation, superintendents, foremen, and other personnei
employed fu11 time on the Work. Payrall costs for employees not employed full time on the
Wark shall be appartioned an the basis of their time spent on the Wark. Payroll costs shall
include;
a. salaries with a 55% markup, ar
b. salaries and wages plus the cost of fringe benefits, which shall include sociai security
contributions, u�ernployrnent, excise, and payroll taxes, warkers' compensation, healt�i
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereta.
The expenses af performing Work autside of Regular Warking Hours, Weekend
Working Hours, or legal holidays, sha11 be included in the above to the extent authorized
by City.
2. Cost of all materials and equiprnent furnished and incorporated in the Wark, including costs
of transportation and storage thereof, and Suppliers' field services required in connection
therewith.
3. Rentals of a11 construction equipment and machinery, and the parts �hereof whe�her rented
from Contractor ar others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unlaadiag, assembly, dismantling, and removaI 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 Ionger necessaxy
for the Wark.
CITY OF FORT WOR'iTi
STANDARD CONSTRUCTION SPECIFICATION bOCUIvIENTS 2Dl S Bond Year 2, Contract 14
City Project No. 101475-2
Revision: Mmr� 9, 2020
00 �z oa
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 froxn subcantractors acceptable ta
City and Gontractor and shall deliver such bids to City, who wi�] then c�eterrnine, wbich bids,
if any, will be acceptable. If any subcontract pra`rides that the �u�contractar is to b� paid on
the basis af Cost of the Work plu� a fee, �lie Subcontractor's Cost of the Wark 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, surveyars, attorneys, and accountants) employed �or services specifically related
io the Work.
6. Sup�lemental casts including ihe following:
a. The proportian of necessary transportation, �ravel, and subsistence expenses of
Con�ractor's employees ir�curred in discharge of duties connected wiih the Wark.
b. Cost, including transportaiion and rnaintenance, of all materials, supplies, equiprrxent,
machinery, appliances, office, and temporary faciliries at the Site, and hand tools not
owned by the workers, which are consumed in the perfarmance of the Wark, and cost, less
market value, of such items used but not consurned which rernain the property of
Contractor.
c. Sales, consumer, use, and other sirnilar t�es related to ihe Work, a�d far which
Coniractar is liable not co�er�d under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Cantracior, any Subcon�ractar, or
anyone directly or indirectly empioyed by any oithem 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 darnage to the Work, not
compensated by insurance or otherwise, sustained by Contractar in connection with the
perforr�ance Qf the Work, provided such losses and damages have resulted from causes
other than the neg�igence of Contractor, any Subcontractor, or anyone directly or indirectly
emplQyed by any of them or far whose acts any of them may be liable. Such losses sha11
include settlements made with the written consent and approval of City. No such lasses,
damages, and expenses shall be included in the Cost of the Work for the purpose of
determining Contractor's fee.
£ The east of utilities, fuel, and sanitary facili�ies at the Site.
g. Minor expenses such as telegrams, long disiance telephone calls, telephone and
communication services at the Site, express and courier se:rvices, and similar petty cash
items in connection with the Work.
CITY OF F(7RT WORTH 201 S Band Year 2, Cantract 14
STANDARD CONSTRUCTI�N SPECTFICATIQN AOCUMENTS City Project Nu. 141475-2
Revision: Marc1�9,2020
00 �a o0
GENERAL CQNDITIONS
Page 43 of 63
h. The costs of premiums for all bonds and insurance Contraetar is required by the Contract
Documents to purchase and maintain.
B. Casts Excluded: The term Cast ofthe Wark shall not include any o#'the following items:
1. Payroll costs and other compensation of Contractor's officers, execu�ives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, atiorneys, auditors, accouniants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personneI employed by Contractor, whet�er ai the
5ite or in Contractor's principal or branch office for general administration of the Work and
not specifcally included in the agreed upon schedule af jab classifications refexz-ed to in
Paragraph 11A1.A.1 or specifically covered by Paragraph 11.0].A.4, al] of which are to be
considered administrative costs covered by the Contractor's fee.
2. E�penaes of Contractor's principal and branch offices other ihan Contractor's office ai the
Site.
3. Any part of Contractor's capital expenses, including interest an Contractor's capital
employed for the Work and charges against Coz�txactor for delinc�uent payments.
4. Costs due to tl3e negligence of Cont�ractor, any Subcontractor, or anyane directly or indirectly
employed by any of thern or for whose acts any of them �nay be liable, including but not
lirnited to, the carrection of defective Work, disposal of materials or equipment wrongiy
supplied, and making good any damage to property.
5. Otl�er overhead or general expense costs of any kind.
C. Coratractor s Fee: When alI the Work is perFormed an the basis oi cost-plus, Contractor's fee
shail 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 an the basis of Cast of the
Wark, Contractar's fee shall be determined as set farth in Paragraph 12.01.C.
D. Doca�mentation: Wk�enever the Cost o�the Work for any purpose is to be determined pursuant to
Paragraphs 1 f.O 1.A and 11.0 i.B, Contractor will establish and rnaintain records tl�ereof in
accordance with generally accepted accou�ting practices and submit in a form acceptable to City
an itemized cost breakdown together with supporting data.
� 1.02 Allowances
A. Specified Allowance.• It is understaad that Contractor has included in the Contract Price all
allowances so namec� in the Contract Documents and sha11 cause the Work so covered to be
performed for such sums and by such persons or entities as may be acceptabie to City.
B. Pre-bid Allowances:
1. Contractor agrees that:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFIEATION DOCIJMENTS 20i8 Bond Year 2, Contract I4
Revision: Murk�9,2020 City Project No. 101475-2
00 �z ao
GENERAL CONDITIONS
Page 94 of 63
a. the pre-bid allowances include the cost to Contractor of materials and equipment required
by the allowances ta be delivered at the Site, and all applicable ta�es; and
b. Contractor's costs far unloading and handling on the Site, labor, in�tailation, overhead,
prflfit, and other expenses contemplated far the pre-bid al�owances have been included in
the allowances, and no dexnarzd for additional payrnent an aecount of any of the
foregoing will be valid.
C. Contingency Allowance.• Conf�actor agrees that a continger�cy allowance, if any, is for the sole use
of City.
D. Prior to final payment, an appropriate Change Order wi11 be issued to refleci actua� arnounts due
Cantractar on account of Work covered by allowances, and the Contract Price shall be
correspandingly adjusted.
] 1.03 Unit Price Work
A. Where the Contract Documents provide that a11 ar part of the Work is to be Unit Price Work,
initially the Contract Price will be deerned ta include for all Unit Price Work an amount equal to
the sum of the unit price iar each separately identified item of Unit Price Work times the estimated
quanrity oi each item as indicated in the Ageement.
B. The estimated quantities of iterns of Unit Price Wark are not �uaranteed and are salely for the
purpose of comparison of Bids and detennining an initial Contract Price. Deternunations of the
a.ctual quanti�ies and classifications of Unit Price Work performed by Con�ractor wi11 be made by
Ciiy subjeci ta t�ie �rovisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amaunt considered by Cont-ractar to be adequate to
cover Contractor's averhead and profit for each separateiy identified item. Work described in the
Cantract Documents, or reasonably inferred as required for a functionally complete installation,
but not identified in the listing of unii price items shall be cansidered incidental to unit pric� wark
�isted and the cast of incidental work inc�uded as part af the unit price.
D. City may make an adjustment in the Cantract Price in accordance wiih Paragraph 12.01 if
�. the quantity of any item af Unit Price Wa�rk performed by Contraetor differs materially and
significantly frorn the estimated quantity of such item indicated in the Agreernent; and
2. there is no corresponding adjustment with respect to any other item of Work.
E. Increased or DecYeas�ed Quantities: The City reserves the right ta arder Extra Wark in
accordance with Paragraph 10.01.
If the changes in quaniities or the al�erarions do not significantly change the character of
work under the Contract Docwnents, the aitered wark will be paid for at the Contract unit
price,
C1TY pF FpRT WORTH 2O18 Bond Year 2, Contract 14
S3'ANDARD CONSTRUCTIOIri SPECIFICATIpN AOCUMENTS City Project No. 101475-2
Revesion: Mar�h 9, 2U20
00 �2 00
GENERAL CONDITIONS
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of work, the
Con�ract will be arnended by a Change Order.
3. If no unit prices exist, this will be considered Extra Wark and the Cantract will be arnended
by a Change Or'der in accardance with Article 12.
�4. A signrficant chatxge in the characier of work occurs when:
a. the character of work for any Item as altered cliffers materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25% frorr� the original Cantract quantity.
5. When the quan�ity of work to be done under any Major Item af the Confiract is more than
125% af the ariginal quantity staied in the Contraci, then either party to the Coniract may
request an adjustment to the unit price on the portion of the wark that i� above 125%.
6. When the quan�ity of work to be done under any Major Item of khe 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 rnay not r�present the exact quantity of work performed or rnaterial moved,
handled, or placed during fihe execution of the Contract. The estimated bid quantities are
designated as final payrrFent quantities, unless revised by the governing Sectian 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 individuaT Item originally shovcm in the Coni�'act Documents, an
adjustment rnay be made ta the quantity of authorized work done for paymeni purposes. The party
to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quantity for which payment wi11 be made. Payzxzent for revised quaniity will be
made at the unit price bid :for that Item, except as provided for in Articie 10.
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, ar to carrect an error on the plans, the pIans quantity will be increased or decreased
by the amount involved in the ehange, and the 25% variance will apply to the new plans quantity.
D. If the total Contract quantity multiplied by the unif price bid for an individual Item is less than
$250 and the �tem is not originaliy a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and CQr�tractor agree in writing to f� the final quantity as a plans quantity.
CITY 4F FORT WORTH 2O18 Bond Year 2, Conh-act 14
STANDARB CONSTRUCTION SPECIFICATION DpCU1VIENT$ City Project No. 102475-2
Revision: Nf�h 9,2A20
ao �2 flo
GENERAL CONDITIONS
Page 46 of 63
E. For callout work or nan-siie specif c Contracts, the plans quantity measurement requirements are
no� applicable.
ARTICLE 12 — CHAlVGE QF CONTRACT PRICE; CHAliTGE OF COI�TRACT TIlI�
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 determin�d as follows:
whexe the Work involved is covered by unit prices cantained in t1�e Contract Dacumenis, by
application of such unit prices to the quantiiies af the items involved (subject to the provisians
of Paragraph 11.03}; or
2. where the Work involved is not covered by unit price� contained in the Contract Docurn�nts,
by a mutually agreed lump surn or unit price (which may include an allowance for overhead
and profii not necessarily in accordance with Paragraph �2.01.C.2), and shall include the cost
of any secondary irnpacts that are fareseeable at the fiime of �ricing the cost of Ex�ra Wnrk;
or
3. where the Wark invoIved is not covered by uni� prices contained in the Con,tract Documents
and agreement to a Iurnp sum or unit price is not reached under Paragraph 12.01.B.2, on the
basis of the Cast of the Work (deternuned as provided in Paragraph I 1.OI ) pius a Cantracior's
fee for overhead and profit (determined as provided in Paragraph 12,�1.C}.
C. Contractor's Fee: The Contractor's additional fee far overhead and profit shall be determsned as
follaws:
1. a mutually acceptable fixed fee; or
2. if a fixed fee is not agreed upon, then a fee based on i�e following percentages of the various
portions of th� Cflst of the Work:
a. for costs incurred under Paragraphs 11.01.A, �, 11.O1.A.2. and 11.O1.A.3, the
Contractor's additional fee shail 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 �aragraph 11.O1.A.4 and 11.01.A.5, the Coni�actor's fee sha1� be
fi�e percent (5%);
1 j where one or more tiers of subcantracts are on the ba�is of Cost of the Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and
12.01.C.2.b is that the Subcontractor who actually performs the Work, at whate�er
CI'f'Y OP FORT WpRTH 201$ Bond Year 2, Contract 14
STANDARD CONSTRUCTTON SPECIF'ICATION DOCUN�ENTS City Project No, 101475-2
Revision: Ma�h9,2A20
OQ 72 q0
GENERAL CONDITIONS
Page 47 of b3
tier, will be paid a fee of I S perceni of the costs incurred by such 5ubcontractor under
Paragraphs 11.O1.A.1 and 1].O1.A.2 and that any higher tier Subcontractor and
Contractor wi11 each be paid a%e o�five percent (5%} of the amount paid to the next
Iower tier Subcontractor, however in no ease shall the cumulative total of fees paid be
in excess oi25%;
c. no fee sha11 be payable on the basis of costs iternized under Paragraphs 11,OI.A.6, and
1 �.a1.B,
d. the amount of credit to be allowed by Contractor to City for any change which resuits in
a net decrease in cost wil� be the amount ofthe 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
Ex�ra Work conternplated or claimed delay is shown to be on the critical path of the Project
Schedule or Cont�actor can show by Critical Path Method analysis how ihe Extra Work or claimed
delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably de]ayed in the perforrnance or completion of any part of the
Work within the Contract Time due to delay beyond the control af Contractor, the Contraci Time
rnay be extended in an amo�nt 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 iimited to, acts or
neglect by Ciiy, acts ar neglect of uiility owners or other contractoz's perforzx�zng other work as
contemp�ated by Article 7, f res, floocis, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor's sole and exciusive rernedy for the delays described in
this Paragraph.
B. If Contractor is delayed, City shall not be liable io Contractor for any claims, costs, losses, or
damages (inclualing but not limited to all fees and charges of engineers, architects, attorneys, and
other prafessionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on ar in connecrion with any ather project or anticipated project.
G Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractar. Delays attributable to and within the control of a Subcontractor
or Supplier sha11 be deemed to be delays within the control of Contractor.
D. The Contractor sl�all 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 af the City to provide
inforrnation or material, if any, which is to be furnished by the City.
CITY pF FORT WORTH 201 S$ond Year 2, Contract 14
STANDARD CONSTRUCTION SAECIFICATION DOCUNR?NTS
Revision: Macr1� 9, 2020 Ciry Project No. 101475-2
00 �a o0
GENERAL C�NDITIONS
Page 48 of 63
ARTICLE 13 — TESTS Al�D INSPECTIONS; CORRECTIQN, REMOVAL OR ACCEPTAllTCE QF
DEFECTIVE WORK
] 3.01 Notice af Defects
Notice of a11 defective Work of which City has actual knowledge wi11 be given to Contractor.
Defective Work may be rejected, corrected, ar accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and govea�nmental agencies with juri�dictianal interests will
l�ave access to the Site and ihe Work at reasonable times for their obseivation, inspection, and testing.
Contractor shall pravide thern proper and safe condiiions far such access and advise them of
Contractor's safety procedures and prograrns so that they may comply therewith as applicable.
13.03 Tests and Inspections
A. Contractor shall give City iime3y r�otice of readiness of the Work far all required inspections,
tests, or appra�ais and sha11 caoperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regula�ions of any public body ha�ing jurisdiction require any
of the Work {or part thereo� to be inspected, tested, or approved, Contractor sha11 assume full
responsibi�ity ior arranging and obtaining such independent inspections, tests, retesis or approva�s,
pay all costs in connectian therewith, and furnish City the required certificates of inspectian or
appra�al; excepting, however, those �ees specifieally identified in the Supplementary Conditions
or any Texas Departmen� of Licensure and Regulation (TDLR) inspecrions, which sha11 be paid as
described in the Supplementary Condi�ions.
C. Contractor shall be responsible for art'anging and obtaining and shall pay alI costs in connection
with any inspectians, tests, re-tests, or approvals required for City's acceptance of materials or
equipment to be incorparated in the Work; or acceptance of materials, mix designs, or equipment
su�mitted far approval prior to Contractor's purchase thereof for incorporatian in the Wark.
Such inspec�ions, tests, re-tests, or approvals shall be performed by organizations aeceptable to
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Tes�ing"} for any part of the Wark, as determined solely by
City.
1. City wi11 coordinate such Testing �o the extent possible, with Contaractor;
2. ,Should any Testing under this Section 13.03 D result in a"fail", "did not pass" flr other
similar negative result, t�ie Contractar shall be responsible far paying for any and all retests.
Contractor's cancellation without cause of City in,itiated Testing shali be deerned a negative
result and require a retest. �
C1TY OF FQRT WORTH 2O18 Bond Year 2, Cvntract 14
STANDARF) CONSTRUCTI�N SPECiFTCATION DOCUNIENTS City Prajeci No. 101475-2
Revisian: Marcl� 9, 2020
00 �a o0
GENERAL CONDITIONS
Page 49 of 63
3. Any amounts owed for any retest under this �ection 13.U3 D shall be paid directly ta the
Testing Lab by Contractar. City will forward a11 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 (ar the work of oihers) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of Ci�ty, Contractor sha.il, if requested by City, uncaver
such Work for observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractar's expense.
G. Cantractor shall have the right to make a Contract Claim rega�'ding any retest or invoice issued
under Sectiox� � 3.03 D.
13.04 Uncovering Work
A. If any Work is covered contrary to the Contract Docurnents ar specific instructions by the City, it
rnust, i� requested by City, be uncover�d for City's observatia� and rep�aced at Contractor's
expense.
B. If City considers it necessa�y or advisable that eovered Wark 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 o� the Work in quesnon,
fi�rnishing a11 necessary labor, material, and equipment.
1. If it is found that the uncovered Work is defecti�e, Contractar shall pay a11 claims, costs,
losses, and damages (including but not lirnited to a11 fees and charges of engineers, architects,
attorneys, and other professionals and all court or other dispute resolution casts) arising ouf of
or relating fo such uricovering, exposure, observation, inspectian, and testing, and of
satisfactory replacement or reconstruction {including but not limited to a11 costs of repair ar
replacement o�work of others}; or Ci�y shall be entitled to accept defective Work in accordance
with Para�raph 13.08 in which case Contractar shall srill be responsible for a11 costs associated
with exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contractor sha11 be allowed an increase
in the Contract Price or an extension of the Contrac# Time, or both, directly attributable ta such
uncovering, exposure, observation, inspectipn, testing, replacement, and reconstruction.
13.05 City May Stop the Work
If the Work is defective, ar Cantractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perfortn the Wark in such a way that the completed Work will conform to
the Contraet Documents, City may order Coniractor to stap 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 t4 exercise this righ� for ihe benefit of Cont�ractor, any
CITY OF FpRT WpRTH 2O18 Bond Year 2, Contract 14
STANDIIRD CONSTRUCTIQN SPECIF'ICATION DOCUMENTS Ciry Project No. 1p1�475-2
Itevision: Macrl� 9, 2020
00 �z o0
GENERAL CONDiTIO�fS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any oithem.
13.06 Correction orRemoval ofDefective Work
A, Promptly after receipt oi 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 be�n
rejected by City, rernove it frflrr� the Project and replace it with Work that is not defecrive.
Con�ractor shal3 pay ali claims, costs, additional testing, iosses, and damages (including but not
limited io all fees and charges ai engineers, architects, attorneys, and other professionals and al�
court or arbitration or other dispute resolution cos�s} arising out of or relating ta such correction
or removai (including but not lirnited to all costs of repair or replacemeni of work of others).
Failure to reqnire t�e removal of any defective Woric shall not constitute acceptance af such Work.
B. When correcting defective Work �nder the tenms of this Paragraph 13.OG or Paragraph 13.07,
Contraetor sha11 take no action that wauld void or otherwise irnpair 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 Acceptanee {or such longer period of time as may be
prescribed by the terms of any applicable special guarantee required by the Contract Doeuments},
any Work is found to be defeciive, or if the repair of any darna�es to the land or areas made
available for Cantractar's us� by City or permitied by Laws and Regulations as contemplated in
Paragraph b.lO.A is found to be defective, Contractor shall promptly, without cost to City and in
accordance with City's written instructions:
1. repair such defective land ar ar�as; or
2. correct such defective Work; or
3, if t�e defect�ve Wark has been rejected by City, remove it frorn the Praject and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Wor�c, to the work
of othexs or other land or areas resulting iherefram.
B. if Contractor does not promptly comply with the terms of City's written insiructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defecti�e
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, �osses, aYd damages (including but not lirnited to all fees and charges flf engineers,
architects, attorneys, and other professionals and all court or other dispute resolutian costs) arising
out of ar relating to such correction or repair or such removal and replacemenfi {including but not
limited to all costs af repair or replacement of work of others} will be paid by Contractor.
CiTY OF FORT WpRTH 2O18 Bond Year 2, Contract 14
S'T'ANDARD CONSTRUCTION SPECIF'ICATIpN i]OCUMENTS City Project No. 1�1475-2
Revision: Mat�h 9,2020
00 72 DO
GENERAL CONnITl0�l5
Paga 51 of 63
C. In special circumstances where a particular item of equipnaent is placed in continuous service
before Final Acceptance of all the Work, the carrect�on period for that item rnay start to run from
an earlier date if so provided in the Contrac� Docurnents.
D. Where defective Work (and damage ta ather Work resuliing therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Work rnay be required to be extended for an additional period of ane year after the end of
the initial correction period. City sha11 provide 30 days written notice to Contractor shauld sueh
additional warranty coverage be required. Contractor may dispute ihis requirement by filing a
Contract Claim, pursuant to Paragraph lO.Ob.
E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty. The pra�c�isions of this Paragraph 13.07 sha11 not be construed as a subst�tute for, or a
waiver of, the provisions of any applicabie statute of limitatian or repose.
13.08 Acceptance of Defective Work
If, �nsiead of requiring correction or removal and replacement of defective Work, City prefers ta
accept it, City may do so. Contractar shall pay all claims, costs, losses, and daxnages (including but
not limit�d to a11 fees and charges of engineers, architects, atiorneys, and other professionals and all
court or other dispute rssolution costs) attributa.ble ta City's evaluation of and determination to accept
such defective Work and for the dirninished value of the Work to the extent not otherwise paid by
Coniractor. If any such acceptance occu�-s prior ta Fina1 Acceptance, a Change Order will i�e issued
incorporating the necessary revisions in the Contract Doc�rnents 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 rvithin a reasonable time after rvritten notice from City to correct defecti�e
Work, or to remove and replace rejected Work as rec�uireci by City in accordance with Paragraph
13.06.A, or if Contractor fails to perForm the Work in accordance with the Cont�'act Documents,
or if Cantractar fails to comply with any other provision of the Contract Documents, City may,
after seven (7} days written norice to Contrac-tor, carrect, or remedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.Q9, City sha11 proceed
expeditiausly. In connection with such corrective or remedial action, City may exclude Contractor
from all or part of the Site, take possession of a11 or part of the Work and suspend Con�ractor's
services related thereto, and incorparate in the Work al� materials and equipment incorporated in
the Work, stored at the Site or for which City l�as paid Contractor but which are stored elsewhere.
Contractor shall allow City, City's repre�entatives, 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, COSiS, losses, and damages (including but not limited to a11 fees and charges of
engineers, architects, attorneys, and other professionals and a11 court or other dispute resolution
CITY �F FORT WORTH 2O18 Bond Year 2, Contract 1�4
STANDAI2D CON3TRUCTION SPECIFTCATION DOCUMENTS Ciry Project No. 101475-2
Revision: Marcl� 9, 2020
00 72 �0
GEN�RAL GONDITIOf�IS
Page 52 of 63
costs} incurred ar sustained by City in exercising the righ�s and remedies under this Paragxaph
13.09 will be charged against Contraetor, and a Change Order will be issued incorporating the
necessary revisions in the Con�ract Docuznents with respect to the Work; and City sha�l be entitled
to an appropriate decrease in the Cantract Price.
D. Contractor shall not be allowed an extension of the Contract Tirne because of any delay in the
performance of the Work attribuiable to the exercise of City's righis and r�medies under this
Paragraph 13.09.
ARTICLE 14 — PAYli�IE�TTS TO CONTRACTOR ANU COMPLETI41iT
14.01 Schedule of Values
The 5chedule of Values for lump sum contracts established as provided in Paragraph 2.07 wi11 seYve
as the basis for progress payxnents and wi11 be incorporaied into a form oi Application for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number oi
units completed.
14.02 Progress Payments
A. Applications fo� Payments:
Contractar is responsible for providing all infannation as required to became a vendor of the
City.
2. At least 20 days before the date established in the General Requirements for each progress
pay�x�ent, Cantractor shall submit to City far review an Application for Payment filled out and
signed by Contractor co�ering the Wark campleted as of the date of the Application and
accompanied by such supporting documentation a� is required by the Contract Documents.
3. If payment is requested an the �asis of materials and equipment not incorporated in the Work
but dalivered at�d suitably stared at the Site or at another location agreed ta in writing, the
Application far Payment shall also be accompaniec� by a bill of sa1e, invoice, or other
documentation warranting that City has received the maierials and equipment free and clear of
all Liens and evidence �hat the rnateria.ls and equi�ment are covered by appropriate insurance
or ather arrangements to pratect City's interest therein, all of which must be satis:factory to
City.
4. Beginning with the second Applicaiion for Payment, each App�ication shall Fnclude an affidavit
of Contractar stating that previous progress payrnents received on account of the Work hav�
been applied on account to discharge Contractor's legitimate obligations associat�d with priar
Applications far Paymeni.
5. The amount of retainage with respect to progress payments will be as stipulated in the
Contract Documents.
CITY OF FORT WORTH 2U18 Bond Year 2, Contract 14
STANJ]ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 141A7S-2
Re�ision: Much9,2U20
40 72 00
GENERAL COIVDITIOiVS
Page 53 of 63
B. Review ofApplications:
1. City wilI, after receipt of each Application far Payment, eit�ier indicate in writing a
recommex�dation of payrnent or return �he Application to Contractor indicating reasons for
refusing payment. Tn the latter case, Coniractor may make the necessary corrections and
resubrnit the Application.
2. City's processing of any payment requested in an Applicaiion for Payment will be based on
City's observations of the executed Wark, 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 fitnctioning whole prior to or upon Final Accepiance, the
results of any subseque�t tests called for in the Contract Documents, a fnal determination
of quantities and c�assifications for Work per%rmed under Paragraph 9A5, and any other
qualifications stated in the recommendation}.
3. Processing any such payrnent wi1] noi thereby be deemed to haue represented that:
a. inspections made to check the quality or fhe quantity of ths Wark as it has been
per#'ormed have been exhaustive, extended to every aspect of ihe Work in progress, or
invalved detailed inspectians ofthe Wark beyond the responsibilities specifically assigned
to City in the Contract Docurrxents; or
b. there may not be other matters or issues between the parties that rr�ight entitle Contractor
to be paid additianally by City or entitl� Ciry to withhold payment to Contractor, ar
c. Contractor has camplied with Laws and Regulations appiicable to Contractor's performance
of the Work.
4. City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payment previausly made, to such extent as may be necessary to protect City from
Ioss because:
a. the Work is defective, or the carnpleted Work has been damaged by the Contractar or his
subcontractors, reyuiring 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 WORTFI
STANbATtb CONS'TRUCTION SPECIFICATION DOCiTMENTS 2018 Bond Year 2, Contract 14
Revision: Mareh 9, 2(l20 City Project No. 1D1475-2
DO 72 00
GENERAL CONDiTIO�fS
Page 54 of 63
e. City has actual knowledge of ihe occurr�nce af any of the events enumerated in
Paragraph 15.02.A.
C, Retainage:
1. For con�racts less than $404,000 at the time of execution, retainage shall be ten percent
(10°/Q).
2. Fox contracts greaier than $400,000 at the time of execution, retainage shall be five percent
{5%}.
D. Liquidated Dartzages. For each calendar day that any work shall remain uncompleted after the
time specified in the Contract Docurnents, tlie sum per day specifred in the Agreement, will be
deducted frorn the rnonies due the Contractor, not as a penalty, but as liquidated damages suffered
by the City.
E, Payment.• Coniractor will be paid pursuant ta the requirements of this Article 14 and payment
wi11 becarne due in accordance with the Contract Documents.
F. Reduction in Payment:
1. City rnay refuse to make payment oithe 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 satisiaction and discharge of
such Liens;
b. there are other items entitling City to a set-off against the arnount recommended; or
c. City has actual knowledge of the occurrence of any of the events enurnerated in
Paragraphs 14.02.B,4.a through 14.02.B.4.e or Paragraph 15.42.A,
2. If City refizses to make payment of the amount requested, City will give Contractor written
norice stating the reasons for such action and pay Contractor any amount remaining after
deduction of the amaunt so withheld. City shall pay Con�ractor ihe arnount sa withheld, ar any
adjus�en� thereto agreed to by City and Contractor, when Contractor remedies the reasons
for such action.
14.U3 Contractor's Warranty af Title
Contractor warrants and guarantees tY�at title to all Wark, ma�erials, and equipment covered by any
Application for Payrnent, whether incorporated in the Project or not, will pass to City no later than the
time of payment free and clear of ali Liens.
CITY OF FORT WOATH
STANbARD CONSTRUCTION SFECIFICATIflN DOGiJMENT5 2018 Bond Year 2, Contract 14
Revision: Mai�h 9, 2(120
City Project No. 101475-2
00 7z o0
GENERAL CONDITIONS
Page SS of 53
14.04 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially cornpleted
part of'the Wark which has specifically been identified in the Cantract Documents, or which City,
determines constitutes a separately fiinctioning and usable part of the Work that can he 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 perrnit City to use
or occupy any such part af the Work which City deterrnines to be ready far its intended use, subj ect
to the following conditions:
i. Contracior ai any time may notify City in writing ihat Contractor considers any such part of
fihe Work ready %r its intended use.
2. Withi� a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and
Contractor shali make an inspection of thai part of the Wark to determine its status of
cornpletion. If City does not consider that paz-t of the Work to be s�bstantially complete, City
will notify Contractor in writing giving the rea�ons therefor.
3. Partial Uiiliza�ion will not constitute Final Acceptance by City.
14.05 Finallnspection
A. Upon written na�ice from Contractor that the entire Wark is complete in accordance witl� the
Contract Documents:
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City wiil notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or de%ctive. Contractor sha�l immediately take such measures as are
necessary to cornplete such Wark or remedy such deficiencies.
B. No time charge wiil be made against the Contractor between said da.te of notification of the City
and the date of Fina1 Inspection. Should the City determine ihat the Work is noi ready for Fina1
Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume.
14A6 FinaZAcceptance
Upan completion by Contractor to City's satis�action, of any additional Work identified in the Final
In�pection, City will issue to Contractor a letter of Final Acceptance.
CITY OF FORT WORTH 2O18 Bond Yeaz 2, Contract 14
STANDI�RD CONSTRUCTION 3FECIFICATION DOCUMENTS
City Project No. 201475-2
Revision: Ma�l� 9, 2A20
ou �z ao
GENERAL CONDlTfONS
Page 56 of 63
14.07 Final Payment
A. Applicatian for Payment:
1. Upon Fina.i Aceeptance, and in the opinion oi City, Can�ractor �nay �nake an application for
final payrnent following the procedure for progress paym�nts in accordance with the
Contract Docurnents.
2. The final Application for Payment sha11 be accompanied {except as pre�iously 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 ttie surety, if any, ia final payrneni;
c. a list of all pending ar released Darnage Clairns against City that Contractor believes are
unsettled; and
d. affidavits of payrnents 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:
l. After City's acceptance of the Application for Payrneni and accompanying documentation,
requested by Cantractor, less pre�ious payrnents made and any sum City is entitled,
including �ut not Iimited to Iiquidated damages, wzll become due and payable.
2. After all Damage Clairns have been resolved:
a, directly by the Cantractor or;
b. Contractor provides evidence that the Damage Claim �as been reported to Contraeior's
insurance provider for resolution.
3. The rnaking of the final payment by ihe City shall not relieve the Contracior of any
guarantees or other requireme�ts of the Contract Doeuments which specifically continue
therea$er.
14.0$ Final Campletion Delayed and Pa�tial Retainage Release
A. If final compietion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor's final Application for Paytnent, and without terminating the Contract, malce
payrnent of ihe balance due for that portian a� the Wark fully completed and accepted. If the
remaining balance to be held by City for Work not fully completed ox corrected is less than the
retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written cansent of the surety to the payment of the balance due far that
CITY OP FORT WOR7�3 2018 Band Year 2, Cantract 14
STANDARp CQNSTRlJC7TOI�I SPECIFICATIOI�T bOCLJMENTS
Re�ixion: Murk� 9, 2{)20 City Project I� o. 101475-2
UO 72 OD
GENERAI. CONDITIONS
Page 57 of 63
portian of the Work fully completed and accepted shall be submitted by Contractor to City with
th� Application for such payment. Such paytnent shall be made u�der the terms and conditions
goveming final payment, except that it shall noi constitute a waiver of Contract Claims.
B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment
and rnaintenance, and test and performance periods following ihe completion of all other
construction in the Con�ract Documents for a11 Wark iocations, the City may release a portian of
the arnount retained provided that all other work is completed as detertnined by the City. Before
the release, all submittals and final quantities must be completed and accepted for all other work.
An arnount sufficient to ensure Contract compliance will be retained.
14.09 Waiver of Claims
The acceptance of final payrnent wi11 constitute a release of ihe City from all clai�ns or liabiIities
under the Contraci far 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 Coni�act.
ARTTCLE 1� — SUSPEllTSIO�T OF WORK AND TERNIINATION
15.01 City May Suspend �ork
A. At any tim� 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 �ha11
resume the Work on the date so fixed. During temporary suspension oithe Work covered by these
Con�ract Documents, for any reason, the Ciiy wi11 make no extra payment for stand-by time of
cvnstruction equipment and/or conshuction crews.
B. Should the Contractor not be able to complete a portion of the Projec� due #o causes beyond the
cantrol oi and without the fault or negligence of ihe Contraciar, and should it be determined 3�y
mutual consent of the Contractor and City that a solution to allovv canstruction to proceed is not
available wifihin a reasonable period of time, Coniractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should becorne necessary to suspend the Work for an indefinite period, the Cantractor shal]
store all materials in such a manner that they will not obstruct or impede the pubiic unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioratian af �he work per�ormed; h.e sha11 provide suitable drainage about the work, and er�ct
temporary structures where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment o#�the job and returning the
r�ecessary equipment to the job when it is determined by the City that construction may be
resurned. Such reimbursemenf 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 2p18 Bond Year 2, Contract 14
STANDI�RD CONSTRUCTION SPECIFICATION DOCIJMENTS
City Project No, 101475-2
Revision: Mm�h9, 2020
00 �2 00
GENERAL CONDITIONS
Page 58 af b3
l 5.02 City May Terminate for Cause
A. The occurrence of any one or mare of the following events by way of example, but not of lirnitation,
rnay justify termination far cause:
1. Cantractor's �ersistent failure to perfozxr� the Work in accordance with ihe Contract Docurnents
{inc�uding, but not limited ta, fazlure to supply sufficient skilled warkers or suifable materials
or equipment, failure to adhere to the Project Schedule estabtished under Paragraph 2.07 as
ad�ust�d from time to time pursuant to Paragraph 6.0�, or failure ta adhere to the City's
Business Diversity Enterprise Qrdinance #20020-12-2011 establishec� under Paragraph
6.06.D);
2. Cont�ractar's dfsregard of Laws ar Regulations of any pubiic body having jurisdiction;
3. Contractor's repeated disregard of �ie autharity of City; or
4. Contractor's violation in any substanfiial way of any provisions of the Con�ract Documents;
or
5. Contractor's failure to prompily make good any defect in materials or workmanship, or
defects of any nature, tlze correction of which has been directed in writing by the City; or
6. Su�stantial inc�ication that the Contracto� has made an unauihorized assignment of the
Contract or ar�y funds due tlaerefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial e�idence that the Contractor has beco�ne insolveni or banlcrupt, or otherwise
financially unable ta carry on the Work satisfactorily; or
S. Contractor commences legal action in a court af competent�urisdiction against the City.
B. If one or more ofthe events identified in Paragraph 15,02A, occux, City will pro�ide written notice
to Cont�acfior a.md �urety to arrange a canference with Contractor and Surety to address
Contractor's failure ta perform the Wark. Conference sha11 be held not later than 15 days, after
receipt of notice.
If the City, the Contractor, and t�e Surety do not agree to allow the Contraciar ta proceed to
perform the constructian Contract, the City may, to the extent permitted by Laws and
Regulatior�s, declare a Contractor default and formally terminate ihe Contracfor's right to
complete the Contract. Contractor default sha11 not be declared earlier than 20 days after the
Contractor and �urety have received notice af conference to address Contractar's failure io
perform the Work.
2. If Contractor's services are terminated, Surery shall be ob�igated to take o�er and perfarm the
Work. If Surety does not co�nmence performance thereof within 1 S consecuti�e calendar days
after date of an ac�ditional written notice demanding Surety's performance of its
Gi'TY OF FORT WORTH 2O18 Rond Year 2, Contract 14
STANI7ARD CQNSTRUCTION SAECIFICATION TJOCLJII�NTS City Froject No. 101475-2
Revision: Macrh 9, 2QZ0
OD 72 00
GENERAL CON�ITIONS
Page 59 0£63
obligations, then City, without pracess or action at law, may iake over any portion of the
Work and complete it as de�cribed below.
a. If City completes the Work, City may exclude Contractor and Surety frorn the site and
take possession of the Work, and all rnateriats and equipment incorparated inta the Work
stored at the Site or fa�' which City has paid Contractor or Surety but which are stored
elsewhere, and fsnish the Work as City may deem expeclient.
3. Whether City or Surety completes the Work, Confiractor shall not be entitled to receive any
fizrther payment unti� the Work is finished. If the unpaid balance of the Contract Price �xceeds
all claims, costs, losses and damages sustained by City arising out of or resulting from
completing the Wark, sueh excess wilI be paid to Contractor. If such claims, costs, losses and
damages exceed such unpaid balance, Cantractor shall pay the dii%rence to City. Such clairns,
costs, losses an,d darnages incurred by City will be incorporated in a Change Order, provided
that when exercising any rigl�ts or remedies under this Paragraph, City shall not be required to
obtain the lowesi price for the Work performed.
4. Neither Ciry, nor any of its respective consultants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Surery %r the mefihod by which the
completion of the saic� Work, or any portion thereof, may be accomplished or for the price paid
therefor.
S. City, notwithstanding �the method used in completing the Cantract, shall not %rfeit the right
to recover damages from Contractor ar Surety far Contractor's failure to tianely complete the
entire Cor�tract. Contractor shall not be entitled to any claim on accaunt of the methad used
by City in completing #he Contract.
6. Maintenance of the Work shall continue to be Contractor's and Sure�y's responsibilities as
provided for in the bond requirements of �the Contract Docurnents or any special guarantees
provided far under the Contract Docuxnents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.B, Contractor's services will nat be terminated if Con�rac#or
begins wathin seven days of receipt of notice of intent to ternunate to correet its failure to perform
and proceeds diligently to cure such failure within no mare than 30 days of receipt of said notiee.
D. Where Contractor's services have been so ter�ninated by City, �he termination wi�l not affect any
righis or remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payrnent of rnoneys due Contractor by City wi11 not release Cantractor from liability.
E. If and ta the extent that Contractor has provided a performance bond under the provisions of
Paragraph 5.02, the t�rmination pr�cedures of that bond shall not supersede the pravisions of this
Article.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOC[JMENTS
City Projec[ No. 101475-2
Revision: Mmrl� 9, 2620
00 �z o0
GENERAL CONDlTIONS
Page 60 of 63
15.Q3 City May Terminate For Convenience
A. City may, withaut cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any tertnination sha11 he efFected by mailing a notice of the termination ta the Contzactor
specifying the extent to which performance of Work under the contract is terminated, and the date
upon which such termination becames effecti�e. Receipt of the notice shall be deerned
conclusiveiy presumed and established when the letter is placed 'rn the Unified Siates Postal Service
Mail by the City. Further, i� shall be deemed canc�usively presumed and established that such
fiermination is made with just cause as therein staied; and no proof in any clairn, dexnand or suit
shall be required af 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 ta the extent specified in the notice of termination;
2. place no further orders or subcontracts for materials, services or facilities except as �nay be
necessary for completion of such portion,of the Work under the Contract as is not tertninated;
3. ieiniuia�e all ord�rs and subcon�-acts to the extent that th�y relate to the perfor�nance of the
Work terminated by not�ice of termination;
4. �ransfer title to the City and deliver in the manner, at the times, and to the ext�nt, if any,
directed by ihe City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, ar aequired in connection with the performance of,
the Wark terminated by the norice af �he termination; and
b. the completed, or partially campleted plans, drawings, information and other properiy
which, if the Contt'aei had been completed, wauld have been required to be furnished to
tiie City.
S. complete performance of such Wark as shail not have been terminat�d by the nonce of
termination; and �
6. take such action as may be necessary, or as the City may direci, for the protection and
preservatinn of the praperry related to its contract which is in the possession of the
Coniractor and in which �he 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 terminarion,
the Contractor may submst io the City a list, certified as to quantity and quality, of any or all items
of termination inventory r�ot previously disposed of, exclusive af items ihe dispasition of which
has been directed or autharized by City.
CTTY OF FORT WDRTH 2O18 Bond Year 2, Cantract I4
STANDARD CONSTRUCTION SPECIFICATIDN DOCUIVIENTS City Project No. 101475-2
Re�isinn: Mm�l� 9, 2020
40 72 00
GENERAL CONpITIONS
Page 61 of 63
D. Not later than 15 days thereaft�r, the City shall accept title to such items provided, that t.�ie list
subrnitted shall be subject to verification hy the City upon removal of the items or, if the items are
stored, tvithin 45 days from ihe daie of submission of the list, and any necessary ad�ustments to
correct the list as submitted, shall be made priox to final seitlement.
E. Not later than 60 days after the notice of terminat�on, the Contractor shall subrnit his iermination
claim to the City in the farm and with the certifica�ian prescribed by the City. Unless an exiens�on
is made in writing within such 60 day period by ihe Contractor, and granted by the City, any and
all such claims sha11 be conclusively deemed waived.
F. In such case, Contractar shall be paid fox {without duplication of any items):
1. completed and acceptable Work executed in accordar�ce with the Contract Docurnents prior
io the effective date of termination, inc�uding fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained prior to the effective date of termination in performing s�rvices and
furnishing labor, rnaterials, ar equipment as required by the Contract Docurnents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3, reasonable expenses direcily attributable to termination.
G. In the event of the failure ai fihe Contt-actor and Cxty to agree upon the whole a�nount to be paid
to the Contractor by reason of the terrnination of the Work, the Ciiy shall determine, on the basis
of information available to it, the amount, iiany, due to the Contractor by reason of the tez�ination
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 econamic loss arising out of or resulting from
such termination.
ARTICLE 16 — DISPUTE RE50LUTIOl�T
1 b.01 1Vlethods and P�ocedures
A. Either City or Contractor may request mediation of a�y Cflntract C1aim submitted %r a decisio�
under Paragraph 10.06 befare 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 � 0.06.E.
B. City and Contractor shall participate in the rrfediation process in gaod faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is nat 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 3Q days after
termination of t�e mediaiion unless, within that time period, City or Contraciar:
CITY OF FORT WORTH 2p18 Bvnci Xear 2, Contract 14
STANDARD CONSTR�ICTION SPECIx'ICATION T)OCi11ViENT5 City Praject No, 101A7S-2
Revision: M�h9,�mn
00 7z o0
GENERAL CONDITIONS
Page 62 of 63
1. e�ects in wriiing to invoke any other dispute resolution process provided for in the
Supplernentary Conditions; or
2. agrees witl� the other party to subrnit the Cont�act Claim ta another dispute resolution
process; ar
3. gives written notice to the ather �arty of the intent to submit the Contract Clai�n ta a court of
competent ju�sdiction.
ARTICLE 17 — NIISCELLAI�TEOUS
i 7.01 Giving Notice
A, Whenever any provision of the Contract Documents requir�s the giving of written notice, ii will
be deemed to have been validly given if:
1, delivered in person to the individual or to a member of ihe firm or to an officer of the
corparaiion for whom if is intended; or
2. delivered at or sent by registered or certi�red mail, pastage prepaid, io the Iast business
address known to the giver of ihe notice.
B. Business address changes must be promptly made in writing to tlie other party.
C. Whenevex the Contract Documents specifies giving notice by electronic rneans such electronic
notice shall be deemed suificient upon confirmation flf receipt by the reeeiving party.
17.02 Computatio�a of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude �he first and include the last day flf such period. �f the last day of any �uch periad fa11s on a
Saturday or Sunday or on a day made a legal holiday �e nex� Working Day shall beeome the last da.y
of the pariod,
17.43 Cun�ulatave Renzedies
The duties and abligations imposed by these General Conditions and the rights and rernedies avaiiable
hereunder to the parties hereta are in addition to, and are not to be construec� in any way as a limitation
af, any rights and remedies available to any or all of them which are atherwise imposed ar available
by Laws or Regulations, by special warranty or guarantee, or by other pravisions of the Cantraci
Document�. The provisio�s of this Paragraph will be as effective as if repeated specifically in the
Contract Documents in connecrion with each particuiar duty, obligatian, right, and remedy to which
they apply.
CITY OF FORT WORTH 2O18 Bond Year 2, Cvntract 14
STItNDARD CONSTRUC'I'ION SPECFFICATION DOCUMENTS City Projeci No. 101475-2
Revision: M�h9,2Q20
00 �z o0
GENERAL CONDiTIONS
Page 63 af 63
17.04 Survival of Obligations
All representations, indernnifications, warranties, and guarantees made in, required by, ar given in
accordance with the Co�ta-act Docurnents, as we11 as all continuing obligations indicated in fihe
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or terrr�ination of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constiiute parts of these
General Conditians.
CITY OF FORT WORTH
STAA]DARD CONSTRUCTION SPECIFICATTON DOCi.TMENTS 2018 Bond Year 2, Contract 14
Revision: Mamh 9, 2Q2{1
City Project No. 101475-2
00 73 00
SUPPLEMETITARY CONf?ITIONS
Page 1 of 5
SECTION 00 73 OQ
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Supplementary Condations modify and supplement Section DO 72 00 - General Conditions, and other
provisions of the Contraci Documents as indicated below. All provisions of the General Conditions that are
modified or supplemented remain in feill force and eftect as so modi�ed or supplemented. AIl provisions
of the General Conditions which are not so modified or supplemented remain in full force and ef%ct.
Defined Terms
The tertns used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Condiiions, unless specifically noted herein.
Modi�cations and Supplements
The following are instructions that modify or supplennent specific paragraphs in #he General Conditions and
other Contract Documen�s.
SC-3.03B.�, "Resolving Discrepancies"
Plans govern over Specifications.
SC-4.OIA
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.O1A.1., "Availability of Lands"
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
1 ll10/2020:
Outstanding Right-Of-Way, andlor Easements to Be Acquired
PARCEL OWNER
NUMBER
None outstanding
TARGET DATE
QF POSSESSIQN
The Contractor understands and agrees that the dates Iisted above are estimates onIy, are not guaranteed,
and do not bind the City.
If Coniractor cansiders the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shal� within five (5) Business Days and before proceeding witlz the Work,
notify City in writing associated with the differing easement line locations.
CITY OF FORT WQRTH
STANDARD CONSTRUCTION SPECIFICATTpN DOCLTMENTS 201$ Bond Year 2, Contract 14
Revised March 9, 2p20 C`ity Project No. 101475-2
00 73 00
SUPPLEMENTARY CONDIT1pNS
Page 2 of 5
SC-4.OlA.�, ��Availability of Lands"
Utilities or ohstructions to be remo�ed, adjusted, and/or relocated
The following is list of utilities andlar obstructians that have not been removed, adjusted, and/or reiocated
as of 11/10/2020:
EXPECTED
O WNER
UTILITY AND LOCATION
TARGET DATE OF
ADJUSTMENT
45% See utility conflict log
The Contractor understands and agrees that the dates listed abo�+e are estimates only, are not guaranteed,
and do not bind the City.
SC-4.4�A., "Subsurface and Physical Conditions"
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
A"Laboratory Test Results #'or a Street Coriag Project" CPN #141475; dated 6117II9, prepared by City of
Fort Worth Capital Delit�ery Divisian Soil Lab, providing additional informa#ion on pavement and
subgrade materials and characteristics.
The foliowing are drawings of physical conditions in or relating to existing surface and subsurface
struchu'es {except ilnderguund Facilities) which are at or contiguous to the site of the Work:
Limited SUE, sheets (1 of 6) thru (6 of b), dated Septernber 2019, prepared by The Rios Group, a
subconsultant uf Wade Trim, a consultant of the City.
SC-4.D6A., `�Hazardous Environmental Conditions at Site"
The follawing are reports and drawings of exrsting hazardous environmental conditions kr�own to the City;
None
SC-�.03A., "Certificates of Insurance"
T'he entities listed below are "additional insureds as their interest may appear" including their respective
officers, directQrs, agents and employees.
(1} City
(2) Consultant: Wade Trim, Inc.
(3} Other: None
SC�5.04A., ��Contractor's Insurance"
The limits of liability for t1�e insurance required by Paragraph GG-S,Q4 shall provide the foliowing
co�erages �or not less than the fbliowing amounts or greater wnere required by laws and regularions:
5.04A. Workers` Gompensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$i00,000 each accidentloccurrence
$100,000 Disease - each emplayee
$500,000 Disease - policy limit
CITY dF FORT WORTH
STANDIIRD CdNSTRUC'I'ION SPECIFICATION DOCUMENTS 2018 Bond Year 2, Contract 14
Revised March 9, 2U20 Ciry Yroject No. ]01475-2
00 73 00
SUPPLEMENTARY CONbITIONS
Page 3 of 5
SC-S.04B., `°Contractor's Insurance"
5.048. Commercial Ganeral Liabiliry, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GG5.04S., which shall be on a per project basis cavering the Contractar with
minimum lirnits of:
$1,OD0,000 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 po�icies shall provide "X", "C", and "U" coverage's.
Verification of such coverage must be shown in the Remarks Article ofti�e Certifiicate of Insurance.
SC �.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Paragraph GG5.04C. Contractor's Liability Insurance under
Paxagraph GC-5.a�4C., which shall be in an amount not less than the following amounts:
( l} Automobile Liability - a commercial business polzcy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a combined single lz�nit basis. Split limits are acceptable if limits ate at
least:
$250,000 Bodily Injury per person /
$500,000 Bodily Injury per accident /
$100,00U Property Damage
SC-�.04D., °iContractor's Insurance"
The Contractar's cvnstruction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks: None
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, ar obstruct the raiiroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railraac� properkies inay require that Gontractar to execute a"Right of
Entry Agreement" with the particular railroad company or corr�panies involved, and ta this end the
Contractor should satisfy itself as to the requirements of each railroad coxnpany and be prepared to execute
the right-of=entry (if any) required by a railroad company. The requirements specified nerein tikewise relate
to the Contractor's use of private and/ar construction access roads crossing said railroad company's
properties.
The Gontractual 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 Campany for a term that continues far so long as the Contractor's operations and work cross,
occupy, or touch railroad properry:
(1) General Aggregate:
(2) Each Oecurrence:
x Reyuired for this Contract
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
12evised March 9, 2020
NIA
N/A
_ Not required for this Contract
2018 Bortd Xear 2, Contract 14
City Project Na �O1A75-2
00 �3 00
SUPPLEMENTARY CONDITIONS
With respect to the abo�e outlined ins�rance requirements, the fallawing shall govern:
Page 4 of 5
l. Where a single railroad company is involved, the Contractor shal] provide one insttrance 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 abo�+e.
2. Where more than one railroad company is operating on the same right-of-way or where several
raiiroad campanies are involved and operated on their own separate rights-of-way, the Contractor
may be required to pro�ide separate insurance policies in the na�►e of each railroad company.
3. If, in addition to a gade 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 co�+erage for this work must be included in the po�icy co�ering the grade
separation.
4. If no gade separation is involved but other work zs proposed on a railroad company's righ#-of
way, all such other work may be covered in a single policy far that railroad, e�en though the work
may be at two or more separate locations,
Na work or activities on a railroad company's property to be perfoz7med by the Contractor shall be
commenced until the Contractor has fiunished the City with an original policy or policies of the insurance
for each ra.ilroad co�mpany name�, as required above. AlI such insurance must be approaed by the City and
each affected Railroad Company prior to the Contractar's beginning work.
The insurance specif ed above must be carried until all Work to be performed on ihe railroad right-of-way
has been completed and the grade crossing, if any, is no longer used by the Contractor. Fn addition,
insurance must be carried during all rnaintenance anci/or repair work performed in the railxoad right-of-way.
Such insurance must name the railroad company as the insured, together with any tenani or lessee of the
railroad company operating aver tracks involved in the Project.
SC-6.04., "Project Schedule"
Project schedule shall be Tier 3 for the project.
SC-G.07., "Wage Raies"
7'he following is the prevailing wage rate table(s) applicable to this project and is provided in tl�e
Appendixes:
20�3 Pre�ailing Wage Rates {Heavy and Highway Construction Projects)
A copy of the table is also available by accessing the City's website at:
httpst//ap�ps.fortwor�htexas. ovlPro'ectResourcesl
Yau can access the file by follawing the directory path:
02-Construetion Documents/�peci�cations/Div00 — General Conditions
SC-b.09., "Permits �nd Utilities"
SC-b.09A., "Contractor obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the Cont�actor;
City of Fort Worth Street Use Permit for Construction
CITY �F FORT WORTH
S'�'ANpAItD C�NSTRUCTION SPECIFICAI'I01V DOCUMENTS 2038 Bond Year 2, Contract 14
Revised March 9, 2Q20 City Piroject No. 301475-2
00 73 00
SIJPPLEMENTARY CO]VI3ITIONS
Page 5 oi 5
SC-6.09B. "Ci€y obtained permits and licenses"
'I'he following are known pern�ts and/or licenses required by the Cont7ract to be acquired by the City:
Tree Removal Permit
SC-6.09C. "O�rtstanding permits and iicenses"
The foIlowing is a list of known outstanding permits and/or licenses to be acquired, if any as af 11/1Q/202a.
Qutstanding Permits and/ar Licenses tp Se Acquired
OWNER PERMIT OR LICENSE AND LOCATION
Contractar
City of Fart Worth
Stree# Use F'ermit far Construction
Tvee Removal Perrnit
SC-7A2., "Coordination"
TARGET DATE
OF POSS�SSION
04/l SI2021
41/0$/2021
The intlivid�als or entities listed below have contracts wit� the City for the performance of other work at
the Site:
Vendor Sco e oi Work Coordination Authori
` �n4
SC-8.01, "Camm��icatians to Contracfor"
Contractor shall perforrri exploratory excavation prior to eonstruction.
SC-9.Oi., "City's Projeet Manager"
Th� City's Project Manager for this Gontract is Greg Robbins, PE, or his/her successor pursuant to written
notification from the Director of Transportation and Public Works.
SG13.43C., "Tests and Inspeetions"
Inspectian : Texas Departinent of Licensing and Regulai�on (ADA campliance)
SG16.U1C.1, "Methods and Pracedures"
None
END OF SECTION
Re�ision Log
DATE NAME SUMMARY �F CHANGE
1/22/2016 F. Griffin SG9.09., "City's Project Rapresentative" wording changed tp City's Project
Manager.
3/3/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's
website.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION AOGU MENTS 2p18 Bond Year 2, Contract 14
Revised March 9, 2020
City Project No. 101A75-2
o� �ioo-i
SUMMARY OF WORK
sECT�oN o� �� oa
SUMMARY OF WORK
PART1- GENERAL
1.1 SUMMIIRY
A. Section Includes:
Page 1 of 3
1. Sut��mary of Work to be perfarmed in accordance with the Con�tract Documents
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1- General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated wi� this Ztem is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and perForming
alI Wor� n.ecessary for tlais construction project as detaited in the Drawings and
Specifications.
B. Subsidiary Work
Any and all Work specificaIly govemed by documentary requirements for the
praject, sueh as conditions imposed by the Dxawings or Contract Documents in
which no specific item for �id has been provided for in the Proposal and the item is
not a typical uniti bid item included on the standard Y�id item list, then ihe item sha11
be considered as a subsidiary item of Work, the cast of which sha�l be zncluded in
the price bid in the Proposal %r various hid items.
C. Usa oi Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
eyuipment stored an the Site.
3. Use and occupy oniy portions of the public streets and alleys, or other pubtic places
or other rights-of-way as provided for in the ordinances of ihe City, as shown in the
Contract Documents, or as may be specifically aut�orized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes znay be stored in such space, but no more than is necessary to avoid
de�ay in the construction operations.
CITY OF FO1tT WORTH 2O18 Bond Year 2, Contract 14
ST/�NDARD CONSTRUCTION SPECIFICATION DOCiTMENT5 City Project No. 101475-2
Revised December 20, 2012
01 ir oo-z
SUMMARY OF WORK
Page 2 of 3
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to incon�enience occupanCs of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried an in such
manner as not to interfere wiih the operation of the ra.ilroad.
1) All Work shaIl be in accordance with railroad reyuirements set forth in
Division 0 as we11 as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractoz- and a copy fiunished to the City.
3. Unless specifically provided otherwise, clear all rights-of-way or easements of
obstructions which must be removed to make possible proper prosecution af the
Work as a part af the project constructian operations.
4. Preserve and u�e every precaution to prevent damage to, aIl irees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structzu-es ox irnprovements,
to a11 water, sewer, and gas lines, to ail condui#s, overhead pole Iines, or
appurtenances thereof, it�cluding the construction of temporaty fences and to a11
other public or private property adjacent to the Work.
5. Notify the proper re�resentatives of the owners or occupants of the public or private
lands of interest in Iands which might l�e affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Wor�.
b. Natices shall i�e applicable to both public and private utility companies and any
corporation, cornpany, individual, �r other, either as ownexs or occupants,
whase Iand or interest in land might be a.ffected by the Work.
c. Be responsible for all damage or injury ta property of any character resulting
frorn any act, omission, neglect, or miscanduct in the manner or method or
execution of the Work, t�r at any time due to defective work, material, or
equipment.
b. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than oxiginal condition.
b. Erect temporazy fencing in place of the fencing remo�ved whenever the Work is
not in progress and when the site is vacated overnight, and/ar at alI times to
provide site security.
c. The cost for a11 fence work within easements, including remaval, temporary
closures and replacement, shall be subsidiary to the �arious items bid in the
project proposal, unless a bid item is specifical�y provided in the proposal.
CTTI' OF FORT WORTH 2O18 Bond Xe.ar 2, Contract 14
STANDARp CQNSTRUCTION SPECTFTCATipN DOCUMENTS City Project Nv. 101475-2
Revised becember 20, 2012
O1 11 OD-3
Si3MMARY OP WORK
Fage 3 of 3
1.� SUBMITTALS [NOT USED]
�.6 ACTION SUBMITTALS/INFORMATIONAL SUBNIITTALS [N�T USED]
1.7 CLOSEOUT SUBMITTALS �NOT USED]
l.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.1� WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
C1TY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD COI�TSTRUCTIaN SPBCIFICATION DpCL]#vfENTS Ciry Praject No. 101475-2
Revised December 20, 2012
Dl 25 04 - 1
SUBSTITUTION PROCEI}URES
SECTION Ol 2� 00
SUB�TITUTION PROCEDURES
PART1� GENERAL
1.1 SUMM�RY
A. Section Includes:
Page 1 of 4
The procedure for requesting the approval of substit�xtion of a product that is not
equivaient to a product which is specified i�y descriptive or performance criteria or
defined by reference to 1 or more af the following:
a. Name of manufacturer
b. Name af vendor
c. Trade name
d. Catalog number
2. 5ubstitutions are not "or-equals".
B. Deviations from this City of Fort Worth 5tandard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requzreraents, Contract Forms and Conditions of the Contract
2. Diviszon 1— General Requirements
1.� PRICE AND PAYMENT PROCEDURE�
A. Measurement and Payment
1. Wark associated witl� this Item is consider�d subsidiary to the various iterns bid.
Na separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADNII1vISTRATIVE REQUIREMENTS
A. Request for Subsiitution - General
1. Wit1�n 30 days after award of Confiract (unless noted otherwise}, �he City will
consider formal requests from Con�ractor %r substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Speci�catians by
means of references to namas of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intend�d ta exclude from
consideration other products bearing other manufach�rer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equiprnent and kinds of material zx�ay be acceptable substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factars beyond control of Contractor;
or,
CTTY OF FORT WORTH 2p18 Bond Year 2, Contract 14
STANDARD CONSTRUCTIOI�I SPECIFICA�QN DQCCIMENTS City Project lVo. 101475-2
Revised 7uly I, 2011
oi zs on - a
SUSSTITi37'TON PROCEDURES
Page 2 of 4
b. Contractar proposes a cnst and/or time reduction incentive to the City.
1.� SUBMITTALS
A. See Request far Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each writien request for substitution, including:
a. Docurnentation
1) Cofnplete data substantiating compliance af proposed substitution with
Contract Documents
2} Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone nurr�ber and representative contact name
c} Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
prvduct in the Contract Doeuments
2) Manufacturer's literature clearly marked to show corz�.pliance oiproposed
product with Contract Documents
3) Itemized coznparison of origina� and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition ar materials of construction
c) Weight
d} Electrical ar mechanical requirements
4) Product experience
a) Locat�on of past projects utilizing product
b) Name anc� telephane nu�nber of persons associated with referenced
projects knowledgeable concerning proposed produci
c) Available field data and reparts associated with praposed product
S) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description ofproposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rej ection oi substitution given by the City
2. City reserves the right to require proposed product ta comply with color and pattern
of specified product if necessary to secure design intent.
3. In the eveni ihe substitution is appraved, the resulting cost and/or time reduction
will be doc�mented by Change Order in accordance with the General Conditions.
CTTY OF FORT WOR'I`H 2O18 Sond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 101475-2
Revised 7uly 1, 2011
02 25 04 - 3
SUBSTITUTION PROCEDURES
A. No additional contract time will be $iven for subst�tution.
Page 3 of 4
5. Substitution will be rejected if:
a. Subrnittal is not througl� the Contractor with his starnp of appraval
b. Request is not made in accordance with this Specification Section
c. In the City's opinion, acceptance will require substantial revision of the original
design
d. In the City's opinion, substitution wili not perform adequateIy the functian
consistent with the design intent
LG ACTION SUBMITTALS/INFORMATIQNAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In rnaking request for substitution or in using an approved praduct, tl�e Contractor
represents that the Contractor:
1. Has investigated proposed product, and has detemuned that it is adequate or
superior in all respects to �hat specified, and that it will pexfoz-nn fiu�ctioz� far which
it is intended
2. Will prnvide same guarantee for substitute item as for product specified
3_ Will coordinate instatlation of accepted substitution in#o Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
�4. Waives all claims for additiona� costs related to substiiution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
E1�1D OF SECTION
Revision Y.og
DATE NAME SUMMARY OP CHANGE
CI'I'Y pF FpRT WORTH 2O18 Bond Yaar 2, Contract 14
STANDARD COlVSTRUCTION SPECIFICATION DOCiTMENT5 Gity Project No. 101475-2
Revised 7uly 1, 20] 1
012500-4
SUBSTTI'U'1'ION PROCEDURES
Page 4 of 4
EXH�BIT A
REQUEST FOR SUBSTITUTION FORM:
PROJECT: DATE:
We hereby submit for ynur consideration the following product instead of the specified item for
the above project:
SECTION
Proposed �ubstit-ution:
Reason for Substitutio�:
PARAGRA PH
SPECIFIED ITEM
Include complete in%rmation an changes to Drawings and/or Specifications which proposed
substitution will require for iis prop�r installatian.
Fill in Blanks BeIow:
A. Wi11 the undersigned contractor pay for changes to the buitding c�esign, including engineering
and detailing costs caused by the rec�uested substitution?
B. What effect does substitution have on ather trades?
C. Differences between propos�d substitution and specified item?
D. Differences in praduct cost or product delivery time?
E. Mariufacturer's guarantees of the proposed and specified items are:
Equa1 Better {explain an attachment)
'Ti�e undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature
as ntited
F'irfn
Address
Date
Telephone
Far Use by City:
Approved
City
Recomrnended Recommended
Not recornm�nded Received late
By
Date
Remarks
Date
Rej ected
CTTY QF FORT WOR1'H 2D18 Bond Year 2, Cantract 14
STANDARD CONSTRUCTION SPECIFICATION DQCLIM�;NTS City Project No. 101475-2
Revised .Tuly 1, 20I 1
Q13119-1
PRECONSTRl3CT10N NiBETING
SECTION 0131 19
PRECON5TRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 3
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarii�y� const7uction contract administration procedures
B. Deviations fro�n this City af Fart Warth Standard Specification
1. None.
C. Related Specification Sections inc�ude, but are not necessarily limited to:
l. Division fl— Bidding Requirements, Contract Forms and Canditions of the Contract
2. Division I-- General Rec�uirements
1.2 PRICE AND PAYII�NT PROCEDURES
A. Measurement and Payment
l. Work associated with tlais Item is considered subsidiary to the various items bid.
No separate payment will be allowed %r this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATNE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Caniractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of ihe entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruc#ion meeting will be held within 14 days after the execution of the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The �roj ect Representative will preside at the meeting, prepare the nates of the
meeting and distribute copies of same to all participants wha so request by fiilly
completing the attendance form ta be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d.. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City nr►ay request
CTI'Y OF FORT' WORTH 2O18 Bond Year 2, Contract i4
STANT7ARb CONSTRU�TT03�I SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised August 17, 20i2
O] 3] 19-2
PRECONSTRUCTIOI�! MEETING
e. Other City repr�sentatives
f. Others as appropriate
4. Construction Schedule
Page 2 of 3
a. Prepare baseiine const�-uction schedule in accardance with Sectian O1 32 I6 and
provide at Preconstruct�on Meeting.
b. City will notify Contractor of any schedule changes upon Notiee of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a, Jntroduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easernents or other pertinent perrnits
d_ Contractar's work plan and sci�edule
e. Contract Time
f.
g•
h.
J•
k.
1.
�n.
n.
o.
P-
q•
r.
s.
t.
u.
Notice to Proceed
Constnzction Stalcing
Progress Payments
Extra Wvrk and Change Order Procedures
Field Orders
Disposal Site Letter for Waste Material
Insurance Renewals
Payroll Certification
Material Certifications and Quality Control Test��g
Public Safety and Co�venience
Documentation of Pre-Construction Conditions
Weekend Work Notificaiion
Legal Holidays
Trench Safety Plans
Confined Space Entry Standards
Coordination with the City's representative for operations af existing waier
systems
v. Storz�a Water Pollutian Prevention P�an
w. Coordination with other Contractors
x.. Early Warning System
y. Contractor Evaluataon
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
f£ Temporary const�uction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payrnent
jj. Questions ar Camments
GITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CQNSTRUCTION SPECIFICATION bOCi.JMENTS Ciry Project No. ]01475-2
Revised August 17, 2fl12
o13i r9-3
PRECONSTRUCTION MEETINCr
Aage 3 of 3
1.� SUBMITTALS [NOT USED]
1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS jNOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL ,SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE �NOT USED]
1.1Q DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD [SITE] C�NDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
➢ATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION T70CUMENTS Ciry Project No. 101475-2
Rei+ised August 17, 2012
013120-1
PROdECT MEETINGS
Pagc 1 af 3
SECTION 013120
PROJECT MEETINGS
PART1� GENERAL
11 SUMMARY
A. Section Includes:
L Provisions for project meetings throughout the construction period to enable orderly
review of the prflgress of the Work and to provide for systematic discussion of
potential problems
B. Deviations this Cify ofFort Warth S�dard Specifcation
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Dirrision 0— Bidding Requirernents, Caniract Forms and Condi�ions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDUItES
A. Measureznent and Payment
1. Vh�ork associated with this Item is cansidered subsidiary to the various itezns bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADNIIIVISTRATIVE REQUIREMENTS
A. Coordination
1. Schedule, attend and administer as specified, periodic progress meetings, and
specially called m�eetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf af the eniity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Canstruction Neighbarhood Meeting
�. After the execution of tke Agreement, but before construction is allawed to begin,
attend 1 Public Meeting with affecied residents to:
a. Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a. Location of ineeting to be deter�x�;ined by the City.
3. Attendees
CTI'Y OF FOAT WO�iTH 2O18 Sond Year 2, Cantract 14
STANI]ARll CONSTRUCTION SPECIFICATION DOCiJMENTS City Project I+Io. 101475-2
Revised July 1, 2011
U13120-2
PR07ECT IvIEETINGS
a. Contractor
b. Project Representatzve
c. Other City representati�es
Page 2 of 3
4_ Meeting Schedale
a, rn general, the neiglaborhood mee�ing will occur within tlae 2 weeks following
the pre-construction conference.
b. In no case will construcrion be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Repxesentative.
2. Additional progress meetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include, but not be limited to:
a. Coardinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction proj�cts
d. Resolution of construciion issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to a11 pa:rticipants who so request by
fu�ly completing the attendance foxm to be circulated at the beginning of each
rneeting.
4. Attendance sha11 include:
a. Contractor's project manager
b. Contractor's superintendeni
c. Any subcontractor or supplier representatives whom tne Contractor z�iay desire
to invite or the City may request
d. Engineer's representatives
e. City'� representatives
f. Others, as reque�ted by the Praject Representative
5. Preliminary Agenda may include:
a. Review af Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which irnpede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
f.
g�
h.
i.
J•
k.
1.
m.
n.
o.
construction contracts
Corrective measures and procedures to regain projected schedule
Revi�ions to construction schedule
Progress, scheduie, during succeeding Work period
Caordination of schedules
Review submittal schedules
Maintenance of quality sta�.dards
Pe�ding changes and substitutions
Review proposed changes %r:
1) Effect on construction schedule and on completion date
2} Effect on other contracts of the Praject
Review Record Documents
Re�iew monthly pay request
C�TY QF FQRT WORTH 2O18 Bond Year 2, Contract 14
STAhIDARD GOiNSTRUCTION SPECIFICATION BOCi.]MENTS City Project Nu. 101475-2
Rer�ised July T, 2011
013120-3
PROJ�CT MEETINGS
Page 3 of 3
p. Review status of Requests for Information
6. Meeting Schedule
a. Frogress meetings will be held periodically as detez-�nined by the ProjecE
Representative.
1) Additional meetings may be held at the request of'the:
a) City
b) Engineer
c) Contractor
7. Meeting Location
a. The City will establish a zneeting Iocation.
1) To the extent practicable, meetings wilI be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL� [NOT USED]
1.`7 CLOSEOUT SUBNIITTALS [NOT USEDJ
1.8 MAINTENANCE MATERIAL SUSMiTTALS [NOT USED]
L9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HAliIDLING [NOT USED)
I.l l FIELD (SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT U�ED�
P,ART 2 - PRODUCTS [NOT USED]
PART 3 � EXECUTION [NOT USED]
END UF SECTIQN
Revision Log
DATE NAME SUMMARY OF CHANGE
CTi'Y OF FORT WORTFI 2D18 Bond Year 2, Contract I4
STANDARD GONSTRUCTIOAI 5PECTx'ICA'I'ION DOCiTMENTS City Project No. 14T475-2
Revised July 1, 2Q11
oi �zl�-i
CONSTRUCTIOIV PROGRESS SCHEbi1T,E
SECTION 013� 16
CONSTRUCTION PROGRESS SCHEDULE
PART 1 - GENERAI.
1.1 SUMMARY
A. Section Includes:
Page 1 of 5
1. General requirements for the preparation, submittal, updating, status reporting and
znanagement of the Construction Progress Schedu�e
2. Specific requirernents are presented in the City of Fort Worth Schedule Guidance
Document
B. Deviations frorn this Czty of Fort Worth Standard Specif cation
1. None.
C. Related Specification Sec#ions include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Con�itions of the Contract
2. Division 1— General Requzrements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work assaciated with this Item is considered subsidiary to the various i#ems bid:
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Definitions
1. Schedule Tiers
a. Tier 1- No schedule submittal required by can#ract. Small, brief duration
projects
b. Tier 2- No schedule submittai required by contract, but will require some
mile�tone dates. Small, brief duration projects
c. Tier 3- Schedule subrnittal required by contract as described in the
Specification and herein. Majority of CiLy prajects, including all bond program
proj ects
d. Tier 4- Schedule submittal required by contract as described in the
Specification and herein. Large and/or cainplex projects with long durations
1) Exa;nples: Iarge water purnp station project and associated pipeline with
int�rconnection to another governmental entity
e. Tier �- Schedule submittal required by contract as described in the
Specification and herein. Large and/or very complex proj ects wiYh long
dura�ions, high public visibility
1) Exa�nples might include a water or wastewater treatrrient plant
2. Baseline Schedule - 7nitial schedule submitted before work begins t1�at will serve
as the baseline for measuring progress and departures frorn the schedule.
3. Progress Schec�ule - Monthly submittal of a progress schedule documenting
progress on the project and any changes anticipated.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDAItD CONSTRUCTION SP�CIFICAT`ION DOCUMENTS City Project No. 103475-2
Revised duly l, 2011
013216-2
COIVSTRUCTION PROGRESS SCHEAULE
Page 2 of 5
4. Sched�lc Narrati�e - Concise narrative of the schedule including schedule
changes, expected delays, key schedule issues, critical path items, etc
B. Reference Standards
1. City of Fort Worth Schedu�e Guidance Docurr�ent
1.4 ADMINISTRATIVE REQUIREMENT�
A. Baseline Schedule
L General
a. Prepare a cost-loaded baseline Schedule using approved soflware and the
Critical Path Me#liod (CPM) as required in the City of Fort Worth Schedule
Guidance Document.
b. Review the draft cast-loaded baseline Schedule with the City to demonst�ate
understanding of the work to be performed and known issues and constraints
related to the schedule.
c. Designate an authorized representative (Project Scheduler} responsibie for
developing and updating the schedule and preparing reports.
B. Progress Schedule
1. Update the gragress Schedule rnonthly as required in the City of Fort Wor�
Schedule Guidance Document.
2. Prepare the �chedule Narrative to accompany the xnonthly progress Schedute.
3. Change Orders
a. Incorporate approved change arders, resulting in a cI�ange of contract tinne, in
the baseline Schedule in accordance with City of Fort Worth Schedule
Guidance Document.
C. Responsibility for Schedule Compliance
1. Whenever ii becomes apparent from the current progress Schedule and CPM Status
Report tha� de�ays to the critical path have resulted and t�e Contract corr�pletion
date will not be met, or when su directed by the City, make some or all of the
following actions at no additional cost to the City
a. Subrnit a Reco�ery Plan to the City for approval revised baseline Schedule
outlining:
I) A written statement of the steps intended to take to remove or arrest th�
delay to the critical path in tne approved schedule
2) Increase construction manpower in such quantities and cxafts as will
substa.ntially eliminate the backlog of work and return current Schedule to
meet projected baseline comp�etion daEes
3} Increase the number of worlcing hours per shift, shifts per day, working
days per week, the amount of construction equipment, or any combination
of the foregoing, sufficiently to substantially elirninate the backlog of work
4) Reschedule activities to achieve m�aximurn practical concurrency of
accomplishment of activities, and comply with the re�ised schedule
2. If no written statement of Yhe steps intended ta take is subznitted when so requested
by the City, the City may direct the Contractor to increase the level of effort in
manpower {trades), eqt�iprnent and work schedule (o�ertime, weekend and holiday
work, etc.) to be employed by the Con1ractor in arder to remove or arrest the delay
to the critical path in the approved scheduIe.
a. No additional cost for such work will be considered.
CI'L'Y dF FORT WORTH 2O18 $ond Year 2, Contract I4
STANDARD CpI+FSTRUCTION SPECIFICA'FTON bOCI.]MENTS City Project No. 1U1475-2
Revised July l, 2Q11
013216-3
CON5TRUCTION PROGRESS SCf3EDULE
Page 3 af 5
D. The Contract completion time will be adjusted only for causes specified in this
Contract.
a. Requests for an extension of any Contract completion date must be
supplernented with the following:
1) Fnrnish�ustification and supporting evidence as the City may deem
necessary to detemzine whether the requested extension of time is entitled
under the provisions of this Contract.
a} The City will, after receipt of such justi%cation and supporting
evidence, make findings of fact and wil� advise the Contractor, in
writing thereof.
2} If tl�.e City finds that the requested extension of time is entitled, ihe City's
determination as to the total number of days allowed for the extensions
shall be based upon the approved total baseline schedule and on all data
relevant to the extension.
a) Such data shall be included in the next updaiing of the Progress
schedule.
b) Ac#ual delays in activities which, accarding to the Baseline schedule,
do not affect any Contract cornpletion date shown hy the critical path in
the network wi11 not be the basis for a change therein.
2. Submit each request for change in Contract completion date to the City within 30
days after the beginning of the delay for which a time extension is rec�uested but
before the date of final payment under this Contract.
a. No time extension will be granted for requests which are not submitted within
the foregoing time limit.
b. From time to time, it may be necessary for the Contract schedule or completion
time to be adjusted by the City to reflect the effects of job conditions, weather,
technical difficulties, strikes, ur�avoidabie delays on the part of the City or its
representatives, and oiher tui%reseeable conditions which may indicate
schedule adjustments or completion time extensions.
1) Under such conditions, the City will direct the Contractor to reschedule the
wark or Contract completion time to reflect the changed conditions and the
Cantractor shall revise his schedule accordingly.
a) No additional compensation will be made to the Contractor for such
schedule changes except for unavaidable overall contract time
extensions beyond the actual com�letion of unaffected work, in which
case the Contractor shall take aIl possible action to mini�nize any time
extension and any additional cost to the City.
b) Available float time in the Baseline schedule may be used by the City
as well as by the Contractor.
3. Float or siack time is defined as the amount of titne between the earliest start date
and the latest s#art date �r between the earliest finish date and the latest finish date
of a chain of activities on the Baseline Schedule.
a. �'�oat or slack time is not for the exc�usive use or benefit of either the
Con�ractor or the City.
b. Proceed with �uvork according to early start dates, and the City shall have the
right to reserve and apportion float tirne according to the needs of the proj ect.
CTI'Y OF FORT WORTH 2O18 Band Year 2, Contract i4
STANDARD CONSTRUCTION SPECIFICA17pN bOCUMENTS City Project No. 101475-2
Revised July 1, 20i 1
O1 32 16 - 4
CONS'TRUCTION PROG12E55 SCHEDULE
Page 4 of 5
c. Acknowledge and agree that actual delays, affec�ing paths of acti�ities
containing float time, will not nave any effect upon contract completion times,
providing tliat the actual delay does not exceed the float time associated with
those acti�ities. �
E. Coordinating ScheduIe with Other Contract Schedules
1. Where work is to be performed under this Contract concurrently with or contingent
upon work performed on the same facilit�es ar area under other contracts, the
Baseline 5chedule shail be coordinated with the schedules of the other contracts.
a. Obtain the schedules of the other appropriate contracts from ttie City for the
preparation a�d updating of BaseIine schedule and make the required changes
in his schedule when indicated by changes in corresponding schedules.
2. In case of interference between the operations of different contractors, the City v�rill
determine the work priority of each contractor and the sequence of work necessary
to expedite the completion af the entire Prvject.
a. In such cases, the decisio�n of the City shall be accepted as final.
b. The temparary delay of any work due ta such circumstances sha11 not be
considered as justification for claims for additional compensation.
1.5 SUBNIITTALS
A. Baseline Schedule
1. Submit Schedule in native file format and pdf format as required in ihe Ciiy of Fort
Worth Schedule Guidance Document_
a. Native fiie format inc�udes:
1} Priznavera {Pb or Primavera Contractor)
2. Submit draft baseline Schedule to City prior to the pre-construction meeting and
bning in hard copy to the meeting for review and discussion.
B. Progress Schedule
1. Submit progress Schedule in na�ave file farmat and pdf farmat as required in the
City of Fort Worth Schedu�e Guidance Document.
2. Submit prograss Schedule monthly no later than the last day of the month.
C. Schedule Narrative
1. Su�mit the schedule narrative in pdf format as required in the City of Fart Worth
Schedule Guidance Document.
2. Submit schec�ule narrative monthly no later than the last day af the month.
D. �ubrr�ittal Process
1. The Cify adtninisters and manages schedules through Buzzsaw.
2. Contractor shall subrnit docum�nts as required in the City of Fort Worth Schedule
Guidance Document,
3, Once the project has been completed and Final Acceptance has been issued by the
City, no fuirther pzogress schedules are required.
CITY QF FORT WOR'TH 2O18 Bond Year 2, Contract i4
STANDARp CONSTRUCTION SPECIF'ICATIQN J]OCUMENTS City Praject No. 101475-2
Revised Iuly 1, 2071
413216-5
CONSTRUCTTDN FROCrRESS SCEi�DULE
Page 5 of 5
1.6 ACTION SUBMITTALS/INFQRMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. The person preparing and revising the canst�uciion Progress Schedule sha11 be
experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in this Specification shall be prepared,
updated and revised to accurately reflect the performance of the const�ruction.
C. Contractor is responsible for the quality of all submittals in this section rneeting the
standard of care for the canstruction indust�y For similar projects.
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 � PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CTTY 4F FORT WORTH 2O18 �vnd Year 2, Contract 14
5TANDARD CONSTRUCTION SFECIFICATION DOCUMENTS City Project No. 101475-2
Revised July 1, 2011
013233-1
PRECONSTRUCTION V1DE0
Page 1 of 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SUMMARY
A. Sect�on Includes:
1. Administrative and procedural requirements for:
a. Preconsi�-uction Vrdeos
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily Iitnited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A_ Measurement and Payment
1. Wark associat�d with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed far this Item.
1.3 REFERENCES [NOT USED]
1.4 ADNIINISTRATIVE REQIJIREMENTS
A. Preconstruction Video
1. Prod�ce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by constructi�n.
a. Pravide digital copy of videa upon request by the City.
2. Retain a capy of the preconstruction video until t�e end of the maintenance surety
period.
1.� SUBNIITTALS [NOT USED]
1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBNIITTALS [NOT USED]
2.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBM�TTALS [NUT USED]
1.4 QUALYTY ASSURANCE [NOT USEDj
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
l.11 FIELD [SITE] CONDITIONS [NOT USED] �
1.12 WARRANT'Y [NOT USED]
PART 2 � PRODUCTS [liiOT USED]
CI`I`Y qF FORT WORTH 201$ Bpnd Year 2, Contract lA
STANDARD COI�S'TRUCTION SPECTFICATTQN DOCiJMENT5 City Project No, 10I475-2
Revised 7uly 1, 2Q11
O] 3233-2
PRECONSTRUCTIpN VID�O
PART 3 - EXECUT�QN [NOT USED]
E:VD OF SECTION
Page 2 of 2
Reeision Log
DATE NAM� SUMMARY OF CHANG�
CTl'Y OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARI7 COTVSTRUGTION SPECIFICATION DOC[JMENTS City Project I�o. 10I475-2
Revased luly 1, 2Q1 I
0] 33 00 - 1
SiJBMTTTALS
Page i af S
SECTION Q133 00
SUBMITTALS
PART1- GENERAL
l.] SUMMARY
A. Section Inciudes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard 5pecification
1. None.
C. Related Specification Sections include, but are not necessari2y Iimited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division � — General Requirements
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADNIIIVISTRATIVE REQUIREMENTS
A. Coordination
1. Notify th� City in writing, at the time of submittal, of any deviations in t�e
submittals from the requirements of the Contraci Docwnents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficientIy in advance of
performing the related Work ar otl�er applicable activities, ar within the time
specified in the individual Wark Sections, oithe Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited ta:
a) Disapproval and resubrnittal {if required}
b) Coordination with other s�bm.ittals
c) Testing
d) Purchasing
e) Fabxication
� Delivery
g) Similar sequencec� activities
c. No extension of time will be authorized because of the Contractor's failure ta
transmit submittals sufficiently in advance of the Work.
CTI'Y OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS Ciry Project Na 101475-2
Revised Decem6er 20, 2012
61 33 00 - 2
SLTBMITTALS
Page 2 oi 8
d. Make submittals promptly in accordance with approved schedule, and 'rn such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. SubmittaI Numbering
l. When submitiing shop drawings or sazxaples, utilize a 9-character sub�nittal cross-
reference identification numbering system in the folJawing 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 Sect�on number.
c. Last use a letter, A-Z, indicating the resubrnission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
l) d3 30 00 is the Specification Section for Concrete
2) OS is the eighth initial submittal under this Speci�cation Section
3) B is the th�rd submission {second resubmission) of that partzcular shvp
drawing
C. Contractor Certi�cation
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to deterrnine and verify the following:
a. Fie1d measurements
b. Field eonstruction criteria
c. Catalog numbers and similar data
d. Confiormance with tlie Contract Documents
2. Provide each shop drawing, sample and product data submitted by ��e Contractor
with a Certification Statement afiixed including:
a. The Contractor's Company name
b. Signature of submittal re�iewer
c. Ccrtification Statement
1) "By tllis subrnittal, 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 shap drawings."
D. Submittal Format
1. Fold shop drawings larger than 8'/z inches x 11 inches to 8%z inches x 1linch�s.
2. Bind shop drawings and product data. sheets together.
3. Order
a. Cover Sheet
1) DescriptianofPacket
2) Contz�actor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Saznples /Calculations
E. Submittai Content
1. The date of submission and �he dates of any previous submissions
CITI' OF FORT WORTFI 2018 Bond Year 2, Contract 14
STAIVDARD CONSTRUCTION SPECIFICATION DpCUMENTS City Project Na, 101475-2
Revised December 20, 2012
oi3soa-s
SUBMITTALS
Page 3 of 8
2. The Praject title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Iden�ification of the product, with the Specification Section number, page and
paragraph(s)
G. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of tl�e Work or materials
S. Appticable standards, such as ASTM or Federal Specification n�xmhers
9. Identification by highlighting of dev�ations from Contract Documents
1�, Identification by hi,�hlighiing of revisions on resubmittals
11. An S-inc� x 3-inch blank space for Contractor and City stamps
F. Sha� Drawings
1. As specified in individual Wark Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installaiion (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actiaal shopwork rnanufacturing instructions
e. Custo�nn templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipmeni inspecrion and test reports including:
i) Performance curves anc� certifications
i. As applicable tQ the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on th� City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data %r products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manuiactured products (so�metimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installaiion
instructions
2) Availabiliiy of colors and patterns
3) Manufacturer's printed statements oi compliances and applicability
4j Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
C1TY OF FORT WORTH Z018 �ond Xear 2, Contract lh
STANbARD CONSTRUCTION SPECIFICATION DOC:i7MENTS City Project No, 101475-2
Revised December 20, 2012
O1 33 00 - 4
SLIBMITTALS
Page 4 of 8
7) �tandard wiring diagrams
8) Printed performance curves and operational-range dia�-ams
9) Production or quality control inspection and test reports and certifications
1 Q) Mill reports
11) �roduct operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable to tlie Work
H. Samples
1. As specified in individual Sections, include, but are not nece�sarily limited to:
a, Physical �xamples of the Work sucla as:
1) Sections ofmanufactured or fabricated Work
2) Sma13 cuts or containers of materials
3) Cornplete ttnits of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordinatiora of visual effect
5) Graphic syxnbols and units of Wark to be used by the Ci�ty for independent
inspection and testing, as applicable to the Work
I_ Do not start Work requiring a shap drawing, sample or praduct data nor any material to
be fabricated or insYalied pr�or to the approval or quafified approval of such item.
1. Fahrieation performed, maierials purchased or an-site const�ction accamplished
which daes not conforna to approved shop drawings and �.ata is at the Contractor's
risk.
2. The City will not be iiable far any expense or delay due to corrections or rerriedies
required ta accornplish conformity.
3. Complete project Work, rnaterials, fabrication, and installations in conformance
with approved shop drawings, applicable sampies, and produci data.
7. Submittal Distributian
Electronic Distribution
a. Confirm development of Project c�irectory for elect�ronic submittaIs ta be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Uplaad subrnittal to designated project directory ar�d notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies far all submitta�s
b) If Contractor requires more than 1 hard copy of S�op Drawings
returned, Contractor shall submit Ynore than the number of copies listed
above.
c. Product Data
1) Upload submittal �o designated project directory and notify appropriate
City representatives �ia e�ail of submittal pasting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1} Distributed to ihe Project Representative
2. Hard Copy Distrihution (if required in lieu of electronic distributian)
C1TY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANBARD COI�STRUCTIOI�i SPECIFiCATIbN DOCLJMENTS Ciry Froject No. 101475-2
Revised December 20, 2U12
O1 33 OD - S
SU$MITTALS
Page 5 of 8
a. Shap Drawings
1) Distributed to the City
2} Copies
a) 8 copies for mechanical submittals
b) 7 copies for alI ather submittals
c) If Contractor requires more than 3 c�pies of Shop Drawings returned,
Contractar shall submit more than tlae number of copies listed above.
b. Product Data
1) Distributed to ihe City
2) Copies
a) 4 copies
c. Samples
1) Diskributed to the Project Representative
2} Copies
a) Submit the number stated in the respective Specificaiion Sec�ions.
Distribute reproductions af approved shop drawings and copies of appraved
praduct data and samples, where required, to the job site iile and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the nurnber
previously specified.
K_ Submittal Review
1. The review af shop drawings, data and sarnp�es will be far general conformance
with the design cancept anc� Contract Documents. This is not to be construed as:
a. Pexmitting any deparhzre from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
c�imensions, and mater�als
e. Approving departures from details furnished by the City, except as othert�ise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contraet.
a. All risks of error and omission are assumed by the Contractor, and the City will
laave no responsibility iherefore. �
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, far selecting fabrication processes,
for techniques of assembly and for performing Work in a safe rnanner.
4. If the shop drawings, data or sampies as submitted describe variations and show a
departure fram the Contract reyuirements which City finds to be in the interest of
tha City and to be so minor as not to involve a change in Contract Price or time for
performance, the City rnay return the reviewed drawings without noting an
exception.
5. Submittals wilI be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTI�NS TAKEN" is assigned when there are no notations or
comments an the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH 202$ Bond Year 2, Contract 14
S'iANDARD CONSTRUCTION SPECIFICATION BOCUMENTS City Project Na. 101475-2
Revised Decem6er 20, 20t2
at 33 00 - s
SUBMITTAI.S
Page 6 of 8
1) °EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Confractor.
a) The Contracior may release the equipmeni or material %r manufacture;
nowever, all notations and comments must be incorporated inta the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combinatian af codes is
assigned when notations and coinrnents are extensive enough to requrre a
resubmittal of tne package.
a) The Contractor may release the equipment or materia� for manufacture;
however, alI notations an�. comments must be incorporated into the
final product.
b) This resubmittal is to address alI camments, omissions and
non-conforming items that were nated.
c) Resubmitta.l is to be received hy the Ciiy within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
i) "NOT APPROVED" is assigned when the submittal does z�ot rneet ihe
intent of the Contract Docttments.
a} The Contractar must resubmit fihe entire �ackage revised to bring the
submittal into conforrr�ance.
bj It may be necessary to resubmit using a different manufacturer/vendor
tv meet the Cantract Documents.
6. Resubmittals
a. Handled in the same manner as first submitials
1) Corrections other than requested by tt�e City
2} Marked with revision triangle or other simiiar method
a) At Cantractor's risk if not marked
b. Submittals for each item wilI be reviewed no more than twice at tl�e 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 ar City
Representative's then prevailing rates.
2) Provide Contractar reimbursernent to the City within 30 Calendar Days for
all such fees invoice�. by the City.
a The need for more than 1 resubmission or any other delay in obtaining City's
xevier�v of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review subrnittals deemed partiai, at the City's
discretion.
b. Submittals deemed by the City to be not complete wiIl be returned io the
Contractor, and will be considered "Not Approved" until resubmittad,
c. The City may at its option provide a list or mark th� submittal directing the
Contractor to the ar.eas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereo£to the City at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WQRT�I 2018 Bond Year 2, Cantract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C`ity Project IVo. 107475-2
Revised December 20, 2012
013300-7
SUBMITTALS
Page 7 of 8
9. When the shop drawings have been complcted to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions frorn the City.
l 0. Each submittal, appropriately coded, will be returned within 30 Calendar Days
folIowing receipt of submittal hy the Cit}+.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete tinits of the standard of acceptance for that type of Wark to be
used on the Project. Remove at the completion of the Work ar when directed.
M. Qualifica�ions
1. Tf specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information {RFI)
Contractor Request for additional information
a. Clarification ar interpretation of the contract dacuments
b. When ihe Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarificaiion
2. Use the Request for Information {RF� form provided by the City.
3. Nu�nbering of RFI
a. Prefix with "RFI" followed by series number, "-�cx", beginning with "Ol" and
increasing sequentially with each addiiional transmittal.
4. Suf�cient information shall be at�acIaec� to pernut a written response without further
information.
5. The City will log each request and wili review the requ.est.
a. If review of the project information request indicates that a change to the
Cantract Documents is required, the Ciry will issue a Field Order or Change
Order, as appropriate.
1.� SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �NOT USED]
1.'9 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAIIVTENANCE MATERIAL SUBMiTTALS [NOT USED)
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIQNS [NOT USED]
1.12 WARRANTY [NOT USED]
CTFY DF FORT WORTH 2Q18 Bond Xear 2, Contract 14
STAI�iDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1fl1475-2
Revised December 20, 2012
013300-8
SiJBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3- EXECUTION rNOT USED]
END OF SECTION
Re�ision Log
DATE NAME SUMMARY OF CHANGE
12/20/2Q12 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STA1�flARD CONSTRUCTION SPECiFICATION DQCi]MBNTS City Project No. 101A75-2
Revised December 20, 2012
D13513-i
SFECIAL FR07ECT PROCEDURES
Page 1 af S
2
3 PARTI� GENERAL
4 l.l SUMMAItY
5 A. �ec�ion Includes:
6
7
8
9
10
11
l2
13
14
IS
16
17
18
19
SECTION 013� 13
SPECIAL PROJECT PROCEDURES
l. The procedures for special project circumstances that �ncludes, but is not limited to:
a. Coordination with the Texas Depart�nent of Transportation
b. Work near High Voltage Lines
c. Conf'inec� 5pace Entry Prograrn
d. Air PoIlution Watch Days
e. Use of Explosives, Drop Weight, Etc.
f. Water Department Notification
g. Public Notificatian Prior to Beginning Construction
h. Coordination with United States Army Corps of Engineers
i. Coordination within Railroad permits areas
j. Dust Control
k. Employee Parking
B. Deviations from this City of Foz�t Warth Standard Specification
l. Nane.
20 C. Related Specification Sections include, but are not necessarily limited to:
21 i. Division 0— Bic�ding Requirements, Contract Forms and Conditions of the Coniract
22 2. Division l— General Requiremients
23 3. Section 33 12 25 — Connecnon to Existing Water Mains
24 ].2 PRICE AND PAYMENT PROCEDURES
25
26
27
28
29
30
31
32
33
34
35
36
37
3$
39
40
41
42
A. Measurement and Pa�ment
1. Coardina�ion within Railroad permit areas
a. Measurement
1) Measurement for tt�is Item will be by lump surn.
b. Payment
i} The work performed and materials furnished in accordance with this Item
wi11 be paid for at the lump sum price bid for Railroad Coordination.
c. The price bid shall include:
1) Mobilization
2) Inspection
3) Safety training
4) AdditionalInsurance
5) Insurance Certificates
6) Other re�uirements associated witla general coardination with Railroad,
including additional ernployees required to pratect the right-of-way and
property of the Railroad from damage arising out of and/or from the
constr�.iction of the Project.
2. Railroad Flagmen
CI7'Y OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDAI2A CONSTRUCTTON SPECIFICATION DOCUMENTS Ciry Project No. 1.01475-2
Revised 1]ecember 2D, 2012
07 35 13 - 2
SPE,CIAL PR03ECT PROCEDURES
Page 2 of 8
1
2
3
4
5
6
7
8
9
10
lt
12
13
a. Measurement
1} Measurement for this Item will be per working day.
b. Payment
l) The wark performed and materials fiirnished in accordance with this Item
will be paid for each warking c�ay that Railroad Flagmen are prese�zt at the
Site.
c. The price bid shall include:
1) Coordination for scheduling flagmen
2) Flagmen
3) Other req�irements associated with Railroad
3. All other items
a. Work associated with these Items is considered subsidiary ta the �arious Items
bid. No separate payment will be allowed for this Item.
14 1.3 REFERENCES
15 A. Reference Standards
16 1. Reference standards cited in this Specification r�fer to the current reference
17 standard published at the tirne of the latesi revision date logged at the end of this
18 Specification, unless a date is specifically cited.
t 9 2. Health and Safeiy Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
20 High Voltage Overhead Lines.
21 3. North Central Texas Council of Gover�ui�ents (NCTCOG) — Clean Construction
22 Specification
23 1.4 ADMYNISTRATIVE REQUIREMENTS
24 A. Coordination with the Texas Department of Transportation
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1. When work in the right-af-way which is under the jurisdictian of the Texas
Department of Transpor�ation (TxDOT):
a. Notify the Texas Department of Transportatian prior to cornrnencing any work
therein in accordance with the provisions of the permit
b. All work perforn�ed in fhe T�OT right-of-way shall be performed in
compliance with and subject to approval from the Texas Departrnent of
Transportahon
B. Work near High Valtage Lines
1. Regulatory Requirements
a. All Work near High Voltage Lines (m.ore than 600 volts measured between
conductors ar between a conductor and the ground} shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirernents.
3. Equipment operating within 10 feet of higl� �oltage lines will require tl�e following
safety features
a. Insulating cage-type of guard about the boom or arm
b. Insulaior links on the lift Iaook conneciions for back hoes or dippers
c. Equiprzaent must rneet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high voltage lines
4. Work wit�in 6 feet of high voltage eleciric lines
CIT`Y OF FORT WORTH
STANDARD CONSTRUCTIQN SPSCIFICATION DOCiJM�NT5
Revised December 20, 2Q12
2018 Band Year 2, Contract lA
Ciry Project No. 1014'i5-2
Q1 35 23 -3
SPECIAL PR07ECT PROCEI]U1�5
Page 3 of 8
1
2
3
4
5
b
7
8
9
10
11
12
13
14
15
16
17
I8
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. Notification shall be given to:
1) The power cor�apany {example: ONCOR)
a) Maintain an accurate log of all such cal�s to power company and record
action taken in each case.
b. Coordinatron wiih power connpany
1) After notifcation eoordinate with the power company to:
a) Erect temporary mechanical bamers, �e-energize th� lines, or raise or
lower the lines
e. No personnel may work within 6 feet of a high voitage line before tlie above
requirements have been met.
C. Confined Space Entry Prograrn
1. Provide and follow approved Confined Space Entry Program in accardance with
OSHA requirements.
2. Confined Spaces include:
a. Manhales
b. All other canfned spaces in accordance with O5HA's Permit Required for
Confined Spaces
D. Air Pollution Watch Days
i . General
a. Observe the follawing guidelines relating to working on City construction sites
on days designated as "AIR POLLUTION WATCH DAYS".
b. Typical Ozane Season
1) May ] through October 31.
c. Critical Emission Time
1) 6:00 a.m. to 10:00 a.m.
2. Watch Days
a. The Texas Commission on Environmental Quality (TCEQ), in coordinat�on
with the National Weather Service, wi11 issue the Air Pollution Watch by 3:00
p.m. on the af�ernoon p�iox to the WATCH day.
b. Requirements
1) Begin work after 10:00 a.zxa. whenever construction phasing requires the
use of motorized equipment for periods in excess of 1 hour.
2) However, the Contractor rnay begin work prior to 10:00 a.rn. if:
a) Use of motorized equipment is less than 1 hour, or
b) If equipment is new and certified by EPA as "Low Emitting", or
equiprnent burn� Ultra Low Sulfur Diesel (LTLSD), diesei emulsions, or
alternative fuels such as CNG.
E. TCEQ Air Pexmit
1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
F. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Pu�lic Notification
1) Submit notice ta City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section pl 31 13
46 G. Water Department Coordination
CITY OF FORT WORT�T
STANDARD CONSTRUCTION SAECIFICATI�N DOCUMENTS
Revised December 20, 2012
2018 Bond Year 2, Contract 14
Ciry Project No. 101475-2
013513-4
SPECIAL PR07ECT PROCEDURES
Page 4 of 8
1 1. During the construction of this project, it will be necessary to deactivate, for a
2 period of tir�e, existing �ines. The Contractor shail be required ta coord�nate with
3 the Water Department to determine the best times for deactivating and activating
4 those lines.
5 2. Coordinate any event that will require connec�ing to or the operatian of an existing
6 City water tine system with the City's representative.
7 a. Coordina�ion s�tall be in accordance with Sectifln 33 12 25.
8 b. If needed, obtain a hyclrant water meter fram the Water Depariment for use
9 during the life of named project.
10 c. In the event ti�at a water valve on an exis�irig li�e system be turned off and on
11 to accommodate the consttuction of the project is required, coordinate this
12 activity through the appropriate City representative.
i3 1) Do not operate water line valves of existing water system.
14 a) Failure to comply will r�nder the Contractor in violation of Texas Penal
15 Code Title 7, Chapter 28.03 (Criminal Mischief} and the Contractor
16 wi11 be prosecuted to the full extent of the law.
17 b) In addition, t�e Contraetor �i11 assnme a1� lialailities and
18 responsibiliiies as a result af these actions.
19 H. Public Noiification Prior to Beginning Construction
20 1. Prior to beginning construction an any block in the project, on a block by block
21 basis, prepare and deliver a notice or flyer of the pending constt�ic�ion to the front
22 door of each residence or business that will be impacted by construction. The notice
23 shall be prepared as follows:
24 a. Post notice or flyer 7 days prior to beginning any construction ac�ivity on each
25 block in the project area.
26 1) Prepare flyer on the Contractor's letterhead and include the following
27 information:
28 a) Name of Project
29 b) City Project No (CPN)
3U c) Scope of Project (i.e. type of const;r�ction activity}
31 d} Actual construction duration within the block
32 e} Name of the contractor's foreman and phone number
33 fl Name of the City's inspector and phane number
34 g) Ciry's after-hours phone number
35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit
36 A.
37 3} Subrait schedule showing the construction start and finish time for eack�
38 block of the project to tl�e inspector.
39 4) Deliver flyer to the City Inspector �or re�iew prior to distribution.
4U b. No construction will be allowed �o begin on any block until the flyer is
41 delivered to a11 residents of the block.
42 I. Public Notification of Temporary Water Service Interruption during Const�uction
43 1. In the event it becomes necessary to ternporarily shut down water service to
44 residents or businesses during construction, pxepare and deliver a natice or flyer of
45 the pending interruption to the front door of each affected resident.
46 2, Prepared notice as follows:
47 a. The no�ification or flyer shall be posted 24 hours prior to the temporary
48 interruption.
C1TY OF FORT WORTH 2O18 Sand Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCCiMENTS City Project No, 101475-2
Revesed Decemher 2U, 2012
013573-5
SFECIAL FR07ECT PROCEAi7RES
Page 5 of S
1
2
3
4
5
6
7
S
9
i0
11
12
13
14
15
16
17
18
19
Za
21
22
23
24
25
26
27
28
29
3a
31
32
33
34
3S
36
37
38
39
40
41
42
43
44
b. Prepare flyer on the cantractor's letterhead and include the following
infarmation:
1} Name of the project
2) City Project Number
3) Date of the interruption of service
4) Period the inteiruption will take place
5) Name of the cantractar's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notifieation is attached as
Exhibit B.
d. Deliver a copy of the temporary interruption notifica�ion to the City inspector
for review prior to being distributed.
e. No interruption of water service can occur until the flyer nas been delivered to
all affecEed residents and businesses.
£ Electronic versians of the sample flyers can be obtained from the Project
Co:nstruction Inspector.
.T. Coordina�ion with United States Army Corps of Engineers (USACE)
At locations in the Project where construction activities occur in areas where
USACE permits are required, zneet alI reyuirements set forth in each designated
permit.
K. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where
railroad permits are required, meet all �equirements set forth in each designated
raiiroad permit. This includes, but is not limited ta, provisions for:
a. Flagmer�
b. Inspector�
c. Safeiy training
d. Additional insurance
e. Insurance certificates
f. Other employ�es required to protect the right-of-way and property af the
Railroad Company from damage arising out of and/or from the construction of
the project. Proper utility clearance procedures shall be used in accordance
with the pern�it guidelines.
Z. Obtain any supplemental information needed to camply with the razlroad's
requirements.
3. Railroad Flagman
a. Submit receipts to City for verification of working days that railroad flagmen
were present on Site.
L. Dust Control
1. Use acceptable rneasures to controi dust at the Site.
a. �f water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
M. Eznployee Parking
1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SFECIFICATION DOCUMENTS
Revised becember 20, 2012
2018 Bond Year 2, Contract 14
City Project No. 101475-2
013513-6
SPECIAL PR07ECT PROCEDURES
Page S of S
1 1.� SUBMITTALS �NOT USED]
2 1.6 ACTION SUBMYTTALS/iNFORMATIONAL SUBMITTALS [NOT USED]
3 1.'� CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUSM�TTALS [NOT USED]
S i.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NQT USED]
7 1.11 FLELD [SITE] CONDITIONS [NOT USED]
8 1.1�. WARRANTY ['VOT USED]
9 PART �, - PRODUCTS �NOT U�ED]
10 PART 3- EXECUT�ON [1vOT USED]
11
12
END OF SECTION
Revision Log
DAT� NAME SUMMARY QF CHANGE
1.4.5 — Added requirement of compliance with Health and Safety Code, Title 9.
8/31/2012 1�. Johnson Safety, Sub�itle A. Public Safety, Chapter 752. High Voltage Dverhead Lines.
1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Pernut
13
CITY OF FQRT WORTH 2O18 Bond Year 2, Contrxct 14
STANbARD COIVSTRUCTION SPECIFICATTON DQCiJMENTS City Project No. 107475-2
Re�ised December 2p, 2p12
013573-7
SPECL4I, PRO]�CT PRaCEDURES
Page 7 of 8
1
2
3
4
S
6
7
S
9
lo
�1
12
]3
14
15
�6
17
1$
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3�4
35
36
37
aate:
CPN No.:
Project Name:
Mapsco Locatinn:
Limits a� Construction:
EXHIBIT A
{To be printed on Contractor's Letterhead}
�
�'�
�
� i
�
i II i
i I
il-11S IS iO IN�ORfV„� �i'OU THA'C UNDEE� A CONTR�.CT lf�lliH il-IE CITY OF' ��R7'
1AIOR�f�, ��JR C�nI1�Ail�Y F�VVI�� l�V�ORFZ �R! Ui1�liY �i�l�� OP� OR AR��11V� 1f�U�i
PROP��iY.
C�PlS�R�IC�IOPE FlM�I�� ��CIR� APF�Fi�X1�9A���Y S���R,� �AYS r�r�iORfl i{�l� D�-,°iFc
O� ikllS n�oilC�.
II� YOU bAV� C�U�SiIONS .���Ui dCG�SS, SECU�ITIr, S���iY OR dPIY �ibE�
1SSU�, �l��AS� �A��:
I�ir. <COPiYRACTOR°S SUP�RiN��N��i��� �� C���,�p�ON� RO.�
OR
�ir. CCITY INS�l�CT�R� AT C T�LFcPHOPlE WO.�
�e���R 4:30 ��N �R OP! ���F4�IV��, P��a�� CA�� (�1�'} 39� �30�
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH
STANDf1RD CONSTRUCTION SPECIFICATTON AOCUMENTS
Revised I?ecember 20, 2012
2018 Bond Year 2, Cantract 14
City Project No. 101475-2
013573-8
SPECIAL PRQJECT PROCEDURES
Page 8 of 8
I
2
EXHIBIT B
�o��r i�o���
�
���.�
��
���°�� �� ����r v�v�►��� :���c�
i������
DUE TO UTTLITX IA�IPRQV�M�I�TB IAi YOUR NEIGHBORHOOD, YDUR
WA,T�R SERVCCE'WiT,L BE II�i'TER[iUPTED ON
BETWEEN THE HUUli3 OF .�iPiD
IF YOU HA� QUE5't10N5 ABOU3` THIS SHi7T-OUT, PLEA$� CAL1.:
MR. A1'
{CONTRAC'i'URS SUPERINTETiDEPi'i') ("TELEPAQNE NL3MBER)
OR
MI2. AT . _ _
(CITY IPiSPECT4R) ('�I.EPHONi�: NUA�IBER)
THIS II�ICONVENIEPTCE WII,I, BE .4�5 SHORT AS POSSiBLE.
'�iAPTK YOU,
, C'ON3'ItACTOR
3
4
CITY pP FQRT WORTH
STANDARb CONSTRUCTI�N SAECIFICATTON D�CUMENTS
Revised Ilecemher 20, 2012
201$ Bond Year 2, Contract 14
City ProjecE No. 101475-2
014523-1
TESTING AND INSPECTIdN SERVICES
SECTION 0145 23
TESTING AND IN�PECTION SERVICES
PART l - GENERAi.
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection sezvzces pxocedurre� and coordination
B. Deviations from this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
Page ] of 2
1. Division 0— Bidding Requirement�, Contract Forms and Conditions of �he Contract
2. Division 1— General Requiremen#s
1.� PRICE AND PAYMENT PROCEDURES
A. Measuremeni and Payment
I. Work associaied with this Item is considered subsidiary to ihe various Iterns bid.
Na separate payment will be allowed for this Item_
a. Contractor is respansible for perfornung, coardinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1} If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payrnent of subsequent Qualily Assurance
testing until a passing test occurs.
a) Fina1 acceptance will not be issued hy City �antil all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADNIINISTRATIVE REQUIREMENTS
A. Testing
1. Complete iesting in accordance with the Contract Documents.
2. Coordination
a. When tes�ing is required to be perforrned by the City, noiify City, sufficiently
rn advance, when testing is needed.
b. When testing is required to be completed by the Contractar, notify City,
suf�ieiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distriburion
1) Confirrn development of Project directory for electronic submittals to be
uploaded ta City's Buzz�aw site, or another external FTP site approved by
the City.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTJON SPEGIFICATIpN DOCLTMENTS City Project No. 101475-2
Revised July 1, 2011
Q7 45 23 - 2
TESTi1VG AND ]1VSPECTIOI�I SERVICES
Page 2 of 2
2) Uplaad test reports to designated project dir�ctory and notify appropriate
City representatives via ema�l af submittal posting.
3) Hard Copies
aj 1 copy for a11 submittals submitted to the Project Representative
b. Hard Copy Distribution {if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to t�e Contractor
2} Tests performed by the Cont�ractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets far each delivered load of
Concrete or Lime material including the follawing information:
a. Name of pit
b. Date of delivery
c. Material deiivered
B. Inspection
1. Inspection ar laek of inspection does not relieve the Coniractor from obligation to
perform wark in accordance wzth ihe Contract Documents.
L� SUBNIITTALS [NOT USED�
1.b ACTION SUSMITTALS/INFORMATIONAL SUBNIITTALS [li�OT USED]
1.�' CLOSEOUT �UBMITTALS [NOT USED]
1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT T7SED]
1.9 QUALITY ASSURANCE [NOT USED�
1.10 DELIVERY, STORAGE, AND HANDLING [NOT iTSED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NUT USED]
PART 2 - PRODUCTS [NOT U�ED�
PART 3 � EXECUTION [NOT USED]
END QF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH 2O1A Bond Yeax 2, Contract T4
STANDARD GONSTRUCTION SPECIFICATION DOCi]MENTS Ciry Project No. 101475-2
Revised July 7, 2011
015000-1
TEMPOR.ARY FACILITIES ANb CONTROLS
SECTION 0� �0 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SUMMARY
A. Section Inciudes:
Page 7 of 4
1. Provide temporary facilities and controls needed for the Work including, but not
necessarily Zimited to:
a. Temporaxy utilities
b. Sanitary faciIities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construc�ion site
B. Deviations from t1�is City of Fort Worth Staridard Specification
1. None.
C. Related Specification Sections i�clude, but are not necessarily limited to:
l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cor�tract
2. Division 1— General Requirements
1.2 PRiCE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated witli this Item is considered sub�idiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMIIVISTRATYVE REQUIREMENTS
A. Temporary Utilities
1. �btaining 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 cos�s until Work is approved for Fznal
Acceptance.
1) Included are fuel, power, light, heat and other uti�ity ser�ices necessary for
execution, completion, testing and initial operatian of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piprng, equipment, devices or other use as
required for ttae completion of the Work.
b. Provide and maintain adequate supply aipotable water for domestic
consumption by Contractor personnel and Ciiy's Project Representatives.
c. Coordination
1) Contact City 1 week befare water for canslruction is desired
CTI'X OF FORT WpRTH 2O18 Bond Year 2, ContracE 14
STANDARB CONSTRUC'I'lON SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised 7uly l, 20T 1
oisoao-z
TEMPOIt.ATtY FAGILI'TI�S AI�lD CONTROLS
Page 2 of 9
d. Contractor Payment for Construction Watex�
1} Obtain construction water meter from City for pay�nent as billed by City's
established rates.
3. E1ee#xicity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing oi Work.
1) Provide power %r Iighting, operation of equipment, or other use.
b. Electric power service includes temparary power service or generator to
maintain operations during scheduled shutdoum.
4. Telephone
a. Provide emergency telephone ser�ice at Site for use by Cantractox personnel
and otlaers performing work or fiunishing services at Site.
5. Temporary Heat and Ventilation
a. Pravide temporary heat as necessary for protectian or completion of Work.
b. Provide ternporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persans on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitaYy facilities.
b. No discharge wilI be allowed fratn these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and wasie of%site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and rnaintained tl�roughout Project.
4. Remove facilities at completion of Project
C. Starage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground le�rel for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible ta weather darnage may be on blocks off
ground.
3. Store materials in a neat and orderIy manner.
a. Place materials and equipment to pern�it easy access for identification,
inspection and inventory.
4. Equip buildizag with lackable doors and lighting, and pravide electrical service for
equipment space heaters at�d heating or ventilation as necessary to provide storage
environments acceptable to speci�ed znanufaciurers.
5. Fill and grade site far temporary structures to pro�ide drainage away from
temparary and existing buildings.
b. Rernove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CI'I'Y OF FORT WORT'H 2O18 Bond Year 2, Contract 14
STAI�1DARp CONSTRUCTIOI� SPECIFICATION DQ(`LTMENTS City Praject Na. 107475-2
Revised 7uly 1, 2Q11
Ol 50 00 - 3
TEMPORAl2Y PACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on-call at a11 �imes
b. Must respond in a timely manner
�'. Temporary Protection of Constt�ction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
L� SUBMITTALS [NOT USED]
1.6 ACTI�N SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBNIITTALS �NOT USED]
1.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURA.NCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPAR.ATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintair� all temporary facilities for duration of construction activities as needed.
3.� [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.i FIELD [ox] SITE QUALITY CONTROL [NOT USED]
3.� SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLE�NG [NOT USED]
3.�I CLOSEOUT ACTIVITIES
A. Temporary Facilities
CTI'7i' OF FpRT WORTH 2O18 Bond Year 2, Contract 14
STANDAItD CONSTRUCTION SPEEIFICATION DOCiJM:�NTS City Project No. 141475-2
Revised July 1, 2011
015000-4
TEMPORA,RY RACII.ITIES AND CO�STROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after campletion af the Work, to a
condition equal to or better t�an prior ta start of Work.
3.1� PROTECTIQN [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUI�IMARY OF CHANGE
CI'I`Y OP FORT WflRTH 2O18 Bond Year 2, Contract i4
STANBARD CONSTRUCTION SPECTFICATION DOCidMENTS City Froject No. 101475-2
Revised July 1, 2p11
015526-1
STREET USE PERMIT AND MOD]FICATIOATS Td TRAFFIC CONTROL
Aage 1 of 3
SECTION Ol 55 2b
5TREET USE PERMIT AND MODIFICATION� TO TRAFFIC CONTROL
PART 1 � GENERAi,
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permit
b. Modification of approved traffic control
c. Removal of Street Signs
B. Devixtions from this City of Fort Worth Standard Specification
l. None.
C. Related 5pecification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract �'orms and Conditions of the Contract
2. D'avision 1-- General Requirements
3. Section 34 71 13 — Traf�c Control
1.2 PRICE AND PAYMENT PROCEDLTRES
A. Measurement and Payment
�. Work associated with this Item is c�nsidered subsidiary to the various Items bid.
No separate payment will be allowec� %r this Iiem.
I.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Con�rol Devices (TMUTCD).
1.4 ADNiYNiSTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Contro�.
B. Street Use Pert�ait
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Pertnit, submit Traffic Conirol Plans to City
Transportation and Pub�ic Works Department.
CITY OF FORT WORT'H 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUC'TION SP�CIFICA'TION DOCLTNIBNTS City Project No. 101475-2
Revised 7uly 1, 2011
U15526-2
STREET USE PERMTI' ANI� MObIFTCATIONS TO TRAFFIC CONTR�L
Page 2 of 3
l) Allow a minimum of 5 working days for pernut review.
2) Contractor's responsibility to coordinate review af Traf�c Cantrol plans for
Stteet Use Fermit, such that constniction is not delayed.
C. Modifica�ion to Approved Traffic Control
Prior to installation traffic control:
a. Submit revised traffc control plans to City Department Transportation and
Public Works Department.
1} Revise Traffic Contro� plans in accordance with Section 34 71 13.
2) Allow minimum S working days for review of revised Traffic Control.
3) It is the Coniractor's responsibility to coordinate review of Trafiic Control
plans for Street Use Pernut, such that construction is not delayed.
D. Rernoval of Street Sign
1. If it is deternuned that a street sign. must be removed for construction, then contact
City Transpartation and Public Works Depart�ment, Signs and Markings Division to
remove the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign wiih temparary sign meeting
requirements of the Iatest edition af the Texas Manual on Uniform Traffic Control
De�ices {MUTCD}.
2. Insiall temporary sign before the remo�al of perman�nt sign.
3. When constructzon is complete, to the extent that the pezxnanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traific Control Standards can be found nn �he City's Buzzsaw website.
1.� SUBMITTALS [NOT USED]
1.b ACTTON SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USEDj
1.7 CLOSEOUT SUBIVIITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBIVIITTAL,S [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED)
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITION� [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 -� EXECUTION [NQT USED]
END OF ,�ECTION
CIFX OF FORT W4RTH 2O18 Bond Year 2, Contract 14
STANDARIJ CONSTRUCTION SPECIFTCATIQN DQCUA+IENTS City Project No. lQ] 475-2
Revised luly 1, 2p17
015526-3
STREET USE FERMTI' AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OP CHANGE
CITY OF FORT WORTH 2O18 Bond Yeaz 2, Contract 14
STANDARD CONSTRi3CTIQN SPECIFICATION DOCLTMENTS City Project No, f 01475-2
Revised Jufy 1, 2011
o1s�i3-i
STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION Ol �713
STORM WATER POLLUTION FREVENTION
PART1- GENERAL
LI SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Preven�ion Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarity limited to:
1. Division 0— Bidding Requirerz�ents, Con�ract Forms and Conditions of the
Contract
2. Division 1— General Require�nents
3. �ection 31 25 00 ---- Erasion and Sediment Control
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acr� oi disturbance
a. Work associated with this Ttem is considered subsidiary to #he various Items
bid. No separate payrnent will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of d�isturbance
a. Measurement and Fayment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Terminaiion: NOT
3. Storm Water Pollution Prevention Flan: SWPPP
4. T�xas Commission on En�ironxnental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the �ates� revision date logged at the end of this
Speci�cation, unless a date is specifically cited.
2. Integrated Storm Management {iSWM) Technical Manual for Construction
Controls
1.4 ADMINI�TRATIVE REQUIREMENTS
A. General
1. Contractor is responsible fox resolution and payment of any fines issued associated
witl� compliance to Stormwater Pollution Prevention Plan,
CTTY OF FORT WORTH 201 S Bond Year 2, Contract 14
STANDARD CONS7RiTGTION SPECIFICATION DOCUMENTS City Project No. 1O1475-2
Revised July 1, 2011
015713-2
STOItM WATER POLI,UTION PREVENTIOAT
B. Construction Activities resulting in:
Fage 2 of 3
1. Less than 1 acre af disturbance
a. Provid� erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acxes af disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Perrnit is required
b. Comp�ete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general perznit
TXR150000
a) Sign and post at job site
b) Pz-ior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, {81'�) 392-
6088.
2} Provide erosion and sediment control in accordance with:
a) Section 31 25 QO
b} The Drawings
c) TXRI50000 General Pernut
d} SWPPP
e} TCEQ requirements
3. 5 acres or more of Dishzrbance
a. Texas Pollutant Discl�arge Elimina�ion System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requir�ments
1} Frepare a TCEQ NOI form and submit to TCEQ along �with required fee
a) Sign and post at job site
b) Send capy to City Department of Transporta�ion and Public Works,
Environmental Division, {8l 7} 392-60$8.
2) TCEQ Notice of Change required if making chang�s or updates to NOI
3) Provide erosion ar�d sediment control in accordance with:
a} Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4} Once the project has be�n completed and all the closeout requirements of
TCEQ have been met a TCEQ Nofice of Termination can be submitt�d.
a) Send copy to City Department of Transportation and Pubiic Works,
Environmental Division, (817) 392-6088.
l.� SUBMITTALS
A. SWPPP
Submit in accordance with Section O1 33 00, except as stated lzerein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1} 1 copy to the City Project Manager
a) City Praject Manager will forward to the City Department of
Transportatian and Public Works, Environmezital Division for review
CITY OF PORT WORTH 2O18 Band Xear 2, Con�act I4
STAI�iDARD CpNSTRUCTION SPECIFICATION bOCi.]iVIENTS City Praject No. 1Q1475-2
Revised 7uly 1, 2011
O] 5713 -3
5TORM WATLR FOLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is r�vised during construction, resubmit modif ed 5WPPP io the City
in accordance wi�th Sectian Ol 33 p0.
1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLO�EOUT �UBNIITTALS [NOT USED]
1.$ MAINTENANCE MATERiAL SUBMITTALS [NOT USED]
19 QUALITY ASSURANCE [NOT USED]
L10 DELIVERY, STORAGE, AND HANDLING [NOT USED)
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARR.ANTY [NOT USED)
PART 2 � PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revisio� Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH z018 Bond Year 2, Contract 14
STANDARD CONSTRUC'TION SPECIFICATIOA] DOCUMENTS City Praject IVa 101475-2
Revised ]uly 1, 20ll
025813-1
TEMPORARY FROJECT SIGNAGE
Page t of 3
SECTION Ol �$13
TEMPORARY PROJECT SIGNAGE
PART 1 - GENERAL
f .1 SUMMARY
A. Section Includes:
1. Temporary Project Signage Requiremen#s
B. Deviations from this City of Fort Worth Standard Specification
l. None.
C. Related Specificaiion Sections include, but are not necessarily limited to:
1. Division 0— Bidding Require�nents, Contract Forrns and Conditions of ihe Contract
2. Division 1— General Requir�ments
1.3 PRICE AND PAYMENT PROCEDURES
A. Measurre�nent and Payment
1. Work asaociated with this Itern is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USEDJ
1.4 ADMiNISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBNIITTALS [NOT USED]
1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBNIITTALS [NOT USED]
1.7 CLOSEOUT SUBNIITTALS [NOT USED]
1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED)
19 QUALITY ASSURANCE [NOT USED]
] .10 DELIVERY, STORAGE, AND �IANDLING [NOT USED]
I.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS
21 OWI�TER�FURNISHED [ax] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUII'MENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Desigtiation Sign in accardance with City's 5tandard
Details far project signs.
CITX OP FORT WORTH 2D18 Avnd Year 2, Contract 14
STANDARD CONS'IRUC'1'ION SPECIFICATTON DpCi.]1VIENTS City Project 1Vo. 101475-2
Revised 7uly 1, 2011
015813-2
'I`EMPORARY PRpJECT SIGNAGE
Page 2 of 3
B. Materials
1. Sign
a. Constructed af 3/a-inch fir plywood, g�-ade A-C {exterior} or better
�.3 ACCESSORIES [NOT U�ED]
2.4 SOURCE QUALITY CONTROL [NOT IISED]
PART 3 � EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
i. Pravide vertical installation at extents ofproject.
2. Relocate sign as needed, upon request oit}�e City.
B, Mouniing options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR 1 RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.i FIELD [oR] SITE QUALITY CONTRUL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED)
3.9 ADJUSTING [NOT USED]
3.10 CLEAIVING [NOT USED]
3.11 CLOSEOUT ACTIVITIES �1VOT USED]
3.12 PROTECTION �NOT USED]
313 MAINTENANCE
A. General
1. Maintenance wili include painting and repairs as needed ar directed by the City.
314 ATTACHMENTS [NOT USED]
END OF SECTYON
CIT'Y OF FORT WOR'I'H 2O18 Bond Year 2, Contract l4
STANDARB CONSTRUGTIQN SPECIFICATI�N DOCiTMENTS City Projeci No. 201475-2
Re�ised 7uly 1, 20l ]
015813-3
TE.MPORARY PR07ECT SIGIVAGE
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
C1TIr OF FORT WORTH 2O18 Bond Year 2, Contract 14
STA�iDARD CONSTRUCTIOI�} SPBCIFICATTON DOCi7MEI�TTS City Project No. 101475-2
Revised 7uly 1, 2011
o� ba o0
PRODUCT REQUIREMENTS
Page � of 2
sECTioN o16o ao
PRODUCT REQUIItEMENTS
PART 1- GENER.Ai..
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division fl— Bidding Requirements, Contract Farms and Condiiions of the Contract
2. Division 1-- General Requirements
1.2 PRICE AND PAYMENT PROCEDURES jNOT USED]
1.3 REFERENCES [NOT USED]
1.� ADNIIIVISTRATIVE REQUIREMENTS
A. A list of City appro�ed products for use is available t.�rough the City's websiie at:
h�tpst//apps.fortworthtexas.gov/ProjectResources/ and followzng the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on City's Stanctard Product List in these Contraet
Docum�nts shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products inc�uded on the City's Standard Product List.
I. The C�ty reserves the right �o not allaw products to be used for certain projects even
though the product is listed on t�e City's Standard Product List.
D. Although a specific product is inclu.ded on City's Standard produci List, not all
products from that manufacturer are approved for use, including but nat limited to, that
manufacturer's standard product.
E. See Section Q1 33 00 for submiital requirements of Product Data included on City's
Standard Product List.
1.� SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NQT USED]
1.i CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAi1�TTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONS'7"RUGTION SPECIFICATION DOCIJMENTS City Project No. 101475-2
Revased March 9, 2Q20
O1 60 00
PROAUCT REQUIltEMENTS
1.10 DELIVERY, STORAGE, �ND HANDLING [NOT USED]
1.11. F�ELD �SITE] CONDITIONS [NOT USED]
1..12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Page 2 of 2
Revisian Log
DATE NAME SUMMARY OF CHANGE
10/l2/12 D. 7ohnson Modified L.acation of City's �tandard Product List
3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that fhe City approved products list is
accessible through the Ciry's website.
CIT'Y OF FORT WORTH 201$ Bond Year 2, Contract 14
STANDARD CQNSTRUCTION SPECIFICATIpN AOCUMENTS City Project No. 101475-2
Revised March 9, 2p20
016600-1
PRODUCT STORAGE AND HANDLING REQUIItEMENTS
Page 1 of 4
SECTION 0166 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- GENERAL
L� SUMMARY
A. 5ection Includes:
1. Scheduling of product d�livery
2. Packaging of products for deIivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or haxsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requiremenfis, Contract Farms and Conditions oithe Coniract
2. Division i— General Requirernents
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurernent and Payrr�ent
1. V�ork associated with this Item is considered subsidiary ta the various Items bid.
Na separate payment will be allowed for this item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.� SUBNIITTALS [NOT USED]
1.6 ACTION SUBMITTALS/1NFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTAL� [NOT USED]
1.8 MAINTENANCE MATER�AL SUSMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
110 DELIVERY AND HANDLING
A. De�ivery Requirements
1. Schedule delivery of products or equipment as required io allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equiprnent to receive the delivery.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICA'I70N DOCUMENTS City Project No. 10i475-2
Revised 7uly 1, 2011
O16b00-2
PRODTICT STORAGE AND HANI]LING REQUIIiEMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons ar other
containers designed and constructed to protect the cantents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instr�ictions for storage and handling.
B. Handling Rec�uirements
1. Handle products or equipment in accoxdance with these Contrac# Documents and
manufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations anc�
requirennents of these Specifcations.
2. Make necessary provisions for safe storage of rnaterials and equipment.
a. Place loose svil matexials and materials to be incorporated into Work to prevent
dannage ta any part of Work or existing facilities and to maintain free access af
all times to all parts of Work and to u�ility service company installations in
vicinity of Work.
3. Keep maierials and equipment neatly and compactly stored in locations that will
cause tninimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to prvvide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representati�e.
5. Provide off-site storage and protection when an-site storage is nat adequate.
a. Provide addresses of and access to off-site storage iocations for inspection by
City's Project Representative.
6. Do not use lawns, gass plots or other private properly for storage purposes without
written permission of owner or other person in possession or control o�prernises.
7. 5tare in �nanufactur�rs' unopened containers.
8. Neatly, safely and compactly stack xnaterials delivered and stored along line of
Work ta avoid ineonvenience and damage to properry owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crassings open.
10. Repair or replace damaged lawns, sidewalks, streets or other impro�ernents ta
satisfaction of City's Project Representative.
a. TotaI length which materials may be distributed along route oi construction at
one t�me is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CFTX OF FQRT WORTH 2O18 Bond Year 2, Contract 14
STAAFDARD CONSTRUCTION SPECT�ICATTON DQCUMENTS City Praject Nn. 101475-2
Revised ]uly 1, 2p11
016600-3
PRODUCT STORAGE ArlD HA�TALING REQUIl2EMENTS
Page 3 of4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
LI� WARRANTY �NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.� REPAIR 1 RESTORATIQN [1�TOT USEDj
3.b RE-IN�TALLATION [NOT USED]
3.i FIELD [oR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Nan-Conforsning Work
J. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.S SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED�
3.10 CLEANiNG [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.1� PROTECTION
A. Protect all products or equipment in accoxdance with manufacturer's written directions.
B. Store products or equipment in locaiion io avoid physical damage to items while in
storage.
C. Protect equipment from exposure ta elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [li�OT USED]
END OF SECTION
CTI`Y OF �'ORT WORTH 2fl1 S Bond Year 2, Cantract 14
STANDARD CONSTRUCTION SPEGIFICATION DOCiTMEI�iTS City Project No. 101475-2
Revised Jufy 1, 2012
016600-4
PROAUCT STORAGE AND HAAIbLING REQi]IREMENTS
Page 4 of 4
Revision Log
DATE NAME SUIVIIVIARY OF CHANGE
CTI'Y OF FORT WORTH 2O18 Bond Year 2, Cantract 14
ST�ARD CONSTRUGiTaN SPECIFICATION DOCUMENT$ City Project Na. 1�1475-2
Revised July ], 2011
41 70 00 - 1
MOBILIZATION AND REMOBII.IZATION
Page 1 of 4
1
2
3 PART1- GENERAL
SECTION 01 i0 OD
MOBILIZATION AND REMOBILTZATION
4 11 SUMMARY
5 A. Section Includes:
6
7
S
9
l0
11
12
13
14
15
16
l7
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
1. Mobilization and Demobilization
a. Mobiliza�ion
1) Transportation of Contra.ctor's personnel, equipment, and operating suppiies
to the Site
2} Establishment of necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid for performance and payment bonds
4) Transporta�ion of Contractor's persQnnel, equipment, and operating suppiies
to anather location within the designated Site
5) Relocation of necessary general facilities for the Contractor's operation
from 1 location to another location on the Site.
b. Demobilizatian
1) Transportarion of Contractor's personnel, eq�aipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for speci�ic items of
work that are %r vc7hich payment is provided elsewhere in the conlract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Docurnents or as required by City incl�des:
lj Demobilizatian
a) Transportation of Contractor's personneI, equipment, and operating
supplies from the Site i�cluding disassernbty or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Docurnents neces�ary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilizarion
a) Transportation of Contractor's personnel, eqniprnent, and operating
sug�lies to the Site necessary to resume the Work.
b} EstabIi�hrnent of necessary general facilities for the Contractor's
operation at the Site necessary to resume the Work.
3} No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normaI pxoga-ess of perfortning the Work.
b) Stand-by or idle time
c) Lost profits
3. MobiIizations and Dernobilization for Miscellaneous Projects
a. Mobi�ization and Demobilizatian
CITY OF FORT WORTH 2Oi8 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SFECIFICATION DOCUMENTS City T'roject No, 141A75-2
Revised Novemher 22, 2016
o� �fl oo - 2
MOBILIZATION AI�ID REIVIOBII,IZATI0�1
Page 2 of4
1
2
3
4
5
b
7
8
9
l0
11
12
13
14
IS
16
17
18
19
20
1) Mobilization shall cvnsist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
suppIies to the 5ite far the issued Work Order.
b} Establishment of necessary general facilities for the Contractor's
aperation at the Site for the issued Work Order
2) Demohilization shall consist of the activities and cost necessary for:
a} Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly for each issued Wor%
Qrder
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assernbled at the Site for
each Work Oder
b. Mobilization and Demobiiization da not include activities for specific items of
wor�C for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hauts of the issuance of the Work Order.
B. Deviations from this Ci�ty of Fort Worth Standard Specification
1. None.
21 C. Related Specificatran Sections include, but are not necessarily limited to:
22 1. Division 0— Bidding Requirernents, Contract Form� and Conditions oithe Contract
23 2. Division �— General Requirements
24 1,2 PRICE AND PAYMENT PROCEDUR.ES
25 A. Measur�ment and Payment [Consult City Departrnent/Division for direction on if
26 Mobilization pay item ta be included or the item sho�Id i�e subsidiary. Include the
27 appropriaie Section 1.2 A, l.]
28 f. Mobilization and Demobilization
29 a. Measure
30 1) This Item is cansidered subsidiary t� the various Items bid.
31 b. Payment
32 I) The work performed and materials furnished in accordance with this Item
33 are subsidiary to the various Items bid and no other campensation will be
34 aIlowed.
35
36
37
38
39
40
41
42
43
44
4S
46
2. Remobilization for suspension of Work as specifcally required in tlae Contract
Documents
a. Measurement
1} Measurement for this Item shall be per each remobilization perforn�ed.
b. Payment
1) The work performed and rmaterials furnished in accordance with this Item
and measured as provided under "Measure�nent" wilt be paid for at the unit
price per each "Specified Remobilization" in accordance with Can�ract
Documents.
c. 'The price shall include:
1) Demobilization as described in Section 1.I.A.2.a.1)
2) Remobilization as described in Section LI.A.2.a.2)
CITY QF FORT WORTH 201 S Bond Year 2, Contract lA
STANi�A,RD CONSTRUCTION SPECIFTCATION DOCi3MENT5 City Project No. 10T475-2
Revised November 22, 201b
D17000-3
MOBILIZATTbN AN1J REMOBILIZATION
Page 3 of 4
1
2
3
4
5
6
7
8
9
ia
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
34
31
32
33
34
35
36
37
38
d. No payments will be made for standby, idle time, or lost profits associated this
Itena.
3. Remobilization for suspension of Work as required by City
a. Measurement and Payment
�) This shall be submitted as a Contract Clai�rz� an accordance with Article 10
of Section 00 72 Qfl.
2) No payments will be made for standby, idle time, or lost proiits assaciated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Prajeets
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Cantract Documents
b. Payment
1} Tne Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Mobilization" in accordance with Contract
Documen�,s. Demobilization shall be considered subsidiary to mobilization
and shalI noi be paid for separately.
c. The price shall include:
1} Mabilization as described in 5ection 1.1.A.3.a.1)
2) Demobilization as de�cribed in Section 1.1.A.3.a.2}
d. No payments wi11 be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and DeznobiIizations for Miscellaneous Projects
a. MeaSurement
1) Measurement for this Item shall be �or each Mobilization and
Demobilization required by the Cantract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Orrder Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
�nobilizatior� and shall not be paid %r separately.
c. The price shall inciude
1) Mobilization as described in Section 1.1.A.4.a)
2) Dernobi�ization as described in Section 1.1.A.3.a.2)
d. No pay;nents will be made for standby, idle time, or lost profits associated this
Item.
39 1.3 REFERENCES [NOT USED]
40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
�41 1.5 SUBMITTALS jNOT USED]
42 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
43 1.'� CLDSEOUT SUBMITTAL� [NOT USED]
44 1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
CIT'Y OF FORT WORTH 2O18 Bond Year 2, Cantract lA
STANDARD CONSTRUCTIOAI SFECIFICATION D�CiJMENTS City Praject No. 101475-2
Revrsed November 22, 2016
o � �o 00 - a
Mosniz.�T1oN .�•r� x��aBri.iz�,�r�ox
Page 4 of 4
1 1.9 QUALITY ASSURANCE [NOT USED]
2 110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
3 l.11 FIELD [SITE] CONDITIUNS [NOT USED] ,
4 1.12 WARRANTY [NOT USED]
5 PART 2- PRODUCTS [NOT USEDJ
6 PART 3- EXECUTION [NOT USED]
7
8
END OF SECTIQN
Re�ision �.og
DATE NAME SUMMARY OF CHANGE
l 1122116 Michael Owen �'2 Price and Payment Procedures - Revised specification, including blue #ext, to
make specification flexible for eifher subsidiary or paid bid item for Mobilization,
9
CITY pF FORT WORTH 2O18 Band Year 2, Contract 14
3TANDARb COi�IST`RUCTION SPECIFICATION DOCIJMENTS City Pa-oject No. 1U1475-2
Re�ised Navember 22, 2RI5
017123-1
CONSTRUCTION STAKING A�TD SURVEY
Page 1 of $
SECTION Ol 71 23
CONSTRUCTION STAKiNG AND SURVEY
PART1- GENERAL
11 SUMMARY
A. Section Includes:
1. Requirernents for construction staking and cor�strucrion survey
B. Deviations from this City of Fort Wortla Standard Specification
1 _ None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.� PRICE AND PAYNIENT PROCEDURES
A. Measurement and Payment
Construction Staking
a. Measurement
1) Measurement %r tlus Item shail be by lump sum.
b. Payment
1) The work per%rmed and the materials fumished in accorda.nce with this
Item shall be paid for at the lump sum price bid for "Construction Staking".
2} Payment for "Construction 5taking" shall be made in partial payments
prorated by v�+ork completed compared to total vvork included in the lump
sum ftem.
c. The price �id shall include, bui not be limited to the following:
1) Verificatio:n of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in �the
form of "cut sheets" using the City's standard template.
2. Construction Su�'vey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1} The work performed and the materials fizrnished in accordance with this
Itern are subsidiary to ihe various Items bid and no other campensat�on will be
allowed.
3. As-Built Survey
a. Measurement
1) Mea�uremant for this Item shall be by hrmp sum.
b. Payment
]) The work per%rmed and the materials fumished in accordance with this
Item snall be paid for at the lump sirm price bid for "As-Built Survey".
CITI' OF FORT WORTH 2O18 Bond Yesr 2, Convact 14
STANpARD CONS'I`RUCTION SPECIFICATION DOCi.JMENTS Ciry Pro}ect No. 101475-2
Revised February 14, 2018
O17723-2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
2} Payrnent for "Construction Staking" shall be rnade in partia� payments
prarated by work completed compared ta total waric included in the hunp sum
item.
The price bid shall include, but nat be limited to the fallowing::
1) Field measurennents and survey shots to ideniify location of coznpleted
facilities.
2j Documentation and submittal of as-built survey data onto contractar redline
plans and digital survey files.
1.3 REFERENCES
A, Defmitions
1. Constz�uction Survev - The survey measurements made prior to or while
construction is in progress to contral elevation, horizontal positioai, dimensions and
configuration of structures/improvements included in the Project Drawings.
2, As-built Survev —The measurements rnade a$er the construction of the
improvement features are complete to provide position coordinates for tl�e features
of a project.
3. Construction Stakins — The �lacement of stakes and marlcings ta provid� offsets
and elevations to cut and fill in order t� locate on the ground the designed
structures/irnprovements included in the Project Drawings. Canstruction staking
shall include staking easements and/or right of way if indicated an �e plans.
4. SuYvey "Field Checks" — Measurements made after construction staking is
completed az�d before consfruciion work begins to ensure that structures marked on
the graund are accura#ely located per Project Drawings.
B. Technical References
1. City of Rort Worth — Construction Stalcing Standards (available on City's Buzzsaw
website) — O1 71 23.16A1_ Attachrnent A Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (availabie
on City's Buzzsaw website).
3. Texas Deparhnent of Tra,zasportation (T�OT) Survey Manual, latest re�ision
4. Texas Society of Frofessional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. The Contractor's selectian of a surveyor must comply with Texas Governmen#
Code ���4 {qualifications b�sed selection) for this project.
l.g SUBNIITTALS
A. Submittals, if required, shall be ita accordance with Section O 1 33 00.
B. All submittals sha11 be received and reviewed by the City prior to delivery of vvork.
1.b ACTION SUBMiTTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
CTTY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD C�NSTRUCTIQN SPECIFICATION DOCUMENTS City Project No. ]01475-2
Revised February l4, 2018
01 �� 23-3
CONSTRUCTION STAT{ING AND SiTRVEY
Fage 3 nf 8
1. Documentat�on verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. 5ubmit "Cut-Sheets" conforming to the standard template provided by the City
(refer to Q1 71 23.16A1 — Attachrrient A— Survey Staking Standards}.
1.7 CLOSEOUT SUBMITTALS
B. As-built Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed impxavements signed and sealed by Regisiered Professional Land
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
— Survey Staking Standards) .
2. Contractor shall submit the proposed as-buiIt and completed redline drawing
submittal one {i) week prior to scheduling the project final inspection for City
review and comrnent. Revisions, if necessary, shall be made to the as-buiit redline
drawings and resubmitted to the City prior to scheduling the construction £inal
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be perfor�ed by the Contractor.
2. Coordination
a. Contact City's Project Representative at least one week in advance notify�ng
the City of when Construction Staking is scheduled.
b. It is the Contractor's responsibility to coordinate staking such that
construction activities are not delayed or negatively ir�pacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re-stake for any reason, the Contractor will be
responsible far costs to perform staking. If in ihe opinion of the City, a
sufficient number of sfia.kes or markings have been lost, destroyed dis�urbed or
omitted that the contracted Work cannot take place then the Contractor vc�ill be
required to stake or re-stake the deficient areas.
B. Canstruction Survey
1. Construction 5urvey will h� performed by the Contractor.
2. Coordination
a. Cantractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
General
a. Constraction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methads other than open cut, the Contraetar shall perform
construction survey and verify control data including, but not limited to, the
following:
1} Verification that established benclamarks and control are accurate.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRi3CTION SPECIFICA'[`ION DOCLIMENTS Ciry Project 3Vo. 101475-2
Revised February 14, 201$
017123-4
CONSTRUCTI01*f STAKTNG AND SURVEY
Page 4 of 8
2} Use of Benchmarks to ftu7ush and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location o�the pipe.
4) Submit to the City copies of field notesused to establish a11 lines and
grades, if requested, and allow the City to check guidance system setup prior
to begiru�ing each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of th� carrier pipe.
6) The Contractar remains fully responsible for ihe accuracy of the work and
correction of it, as required.
7) Manitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the instailation does not meet the specif ed tolerances (as outlined �n
�eciivns 33 05 23 and/or 33 OS 24), imrnediately no�ify the City and correet
tlie installaiion in accordance wit� the Contract Documents.
C. As-Built Survey
1. Required As-Bui1t Survey wi11 be performed by the Co�tractor.
2. Coordination
a. Cantractor is to coordinate with City to confirm which features require as-
built surveying.
b. It is the Contractar's responsibility ta coordinate the as-built sluvey and
required measurezx�ents for items that are to be buried such that construction
activities are not delayed or negatively itnpacted.
c. For sewer r�ains and waier mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the loca�ion during the progress of
construction and take as-built s�.u-vey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Cont�actar sha�l provide as-built survey including the elevation and
location (and provide written documentation to the City) of constructian
features during the progress of the construction including the following:
1) Water Lines
a} Tap of pipe elevations and coardir�ates for waterlines at the following
locations:
(1) Minirnum every 250 linear feet, including
(2} Horizontal and vertical points of infleciinn, curvature,
etc.
{3) Fire line tee
{4) Plugs, st�b-outs, dead-end lines
{5) Casing pipe (each end) and all buried fittings
2} Sanitary Sewer
a) Top of pipe elevations and coordinates far farce mains and siphon
sanitary sewer lines {non-gravity facilities) at the following locations:
(1) Minimum every 2501inear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
CITY OF FpRT WORTH 2O18 Bvnd Year 2, Contract 14
STA1�fDAAD CpNSTRiJCTION SPECIFICATIOiV �OCUMENTS City Project No. 10]475-2
Revised Fe6ruary 14, 2018
01 71 23 - 5
CONSTRUC'I'ION S'T'AK.ING AATb SURV�'Y
Page 5 of 8
b. The Contractor shall provide as-built st�rvey including the elevation and
locat�on (and provide written documentation to the City) of constr�ction
features after t�te construcfion is completed including the following:
1) Manholes
a} Rim and flowline eIevations and coordinates for each manhole
2) Water Lines
a} Cathodie prntection test stations
b) Saxnpling stations
c) Meter boxes/va�lts (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
fl Air Release valves {Manhole rim and vent pipe)
g) Blow off valves (Manhole rirn and valve lid)
f�) Pressure plane valves
i} Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) CIea:nouts
(1) Rim and flowline elevations and coordinates %r each
b) Manholes and Junction Siructures
(1) Rim and flowline elevations and coordinates for each
manho�e and junction structure.
4} Storrz�water — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [i�iOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.�� WARRANTY
PART 2 - PRODUCTS
A. A construction survey will produce, but wi11 not be lirnited to:
1. Recovery of xelevant control points, points af curvature and points of intersectian.
2. Establish temporary horizontal and vertical control elevations {benchmarks)
sufficiently permanent and loca�ed in a manner to be used throughaut construction.
3. The locaiion of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly mazzner foar xeference.
c. A drawing, when required by the client, indicating the horizontal and vertica�
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City in�pector and Survey Superintendent for all
construction staking projects. These cut sheets shali be on the standard ciry template
which can be obtained from the Survey Superintendent ($I7-392-7925).
5. Digital s�u-vey tiles in the foliowing formats shali be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
C1T`I' OF PORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECTFICATION DOCLTMENTS Ciry Project No. 1Q1475-2
Revised Fehruary 14, 2018
a� �i z3 - b
COI�iSTRUC7'ION STAKINC AND SURVEY
Page 6 of S
c. CSV file {.csv), formatted with X and Y coordinates in separate columns {use
standar-d templates, if available)
6. Survey files sha11 include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerances:
The staked location ai any improvement or facility should be as accurate as
practical and necessary. The degree ofprecision required is dependent on rnany
factors all oiwhich must remain judgrnental. The tolerances listed hereafter are
based on generalities and, unc�er eertain circumstances, shalI yield to specific
'requirements. The surveyor shall assess any situation by review of the overall plans
and through consultation with respansibie parties as to the need for specific
tolerances.
a. Earthwork: Grades for earthwork or rough cut should noi exceed 0.1 ft. vertical
tolerance. Horizontal alignment for eartbwork and rough cut should not exceed
1.0 ft. tolerance.
b. Harizontal alignment on a struc#ure shall be within .O.Ift tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, dri�es, alleys and
walkways shall be located within the confrnes of the site boundaries and,
occasianally, along a boundary or any other restrietive Iine. Away from atay
res�cti�e line, these facilities should be siaked with an accuracy producing no
more than 0.05f�. tolerance from their specified locations.
d. Underground and averhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these ut�lifies shou�d be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified locat�on,
e. The accuracy required for the verticallocation of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be znaintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
talerance.
B. Surveying instruments shall be kept in close adjustment according to manufacturer's
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recammends regular maintenance schedule be
performed by a certified technician every 6 mont�s.
I. Field measurements o� angles and distances sha11 be dane in such fashion as to
satis�y the closures an� tolerances expressed in Part 3.1.A.
2. Vertical locations sha11 be established from a pre-established benchmark and
checked by closing to a different bench mark an the same datum.
3. Constt-uction survey �eld work shall eorrespond to the clieaat's plans. Irregularities
or co�fliets %und shall be reported promptly to the City.
�. Revisions, corrections and other pertinent data shall be logged far future reference.
C1TY OF FORT WOR'TH 2O18 Bond Year 2, Cnntract 14
STANL3ARD CONSTRUCTIO� SYBCIFTCATJON DOCUMENTS Gity Praject No. 101475-2
Revised February 14, 2018
Dl 7] 23 - 7
CpNSTRUCTION STAKING AIVD SURVEY
Page 7 of 8
3.� EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.� REPAIR 1 RESTORATION
A. If the Contractor's �vork damages or destroys one or mare of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
a. Contractor shall perfarm replacements and/or restorations.
b. The City may require at any t-ime a survey "Field Check" of any monument
or benchmarks that are set be �erified by ihe Ci#y surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.i FIELD [ox] SITE QUALITY CONTROL
A. It is the Contractar's responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification. This includes easements and right of way, if
noted on the plans.
B. Do not change or relocate stakes or control data wit,hou# approval from the City.
3.S SYSTEM STARTUP
A. Survey Checks
1. The City reserves the rigl3t to perforrn a Survey Check at any time deemed
necessary.
2. Checks by Ciry personnel or 3rd party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuraey.
3.9 ADJUSTING jNOT USED]
3.10 CLEANING [NOT U�ED]
3.11 CLOSEOUT ACTIVITIES [NUT USED]
3.1� PROTECTION [NOT USED]
313 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS jNOT USED)
END OF SECTION
Revision Log
CITY OF FORT WOR'I'H 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised February 14, 2018
o� �r z3 - s
CONSTRCJCTION STAI{ING AND SURVEY
Page 8 of 8
DATE NAME 5U1VIIvIARY OF CHANGE
8/31/2012 D.dohnson
dded instruction and madified measurement & payment under 1.2; added
$/31/2017 M. Owex� deiinitions and references under 1.3; rnodified I.$; added 1.7 closeout submittaE
equirements; modified 1.9 Quality Assurance; added PART 2— PRODUCTS ;
Added 3.1 Installek-s; added 3.5 Repair/Flestoraiion; and added 3.8 System 5tarhap.
Remo�ed "blue fext"; re�ised measurement and payment sections for Construction
Staking and As-Built Survey; added refeeence to selection compliance with TGC
2/14/�018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as-built sur�+ey "during" and
"after" construcfion; and revised acceptable digitat sutvey file format
CI'I`Y QF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CON�TRUGTION SPECIFICAT`ION DOCUMENTS City Project IVo. 101475-2
Revised Febraary 14, 2018
�
Sec�ior� �1 7� ��.01 � Att�ch�en� A
��rv�y St�ki�� Sta�d�rds
February 2417
O:�Specs-Stds Governance Process\Temporary Spec Files�Capital Deli�ery�Cap Delivery Div 01�01 71
23.1fi.Q1_Attachment A�Sur�ey Staking Standards.docx
Page 1 of 22 20I8 Bond Year 2, Contract 14
City Project No. 101475-2
These procedures are intended to pro�ide a standard methad for construction staking senrices
associated with the City of Fort Worth projects. These are not ta be considered all inclusi�e, but only as
a generai guideline. �orprojects on TXDO�right of-v�ray ar tgrough joint iX�O►partfcipa�ian,
adherence to #he iXDO� Survey 19Aanual shall be followed and if a discrepancy orise5, the �XD��
manual shall prevail. (h;:p:�"Jo�-Eiinemanud�s.#xd__ �t.�ovttxdc:�manuuls(�ssiess.pdf)
ff you have a unique circums�ance, please consult with the project manager, inspector, or sur�ey
departrnent at 817-392-7925.
Ta�le o� �ar��en�s
I. City of Fort Wor�h Contact Infiormati�n
I!. Construction Colors
lII. Standard Staking Supplies
IV. S�r�ey Equipm�nt, Control, and Datum 5tandards
V. Water Stakfng
V!. Sanitary Sewer 5taking
Vfl. Storm Staking
VIII. Curb and Cutter Staking
fX. Cut Sheets
X. As-built 5urvey
O:�Specs-Stds Go�ernance Process�Temporary Spec Files�Capital DeEivery�Cap Defi�erV Div 03.�0171
23.16A1�Attachment A_5ur�ey Stafcing StancEards.docx
F8g2 2 Of z2 201A Borcd Xear 2, Contract 14
City Project No. 141475-2
I. Sur�e D� a�mer�� �an�aet In�F�rr�at�on
Physical and mailing address:
8851 Camp Bowie West Boulevard
Suite 300
Fort Worth, Texas 76116
Offite: (8�.7} 392-7925
Survey Superintendent, direct line: (817) 392-8971
II. �on��rue�ien ��for�
The following calars shall be used fnr s�aking or identifying features in the field. This
includes ffagging, paint of faths/stakes, paint af hubs, and any identification such as pin flags
if neeessary.
Utili�y �olor
PROPOSED EXCAVATION WHfTE
ALL ELECTRIC AND CONDUITS " �
POTABLE WATER
GA5 OR OIL YEL�I]W
TELEPHONE/FISER OPTlC OFi�1�1GE
SURVEY CONTROL POINTS, BENCHMARKS,
PROPERTY COREVERS, RIGH7-OF-WAYS, AND �iNC{
ALL PAVfNG lNCLUDING CiJRB, SIQEWALK, BEJfLDING CORNERS
SANII"A#iY SEWER "
IRRIGATION AND RECLAIMEp WATER ' �� ;
Ili. �tandard S��l�in �u li�s
Q:�Specs-5tds Go�ernance Process�Temporary Spec Files�Capital Delivery�Cap Deli�ery Div OS10171
23,16.01_Attachment A_Survey Staking Standards.docx
Peg2 3 Of 22 2018 Bond Year 2, Contract 14
Caty Project No. 101475-2
Item fl�inimum size
11/. �urw�v �q�ipr����. Co�tr�ol, a�d �atur� ���nd��ds
A. Ci�y �enchmar�Cs
Afl city benchmarks can be found here: ht�p:l/tor:worihtexa5•�ovl��salUtinr,��.,5f
Laok for `Zoning Maps'. Under `Layers' , expant� `Basemap Layers', and check on
`6enchmarks'.
B. Con�entional or RoboYit Total Station Equiprnent
I. A minimum of a 10 aro-second instrument is required.
II. A copy of the lates# calibration report may be requested by th� Ci�y at any time.
It is recommended that an instrument be calibrated by certified technician at
least 1 occurrence e�ery G months.
C. P�eiwork/V.R.S. and static GPS Equipmenf
i. 4t is critical #hat the surveyor verify the �orr�ct horizontal ar�d �ertical datum
priflr comrnencing work. A sife calibration may be required and shall consist of
at least 4 contro! paints spaced evenly apart and in varying quadrants.
Additional fiefd checks of the horizontal and �ertical accuracies shal[ be
completed and the City rnay ask for a copy of the calibration report at any time.
IE. Network GPS such as tF�e Western Data Systems or SrnariN�t systerns rr�ay be
used for staking of property/R.O.W, forced-main wa#er lines, and rough-grade
only. No GPS siakin,� far �oncrete, 5ani�ary sewer, storrn drain, final �rade, or
an thin �ha� needs �ertical radin with a�olerance of 0.��' or less is
allawed.
�. Contral Points Se�
l. All control points set shall be accor�panied i�y a lath with the appropriate
f�orthing, Easting, and Elevatian (if applicable.) of the point set. Contra! points
can be set rebar, 'X' in concret�, or any other apprapriate item with a stable
base and of a semi-permanent nature. A rebar cap is optionaf, but preferred if
tne cap is marked `control point' or similar wording.
If. Datasheets are required for all control points set.
Datasheet shoufd include:
A. Horizontal and Vertical Dat�am used, Exampfe: N.A.D.83, Norih Central Zone
4202, NAVb 88 Ele�ations
B. Grid or ground distance. — if ground, pro�ide scale factor u$ed anc! base
point coordinate, Example: C.S.F.=0,999125, Base point=Nor#h: 0, East=�
C. Geaid rr�odel used, Example: GEOIDI2A
D:�Specs-Stds Go�ernance Process�Temporary Spec FiEes�Capital Delivery�Cap DeFi�ery Di� 0��01 71
23.16.01_Attachrr�ent A_Survey Staking Standards.docx
PBge 4 of 22 201 & Bond Year 2, Conrract 14
City Pa-oject No. 10I475-2
�C. Preferred Grid �aturr�
Afthough many plan sets can be in surface coordinates, the City's preferred grid datum
is listed below. Care#uf consideration must b� taken to �erify what daturri each project is
in prior to beginning work. !t is essential the surveyar be familiar with coordinate
transformations and how a grid/surface/assumed coordinate system affect a project.
Pro�ected Coordinate
System: �IA9_19�3_Sfa�ePfane_Texas_Nor�h_Cen�ral_�IPS_4202_�eet
Projection: Lambert_Conformal_Conic
False�Easting; 1968500.Op000000
False_N ork h ing: 656166fi.65566667
Central Meridian: -98.50000000
Standard Parallel 1: 32.13333333
Standard Parallel 2: 33.96666667
Latitude_Of �rigin: 3�..66666667
�inear �Jnit: Foot US
Geographic Coordinate System: GCS_North_ArrEerican_1983
Datum: D North American 1983
Prime Meridian: Greenwich
Angular Unit: Degree
No�e: Regardless of what tEatum each parttcular project is i�, delive� abies to the City
rnust be convertec!/translated into this preferred grid datum. 1 copy of the dEfiverable
should be in the projec# datum (whatever it may be) an�i 1 copy shoufd be in the NAD83,
TX North Cen#ral 4202 zone, See Pre erred File Naminc� Conveniion below
F, prefierred Ueii�ereble �ormai
.txt .csv .dwg .�ob
G. �re�err�ed Data �ormat
P,�E,i�,�,D,iV
Point Number, Northing, Easting, Efevation, bescription, Notes (if appficable)
b. Preferred �ile IVaming Conven�ion
This is the preferred format: City Project Number_Description_Datum.csv
Exarr� le for a ro'ect that has surfiaee coordinates which must be transiated:
FiEe 1: C1234 As-built of Water an Main S�reet Gric! NA�83 TXSP 4202.csv
O:\Specs-Stds Go�ernance Process�7emporary Spec Fifes�Capital Qelivery�Cap Delivery Div 0110171
23.16,01 Attachment A Survey Staking Standards.dacx
Page 5 af 22 2018 Bond Year 2, Contract 14
Ciry Prolect No. 141475-2
�ile 2: C1234_As-built af Water on Main 5treet_Project Spetific Datum.csv
�xam le ��rr�ro! ��akes
O:�Specs-Stds Go�ernance Process�Temporary Spec Files�Capital Delivery\Cap Deli�ery Di� 41�01 71
23.16.01_Attachmen� A_Sur�ey 5taking Standards.docx
#�age 6 qf 22 2018 Bond Year 2, Contract 14
City Project No. 1ff1475-2
�
��
��
�
�
�
�
�
�
�
�
d
�
� _
� �
m `�
� J
� �
� l.�.1
J
� �
� �
� �
!� � �1 � �-
�
__ ,
�
, ,�
,. ;
�
�
�
�
�
W
J
W
E�. _ � o�. Q�' - - -�
I
�
�
' �
. . ��
.._ r� �
,.� � �
. � �
` � �
� _
` a �
4 � �"
_ � � �
r_ri �
�
O W �
Y J �
f m �
� � Q
C� C7 '-1
� C� � .�
�i GF' �� � N=�000.�� E=�00[7,�Q
,
� � ..-- ---- . _..._ . ti � _ _....._ -- _ _ _.. _ _._.. .. - - -- -- -- -
,�
oW
��
� W
� �
� �
4� �
4
_ �
� �
� �
_ �
� w
� _
� J �
� ~
w
CC -
+ c� 7S
�
W
L]' �
� I
ti,
I�
!�. l�V�t�r �t�l�in� ��e�nd�rd�
O:\Specs-Stds Governance Process\Temporary 5pec Files�Capitai Deli�ery�Cap Delivery Div 01\0171
23.1&.01_A�tachment A_Survey Stafcing S#andards.dotx
Page 7 of 22 2018 Band Year 2, Contracc 14
City Project No. 101475-2
A. Gen�erline Staking — S�raigh� Line iangen�s
I. Offset lath/stakes every 20D' on e�en stations
fL Pain�ed blue lath/stake only, no hub is required
III. Grade is to top of pipe (T/P) for 1�" cfiameter pipes or smaller
IV. Grade to flow line (F/Lj for' 16" and larger diameter pipes
V. Grade should be 3.50' belaw the proposed top of curb line for 10" and smaller
diamet�r pipes
VI. Grade should be �4.00' below the propased tQp of curb line for 12" and larger
diameter pipes
VI1. Cut Sheets are required on all staking and a copy can be recei�ed from the
surv�y superintendent
Optional: Actual stakes shall consist of a 6DD nail or hu6 set with o whisker
B. Centerline Stal�ing - Curues
I. If arc length is greater than 100', PQC tPoint of Cur�ature) offset stakes should
be set at a 25' interval
IL Same grading guidelines as abo�e
III. Staking of radius points of greater than 100' rnay be omitted
C. 1Nater fVieter Boxes
I. 7.0' perpendicular offset is preferred to the center of the box
11. Center of the meter should be 3.0' behind the proposed face of curb
III. Meter should be staked a minimum of 4.5' away from the edge of a driveway
IV. Grade is io top of box and shoufd be +0.06' higher than the proposed top of
curb unless shown oth�rwise on the plans
D. �ire Ffydrants
I. Center af Hydrant sho�ld be 3A' behind �roposed face of curb
II. Sur�ey offset stake should be 7.0' from the center and perpendicular to the curb
line or water main
III. Grade af hydrants should be f0.30 higher thar� the adjacent top of curb
E. L�ater Valves & Vaults
1. Offsets should be perpendicular to the proposed water rnain
II. RIM grades should only be pro�ided if on plans
��sar�ple 1l91�t�r Stak��
O:�Specs-Stds Go�ernance Process�Temparary Spec Files�Capital Deii�ery�Cap Deli�ery Di� 011�1 71
23,16.O1�Attachmen# A_Sunrey Staking Standards.docx
Page 8 of 22 2D1S Bond Year 2, Contract 14
Ciry Project No. 101475-2
�
Z
�
�
� �
'� w ry
� � i
� � } I
� � a� f
� � _
� �' �,�s �. w�� c �ra—�+oo � �—�.s�
�� �
� w �
� � .
i�
� � � W � .
�� � I- � ,
:�
�-+
�'- -
��
�� �
.�_ ,:�
��
��
� ��
4 ti
�
� €
��S ���I
,�
�
w
� C�a 4�aw
�UyWtn V
� W ��� � .
� � ���� � i
U -
� � 7' ��S � ��L �� t,� S7A=1+72.87 � C-3_81 � '`�¢�.
tii �
I �h
� � � � 4
� � �
U� �C �
� � �
� � "�o,� �.- i�i.t�'
�4 I
�
0
v '
�I
C9 �,_,
� �
C? �
�
��
�: :
C�
Z �
� �
�
� �
� �
d
� �
� W
❑
V 1
`s_ +'
�
�
�--
� ���� � �,
�4
}�
�
�
� ~
- G
t �o
s „
� i
�� fi7 J
� = m
w ��
� _a
� �
i L �'
w Q I � mr
y C�i 4 � � '� �
t> z —
� �� � � �+ ��
� �� z � � �. �z
� �Wrc � � �� �i m�
i-�il � Z Z� �O
a ��a � � ��I �
' � Q�� � ��� A=O-I-[iQ � G-3.78.1
0
� �r' I
� � .
� � .io�e o ioo-.o
�
� � � �
� '' F
� a �r W
m
�
x
�I. S�r�iicar�� Se�ue� S��l�in�
�
4
�
�
�
� I
� f�
7�����Y
�-- a �
�� Y
�
���•-1 J
Q m.(fj W
Q.Q� �
����
a
o���
W�
m�J
�`°i
Q:�Specs-Stds Governance Process�Temporary 5pec Files\Capita! Oelivery�Cap Delivery Div 01�01 71
23.16.01_Attachment A_Survey Staking Standards.dotx
Page 9 of 22 2018 Bond Year 2, Contract 14
City Project No. 1Q1475-2
A. Cen�erline Sfaking — S�raight Line �angen�s
I. In�erts shall be field verified and compared against the plans before staking
II. Painted green lath/stake 1�lTH hub and tack or marker dot, no flagging requirecE
III. 1 offset stake between manholes if manholes are 400' or less apari
IV. �ffset staEces shauld be focateci at e�en distances and perpendicufar to the
centerline
V. Grades will be per plan and tF�e date of the plar�s used should be noted
VI. If multiple lines are at ane rnar�hole, each line shall have a cut/fill and direction
noted
Vfl. Stakes at e�ery grade break
VIII. Cut sheets are required on alf staking
Optional: Actual stakes sha11 consist of a bOD nai! or hub set with a whisker
B. Cen�erline Staking — Cur�es
I. If arc length is greater than 10Q', POC �Point of Curvature) of�set stakes should
be set at a 25' inter�al
II. Stak�ng of radius points of greater than 1pA' may be omitted
C. Sanitary Sewer Il�anholes
I. 2 offset stakes per manhole for the purpose of pro�idi�g alignment to the
contractor
II. Flowline grade should be on �he �ath/stake for each flowline and direction noted
Ilf. RIM grade shouid only be an the stake when pro�ided in fihe plans
D:�Specs-5tds Go�ernance Process�Temporary Spec Files�Gapital Delivery�Cap Deli�ery Di� 01�0171
23.16.01_Attachment A_Sur�ey Staking Standards.docx
Page �0 of 22 2018 Bond Year2, Contract 1�4
Ciry Project No. t01475-2
�xar�pf� S�r�itary Se�er 5��l�es
�'_��
��
�� �
�� � �
- �.�
.^�y ;��s ��
.�
"r �' �fG�S . .
QF �-,��� r-
w� o-i�' . .I
. k i�; 1`� �
� � � � � 1• fe ���
� ,�
� Z m � ,�i , I �'��
� � �7'�C�/S � S� I� II STA=3+7'1� ��u� �-a� ��� c,a��� c-v$ .� ., { i
t� �... � , , � �
� � � � , k
'4 u� �,��� I� �
�-. � � � ;
� � � --' �_� �'
� � t � r� � '
� �ry � a -��- � �"'�,��g . � +� �y t
� � v�dC � - Z
t_ tica � ��� � �
�1 '-
.�y 4 �-'��
� � 12�1 O�S � S3 ��� EsTAn3i�7� I � v� C-3� I� � � "-3� II s C��� � F,� � � �� {�' .
� 1 Jl - �� �
� 1
� �
�'-� f� � ? � �. . I ,�l
�' f �
�_� a S�r � � � �l.4J� ��1�
� � ��i' ��- �
C3 E�{
� '� � 7� [}r� � � � a-i*7� �� � t>-4n'
�
+ � � �I ��
� � � .
,� ��.,
u � y �
� i
- � - � '�
�
w `�'' F `o � � f
W� 7 � 2W � �W � . t
a � � � I �3 ;� t ,�
s� _ # kr �a i �
�I �� � � � �� �� �� �� i ��� / � �
�l� � a rna � n rn.l •rf os I�� 9'!
C� �'�;r � � � �S �� �a �J y w •� y ck��� ��iti
� i. F - F� ' F� �T ` �, �nu
� ��^� � � � �� �� �i� ' �`� '�'�
� y � _ _ �.Y� � � � � � � ��Yu
�� � i�pf�� ��' sr�a oc. � 6��; c a Ylw�iQ r� ��"�
� '1 _ .� � � � �
f a�
�IJ.! � I � � `-�,y-� � F
p �� u- � �
� � � �+
� ,�!', �� % � � a �
� � � j� r .�
� � __ _ _��
3
�' ��-( 1 �'.i �j� � 55 II � I STA�Q+�u }� � C-S� II �m �6'�II y C-Q� �
� 1L ll � �
I I LL M- Vi . ! 1 '�. �
� ��.�""e . [ �� =0
� ��� xir: �Y
� ��n �� � ��
" �;� �T
��
� W� ��
F
a�
��� "a'
1 IY
�
O:\Specs-5tds Governance Process�Ternporary Spec Files\Capital befivery�Cap Delivery Oiv 0�.�01 71
23.1fi.01_Attachment A_Survey Staking Standards.dacx
Page 110# 22 2D18 Bond Year 2, Contract 14
City Praject No. 1d1475-2
VII. 5��r�rn 5��+�r � Inle� ���lsin�
A. Cen�erline 5i�aking � 5traigh� Line Tangen�s
I. 1 affset stake e�ery 200' on e�en stations
II. Grades are to flowline flf pipe uni�ss otherwise shown on plans
I11. Stakes at e�ery grade break
IV. Ct�t sheets are required on all staking
Optional: Actual stakes shall consist of a bOD narl or hub set with a whisker
�. Cen�erline 5taking — Curves
I. ff arc length is greater than 10Q', POC (point af Curvature) ofFset stakes should
be set at a 25' inter�af
IL 5taking of radius points of greater than 100' may be omitted
C. Storm Drain tnlets
f. Staking distances should be measured fram end of wing
I I. Standard 10' Inlet = 16.00' tata! length
III. Recessed 10' inlet = 20.OD' total length
IV. Standard double 10' inlet = 26.fi7' total length
V. Recessed double 10' inEet = 30.67' tatal fength
D. Storm brain Manholes
I. 2 vffset stakes per manhole for the purpose of pro�iding alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and directian nated
Ilf. RIM grade should only be on the stake when pro�ided in the plans
�:�Specs-Stds Go�ernan[e Process�Temporary Spec F[Ies�Capital beli�ery�Cap Deli�ery Di� 01�0177.
23.16.01_Attachment A�Survey Staking 5tandards.dacx
Pege 12 Of 22 2fl18 Bond Year 2, Contract lA
City Project No. 101475-2
�x�r��le St�rr� Ir�l�� Stak�s
FR�NT
�SIDE FRCI�I� �,�
����
{�6E F31dN^u p.C1SY.�
rarrr � {��
�i
Hi.e �v.ana
�
�
� .,
�
n
`m
> ¢
. �
�
r
, 1
s
z
� ti ��: �E� ���
, -�i 'E �EING 5TW4Eb
' � I
� r�� � sranaN
� (IF r107E[! 4N PI.kNSJ
� !DF7J7}FiF� GRAOE
� T�� � 7^ 7UW u
f �
O
� F1ES
� f0 Fl_0�l11_li�c :
c7
; I
A
�
. . , . . ,,
� ��i�i
{soe F+wnc a.a.w_j
�+Nr E �'
�
Hue aEvr � • � t �
�
.�
��
n
�i
��
;�
I m
Ti
:�
��
A
� �'' � -��F� - -�ic�
�, ` a • w�r�c
�
i�
t
�
,�
�
+
�
�
��
I
. -A
�
I11�1'kN(�'� F[7R EMLETS
-srn�ana� ha� � 1�' .
kEC�SEp 10' - 20t
SfANdPRU D�1J6Y.E 1Q� � 25.57
HUB .Ahi Tt,�.' ; �}- — — — — — — — RECESSEQ bl%lBI.E 1 Q� �34 6Y _
— — — — — — — — — �
I
� �
� 9kCff t7F IIJI.�T ��
I'.i�. "y"" �Y •�A. •ii�� ,. �i �I
� � �+# , � ' ❑ �
�� - !:{ANHOLE '.�� c��'�
� � R1h1
r � + �, �
� . �AA � �
— — �aat c�' u�ar� � = '1
.��i{a`.."..'4 "{''' .�k.•''
— -- Fl{YI�LINE � � FACE [�F INLEF
EDGE OF PA4+EMENT EqGE pF PA4f3AQJT
F�F� C� N T
��IDE FA�lNG �j
B��Cf. OF CElR&
� - {� °� �•�nr�c;��;•;,;, _.. _-------
��,ce rF �ir��� � � xtaav�ur�s — — —
EQGE flF PA4EAIEtdT.~.- �
O:\5pees-Stds GovemanCe Process�Temporary Spec Files�Capitaf Defivery\Cap Delivery Div 0�10171
23.16.A1_Attachment A_Survey Staking Standards.dacx
Page 13 of 22 2U18 $ond Year 2, Contract 14
City Project No. 101475-2
1/111. Cur�b arrd Gutt�r S�akin�
A. Cenierline Siaking � Siraigh� Line iangen�s
V. 1 offset stake e�ery 50' on e�en stations
VI. Grades are to top of curb unless otherwise shown on pEans
VIL 5takes at every grade break
VIIL Cut sheets are required on all staking
Optianal: Actual stakes shal! consist of a 60D nail or hub set with a whisker
�. Centerline Sta�ting � Curves
III. If arc iength is greater than 100', POC (point of Cur�aturej offset stakes should
b� set at a 25' interval
�V. Staking of radius points of greater than 100' may be omitted
O:�Specs-Stds Gq��rnance Process�Temporary Spec Files�Capital Deli�ery�Cap Delivery Di� 01�0171
z3.16.01_Attachment A_Sur�ey Staking Standards.docx
Page 14 of 22 2018 Bond Year 2, Contract 14
City Froject No. 101475-2
L��ar�ple ��arb � Gutter� Stafc��
FR�NT
�SIdE Fl�CING �)
�l��NT
(51DE FACIi�G �)
����
(SlRE FA[�INC R.b.Vl.)
POI W T �! ��
Rn
'�� EI
Hua E�Eunn� � �
ti:x
�'
���� ��
��i�'� �
,�
��
�
e{t
IOENZIFlEg STAR7 , P�
P¢iVT 9F 4hFRrA�IFIi�
E IY VlY I �� -Ii�l�a �NC�
(�SDE FkCIMG �} .'-��+�T OF
FR ONT ; � ���T
� {
{�IUE �A�1NC �) � •
. .__ w W 9C �y m
o {n c" �P �
Cr + I � � �
�� iyGVi��IG Uf�s'R i� �U �� '� Ir� Y
� (fy 6AA7' "' .'.IIRB 'R Fn; �TIC� � � � �` �
6=.�1 �Oft F}'� OF :UFB C7
. ti ' � � � � � I I I I
E� i� � € � �� � �
� 7E]qTr1ES '�AOE t � � . { � I � tI I
LT�, L i]r p �Lr i } � f F �
� NO GiiH" ^.. = � I �, �
� RAPIYS PG .c
�
'� , � . , � � � . r ��ti�
, , � , ,� ,., r�
Iti
; � •�.,��.; ,f��} 1 � j
� � ��� � ,' f f � i
� � - }b f� f � ! � �
�. "_ •�k✓J f f f
I \r� � �r` � f I �
� . ! f
,� 4a,� F, r� r� J
, ��r� -'�� � r 1
; '� �rx / J '
� ��" = .� � y r .� ,
- TOP OF LURB � � � ��
r .r� ��� _ _ r~ X` �~ _,,.—Y� {� IF
� �� � _� ~�� _ �Y _ �j f
'�� _ .�'� _ � " � .
LU RO �� ���` - _ - y
i ��~ — _ ��r ��(']�
-�-,• _ ~''- rl � ��f4���� i'�
� !`u�� � � � Y �-_
� --�w ���' �t
���u��t��
EaGE �3F P�VEME�JY
��ar�pl� ���b � �u�ter� �t�k�s at Int��s��%i�n
0:�5pecs-Stds Governance ProcesS�Temporary Spec Files\Capita! Delivery�Cap �eliverV Di� Q1�0171
23.16A1_Atta�hment A_Survey St�kir�g Standards.docx
P�ge 15 OF 22 2418 Bond Year 2, Co�3tract 14
Ciry Projeci Na. 101475-2
�
� �N�
� z�"m
�' � � � - _'
�
� � � ic' c,fs�_���n-z�sel�' r�c�
� � w
Li +�
�
�
x a �4
r N" F�}I
m -:' t
a �,' �
O ��
a
2
3
.�
�
�
U
d
�
�
3
�
�
$ --
.�
4
z
gt _ �,
.a
s -? y
� �r
� �y `�� '
SJ '" �
_ ;�
`+} �Q� 14
� -_-W — -., i� m
co � 2
U
� � y;�
uz
a
-� � G
¢ pF ¢
� �Z�
Q b 4 �
i �
� :�
s�'G � .��
W
; � - � �
�i
_ -� � ���� �_�
,
� �� �M
����
�
Ac�� � �
���, �:-
��• 7 : ���
� ' . I nR I_
LTI f � ��
Y�y- �--- 1 3
aana �a N�+�e
r��
Kr
� -��
C i��m
�
�y6
� Il! �tx'} � '`
K ,���^'�� ��
s : i�` a
+�d � 9kifl� �iQ Y€�i+9
��� �,l . _ . . I �
�/ Y �� � �-
� ": M . ..
J ; �
:
J `� �xOF
l�♦ aF4�A
� '}l3 •,u�4�7z
._ C/�,�, .L+?
�da W�r4. �` w
� ^ � t �\.
� ��
z � �� � ��
a c N W
�y � J d
E ? �d O
�' c �, a �
n � �
d
� �
r`:�,
o C q.r
� W �
o � r3� �.u~i
I ��� r I �
I � 4�!
O:�Specs-Stds Go�ernance Pracess�Terr�porary Spec Files�Capital Deli�ery\Cap Delivery Di� 01�0171
23.16.p1_Attachment A_Survey 5taking Standards.docx
P2ge 16 4f 22 2018 Bond Xear 2, Conh�act f4
City Project I�io. 101475-2
IX. Cu� �hee�s
A. Date of field work
B. Staking Method (GPS, tatal station)
C. Project Name
D. City Project Number (Example: C01234)
�. Location (Address, cross streets, GPS coordinate)
F. Survey com�any name
G. Crew chief name
H. A hlanl� templare can be abtained from t#�e sur+�ey superintendent (see iterr ! above)
S�ar�dard City Cut Sh��t
Date:
� TOTAL
�gaking iillefhod: ❑ GPS STATION
LO�AYIORl:
City Projec�
FVumbee:
Projec� Rlame.
0 OTNER
C��dSUL��I� fICAi��RAC���
SUR!!�Y CREV41 IP11TlI�LS
A�L �RA�ES ARE i{) F��W�I�'� OR iQ� OF GURI� UPl��SS ��b�RWiS� NO���.
PT # STATION ���s�� DESCRIPTION PROP. STAKED _ CUT + FILL
-LTI+Ri GRAaE �LEV.
O:�Specs-Stds Governance Process�Temparary Spec Files�Capital Defivery\Cap Delivery Div (11�p171
23.16.01TAttachrnent A_Survey Staking Stanciarcfs.docx
P2ge 17 of 22 2018 Bond Year 2, Contract I4
City Project IVo. 101475-2
�t. �so��il� Sur�ev
A. �efinition and Pur�ose
The purpose of an as-built sur�ey is to �erify the asset was installed in the proper loca#ion
and grade, Furthermore, the information gathered will be used to supplernent the City's GIS
data and must be in th� proper format when submitted. 5ee section !!/.
As-built survey should include the following (additiona{ items may be requestedj:
Manholes
Top of pipe elevotions every 250 feet
Horizontal and vertical points af inflection, curvature, etc. (AI! FittingsJ
Cathadit protection test stations
Sampling stations
Meter baxes/vaults (A11 sizesJ
Fire Gnes
Fire hydrants
Gate valves (rim and top of nutJ
Plugs, stub-outs, dead-end lines
Air Release valves �Manhole rim and vent pipeJ
Blow off valves {Manhole rim and vulve !id)
Pressure plane valves
Cleaning wyes �
Clean ours
Casing pipe (each end}
lnverts of pipes
Turbo Meters
O:�Specs-StdS Go�ernance Process�Temporary Spec Files�Capital neii�ery\Cap �eli�ery Di� 01�01 71
23.16.01_Attachment A_Sur�ey Staking Standards.docx
Page 18 of 22 2fl18 Sond Year 2, Contract 14
City Project No. 1U1475-2
�. Example Deliverable
A hand written red line by the field s�rveyor is acceptable in most cases. This should b�
a copy of the pians with the point number noted by each asset. If the asset is missing,
then the sur�eyor shoufd write "NOT FOUND" ta notify the City.
O:�Specs-Stds Governance Process\Terr�porary Spec Files�Capital Deli�ery�Cap Deli�ery Div 0��01 71
23.16.a1_Attachment A_Sur�ey Staking Standards.docx
Page 19 of 22 2918 Bond Year 2, Contract 14
C9ty Project No, 101475-2
f�
'. � . . .€�S yf,'. � �{ • "t1���' I'""�Z�S ����i�l ��.
, i � � ; . ;k+; ,' �` st,:;�,i, _� - . �I4� -
Gf � "'I� �� �I� 9
� � ''� �_'•�_+� ;; ��+� � s L�., SI, . , ,�;;c �+� �; ' �.,ti''I11I I ��
; = �' , s!� . �y E� k ��F L �� , C , .:
: I �� �,Y,��I i'�',, � � r ,�� �,� �. � i I�, — i i � � �5���1;:��.�"��
�. I' �i#i a�'� y� F �G�� 5' �'' 'FI �' Ji
:E �'x , r 5 gy <<.�. . � I� �i
� � �,� i ��� ; �,a +;r i�� — �� �i„��� � � ���, � ����
' --- � ^.�.' ' � . ��: i _,til' ;Ir; �.,s1�, ,i I .'•
i - ... _L:_::_'r'.
� , , � � . f -�- -
� _ nc.w N n 4�171Y .. .._ __ � n'_SS _n?Y1 ��rv�
.. ,�,i. :L . �-- — _a, ,
, , - . � I'L" _ �
� , � . , . � � � � ,� .;a,� �- t---- -� -- _.-
j�,�;'.� � � -I i -.- . � i �`' � . _�t�R, � � i',r .
..�s„�; �, '" , . � . . .. ,�
� �� �� � , � �
I' �� �
I I - -�,`_ �
�
, � ��
. :.: . —_.. � � ;� �
�k,.«, �;� , —_ ���. ...
,_ I f4 I„I ., r' ti�r --.
I ' � ' � i
�� ,�� , i
�� ' I
M1`? { 'li "� - � . .�.__ � .��� � �t
� : � r.a
� ;1 �.� :'' .. , . ,���
� r� � ' ;' r'
1 �, ' . . , I �� � :^ + �+�' �; t . F
� � Y � �-r'. —� _L"_"'`J'" Y 5 T i�a..
� I� ' ' �1 I�� � C�� - I � ' �I �e�'�
�, � . ; ,�; . �
� � �� I • � . � � � � � �; .�4�_... ---.. . _ .�? ���I �s
�� I c�'��4 . �� �5 �i
5. i +b
,'�� . G�� Y I _li'
� I ±��� / i' � �M
y1h �' f ty' � � i � !.. - -- . .. .- . _ . �. � ,
"+#i�C��! _ � t I'' � ��i �� � fr '1fr'
-� �\ �I -- ' ! I� — .. __�'-. .�r i, n . 3
��, � � ��1�' � " I I ' . -'�Y.'��:�F �3 i�
�,�, f� �: � +. ,E. �i 1 ---�-� �? : �.,�,��,�� —. �:�r .�a
�4'� � � I� . � F �.i'w%F� r" ' �
��' :� �i � f'
' I . ' �� � "`Y'rll:. � L� iL„r i': - --
�' �r� —}= f —�
i -�;'� `�� _� �_ �• � '-' -���r_—r' - ..
�'�' Y ' � ' I .� . . 4�.�.�;i{ • i � �
�';=i��1216 � � � ` , � . � R ..'� �:' � ��I� i !� ' ��
`}iA�=7lS�� . -. rl� :� ; � r�ry..1C�} :iiT � r
ill�� .� '` v; * M1I' �� _ ._ ..-M4�.�x ..� ;�� —"' '—'�.A;3
JI� � �`'41��i+ 'Tl�' ` r. 4 �
rf. � `y ��i . I � + Yi.
'1F� ;�l�i f� ��� `II��F � � �'� ' \ -'-' -- - - —
, �:c;� SSI I;?.i� � _ _ _.—
�__ .
! f� I� � !' " "� �
. ;}
O:�Specs-Stds Governance Process�Temporary Spet Files�Capital Deli�ery�Cap Deli�ery Di� 01�0171
23.16.01_Attachment A_Survey Staking Standards.docx
Page 20 of 22 2018 Bond Year 2, Co�3tract 14
City Praject No. I01475-2
���o - rrwc rr:ruvr•av � 57/L o-S1�7 - I2'WL fFWYD !IR)
� SJAQ'�•W ` L2WLlFfA/A L141 REiSXE A S,UYAC£ EX157.
��(7i! PltiJ�.lt'FY/P£Ji 6AT£ YIL'E 6 1�U1e;,�R
, ��� [�UHECI' TO FJYISI: GiSPF.'R
�, !-!Z' X 1PT� - IXs7Afl, i- l2' S�OLIQ S!b'kVE'
�FiE'4�fX147Z�B�'IN . FIL"k 9'IY�OUCER
�•rzoc��vi+� �rs ;� : � �-rr�e v.�v� ,
�^,{JJ.r7b631 � N�CPfl�JSBY4i1
�;2����z { E-�.srnss
..�
��L` �aa rtirw� xa� ,V� •,� �
�\ �y�, F�rVme f �'d �
� \\\`. 1 .... � �I ,LWa r l $� .
a�n. • oemazru
BL.IC $ �
� ��,� ��, � „�.,
W[ �N Pfi�JC7i LV
ltFYINE Ql15T. -�
lSIFATfR
p
�� [�a
�� �t
E�.e►:7sa<e � t
�� .
` /,.4i
/[G" w�c' `,•-
��� �
��f ;���
lh57AtL
1�1��F+'VfXi
h'�ssroarsr
E•T2:3�S/T
�
rsx
. ISJl� � � SI:d.0�6675 � S'WL .
� rxsrr.u.
� rr�x ��v,t�r r� .
� !-6' ifiTE v,4vE � <
F FIRE hYpR�� �
!!!F @'IJYLWAA7 !E'/I.+}
J f-I2G�VF Y!!YE
� / H�3ACdAA?�9
f'9-�5P89T-�JB
lUl 1
� ;� = rrrv�,„ �r r ra+�re
�k py�/ e•av mv r+ en,r Ar.+ �
Xds?I73�9'/40 "'��'�v��:n3
£�iRi.4lM
�Y rzs.�o
� �-A,� �
.._ 9'."a�.--��:[�_� � "_�
�' c' L. lt�Yf1V�' & S/!YA^� � ��,�
EX.{37: G4E YAfYE' �
lNSTNIa '!£'W �, A �
H 124ri'YFAr B£Nfi �v �s, [wrn GtiJ.roy ti�n
N�4170Pi.�139 C�t"nr uC
E-FF�3153.7'%E '+'�-'�xr^�w
5!'AQ•lYlll� �!P' ldt lFIdJA ARl � +�+: o-'57�4 "%2'W STA flr60� + 1i!ii'
IH.S7'FtL 1ie577i1t !liSPAfis
P1E'd�.SQ'1D Slkkl�E f IE'f5'VFA9:BEND !-L'i3'VEArHEMD
'� !F oF lYWiVEit P1FE h-�4r'o55.5�a7 Nfi�9052..Q65Y
lZR'NECT 7i7 EJST.lE'Wi�G�H E-�.'�'i3C3I�913 �•7�9,x"FXE37U
H39fIlI59�J7
F�2,?9s30?Rr36
. , , . -. :' - ---
? E i ' : - - �-
' � � i� —'-I- ' -- -_'- - ' .- _
.. . . . � _-
—'--. .._ tl.. .I-L _ _ �
� .; I - .�..,� - - _- _ .� _ _ �
i
- - - - -�' j � � . ` ". '-.� �
. ' ' ---' - i . ] :� I � , - I _ . � I-�-�;- -
sM
�'Rt'�'05�D
SAt.'fTAf7Y �
S£,� SHEF
-! i � a
-i _ .._.
O:�Specs-Stds Governante Pratess�Temporary Spec FiEes�Capital �elivery�Cap Deiivery Div 01�0171
23.16.Q1_Attachment A_Survey Staking Standards,docx
Page 21 of 22 2418 Bond Year 2, Contract 14
CiEy Project No. 101475-2
� I I
. �
�� i
I ' I ,
— � � —�
�
.��'� L�• ti�
. :,;: �. � � �s
3' � ' � I I i
�-t; 9 � i .'
����# ; 4t� tr'' �;''i' �'� :�
_r��� �€ t�' ;' �'��M' =C,�i�
5 i �.i ..
y ,:Ilf' �t
�I .I '
=�} � ��' �
� � �1 ��. ..
I;* � 1� �Il
�r E� I a► cys
_; _ 'Y I�FI '^C
� . � li�
,� ` . �
I�! • a6
�IIti��Fy��•ii }I � ���
� 'T' � ��i
'-I j. .Lpi li` �1��i1
;' !F ��,'� . � . �' ''�r '}�' +i.,,�;
�� ,;��f��k: � lil I,� jk' I�IHI';E�;�
r� � �' �'. I� _ F ±j !
� ;+ '�gf' �.:; '.-rpu.-� OS�O'P'1S �Nf7 N�1ffW -� � ' — -
,':__-'; �ikYY:L �krf �f�.fMA' .
r� i -. _. ._.i. _.. i..�._.. .._...�..—...�.._ -- - ---'
�` I. I ,4_ . I' J i - —
': + �;t�•I I'� � r�. ,i�: -
, �--„-�;,I` -
, ��� }�t�� � �� ' �
' ;I } '� � . � � �
� � ' J
I I r _�, .`�� €�
•� ,f:p� �`��'�'°:�``
. �-- �.�.���:,��E�.,,.
4'� � ,. ,i . � '"�_.�.`�'�� F.w�'r��
f ��ts . I. � I .... -
� � '- '!I ' I \\,
� i .� I� I ���.,�
� .� � i .
� � '' I
. �. # �.
I � 'I 4 r}';I
n � �, �� t� �
I' ^ . � � I i. l �� 3 F �1 �
i �a� , �, ..
:� '� 4
� � - _ �'I �' � � 4
l
' . i
. ' ',� , I i.
� % i �i . I '
i �li_� �
� I� I �F ��� � �f€
��i �{ � .
�. � }I..i - �''I� �
i :a �F.. ' r �� - '
' �; �n1� i � i i ��
� � i
' \ �_ r.� �� i !y.� I
� ��I '`r�'�f�
'i IY�4 }
; � !- � -�Y.F .
. � �
.. �� ;�, �� h��
, � �d� �.
. :�
�, -�� ° �T �
. ,,iF,�� � � � '
•';,;;��4�'�'rF,�� rr 5.;, ' =;;,iy, . � -
�� r� ' I Ftl�I �� \
�,'Y'wY.�6L�Fl�;�,i �� � �-� � ' �
�
��
�?e
k{�
._._. . _ . �. � : . r-. �.
. _. _. .# , �;1� , .
. _. .. :_ -.C�_.i ;��-.. _--_ ,
_ - _, --..__ .:.__ .'���..-- ,��. ,. �
' ---- ,.. . ..-1: ,��
�� . ..
,. . . ���
�� � �h
.4"_r I x I' � � _-_-__rt�.
I . .-�f!�'�f.�W�� ..`�� �y� �r�r ,
� a� � ��, .,.j
� � �. � ' �1 � . �
..._ ... .. ' _tt��--�-��-� ..,�,
' ' if + .+i �'�� �
C
� � a �� . r.
�N � � M .�. _....-- I: �'�' � :i�
. . . . IC � �i .
*��,� : � :-- q` ,�� ���
._ . _ .i ..._ _ _. .. ;� f��. ;� . . :�
'� _ _.. . . . . + �f!�� 1
. . � + . 1�:'
_ . __.... ... —'- i Il�'
, I . . ' : --r �; :
� �-- + �
� � � �+ f
i �
i � � �
�! . i �' +��+ . . . ,,,� . �
. `? , ' ' _
_al��i�AM7F � ' -
.rar�'�f! ��—'� . �SY`Y:.' f.
.... _ ..��.'-� jr' � �i f4� � .. � . . ,
._i
.. i Ih � i �I
.. . .
;�:-'��.— � ��-� ---�--- ._'� I
-��--yr�'.��rr'-��w�n i��_?�_=�._ '..��'.T.. '
.I,. , _ , s,
' r � � ...i._ . _. i
_ ,_ _ . .. . i
�.,�._ - �. ._�: �_.l�: : i
�— _,r
23.1fi,01_Attachrnent A_Survey Staking Standards.docx
P�ge 22 Of 22 2018 Bond Year 2, Contract 14
Gity Project I�To. 101475-2
�
�01 ��
Page 23 af 23 2018 Sond Year 2, Con�ract 14
City Prajeci No. 101475-2
23.16.01_Attachrnent A 5ur�ey Staking Standards.docx
Ob�iously the .csv or ,txt file cannot be signed/sealed by a surveyor in the format
requested. This is just an exarr�ple and all this information s�ould be noted when
deliWered to the Gty sa �t is cfear to what coordinate system the data is in.
vo�Ni �o
1
2
3
4
5
S
7
8
9
1D
].1
12
13
14
�5
16
11
18
19
zo
Z1
zz
23
24
25
26
zl
2&
29
3U
31
3�
33
�4
35
36
37
38
39
40
4i
43
�i 3
4a
45
46
�lORTH€NG
6946257.189
694625�.$93
b946307.399
6946Z20.SS7
694G 195.2 3
691G19D.528
694613fi.0.12
6346002.257
69A60D3.056
6945384 677
69459$6.�73
G945845.077
b945896.591
b9Q5934 7_$6
fi945935,727
6945835.678
6945817.48 S
6945759.7' �
;^�43��r,3 i!-.:
G945743 318
69457Z3.Z19
�s�s�sz.zs
69�15621.902
8945643.4117
k94S571.659
6945539.498
69455i9.834
69454i7.879
G945455.557
6945387.356
fi945370.688
G945383.53
5945321.228
694537 9.3fi5
S94S Z42.289
6945233.G24
6945206.483
6945142.d 15
59dS1l3.445
fi9A 5049.U2
69450A1.fl�4
G945b38 878
69�15406.397
594444A 787
6944943.432
f?w4R�1] �5'16
�kSTlNG ELEv
2296D79.165
229G0G2.24i
229bD38.306
7796i711 q7S
229&(]15.116
2296022.721
22959y2.115
2295919.133
2795933.A18
229588b.52
2295R59.R92
229S8G0.9G2
2295862.188
?795841.425
229583D.441
2295793.707
22y581/.0i1
229575$.643
2295778:42�
2255788.392
2235754.34�
2z9s�a�.2z
22956&9.471
] 245736.i13
2295G55.T95
2295667.803
�2956i9 49
2295580.27
�295643.145
22955�37.103
�295606.793
; ; �',610.559
��95551.705
• �95539.77R
2295570.715
229554A.626
��95SZ9.305
2395557.666
2295520.335
�295527.345
2295552.675
2295552.147
�295518.135
2795570.fi35
2295558.479
229553�1.397
{FESCRIY I kU�
7?fi.03 55�4�1 RIM
725.6Gfl GV RIM
726.85 GV RIM
�23.358 5511�9r1 RIM
722.123 GV REM
722.325 FN
719.448 WM RIM
733.331 WM RIM
7i3.C,52 CD RIM
711.66� SSMH RIM
`/10.C46 WM RIM
707.72 WM Ri�+l
708.205 W{N RIM
7p9.4b7 UJM RfN�
710A84 CD RiM
?07.774 SSMN RfM
lU$392 SSMH RIM
711118 SSfNN RIM
720.08fi Cl' RIF✓�
710.63] Gl� RIN:
712.SQ9 GV RI M
�zs.sa� vr�n Rin�
723.76 VJti] R1Ni
719.737 CO RIN�
.'17 ilrl +SfvTf� R1R+
'?'� c_ � 4�.�4i RIM
732.6$3 V✓LI RIM
74Q.S21 WM RIM
736A5] CO RIIJI
740.75E GV RItJI
74D.976 GV RIM
740.408 FI I
7A63A WM RfM
74fi.777 CO RiiJ�
748.454 WM RIM
749.59 SS[NH RIM
751A58 WNI HIM
75a.853 WM RIM
751.871 WM ftlM
752.257 SSfvfH RIh4
75].7�3 WM RIM
751.88 W�l RIM
752.615 WM RIM
75).8f31 WM RiM
752.15fi WM1 RIiv1
752�86 SSN1H R3h4
�
�_.
I '.7
" rF+f
1� � , , .
�.ns�,
«,,j
�_.
.� �
0:�5pecs-Stds Go�ernance Prpcess�Temporary Spec Files�Capital DelR�ery�Cap DeliverV Di� 01�01 71
23.1G.Q1_Attachment A_Sur�ey Staicing Standards.docx
Rage 24 of 24 20I8 Bond Year 2, Convact la
City Project No. 1fl1475-2
C. �ther preferred as-built deli�erable
Some vendars ha�� indicated that it is easier to deliver this information in a different
format. Below is an example spreadsheet that is also acceptable and can be obtainec! by
request frorn the survey superintenden#.
O:\Specs-Stds Go�ernance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01�0171
23.16.01_Attachment A_Survey Staking Standards.docx
P3g@ 25 Of 25 201$ Bond Year 2, Contract 14
City Project No. 101475-2
��" � � � � �,
��: � ' F � � �
r
� - -- - --�- -�-�-- -��--- -�--�- - - — -
, „ � - -�--� -�- �- --- --- - - -
� 'I j � � � I � i � � � � �
',I, � •I F �' 4'' � '� �+ � X`
� _ � � I i �� � � �
�r � � � ���-��= -_� = � ..
� � � - `� � �s
i
n � 9
. ', c � � � � � � � �^ `
: � .i � � � � ` i il,
� �' I .
'� � .-_ I.. --.. � .1-- -�-
` I . � � �- � - -x -
. I
I ... . ,
, .
-� . , � . �- -�.-.--. - -. -
-� ; �
� � � I � Y � � � � � � � ,,. � `� I � ','F+ r,
'� �'� � s— �� ( �i ! .A � � S � ��
�� y� �n �'� _ :� . - = ' t! �
„ _ i, � '� � f � � � I '� �
r�if� I � = � -�.. _� -- Q- -� � z�LL
� i
' � '' � � � g , :�
� G
_ y
i �
.' a
e u
. .� �,
� R �
6i
�. , � '� L
0
� 'r
�. . �.I ��� � "' ""_—'__'__' _'__" """"'" """"' """._.� ."""__ ' ' '_ _ _ '___'
.y
• r � - �
N �
I} ,�Q � r' : I
'� � # _ I
4 k� � vl � I
� � t I
� '�
; j Y. ,� m �, � I �� t.,
^ - � K' � �' i'- �� �
' I
_ ' � � Y
.� � ` � 4' Y � I�I [�� �i S � I.� � �� I � � � I:
- _ � '`�_f �.J_ J.- _�_:-p �. - �s � �i
�, 7 . '� i.. !!: !] � 9t � I :
' '' � ` � -� I � � Iq
� I + ' ' �
'1 'i i
Q:�Specs-5tds Go�ernance Process�T�mporary Spec �iles�Capital Deli�ery�Cap Delivery Di� 01��171
23.16.01_At#a�hment A_Survey 5taking Standards.docx
Page 26 of 25 2018 Bond Year 2, Contr�ct 14
Ciry Project IVo. 101475-2
D7 74 23 - 1
CLEAIIING
Page l of 4
SECTION DI '�4 23
CLEANING
PART1- GENERAL
f ��.Y 11►� 1►� I:\:�L
A. Section Includes:
1. Iniermediate and finaI cleaning for Wark not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, bnt are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cantraci
2. Division 1— General Requirernents
3. Section 32 92 13 — Hydro-Mulching, Seeding and 5odding
1.� PRICE AND PAYMENT PROCEDURES
A. Measu:rernent and Payment
1. Work associated with this Item is considered subsidiaty to the var�ous Items bid.
Na separate payment vvill be allowed far this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. �cheduling
1. Schedule cleaning operations sn that dust and other contaminants disturbed by
cleaning process will not fall on new�y painted surfaces.
2. Schedule final cleaning upon completion of Worl� and immediately prior to f na1
inspection.
1.� SUBMITTALS �NOT USED]
1.6 ACTION SUBMITTALS/iNFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBNIITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBM�TTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
110 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specif cally designed for
those materials.
CITY OF FORT WORTH 201$ Bond Year 2, Contract 14
3T11NDAILD CONSTRUCTION SPEGIFICATION DOCUMENTS City Project No. 101475-2
Revised duly 1, 207 I
01 74 23 - 2
CLEANtNG
Page Z of 4
111 FIELD [SITE] CONDITIONS �NOT USED�
1.12 WARRANTY �NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [o�] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cieaning Agents
1. Compatible wit1� surface being cleaned
2. New and uncontarninated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
�.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXANIINATION [NOT USED]
3.3 PREPARATION [NOT iTSED]
3.4 APPLICATION [NOT USED]
3.� REPAIR / RESTORATION [NOT USED]
3.G RE�IN,STALLATION [NOT USEDJ
3.i FIELD (ox] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP �NOT USED�
3.9 ADJUSTING [NOT IISED]
3.10 CLEAIVING
A. General
1. Prevent accumulation of was�es that create hazardous conctitions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as minera� spirits, oil or paint thinner in
starm ox sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose af nondegradable debris at an appraved solid waste disposal site or in an
alternate manner appro�ed by City and regulatory agencies.
C]TY OP FQRT WORTH 2fl18 Bond Year 2, Contract 14
STAIr�bARD GONS7'RUCTIO� SPECIFICA'I'ION DOCUNTEI�TTS City Project No. 1U1475-2
Revised July 7, 2a1i
01 74 23 - 3
CLEANING
Page 3 of 4
6. Handle materials in a controlled rnanner �with as few handlings as possible.
7'. Thoroughly clean, sweep, wash and polish all Wark and equipment associated with
this project.
8. Retnove aIl signs of temporary construction and aciivities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the CEty, the City reserves the right to
have the cleaning cornpleted at the expense af the Contractor.
�U. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
persannel in existing facility operations.
2. At maxirnum weekly intervals, dispose of waste materials, debris and rubbish.
3. Con�ine construction debris daily in strategically Iocated container(s):
a. Cover to prevent b�owing by wind
b. Store dehris away frorn cons#ruction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuu�n clean interior areas when ready to receive finish painting.
a. Coniinue vacuurn cleaning on az� as-needed basis, ur�til Final Acceptance.
5. Priar to storm events, thoroughly ciean site af all loo�e or unsecured item�, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fzngerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. VentiIating systems
a. Clean permanent filters and replace disposa�le filiers if units were operated
during construction.
b. Clean ducts, blowers and coiis if units were operated without filters duri�g
construction.
6. Replace all b�rned out lamps.
7. Braom cleaz� process area flaars.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way} Fina1 Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbeci by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway ta remove a11 rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of tra�c along the roadway.
3. Ctean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
CITY OF FORT WORTH 2O18 Band Year 2, Contract J 4
5TAN1?ARD CONSTRUCTIOId SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised July 1, 2011
ai �a 23 - a
c�.�rrns�
Page 9 of 4
4. If no longer required for maintenance of erasion iacilities, and upon appro�al by
City, remove erosion control from site.
5. C1ean signs,lights, signals, eic.
311 CLOSEOUT ACTIVITIES [NOT USED]
3,12 PROTECTION [NOT USED]
3.1.3 MAINTENANCE (NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Reeision Log
DATE NAME SiJIvIMARY OF CHANGE
CITY QF FORT WORTH 2O18 Bvnd Ycar 2, Contract 14
STANDARD CON5TRUCTION SPECIFICATION DOCUMENTS City Project No. ]01475-2
Revised July 1, 2011
D17719-i
CLOSEOU'I' REQUIREMENTS
Page 1 of 3
�ECTION fli i'� 19
CLOSEOUT REQUIREMEIVTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
L The procedixre for closing out a contract
B_ Deviations from this City of Fort Worth Standard Specification
I. None.
C. Related Specification Seciions include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions oithe Contract
2. Division 1— General RequirernenYs
1.2 PRICE AND PAYMENT PROCEDURES
A. Measuretnent and Payment
1. Wark associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Ttem.
1.3 REFERENCES [NOT USED]
�.4 ADMINISTRATNE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No applicatian for final payment will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work ar equipment as specified are
satisfactorily filed with the Ci#y.
B. Release of Liens or Claims
1. Na applicatian for final payment will be accepted until satisfactory evidence of
re�ease of liens has been submitted to the City.
1.� SUBNIITTALS
A. Submit all requzred documentation to City's Pz-oject Representative.
C1TY OF FORT WORTH 2O18 Bond Year 2, Cantract 14
STANI]AAD CON57RUCTION SPECIFICATION DOCiTMEt�iTS City Project No. 701475-2
Revised July 1, 2011
oi��19-z
CLOSEOUT REQL3IREMENTS
Page 2 af 3
1.G INFORMATIONAL SUBMITTALS [NOT USED]
1.9 CLOSE�UT SUBMiTTALS [NOT USED�
PART � - PRODUCTS [NOT USEDJ
PART 3 - EXECUTIQN
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED}
3.3 PREPARATION [NOT USED�
3.4 CLOSEOUT PR�CEDURE
A. Prior to requesting Final Inspection, subrnit:
1. Project Record Documents in accardance with Section 01 78 39
2. Operation and Maintenance Data, if required, in accardance with Section O 1 78 23
B. Priar to requesting Final Inspec�ion, perform final cleanitzg in accordance with Section
01 74 23.
C. FinalInspection
1. After final cleaning, provide notice to the City Pz'ojecf Representative that the Work
is completed.
a. The City will make an ini�ial Finai 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 frorn the City, im�nediately undertake the Work
required io remedy deficiencies and complete the Work to the satisfactian af the
Cify.
3. Upon completion of Work associated with the items Iisted in the City's written
notice, inform tl�e City, that the required Warl� has been completed. Upon receipt
of this notice, the City, in the presence of the Contractor, will rnake a subsequent
Final Inspection of the project.
4. Provide all special accessories required to place each item of equipment in full
operatian. The,se special accessory items include, but are not lrrnited to:
a. Specified spare parts
b. Adequate oil and gease as required for the first lubrication of the equipment
c. Initiat filI up of all chemical tanks and f�el tanks
d. Light bulbs
e. Fuses ,
£ Vau�t keys
g. Handwheels
h. Other expendable items as required for init�al start-up and operation of all
equipment
D. No�ice of Project Completion
CITY OF FORT WOR7�I 2018 Bond Year 2, Contract 14
STAND�Rb CONSTAUCTION SPECIFICATION DOCLiMENTS City Project No. l O1475-2
Rerrised July 1, 2011
Qt 7719-3
CLaSEOUT REQUIltEMENTS
Page 3 of 3
l. Once the Ciry Proj ect Representative finds �he Work subseque�t to Final Inspection
to be satisfactory, the City wilI issue a Notice of Proj ect Completion (Green Sheet).
E. Supporting Dacumentation
1. Coordinate witn the City Project Represeniative io complete the following
additional forms:
a. Final Payment Request
b. Staternent of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final �ayment
e. Pipe Report {if required)
f. Contractor's Evaluation of City
g. Performanee Evaluation ai Contractar
F. Letter of Final Acceptance
1. Upon rerriew and acceptance of Notice of Project Completion and Supporting
Documentation, in accarc�ance with General Conditions, City will issue Letter of
Fina� Acceptance and release the Final Payment Request for payment.
3.S REPAIR / RESTORATION [NOT USED]
3.b RE-INSTALLATION [NOT USED)
3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
310 CLEAPTING jNOT USED]
3.11 CLOSEOUT ACTIVITTES [NOT USED]
3.1� PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF F012'T WOlt'TH 2O18 Bond Year 2, Contract A4
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS CiEy Project No. 101475-2
Revised Jt�ly 1, 2011
01 78 23 - 7
OPERA'I'IOTI AND MAiNTENANCE DATA
Page 1 of 5
SECTION Ol 78 23
QPERATION AND MAINTENANCE DATA
PART 1- GENERAL
1.1 SUIVIlVIARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance a�d
operatio�n of products furnished under Contract
2. Such products may fnclude, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the Cityj
c. Butterfly Valves
B. Deviations from this Ciiy oi Fori Worth Standard Specification
1. None.
C. Related Specification Sectians include, but are not necessarily limrted to:
1. Division fl— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the variaus Items bid.
No separate payrnent wilI be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADNIIIVISTRATIVE REQUTREMENTS
A. Schedule
1. Subrnit manuals in final form to the Ciiy within 3p calendar days of product
shipment to the proj ect site.
1.5 SUBMITTALS
A. Submittals shali he in accordance with Section O1 33 00 . AIl submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBNIITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8'/Z inches x 11 inches
b. Paper
1) 40 pound minimum, whita, for typed pages
2) Holes reinforced with pZastic, cloth or metal
a Text: Manufacturer's printed data, or neatly typewritten
CTTI' OF FORT WORTH 201$ Bond Year 2, Conh�act 14
STANDARD CONSTRUCTION SPECIFICAT70N DOCUMENTS Ciry Project No. 101475-2
Revised December 20, 2012
U17823-2
OPERATIOI�I AND IvfAINTENANCE DATA
Page 2 af 5
d. Drawings
Ij Provide reinfoxced punched binder tab, bind in with text
2) R�duce larger drawings and fold to size of text pages.
e. Provide fly-leaf for cach separate product, ox each piece of np�rating
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 TNSTRUCTIONS".
2) List:
a) Title ofProject
b) Identity of separate structure as applicable
c) Identify of gerneral subject matter covered ir� the manual
3. Binders
a. Comrnercial quality 3-ring binc�ers with duxable and cleanable plastic cavers
i�. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provic�e an electronic form of the Q&M Manual.
B. Manual Content
1. Neatly typewritten table af contents �or each volume, arranged in sy,stematic 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 vo�ume
c. List, with cach product:
1) The name, address and telephone number of the subcon�ractor or installer
2) A�ist of each praduct required to be included, indexed to content of the
valun�e
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each proc�uct by product name and other identifying symbols as set
farth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annoiate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data appJicable �o instal�ation
3) Delete references to inapplicable information
3. Drawings
a. Suppiement product data with drxwings as necessary to clearly illust�ate:
1) Re�ations of component parts of equipment and systems
2) Control and flaw diagrams
b. Coordinate drawings with information in Project Record Documents ta assure
correct illustrxtion of completec3 installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as req�ired ta supplez�nent product data for the particular instaIlation:
a. Organize in consis�ent farmat under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CI'I`Y OF FORT WORTH 201 S Sond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIF7CATIOIV DOGLIMENT,S City Project I1o. 101475-2
Revised December 2p, 2p12
O1 78 23 - 3
OPERATION AND MAINTENANCE DATA
5. Copy of each warranty, bond and service contract issued
a. Provi�de information sheet for City personnel giving:
1) Proper procedures in event of failure
2} Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in %nal form.
Page 3 of 5
2. Content, for architectural producfis, applied materiais and finishes:
a. Manufacturer's data, giving full inforination on products
1) Catalog n�unber, size, composition
2) Color and texture designa�ions
3) Infor�natian required far reordering special manufactured products
b. Instructians for care and maintenance
1) Manufacturex's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and znethods which are detrirnental to
product
3) Recamrnended schedule for cleaning and maintenance
3. Content, for rnoisture protection and weather exposure products:
a. Manufaciurer's data, giving fu11 information on praducts
1) Applicable standards
2) Chemical composition
3} Details of installation
b. Instruciions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final forni.
2. Content, for each unit of equiprnent and system, as appropriate:
a. Description of unit and component parts
1) Functian, normal opera�ing characteristics and limiting conditions
2) Perforxnance curves, engineering data and tests
3} Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) 5tart-up, break-in, routine ax�d norma� operating instructions
2) Regulation, con�rol, stopping, shut-down and emergency instructions
3} Suinmer and winter operating instructions
4) Special operating instructions
c. Maintenance proced�res
1) Routine operations
2} Guiae to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and nrxaintenance instructions
f. Descript�on of sequence of operation by control manufacturer
1) Predicted tife ofparts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
�) As installed color coded piping diagrarns
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD COIVSTRUCTION SPECIFICATION DOCiJ11�ENT5 Ciry Froject No. 101475-2
Revised December 20, 20I2
O1 78 23 - 4
OFERATION AND MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and iunction of each valve
j. List of original manufactut-er's spare parts, rnanufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of ,Specifications
3. Content, for each electric and e�ectronic system, as appropriate:
a. Descrip�ion of system ancf component parts
1) Function, norznal operating charac�eristics, and limiting conditions
2) Perfarmance cuives, engineering data and tests
3} Connplete nomenciature and commercial numbex of replaceabie parts
b. Circuit directories of panelbaards
1) Electrical service
2} Controls
3} Comrnunications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and nonnal operati�tzg instructions
2) Seque�ces required
3) Special operating instructivns
e. Maintenance procedures
1) Routine operatioz�s
2) Guide to "trouble shooting"
3) Disassembly, repair and reassem3�ly
4) Adjusiment and checking
£ Manufactuxex's printed operating and maintenance instr�zctions
g. List of originai manufacturer's ,spare parts, manufacturer's current prices, and
recomrnended quantities ta be maintained in storage
h. Other data as required under pertinent �ections of Specifica�ions
4. Prepare and include additional data when the need %r such data becomes apparent
during instruction of City's personnei.
1.7 CLOSEOUT SUBMITTALS jNOT USED]
1.8 MAINTENANCE MATERTAL SUBNIITTALS [N�T USED]
1.9 QUAL�TY ASSURANCE
A. Provide operatioz� and maintenance data by personnel with the following criter�a:
1. Trained and expexienced in maintenance and operatian of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
C1TY QF FORT WOATH 2fl18 Bond Yeaz 2, Contract 14
STANDARD CQNSTRUCTION SPECIFICATION DOCUTvIENTS City Project No. 101475-2
Revised December 20, 2012
p17823-5
OPERATION AND MAl[V`1�NANCE DATA
IJ 0 DELIVERY, STORAGE, AND HANDLING [NOT USED)
1.11 FIELD [SITE] CONDITIONS [NOT USED)
1.1� WARRANTY jNOT USED]
PART � � PRODUCT� �NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Page 5 of 5
Revision Lag
DATE NAME STTMMARY QF CHANGE
8/31/2012 D. Johnson 1.S.A.1— title of section removed
CITY OF FORT WpR1`H 2O18 Bond Year 2, Cvntract 14
STANDARb CONSTRUCTIpN SPECIFICATION DOCLJIVIENTS City Project No. 101475-2
Revised December 20, 2012
O] 78 39 - 1
PR07ECT RECORD ]]OCUNIEiVTS
Page i o#'4
SECTION 0178 39
PR07ECT RECORD DOCUMENTS
PART 1- GENER AY ,
L1 SUMMARY
A. Section Includes:
1. Work associated with the docurnenting the praject and recording changes to project
docurnents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Wortn Standard Speciiication
1. None.
C. Related Specification Sections include, but are not necessarily 1ixr�ited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2_ Divisian 1— General Requirements
1.2 PRiCE AND PAYMENT PROCEDURES
A. Measurement and Paytnent
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separat� payment will be a.Ilowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINiSTRATIVE REQUIREMENTS [NOT USED]
1.� SUBNIITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
Czty's Project Represeniative.
1.6 ACTION SUBMITTAL�/INFORMATIONAL SUBMITTALS jNOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT LTSED]
1.� MAINTENANCE MATERiAi., �UBMITTALS [NOT USED]
�.9 QUALITY ASSURANCE
A. Accuracy of Records
l. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet af Drawings and
other pocuments vvhere sueh entry is required to show the change properly.
2. Accurracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on infortnation obtained from the approved Project
Record Documents.
CITY OF FORT WORTH 2O18 Bond Year 2, Cantract 14
STANDIIRD CdNSTRUCTION SPECIFICATIO� DOCUMENTS City Project No. 101475-2
Revised July i, 2011
017834-2
PR07ECT RECQRD DQCUiVIENTS
Page 2 of 4
3. To faeilitate accuracy of records, rnake entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual znformation regarding all aspects of the Work, both concealed at�d
visible, to enable fuiure modif cation af the Work to proceed without lengtE�y and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely pratected from deterioration
and froan loss and damage until completion of the Work and transfer of all recorded
data to tne final Praject Record Docu�nents.
2. In the event of �oss of recorded data, use means necessary to again secure the data
to the Ciry's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
111 FIELD [SITE] CONDITIONS [NOT USED]
�.12 WARRANTY [NOT USED�
PART � - PRQDUCTS
Z.1 QWNER-FURNISHED [o�] OWNER-SUPPLIED PRQDUCTS [NOT USEDj
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly follawing receipt o�the Notice to Praceed, secure from the City, at no
charge ta th� Contractor, 1 camplete set of a11 Documents cornprising the Contract.
B. Final Record Documents
1. At a time nearing the cornpletion of the Work and prior to Final Inspection, provide
the Ciry 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
�.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED�
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance af Job Set
1. Irnmediately upon receipt of the j ob set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WOATH 2A18 Bond Year 2, Contract 14
STANDAItD CONSTRUCTIdN SPEGIFICATION DOCiJMENTS City Project No. 101475-2
Revised 7uly 1, 2031
017839-3
PROJECT RECORD bOCUM�NTS
Page 3 of 4
2. Preservation
a. Considering the Contract completion time, the probable number of occasio�as
upon which the job set must be taken out for ne�+ eni�ies and for examination,
and the conditions under which these actzvzties will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Proj ect Record Doct�menis.
c. Maintain the job set at the site of work.
3. Caordination with Construction Survey
a. At a minimum, in accordance with the intervals set farth in Section 01 71 23,
clearly mark any deviations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic Iine and note as required.
c. Date alI entrfes.
d. Call attention to �th.e enYry by a"cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic Iayouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, ar� shown schematically and are noi intended to
portray precise physical layout.
1) Final physical arrangement is deternvned by the Contractor, subject to the
City's approval.
2) However, c�esign of future modifications of the facility may require
accurate infarmation as io the fnal physical layout of items which are
shown only schematically an the Drawings.
�. Show on the job set of Record Drawings, by dimension aecurate to within 1
inch, the centarline of each run of items.
1) Final physacal arrangement is determined by the Contractor, subject ta the
City's approval.
2) Show, by symbol or note, the vertical location of the Itern ("uncler slah", "in
ceiling plenum", "exposed", and the like).
3) Make all identi�cation sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City maq waive the requirements for conversion of schematic Iayouts
where, in the City's judgment, conversion serves no usefui purpose. However,
do not reIy upon waivers being issved except as specifically issued in writing
by the City.
B. Final Project Record Documents
l. Transfer of data to Drawings
a. CarefuIly transfer change data shown on the j ob set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affect�d detail and other Drawing a full description of
changes made during construction, and the act�al location of items.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract lA
STANDARD CONSTRifCTION SPECIFICATION DOCiTMENTS City Project No. 101475-2
12evised 7uly 1, 201 ]
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
c. Ca13 attention to each entry by drawing a"cloud" axound th� area or areas
affected.
d. Make changes neatly, consistently and with the proper meaia to assure
longevity and clear reproduction.
2. Transfer of data to other pocuments
a. If the Documents, ather than Drawings, have b�en kept clean during progress of
the Work, and if entri�s therean have been orderly to tlae appraval of the City,
the job sei of those Docume�ts, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not sa approved by the City, secure a new copy of that
Document from the City at tk�e City's usual charge for reproduction and
hand�ing, and carefiilly transfer the change data to the new copy to the approval
of the City.
3.� REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.9 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.� SYSTEM STARTUP [NOT USED]
3.4 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
312 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [N�T USED]
END OF SECTION
Revision Log
DATE NAME SUIvIMARY OF CHANGE
CITY QF FORT WORTH 20] 8 Bond Year 2, Contract 14
STANDARD CONSTRUCTTON SPECIFICATION DpGUMENTS City Project No. 101475-2
Revised July 1, 2p] 1
321133-1 ;
CEM�NT TREATED BASE COURSES
Page l of 7
SECTION 32 1133 �V1 �IODIF'IED
CEMENT TREATED BASE CUURS�S
PART1- GENERAL
1.1 SUMMARY
A. Section Includes
1. Treating s�bgrade, subbase and base courses by the pulverization, addition of
cement, mixing and compacting the mix material to the required density.
2. Ite�n applies to the natural ground, embankment, existing pavement, base or
subbase courses placed and shall conform to the typical section, lines and grades
shown on the Drawings.
B. Deviations fro�n City af Fart Wort� Standards
�. �"��� s f �:�T.ayyiar�.1��� �.e7�'�G:�I-1.lY.'e�.S�tLNi
C. ReIated Speciiication Sections include but are not necessarily limited to
1. Dfvision 0- Bidding Requirements, Contract Forms, and Canditions of the Contract
2. Division 1- General Requirements
3. Section 32 11 23 - Flexible Base Courses
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Cement
a. Measurement
1} Measurement far this Ite�nn shall be by the ton (dry weight).
b. Payment
�) The work perfo�-tned and materials furnished in accordance with this Item
and measured as provided under "Measure�nent" wi11 be paid for at the unit
price bid per ton (dry weight) of Cement.
c. The price bid sha11 include:
1} Furnishing Cement material
2) All freight involved
3) All unlaading, storing and handling
2. Cenae�.t Treatment
a. Measurement
1} Measuremen� for this Item shall be by the square yard of surface area.
2) The dimensions for determining the surface area are established hy the
widths shown on the Drawings and the Iengths measurec� at placement.
b. Payment
1} The wark performed and �naterials furnished in accordance �with this Item
and measured as provided under "Measurement" will be paid for at the �nit
price bid per square yard of Cenaent Treatmeni placed for:
a) Various d�pths
c. The price bid shall include:
1) Pulverizing or providing the soil material
2) Han�.Iing, hauling and spreading dry ar slurry cement
3) Mixing the cement with the soi� either in place or in a mixing plant
CITY OF FORT WORTH 20J 8 Bond Year 2, Co�tract 14
STAND.ARD CONSTRiJCTION SAECIRICATION bOCi7MENTS Ciry Project No. 10i475-2
Revised December 2p, 2p12
32 11 33 - 2 tw
CEMEIVT TREATEF] $ASE COURSES
Page 2 of 7
�4) Furnishir�g, hauling and mixing water with the soil-cement rnixture
5) Spreading and shaping the rnixiure; cnmpaeting the mixture, inclu�ng all
rolIing required for compaction
6) Surface �nishing
7) Water and sprinkling
8) Curing
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the eurrent refexence standard
pub�ished at the time of the latest revision c�ate logged at the end of this
specification, unless a date is specifically citec�.
2. ASTM International {ASTM}:
a. C150, Standard Specification for Portland Cement
b. D698, Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Star�dard Effort (12 400 ft-lbi/ft3 (600 kN-m/m3))
3. Texas Department of Transportation (TxDO'1�
a. Tex-101-E, Preparing soil and flexible base materiais for testing
b. Tex-144-E, Measuring thickness of paving layers
1.4 ADMIlVISTRATIVE REQUIREMEliTTS [NOT USED]
1.5 ACTION SUBNIITTALS [NOT USED]
l.b ACTION SUSNIITTALS/IliiFORMATIONAL SUSMITTALS [NOT USED]
1.'� CLOSEOUT SUSMITTALS [NOT USEDj
1.$ MAINTENANCE MATERIAL SUBMITTLAS [NOT USED]
1.9 QUALITY ASSURA1vCE [NOT USED]
1.�0 DELIVERY, STORAGE, AND HANDLING
A. Truck Delivered Cement
1. Each iruck ticket shall bear the weight of cement measured on certified scales.
2. Submii delivery tickets, certi�ed by supplier, ihat include weight with each bulk
delivery of cement to the site.
1.11 FIELD [SITE] CONDITI�NS
A. Start cement applicatian only when the air temperature is at least 35 degrees F and
rising or is at least 40 degrees F.
B. Meas�u�e ternperature in tlie shade away from artificial heat.
C. Suspend application when ti�e City determines that weather conditions are unsuitable.
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 QWNER-FLTRNISHED �'RODUCTS [NOT USED]
2.2 MATERIALS
A. General
CTTY OF FpRT WORTH 2O18 Bond Year 2, Contract 14
STANDARD G�NSTRUCTION SPECIFICATION DOCUMENTS City Project 3�Io. 10]475-2
Revised Deaember 20, 2Q72
321133-3 -
CF1I�IENT TREATED BASE COUR5E5
Page 3 of 7
l. Furnish uncontaminated materials of uniforz�a quality that meet the requirements of
the Drawings and specifcations.
2. Notify the City of the proposed �naterial sources and of changes to r�xiateria� sources.
3. Obtain verificatian from il�e City that the speciiication requirements are rnet before
using the sources.
4. 1�he City may sample and test project materials ai a�y time before compaction.
B. Cement: ASTM C 150 Type I, II or IP.
C. Flexible Base Courses: Furnish base material that meets the requirements of Sec�ion 32
11 23 for the type and grade shown an the Drawings, be�ore the addiiion of cement.
D. Water: Furnish water free oiindustrial wastes and other objectionabie material.
2.3 ACCESSO.RIES [NOT USED] � �- �.2 L_ Commercial Cement-Lime
2.4 SOLTRCE QUALITY CONTROL [NQT USED] Slurry shall meet the performance
' �haracteristics of CEM-LIME Technlcal
Data found in Appx GR-01 60 OQ
PART 3- EXECUTION Product Requirement�
31 INSTALLERS [NOT USED]
3.� EXAMINATION [NOT USED]
3.3 PREPARATION
A. Sh�pe existing material in accordance vt+ith applicable bid items to eonform to typical
sections shown on the Drawings and as directed.
3.4 INSTALLATI4N
A. General
1. Produce a completed course of treated material containing:
a. Uni%rm Portland cement mixture, free from loase or segregated areas
b. Unifortn density and moisture content
c. Well bound for full depth
d. With smooth surface and suitable for piacing subsequent courses
2. Maximuin layer depih of cement treatment in single �ayer: S inches.
3. For treated subgrade exceeding 8 inches deep, p�lverize, apply cement, nnix,
compact and finish in equal Iayers not exceedrng 5 inches deep.
B. Equipment
1. Provide machrnery, fiools, and equipment necessary for proper execution of the
work.
2. Rollers
a. The Contractor may use any type of roller to meet the production rates and
qualzty requirements of the Contract unless otherwise shown on the Drawings
or directed.
b. When specific types of equipment are required, use equtpment that meets the
specified requirem�nts.
c. Alternate Equipment
1} Instead of the specified equipment, the Contractor rnay, as approved,
operate other compactior� equipment that produces equivalent resul�s.
CITY OF FORT WORTH 201& Bond Year 2, Contract 14
STi1,�ARD CONSTiiUCTION SPECIFICA'f`ION bOCUMENTS Gity Project No. 141475-2
Revised December 2D, 20] 2
32 ] 1 33 - 4 r�t
CEM�,NT TREATED BASE COURSES
Page 4 af 7
2) Discontinue the use of the alternate equipxnent and furnish the specified
equipment if the desired results are not achieved.
d. City may require Contractar to substitute equipment if production rate and
quality rec�uirements of the Contract are not met.
3. Slurry Equipment
a. Use slurry tanks equzpped with agi�ation devices far cement application.
b. The City may apprave other shiriying methods.
c. Provide a pump for agitating the slurry when the disiributar teuck is not
equipped with an agitatar.
4. Puiverization Equipment
a. Provide puiverization equipment that:
1} Cuts and pulverizes material uniforn�ly to the proper depth with cutters that
plane to a uniform surface over the entire width of the cut
2) Provides a visible indication of the depth of cut ai a11 times
3) Uniforn�ly mixes the materials '
C. Pulveriza�ion
1. Pulverize or scarify existing material after shaping ,so that 1 a0 percent by c3ry
weight passes a 1 inch sie�e, and 8Q percent by dry weigh� passes a No. 4 sieve
exclusive of gravel or stone retained in sieves.
2. Pulverize recycled asphalt pavement so that 1Q0 percent by dry weigl3i passes a 2
inch sieve, and b0 percent by dry weight passes a No. 4 sieve exclusive of gravel or
stone retained in sieves.
D. Cement Applacation
1. Spread by an approved dry or slurry method uniformly on the sail at the rate
specified on the Drawings
2. If a bulk cement spreader is used, position by string Iines or other approved method
during spreading to insure a uniform distribuiian of cement.
3. Apply ta an area that all the operations can be continuous and completed in daylight
within 6-hours of init�al application.
4. Do not exceed the quantity of cement that pernuts uniform and intimate rz�ixture of
soil and cernent during dry-mixing operations
5. Do not exceed t�e specified optimum moisture content far the soil and cement
mixture.
6. No equiprnent, except tnat used in the spreading and rnixing, ailowed to pass over
the freshly spread cement until it is mixed with the soil.
E. Mixing
1. Thoroughly mix the material and cement using a}�proved equipment.
2. Mix until a hoinogeneous, friable �nixture oimaterial and cement is obtained, free
from all clods and lumps.
3. Keep mixture within moisture talerances throughout the operation.
4. Spread and shape the completed mixture in a uniform layer.
5. After mixing, the City shail sample the mixt�are at roadway moisture azad test in
accordance with Tex 101 E, Part III, to detertnine compliance with the gradation
re�uirements in Table 1.
CITY OR FORT WOR'I'H 2O18 Bond Year 2, Canp-act 14
STANDARD C�NSTRUCTION SPECIFICATION TJOCUMENTS Ciry Projec# No. 101�75-2
Re�ised Decemher 20, 2012
32 11 33 - 5 h�
CEMENT TREATEb BA5E COURSES
Table 1
Gradation Re uirements Minimum % Passing
Sieve Size Base
1-3/4 in. 100
3/4 in. 85
No. 4 60
F. Compaction
Page 5 of 7
1. Prior to the beginning of compaction, the mixture shall be in a loose condition for
its full depth.
2. Cornpact material to at least 95 percent of the maximum density as determined by
ASTM D698.
3. At the start of compaction, the percentage oimoisiure in the mixture and in un-
pulverized soil lumps shall be less than the quantity which shall cause �e soil-
cement m�ture to become unstable duxing compaction and finishing.
4. Wl�en the uncornpacted sail-cement mixture is weited by rain so that the average
zxioisture content exceeds the tolerance given at the time af final compaction, the
entire section shall be reconstructed in accordance with this specificatioa at t1�e sole
expense of the Contractor.
5. The specified optimum moisture content and density shall be determined in tl�e
field on the representative samples of soil-cement rnixture obtained from the area
being processed.
6. Fina1 moisture content shall be wiihin minus-2 to plus-4-of-optimum.
7. Begin compaction after rnixing and after gradation and rnoisture requirements have
been met.
$. Begin compaction at the bottom and continue until the entire depth of the mixture is
uniformly compacted.
9. Uniformly compact the mixture to the specified density within 2-hoiu-s.
10. After the soil and cement mixture is compacted unifortnly appiy water as needed
and thoroughly mix in.
11. Reshape the surface to the required lines, grades and cross section and then lightZy
scari�y to loosen any imprint left by the compacting pr shaping equipment.
G. Maintenance
1. Maintain the soil-cement treatment in good condition from the time it first starts
work until all work sha11 is comp�eted.
2. Maintenance includes immediate repairs of any defect that may occur after the
cement is applied.
3. Maintenance work shall be done by the Contractor at the Contractor's expense and
r�peated as often as necessary to keep the area continuously intact.
4. Repairs are to be made in such a manner as to insure restoration o#'a uniform
surface for the full depth of treatment.
5. Remedy any low area of treated subgrade by scarifying the surFace to a depth of at
least 2 inches, �illing the area with tx�eated material and compacting.
6. Remedy any low area of subbase or base shall by replacing the material for the full
depth of subbase or base treatment rather than adding a thin layer of stabilized
material to the completed work.
CITY OF FORT WORTH 201 S$ond Year 2, Contract 14
STANDt1RD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. ]01475-2
Revised December 20, 2Q12
32 11 33 - b tvt
CEMENT TREA'I`ED BASE COURSES
Page 6 of 7
H. Finishing
1. After completing compaction oithe final course, clip, skin, or tight-blade the
s�arface of the cement-treated material with a maintainer or subgrade trimmer to a
deptka af approximately 1/4 inch.
2. Remove loosened material and dispose of at an approved Iocation.
3. Roll the clipped surface irnrnediately with a pneurnatic tire roller adding small
increments af moisttu-e as needed and unti� a smooth surface is attained.
4. Add small a.znounts of water as needed duri�g rolling. Shape and rnain�ain the
course and surface in conformity with the typical sections, lines, and grades shown
on the Drawings or as directed.
5. Surface compaction and finishing shall proceed zn such a manner as to praduce, in
not more �han 2-hours, a srnooth, closely knit surface, free of cracks, ridges or loose
materFal, conforming to the drawn grade and line shown on the Drawings.
6. After the final iayer or course of the cement modified soil has been compacted, it
shall be brought to t�e required lines and grades in accordance with the typical
sec�ions.
7. The completed section shall then be finished by rolling with a pneumatic tire or
other suitable rol�er suff"iciently to create micro cracking.
I. Curing
l. General
a. Cure far at least 48 ho�-s.
b. Maintain the moisture content during curing at no lower than 2 percentage
points below optirnum.
2. Curing method depends on finished pavement type:
a. Concrete pavement:
1) Sprinkle with vvater
2) Maintain moisture during curing
3} Do not alIow equipment on t11e finished cour�e during curing except as
required for sprinkling, unless ot�erwise approved.
b. Asphalt Pavement;
1) Apply an asphalt maierial at a rate of 0.05 to 0.2Q gallon per square yard.
2) Da nat allow equipment on the �nished course during curing
3. Conti�ue curing until paving operations begin.
3.� REPAIR / RESTORATION [NOT USED]
3.b RE�INSTALLATION [NOT USED]
3.'� FIELD QUALITY CONTROL
A. Density Test
1. City Project Representative rnust be on site during density testing
2. City to measure density of cement treated base course in accardance with ASTM
D6938.
3. Spacing directed by City (1 per block minimum),
4. City Project Representative determines density testing locations.
CTPY OF FpRT WOA'Tf-I 2018 Bond Year 2, Contract 14
STANDARI] CONSTRUCTION SPECIRICATION bOCITMENTS City Project No. 101475-2
Revised December 24, 2072
32 I 1 33 - 7!�T
CEMENT TREATED BASE COURSES
Fage 7 of 7
B. Depth Test
1. Take �ninirnum of one core per SOO linear feet per each direction of travel
staggering test location in each lane to determine in-place depth.
2. City Project Representative deterznine� depth testing locations.
3.S SYSTEM STARTUP [NOT USED�
3.9 ADJUSTING jNOT USED]
3.10 CLEANING [NOT USED)
311 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED)
313 MAINTENANCE jNOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DAT� NAME SiJMMARY OF CHANGE
CITY OF FORT WDRTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATi0A1 DOCiJNfENTS City Project No. 101475-2
Revised December 20, 2012
SP 34 71 13,p1
TRAFFIC CONTROL
Page 1 of4
SPECIAL PROVISION TO STANDARD SPECIFICATIDN 34 71 13
TRAFFIC CONTROL
For this Project, the Standard 5pecification 34 7l l3 for Traffic Control (dated l�/22/2013) is
amended with respect to the claUses cited below. No other clauses or requirements of this
Standard Specification are waived or changed.
Delete section 1.1. from Standard Specification 34 71 13 and replace with:
1.1 SUMMARY
B. Installation of Traffic Control Devices and preparation of Traffic Control Plans,
including moving, re�lacing, maintaining, cleaning and removing upon completion of
the work, all temporary or permanent street closure barricades, srgns, cones, lights or
other devices required to handle traffic in conformance with the current edition of the
Texas Manual of Uniform Traffic Control Devices ar�d as indicated on the Drawings or
directed by the Engineer or designated City representative.
C. Deviations from this City of Fort Worth Standard Specificatian
1. As outlined in this Speciai Provision to Standard Specification 34 71 13.
D. ReIated 5peeifications Sections include, bui are not limited to:
1. Division 0— Bidding Requirements, Contract �orms and Conditions of the
Contract
2. Division 1— General Requirements
Delete paragraph 1.2. from Standard Specification 34 71 13 and replace with:
1.2 PRICE AND PAYMENT FROCEDURES
A. Maasurement and Payment
1. Installation of Traffic Control Devices
a. Measurement
1} Traffic Controi Devices for the project will be measured per month
throughout the project duration regardless of the nzunber of set-up�,
lacations or streets under construction.
b. Payrnent
1) The work performed and materials furnished in accordance witla this
Item and measureci, as provided under "Measurement," shail be paid
For at the unit price bid for "Traffic Control" under eaci� Unit of Wark
(Water, Sewer, Paving, etc). No additional compensation is made for
materials, equipment or labor required for this Item.
CITY OF FORT WQRTH 2O18 Bond Year 2, Cnntract 14
City Project No. 101475-2
DATE: NOVEMBEIi 6, 2020
5P 34 71 I3.fl1
TRAFFIC CONTROL
SPECIAL PROVISION TO STANDARD SPECIFICATION 34 '�1 13
TRAFFIC CONTROL
c.
d.
Page 2 of 4
2} No more than one month �nay be charged during the same 30 day
period af a contract. Projects with multiple crews performing concurrent
Units of Work {Water, Sewer, Paving, etc) will be paid for 1(one) month
totaI, under the con�ractor's selected unit. The selected unit must have had
active work during ihat period.
3) The months for each Unit of Work will he approximated for bidding
and can be adjusted during construction as the work progresses according
to the Contractar's schedule. The Contractor's schedule shall reflect the
project being complete within the projeci duration set by the contract.
The work performed under this Item shall include, but not be Iimited to:
1} Traific Control implementation
2) Installation
3} Maintenance
4) Adjustments
5} Replacements
6) Removal
7} Police assistance during peak hours
Traffic Con�-ol Plan Changes:
1) Contractor driven changes to the sequencing, resources, ar Iocation of
t�-affic control activities da not warrant additional cost for traffic
control.
2) City requested changes to the scope or sequencing can be submitted
as a change order with supporting documentation for review by the
City.
3) During periods of inactivity the contractor must provide supporting
documentation that additional traffic conlrol was required based on
current site conditions and was present at the site.
2. Portable Cl�angeable Message Board Signs
a. Measurement
1} Portable Changeable Message Board Signs for the project shall be
measured per week regardless of the number of set-ups,locations or
streets under construction.
b. Payment
1) The work performed and materials fitrnished in accordance to this
Itenr� and measured as provided under "Measurement" shall be paid
for at the unit price bid per week for "Portable Message Sign".
c. The price bid and work performed under this Item shall include, but not be
limited to:
1) Deli�ery of Fortable Message Sign to Site
2) Messaga updating
3) Sign movement throughout constructian
4) Return of the Portable Message Sign post-construction
3. Preparation oi Traffic Control PIans or details if not provided on the Drawings
and applicable City Standard Traffic Control DetaiI is available at:
CITY OF FOItT WORTH 2O18 Bond Year 2, Contract 1�4
Ciry Project No. 101475-2
I7ATE: NQVEMBER 6, 2D20
5P347] 13.01
TRA�'FIC CaNT120L
Page 3 of 4
SPECIAL PROVTSYON TO STANDARD SPECIF�CATION 34 71 13
TRAFFTC CONTROL
http://fortworthtexas.gav/uploadedFiles/Transpartation_and Public Wor
ks/Permits/TrafiicControlPlans.pdf
a. Measurement
1} Traffic Control Plans %r the project shall be measured throughout
the eontract time period and furnished by the Contractor.
b. Payment
1) The work performed and rnaterials furnished in accordance with this
Ttem shal] be subsidiary to the unit price bid for "Traffic Contt-ol".
c. The work perfornaed under this item shall include, but not be limited to:
]) Preparing the Traffic Control Plans
2) Adherence to City and Texas Manual on Uniform Traffic Control
Devices {TMUTCD}
3) Obtaining the signature and seal of a licensec� Texas Professional
Engineer for all Traffic Confirol Plans submitted to the City.
4) Incorporation of City comments
Delete paragraph 1.S.B, D, E and G from Standard Specification 34 71 13 and replace with:
1.� �UBMITTALS
B. Obtain a Street Use Permit from the Street Management Section of the Traffic
Engineering Division, 311 W. 10th Street. The Traffic Control Pian (TCP) for the
Project shall be as detailed on the Traffic Control Plan sheets of the Drawing set if
provid�d. A copy of the Traffic Control Plan shall be subznitted with the Street Use
Permit and upon approvaI uploaded to the Ciry's BIM360 project page as a submittal.
D. Contractar shall prepare Traffic Control Plans if required by the Drawings or
Speciiications. The Contractor wi�l be responsible for having a licensed Texas
Professional Enginee:r sign and seal the Traffic Control Plan sheets. Contractor, at his
or her expense, sha11 prepare and s�bmit for approval Traffic Control F1ans where
Contractor wishes to deviate from the approved set of Traffic Control plans if provided
in the construction documents.
E. Lane closures {including moving operations) that requi�e a lane to be ciosed to
through traffic for 24 hours or longer shalI require a site-specific traffic control plan.
G. Design Engineer will furnish standard details �or traf�c control. These are
guidance and are not suificient for a site specific traffic con�rol plan for lane closures
over 24 hours.
Delete paragraph LS.G from Stanc�ard Specification 34 '11 13.
Delete paragraph 3.3.K from Standard Specification 34 71 13 and replace with:
CITY OF FORT WoRTH 2O18 Bond Year 2, Contract 14
Ciry Project No. 101475-2
bATE: NOVEMBER 6, 2D20
5P 34 71 13.O1
TRAFFIC COhITROL
SPECIAL PRQVISION TO STANDARD SPECIFICATION 34 '�1 13
TRAF'FIC C�NTROL
3.3 INSTALLATION
Page 4 of 4
K. Cantractor sha11 rnalce alrangements, at his or her e�ense, fox police assistance to direct
traff"ie iftraffic signal turn-ons, s�reet light pole installation, or other construction wi]1 be
done duz-ing peak traffic times {AM: 7 am — 9 am, PM: 4 pm - b pm}.
CITY OF FOR'F WORTH 2O18 Bond Year 2, Contract i4
Ciry Project ]\To, i0147S-2
DATE: NOVEIvIBE.R b, 2020
99 99 01
GRAVELSURFACECOURSE
Page 7. of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
1�
Z9
20
21
2�
23
24
25
26
27
28
29
99 99 0� —��AV�� SUR�AC� COURS�
1.0 GENERAL
1.1 SUMMARY
A. 5ection includes:
1. Gravel surface co�rse.
6. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sectians incfude, but are not necessarily limited to:
1. Division 0- Bidding Requirements, Cnntract Forms, and Conditions of the Contract
2. Division 1- General Requirements
�..2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measurement for this ltem will be by the cubic yarc! (CY) of Gravel Surface
Repair far �arious:
1j Depths
2) Types
3J Gradations
b. Payment
1) The work performed and materials furnished in accordance with this ftem
and rr�easured as provided uncfer "Measurement" will be paid for at the
unit price bid per cubic yard (loase measure) of Gravel S�rface Repair.
c. The price bic! shal� include
1) Preparation and correction of subgrade
2) Furnish�ng of material
3) Hauling
4) Blading
5) Compacti�g
November 6, 2020
2p18 Sond Year 2, Contract 14
City Praject No. 101475-2
99 99 pl
GRAVELSURFACECDURSE
Page 2 of 5
1
2
3
4
5
6
7
s
9
10
11
12
13
14
35
16
17
18
is
2Q
21
22
23
24
25.
26
27
1.3
1.4
�.5
1.6
1.7
1.8
1.9
1.�0
1,11
1.12
2.�
REFERENCES [not used]
ADMINISTRATIVE REQUIREMENTS [not used]
ACTION SUBMITTALS [not used]
ACTION SUBMITTALS/INFORMATIONAL 5U8MITTALS [not used]
CLOSEOUT SUBMIT!-ALS [not t�sed]
MAINTENANCE MA7ERIALSUBMITTALS [not used]
QUA�ITY ASSURANCE [not used]
DELIVERY, ST�RAGE, AND HANDLING [r�ot used]
FIELD �SITE} CONDITIONS [not usedj
WARRANTY [not used]
PRODUCTS
2.1 OWNEi�-FURNiSHED PR�DUCTS �NOT USED]
2.2 MATERIALS
A. General
�. Furnish uncontaminated rnaterials of unifarm quality that m�et the requirements
of the Drawings and specifications. ,
2. Obtain materials from approved sources,
3. Notify City of changes to material sources.
4. The City may sample and test pro�ect materials at any #ime before compaction
thraughaut the duration of the project ta assure specification compliance.
B. Aggregate
1. Furnish aggregate of the type and grade shown on the Drawings and conforming
ta the requirernents of Tabie 1.
2. Each source must meet TabEe 1 rer{uirernents.
3. Los Angeles abrasion test: 50% Maximum wear per AS7M.
Table 1
Material Requiremen�s
28 4. Material Tolerances
November fi, 20�0
2018 Bond Year 2, Contract lA
City Project No. 101475-2
949901
GRAVELSURFACECOURSE
Page 3 of 5
1
2
3
4
5
6
7
S
9
�.0
11 2.3
�2 2.4
13 3.0
14 3.1
15 3.2
�6
17
18
19
20
2�
22
23
24
25
25
27
28
29
30
31
32
33
34
35
1) The City may accept materRal if �o more than 1 of the 5 most recent gradation
tests has an individual sieve outside the specified limits of the gradation.
2) When target grading is required by the Drawings, no single failing test may
exceed the master grading by mare than 5 percentage points on sieves No. 4
and larger or 3 percentage points on sieves smalfer than No. 4.
5. Materia! Types
1) Do nc�t t�se fillers or binders unless appro�ed.
2j Furnish the type specified on the Drawings in accordance with the following:
a. Gravel
1) Washed gravel graded from a singie, naturafly occurring source.
ACCESSORIES [NOT USED]
SOURC� QUALITY CONTROL [NOT USED]
EXECUTION
INSTALLERS [NOT USED]
EXAMINATION [NOT USED]
PREAARATfON
A. General
1. Shape the su6grade or existing base to conforrn to the typical sections shown on
the Drawings or as directed.
B. Subgrade Compaction
1. Proof roll the roadbed before puiverizing ar scarifying in accordance with the
following:
a. Proof rolling
1J City Project Representative must be on-site ciuring proof rolfing
aperatians.
2) Use equipment that wil! appiy sufficient load to identify soft spots that rut
or pump.
a) Acceptable equipment includes fulfy loaded single-axle water truck
with a 1,500-gallon capacity.
3j Make at least 2 passes with the proof roller (down and back =1 pass).
4) Offset each trip by at rnost 1 tire width.
5) If an unstable or non-uniforrn area is found, correct the area.
b. Correct
a) Soft spots that rut or pump greater than % incl�,
b) Areas that are unstabfe or r�on-uniform.
3.3
November 6, ZUZO
2018 Bvnd Year 2, Contract 14
City Project No. 101475-2
99 99 01
GRAVELSURFACECOURSE
Page 4 of 5
1 2. Ir�stallatian of base rr�ateriai cannat proeeed until compacted subgrade approved
2 by the City.
3 3.�4 INSTAI.LATiON
4
5
fi
7
8
9
1Q
11
12
13
14
15
16
17
1�
19
20
21
22
23
24
25
2fi
27
28
29
30
31
32
33
34
35
36
37
A. General
1. Construct each lay�r unifarmly, free of loose or segregated areas, and cnmpact to
a uniform surfac�.
2. Pro�ide a smooth surface that cor�forms to the typicaE sections, lines, and grac�es
shown on the Drawings, or as directed.
3. Hat�l appraved grarrel in clean, co�ered trucks.
B. Equipment
1. General
a. Provide machinery, tools, and equiprnent necessary for proper execution of
the work.
2. Rollers
a. The Contractor may use any type of rofler to meet the produttion rates and
quality requirements af the Contract unless otherwise shown an the Drawings
or as directed.
b. When specific types o� equipment are required, use equipment that meets
the specified requirements,
c. Alternate Equipment.
1) lnstead of the specified equipment, the Contractar may, as a�pro�ed,
operate other compaction equipment that produces equivalent results.
2) Discontinue the use of the alternate equipment and furnish the specified
equipment if the desired results are not achie�ed,
d. City may require Contractor ta substitute equipment if production rate and
q�ality requirer�nents af the Contract are no� met.
C. Placing
1. Spread and shape gra�el into a uniform layer by approved means the sarr�e day as
deli�ered unless otherwise appro�ed.
2. Construct layers to the thickness shown an the Drawings, wf�iie maintaining the
shape of the course. Minimum iotal depth shall be 2.5".
3. Control dust by sprinkiing.
4. Correct or replace segregated areas as directed.
5. Place successive courses using the same construction methods required for the
fifst course.
D. Compaction
1. General
Novemkrer 6, zozo
2018 Bond Year 2, Contract 14
City Project No. 101475-2
99 99 01
GRAVELSURFACECOURSE
Page 5 of 5
1
2
3
4
5
6
7 3.5
8 3.6
9
10
11
12
�3
14
15
�6
17
18
19
20
21
3.7
3.8
3.9
3.10
3.11
3.12
3.13
3.14
a. Multiple lifts are permitted when shawn on the Drawings or approved.
b. Compact the ful! depth of the surface course to the extent necessary to
remain firm and stable under construction equipment.
E. Finishing
1. Shape and maintain the course and surface in conformity with the typical sections,
lines, and grades as shown on the Drawings or as directed.
REPAIR/RESTQRATION [NOT USED]
RE-INSTALLATION [NOT USED]
A. Inspection
1. City to �nspect final course.
a. Notify City Project Representative when gravel surface is ready for inspection.
FIELD QUALITY C�NTROL [NOT USED]
SY5TEM STARTUP [N�T USED]
ADJUSTING [NOT USED]
CLEANfNG [NOT USED]
CLOSEOUT ACTIVlTl�5 [NOT USED]
PROTECTION [NOT USED]
MAINTENANCE [IVOT USED]
ATTACHMENTS [NOT USED]
��l� O� S�CT'101�
201$ Bond Yeaz 2, Cpntract 14
November 6, z020 City i'roject No. 101475-2
330i30-7
SEWER AND MANHOLE TESTING
Aage t of 7
SECTIQN 33 0130
SEWER AND MANHOLE TESTING
PART 1- GENEILAL
1.1 SUNIMARY
A. Section Includes:
1. T�sting for sanitary sewer pipe and manhples prior to placing in service
a. Low Pressure Air Test and Defleciion (Mandrel) Test
1) Excludes pipe with flow
2} Hydrostatic Testing is not allowed.
b. Vacuurn Testing far sanitary sewer manholes
2. Before any newly constructed sanitary sewer pipe and manhoies are placed into
service it sha11 be cleaned and tested.
3. Pipe testing will include low pressure air tes# for 60-inch pipe and smaller.
4. Pipe testing wzll :�nclude low pressure air test of joints for 27-inch or larger pipe.
5. Pipe testing wi11 include deflection {nnandrel) test for pipe.
6. Hydrostatic testing is not allowed.
7. Manhole testin� will include vacuuin test.
B. Deviations fram this City of Fort Worth Standard Specificatian
1. None.
C. Related Specification Sections include, but are noi necessax�ly limited to:
1. Division 0— Bidding Req�irements, Contract Forins, and Conditions of the
Contract
2. Division 1— General Requirer�ents
3. Section p3 80 00 — Madifications to Existing Concrete Structures
4. Section 33 04 50 — Cleaning of 5ewer Mains
1.� PRICE AND PAYMENT PRQCEDURES
A. Measurerr�ent and Payment
1. Pipe Testing
a. Measurement
1) This Item is considered subsidiary to the sanitary sewer xnain (pipe)
completed in place.
b. Payment
1) The work performed and the materials furnishing in accordance with this
Item are subsidiary to the unit price bid per linear foat of sanitary sewer rxiain
(pipe) complete in place, and no other cornpensarion wi11 be allowed.
2. Manho�e Testing
a. Measurement
]) Measurernent for testing manholes shall be per each vacUum test.
b. Payment
CITY OF FORT WORTH 2O18 Bond i'ear 2, Contract E4
STANDARD CONSTRUCTION SPECIFICATION DOCiIMENTS City Projec� No. 101475-2
Revised Dece�nber 20, 2012
3s ai so - a
SEWER AND MANHOLE TES7'ING
Page 2 of 7
1) The work performed and the rnaterials furnished in accordance vvith this
Item shall be paid for at the unit price bid per each vacuum test completed.
c. The price bid sha11 include:
1) Mobilization
2} �lugs
3) Clean-up
1.3 REFERENCES [N�T USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
L� SUBMITTALS
A. Submittals s�a11 be in accordance with Section O1 33 00.
B. All submittals shall be a�proved by ti�ie City prior to delivery.
1.6 ACTION �UBMITTALSIINFORMATIONAL SUBMITTALS [�i10T USED]
Li CLOSEOUT SUBMITTALS
A. Test and E�valuation Reports
1. All test report� generated during iesting (pass and fail)
1.8 MAINTENANCE MATERIAL Si1BMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Certifications
1. Mandrel Equipment
a. If requested by City, pravide Quaiity Assurance certification tb:at the equiipment
used has been designed and manufactured in accordance to the required
specifications.
2. Joint Testing
a. Testing Service - Engage a qualified independent testing agency to perform
joint evaluation iests
b. Equipment - If requested by City, pro�ide Quality Ass�arance certification that
the equipment used has been designed and manufactured in accordance to the
required specificatians.
CTTY OF FORT WqRT�I 2018 Bond Year 2, Contract 14
STANDARD CONSTRUC'FION SPECIFICATION DOCL'MENTS City Project No. 1d147S-2
Revssed December 20, 2012
33 O1 30 - 3
SEWER AND MANHOLE TESTI3VG
1.10 DELYVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS jNOT U�ED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - E�CUTION
3.1 INSTALLERS [NOT USED]
3.� EXANIINATION (NOT USEDj
3.3 PREPARATiON
A. Low Pressure Air Test (Pipe 60 inch and stnatler)
Fage 3 af 7
1. Clean the sewer main before testing, as outlined in Section 33 04 50.
2. Plug ends of all branches, �aterals, tees, wyes, and stubs to be included in test.
B. Low Pressure Joint Air Test {Pipe 27 inch or larger)
1. Clean the sewer main before tesiing, as outlined in Section 33 04 50.
2. Assemble individual jaint tester over each joint from within the pipe.
C. Deflection {manc{reI) test (Pipe)
1. Perform as last work item before final inspection.
2. Clean the sewer main and inspect for offset and obstruction prior to testing. �
3. Materials
a. Mandrel used for deflection test
1) Use of an uncertified mandrel or a mandrel a2tered or modi�ed after
certificatian will invalidate ttae deflection test.
2) Mandrel requirements
a) Odd number of legs with 91egs minimum
b) Effective leng,th not less than its nominal diameier
c) Fabricated of rigid and nonadjustable steel
d) Fitted with pulling rings and each end
e) Stamped or engraved an some segment other than a runner indicating
the following:
(1) Pipe matez-i�al specification
(2) Nomina� size
(3) Mandrel outside diameter (OD)
� Mandrel diameter must be 95 percent of inside diarneter {ID) oipipe.
g) Mandrel equipment shall be suitable for the pipe rnaterial to prevent
damage to the pipe. Consult man�facturer for appropriate mandrel
ec�uipment.
D. Vacuum test {Manhole}
1. Plug lifting holes and exterior joints.
2. Plug pipes and stubouts entering the manhole.
CITY OF FORT WORTH 2Q18 Sond Year 2, Contract 14
STANI77ARD CONSTRUCTiON SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised December 20, 2012
33 oi aa-a
SEWER AND MANHOLE TESTING
Page 4 of 7
3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum
is drawn.
4. Plug pipes with drop connections beyond drop.
5. PIace test head inside t�ie frame at the top of the manhole.
3.4 INSTALLATION
A. Low pressure air test {Pipe 60" Inch and Smaller}
1. Install pl�xg with inlet tap.
2. Cozznect air hose to inlet tap and a portable air control source.
3. Af�er the stabilization period {3.5 psig minimum pressure) start the stop wa#ch.
4. Determine time in seconds that is required For the internal air pressure to reach 2.5
psig. Minimum permissible pressure holding tinne per diameter per length of pipe
is computed from the following equaiion:
T = �0_0$SO*D*K�
Q
Where:
T= shortest time, seconds, allowed for air pressure to dxop to 1.0 psig
K= 0.000419*D*L, but not less than l.fl
D�— nominal pipe diameter, inches
L=length of pipe �eing tested (by pipe size), feet
Q= Q.0015, cubic feet per minute per square foot of internal surface
5. UNI-B-6, Table 1 provides required time far given lengths of pipe for sizes 4-inch
thraugh 60-inch based on the equation above.
iJNI-B-G, Table 1
Minimum specified tame xequired for a 1.0 psig pressure drop far size and length of pipe
indicated for q= 0.001 S
5 c'dication Time for Lcn L Shpwn min:sec
1 2 3 4
M'n'
Pipc ,��,m l.engih far T�e for
Diatneter 7� M'umumn� L<mges TOOR 150ft 200ft 2SOk 3ppft 350R 400fl A56ft
(i¢.) s�� Time(ft) Izngth(sec)
4 3:46 597 .380L 3A6 3:45 3:46 3:46 3A6 3+46 3:46 3:46
6 5 40 348 .854 L 5:40 5:40 5:40 5:40 5:40 5:44 5!12 fi24
8 7:34 298 L520X, 7:34 734 734 734 736 852 10:06 11�4
]0 4:26 239 2974L 926 92fi 925 4:53 11:52 1331 15:49 I7:48
12 11'10 ]99 3.4iSL 1kr2Q ll20 11'.24 14:15 I7:05 1956 22:47 2538:00
k5 14:L0 159 5,342 L i4:10 34:10 17:48 22:15 26rF2:OD 31:D9:00 3596:DD 40;04�1U
18 17:W 133 7.692 L I7;00 19:13 2536:00 3Z.^03U0 3827:(1Q A�I52:00 Si:16:00 57:41:00
Zl i9:50 IlA ]0.470L L9:50 26:]O.iS6 34:S4f70 4337:00 522L00 61:00:00 69:48:00 783i:00
24 22:4Q 99 13,674L 22:47 34:llilD 45:34:00 Sfi:56:00 6822:00 79:4600 41:10�06 10233:IX1
27 2i30:D0 88 17.306L 28:S1:00 43:36:W 57:411➢0 72d7:00 8532:00 ]0057:06 11522:06 129;4$�0
30 282000 80 21.366L 3537:00 5325:W 71:13:W 69-02W 106:50�D ]2438:00 1422691D 1b0:15O0
33 31:1fl�D0 72 25.&52L 43A5:00 b4:78:06 86:]D.flQ ]07:43:00 124:16:00 150;q3;00 172�1W I93:53:DD
36 34^DD:OD 66 30.766L 51:I7:00 76:SS:OQ ]023d:00 128;I2:OQ 153:50:00 ]7929:00 205:07:6Q 230�i6:00
42 39:4B:00 57 41.6B3L 69.�8:00 104:42:00 13997:DD I7430:00 ?0924:� ?sW14:00 279:13:00 314:07.f10
49 45:34:00 50 54.705 L 93:10:DD 138:45.� 182'11:fl0 227SS:OQ 27331:(10 319:06:00 364:42��00 416:17:00
54 51:02:00 44 Cfl.236L IIi:7A:00 i73:65� 230:47�D0 288�9:IXF 346:]]:00 403�3:00 4b1:34:06 519:16AD
60 56:40:00 40 85.476 L 14226:OD 213:4JA0 284SS:DD 356:04:00 42723:00 A9837fl0 569:50:00 G41:04-00
CITY OF FORT WORT�T 2018 Band Year 2, Cantract 14
STAND�iiD CONSTRUCTION SP�CIFICATION DqCi1MENTS City Project No. 1�1475-2
Revised December 20, 2012
330130-5
SEWER AND MANHOLE TESTINCs
Page 5 oi 7
6. Stop test if no pressure loss has vccurred during �he first 25 percent of the
calculated testing time.
B. Low press�u-e joint aix test (27 Inch or larger pipe)
1. All pipe joints, for all pipe materi.als, shall be tested in accordance with ASTM
C1103 as follows:
2. Equipment shall be the product of manufacturers having more than �ive years of
regular production of successful joint testers. Joint tester shall be as manufaciured
by Cherne Industrial, Inc., of Edina, Min,nesota, or approved equal.
3. Follow equipment manufacturer's recommendations when perfor�ning tests; only
experienced technicians shall perform tests.
4. The testing equipment shall be assembled and positioned over the center of the pipe
joint and the end element tubes inflated ta a maximutn of 25 psi.
5. Pressurize the center joint test area to 4.0 psig and allow the temperatu3re and
pressure ta stabiiize at the nninimum of Z.5 psig for a period of 2.0 minutes prior to
testing.
6. To test, adjust tlle pressure to 3.5 psig and measure the time required to decrease the
pressure from 3.5 psig to 2.5 psig.
7. The joint is acceptable if the tiriae for the pressure to drop from 3.5 psig to 2.5 psig
is greater than 10 seconds.
C. Deflection (mandrel) test {Pipe)
1. For pipe 3b incl�es and srnaller, ihe rnandrel is pulled through the pipe by hand to
ensure that maximum allowable deflectio:n is not exceeded.
2. Maximum percent deflection by pipe size is as follows:
Nominai Pipe Size
Inches Percent Deflection Allowed
12 and smaller 5.0
15 throu 30 �4.fl
Greater than 30 3.0
D. Vacuurn test (Manhole}
1. Test manhole prior to coating with epoxy or other material.
2. Draw a vacuuzn of 10 inches of inercury ar�d iurn off the pump.
3. With the valve closed, read the level vacuum level after the required test time.
4. Minimum time required for vacuum drop of 1 inch of inercury is as follows:
CI'I`Y OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 101475-2
Revised Deceml�er 20, 2D12
33073D-G
SEWER ANA MANHOLE TESTING
Depth of 4-foot Dia 5-foot Dia 6-foot Dia
Manhole, feet �ecnnds Seconds Seconds
8 20 26 33
10 25 33 41
12 30 39 49
14 35 45 57
16 44 52 67
18 4U 59 73
* * T-5 T=b.S T=8
Page 6 of 7
** For manholes aver 18 feet deep, add "T" seconds as shown far each respective
diameter for each 2 feet of additional depth of rnanhole to the time shown for 18 foot
depth. {Exaz�ple: A 30 foot deep, 4-foot diameter. Total test time would be 70
secands. 40+6(5)=70 seconds)
5. Manhole vacuum ievels observed ta drop greater than 1 inch of inercury wiil have
failed the test.
3.5 REPAIR 1 RESTORATION [NOT USED]
3.6 RE-INST.ALLATION [NOT USED]
3.� FIELD QUALITY CONTROL
A. Non-Conforming Work
1. Law pressure air test (Pipe 60 Inch and smaller)
a. Should the air test fail, find and repair leak{s} and retest.
2. Low pressure joint air test (Pipe 27 inch or larger)
a. 100 percent of all joints shall be field tested, prior to the placement of backfill
over the spring line of the pipe, after the pipe has been substantially locked in to
place by embec,�ment. If the pipe does not pass �e field air test, the jaint will be
pulled and refitted or rejected and removed from the project. After full
placement af backfill and proper compaction, 100% of all joints will be tested
again, as the installation progres�es. At no time shall pipe installation exceed
300 feet beyond the last joint tested.
b. No rr�ore than 2 percent of the total number of j oints failing to �neet the
requirernents of this test shall be �eld repaired by jaint grout inject�on, or band
clamps, or other rnethod. Any join#s over 2% requiring field repairs shall be
rejected and removed fronn the project site. Rejected pipe shall be removed
frorn the project. Tnstallation shall be stopped until defective joints are repaired
or replaced.
3. Should Deflection (mandrel} test (Pipe)
a. Should the mandrel fail to pass, the pipe is considered overdeflected.
b. Uncover overdeflected pipe. Reinstall if not damaged.
c. If damaged, remove and replace.
4. Vacuum test (Manl�ole}
CITY OF FORT WORTH 2Q18 Bond Year 2, Cantract 14
STAI�DARD CONSTRUCTI�A! SPECIFICATIQN DOCUMENTS City Project No. 101475-2
12evised Decemher 20, 2Q12
33 O] 30 - 7
SEWER AI�D MANIIOLE'I'ESTING
Aage 7 of 7
a. Should the vacuum test fail, repair suspect area and retest.
1) External repairs required for leaks at pipe connection to manhole.
a) Shall be in accordance with Sectzon 03 SO 00.
2) Leaks within the manhole structure may be repaired internally or
externally.
3.� SYSTEM STARTUP [NOT USED]
3.9 ADJUSTiNG [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.1� PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END �F SECTION
Revision Log
DATE NANIE SUMMARY OF CHANGE
8/10/2018 W. Norwood 3.4.D Reguire testing prior to coating manholes
3.3, A&B, Add indiaidual joint testing option for 27 inch and ]arger with
independent iesting.
9/7/201 S W. Norwood 3.4.A Include LTIVI-S-6, Table 1 far low pressure air test
4.4.B Include individual joint testing requirements
CITY pF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CpNSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 101475-2
Revised December 20, 2012
330131-1
CLOSED CP2CUIT TELEVISIQN (CC'I'V) INSPECTION
Page 1 of 7
SECTION 33 0131
CL�SED CIRCUIT TELEVISION (CCTV) INSPECTION
PART 1- GENERAL
L1 SUNIl�ARY
A. Section Inc�udes:
1. Requirements and procedures for Closed Circuit Television {CCT� Inspection vf
sanitary sewer or storm sewer marns
2. Far sanitary sewer projects ali (existing: Pre-CCTV, proposed: Post-CCTV) main
shall be inspected.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, �ut are not necessarily limited to:
1. Division 0— Bidding Requzrements, Contract Forn�s, and Conditions of tlie
Contract
2. Division 1-- General Requirements
3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems
4. Section 33 04 50 — Cleaning of Sewer Mains
5. Section 01 32 16 — Construction Progess Schedule
1.� PRICE AND PAYlVIENT PROCEDUR�,�
A. Pre-CCTV Inspection
1. Measurem�nt
a. Measurement far this Item will be by the Iinear foot of line televised for CCTV
Inspection performed prior to any l�ne modificatian or replacement detern�ined
from the distance recorded on the video log.
2. Payment
a. The work performed and materials furnished in accordance with this Itezn an.d
measured as provided under "Measurement" will be paid for at the �anit price
bid per linear foot for "Pre-CCTV Inspection".
1) ConLractor wi11 not be paid for unaccepted video.
3. The price bid shall include:
a. Mobilization
b. Cleaning
c. Digital �le
B. Post-CCTV Inspection
1. Measurement
a. Measurement far tlus Item will be by the linear foot of line televised for CCTV
Inspection per%rmed following repair or installation deternuned from the
distance recorded on the video log.
2. Payment
CITY OF FORT WORTH 201$ Bond Year 2, Contr�ct 14
STAND11I2D CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 10i475-2
Revised March 3, 2016
3301 3� -2
CLOSED CIRCUIT TELEVISION {CCTV) INSPECTION
Page 2 of 7
a. The work perfartned and materials furnished in accordance with this Iter� and
rneasured as provided under "Measureznent" will be paid for at tl�e unit price
6id per linear foot for "Post-CCTV Inspection".
1) Contractor will not be paid for unacc�pted �ideo.
3. The price bid shall include:
a. Mobilization
b. Cleaning
c. Digital file
1.3 REFERENCES
A. Reference Standards
1. Reference sta�dards cited in this Specification refer to the current reference
standard published at the tinae of the latest revision date logged at the end of this
Specifica�ion, unless a date is specifically cited.
2_ City of Fort Worth Water Depait�ent
a. City of Fort Worth Water Department CCTV Lnspection and Defect Coding
Program {CCTV Manual}. The CCTV Manual is available %r download on
Buzzsaw_ Location: Resourees170 --- Inspection ToolslStandard Construction
b. City of Fort Worth Water Departrnent CCTV Spread Sheet Log is a�ailable far
download on Buzzsaw. Location: Resources170 — Inspection ToolslStandard
Construction.
1.4 ADMINISTRATIVE REQUIREMEl�TTS
A, Coordina�ion
1. Sanitary Sewer Lines
a. Meet with City of Fort Worth Water Department staff �o confirm tlaat the
appropriate equipmeni, soflware, standard tenaplates, defect codes and defect
rankings are being used, if'requ�red.
2. Storm Sewer Lines
a. Meet wzth City of Fort Worth Transportation/Public Works Department staff to
confirm that the appropriate equipment, software, standard templates, defect
codes and defect rankings are being used, if required.
B. Schedule
1. Include Pre and Post CCTV schedule as part of the Construction Pro.gress Schedule
per Section 01 32 16.
2. Include time for City review (2 weeks minimuzn — Notification needs to be send out
to Project Manager & Field Operation).
3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City
per Part 1.4 A.
1.� SUBNIITTALS
A. Submittals shall be in accordance with Section 01 33 00.
B. Atl submittals shall be approved by the Engineer or the City prior to delivery.
C. If inspected with Infrastructure Technologies I.T. Soft�vare per CCTV Manual provide
video data per the CCTV Manual. Provide additional copy of video in Windows Media
Audio/Video (.wmv) format for City Inspec�ion review.
CITY OF FORT WORTH 201& Bvnd Year 2, Contract 14
STANDARD CONSTRUCTIpN SP�CIFICATIOA] DOCUMEN3'S City Project No. 1D1475-2
Revised March 3, 2016
33 Q] 31 - 3
CLOSBD CIRCUIT TETfEVISION (CC7"V) INSPECTION
Page 3 of 7
D. If inspected with other software provide video data in Windows Media Audio/Video
(.wmv) forrnat. Provide CCTV log in EXCEL s�read sheet format — T�e CCTV spread
sheet log can be found on Buzzsaw. Location: Resources170 — Inspection
ToolslStandard Construction.
E. Inspection Report shall include:
Z. Asset
a. Date
h. Ciry
c. Addxess and/or Project Name
d. Main Number — GIS ID(If Available}
e. Upstream Manhole GIS II] (If Available)
f. Downstre�n Manhole GIS ID (If Availabie)
g. Pipe Diameter
h. Material
i. Pipe Length
}. Mapsco Location Number
k. Date Constructed
1. Pipe Wall Thickness
2. Inspection
a. Inspection Number (i.e. 15t,2nd,0fC...�
b. Crew N�unber
c. Operator Name
d. Operator Cornments
e. Reason for Inspectian
f. Equipment Number
g. Camera Travel Direction (Upstreanl/Downstream)
h. Inspected Length (feet)
i. Worlc Order Nuznber (if required)
j. City Project Number (if required)
k. City Contract Name
1. DOE/TPW Number {if required)
m. Consultant Company Name
n. Consultarzt Contact Name
o. Consultant Contact Phone Number
p. Contractor Cornpany Name
q. Contractor Cantact Name
r. Contractor Contact Phone Number
1.b INFORMATIONAL SUBNIITTALS
A. Pre-CCTV submittals
1. 2 copies oi CCTV video results on USB drive
2. 2 hard copies of Inspection Report and one pdf copy on USB dxive
B. Additional information that may be requested by �tize City
1. Listing of cleaning equipment and procedures
2. Listing of �low diversion procedures if required
3. Listing af CCTV equipment
4. Listing of backup and standby equipment
CTTY OF FORT WORTH 201& Bond Xear 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION bOCUMENTS City Project No. 101475-2
Revised ll�arch 3, 2016
33013] -4
CLOSED CIRCiJIT TELEVISION {CC'T� IN5PECTFON
Page 4 of 7
5. Listing of safety precautions and traffic control measures
1.7 CLOSEOUT SUBMITTALS
A. Post-CCTV submittals
l. 2 copies of CCTV video results on USB dri�e
2_ 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submiited to
the City �nspector for review priar to scheduling a project final walk through.
3. CCTV speadsheet log in EXCEL format — A blanlc copy of the CCTV spread sheet
log can be faund on Buzzsaw. Locat�on: Resources170 — Inspection ToolslStandard
Construction
4. Constnzction Plans identifying the line segments tYaat were videoed. Include cover
sheet, overall Iine layout sheet{s}, and plan and profile sheet{s}.
1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.�0 DELIVERY, STORAGE, AND HANDLING [NOT USED]
Lll FIELD [�ITE] CONDITIONS [NOT USED]
1.] 2 WARRANTY [NOT USED]
PART 2 - PRODUCTS
A. Equipment
1. Closed Circuit Tele�ision Camera
a. The television camera used shall be one specifically designed and constructed
for sewer inspectEon. Lighting %r 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 �iew of
the pipe ahead of the equipment and of feaiures to the side of the equipment
through turning a�d rotation of �e Iens. The camera shalI be capable af tilting
at right angle� along the axis of the pipe while panning the camera lens through
a full circle about the circumference of the pipe. The lights an ihe camera shalI
also be capable of panning 9a-degrees ta the �is 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 capa�le 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 vvith rernote controlled
manual override.
2. Video Capture System
a. The video and audio recordings of the sewer inspectians shall be made using
digital video equipment. A video enhancer may be used in conjunction with,
but not in ]ieu af, the req�ired equipment. The digi�al recording equipment
shall capture sewer inspeczion on USB tlrive, with each sewer segment (from
upstrearr� manhole to downstrearn manhole} inspec�ian recorded as aza
individual iile in Windows Media Audio/Video (.wrnv) format. City has a right
to change the format from .WMV media ta .MP4
CITY OF FdRT WORTH 2O18 Bond Year 2, Contract 14
STANDAI2D CON51`RU�TION SPBCIFICATI�N DOCi.]MENTS City Project No. 101475-2
Revised March 3, 2016
33 O1 3] - 5
CLQSED CIRCUTT T�I.EVISJON (CC7'� INSPECTION
Page S of 7
b. The system shall be capable of printing pipeline inspection reports with
captured irnages of defects or other related significant visual information on a
standard color printer.
c. The system shatl store cligitized color picture images and be saved in digital
format on a USB c3�ive.
d. The system shall be able to produce data reports to include, at a nxiniznuna, alI
observatian points and pertinent da�a. All data reports shall match the defect
severity codes outiined in the City's CCTV manual.
e. Carnera fflotage, date & manhole ntunbers s�a11 be maintained in real time and
shall be displayed on the video monitor as well as the video character
generators ilIuminated footage display at the control console.
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.� EXAMINATION [NOT USED]
3.3 PREPARATION
A. General
1. Prior to inspection obtain pipe and manhole asset identiiicaiion numbers from the
plans ar City to be used during inspections. Inspections performed using
identification numbers other than the plans or from assigned nvmbers from the City
will be rej ected.
2. Inspection sha1l not cammence until �e sewer section to be televised has been
completely cleaned in con%rmance with Section 33 04 50. (Sewer system should
be connected to existing sewer system and should be aciive)
3. Inspection of newly installed sewers {not yet in service) sha11 not begin prior to
completion of the following:
a. Pipe testing
b. All manhole work is complete
c. Instailation af all lateral services
d. Vacuum test of manholes
4. Temporary Bypass Puxriping (if reyuired} shall conform to Section 33 03 10.
B. Storm 5ewer Lines
1. Coordinate w�th City of Fort Wortl� TransportationC�'ublic Works Department for
CCTV equipment and cleaning requirements.
3.4 INSPECTION (CCT�
A. General
1. Begin inspection irnmediately after cleaning of the main.
2. Move camera through the line in either direction at a m.oderate rate, stopping when
necessary to permit proper documentation of the main's condition.
3. Do not move camera at a speed greater than 30 feet per minute.
4. Use manual winches, povver winches, TV cable, and pawer rewinds thai do not
obst�ct the camera view, allowing for �roper evaIuation.
CIT'Y OF FORT WORTH 201$ Bond Year 2, Cvnp-act 14
STANDARD CONSTRU�TION SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised March 3, 2016
33 01 31 - 6
CLOSEI] CIRCUIT TELEVISION (CC'I`V) INSPECTIOI�T
Page b of 7
5. During investigation stop camera at each defect alang the main.
a. Record the nature, locatian and orientation of the defect or infiltration location
as specified in the CCTV Manual.
b. Pan and tilt the camera to pro�cride additional detail at;
a. Manhales, Include condition of rmanhole in its entirety and inter�ar co�rrosion
protec�ion (if applicable) (Camera should pan the entire manhole fi-om top as
vc�e11 as while lowering into manhole, also show complete view of invert)
b. 5ervice cor�nections, Pan the Camera to get a complete overview of service
connectian including zooming into service connection Include Iocation (i.e. 3
o'clock, 9 dclock, etc...)
c_ Joints, Include comtnent on conditian, signs of damage, etc. ..
d. Visible pipe defects such as cracks, broken or deformed pzpe, holes, offs�t
joints, obstructions or debr�s {shaw as % of p�pe diameter). If debris has beex�
found in the pipe during the past-CCTV inspection, additional cleaning is
required and pipe shall be re-televised.
e. InfiItration/�nflow Iocations
i Pipe material transitions
g. Other locations that do not appear to be typical for normal pipe conditions
h. Note locatiorns where camera is underwater and level as a% of pipe diameter,
7. Provide accurate distance tneasurernent.
a. The rneter device is to be accurate to the nearest 1/10 foot.
8. CCTV inspections are to be co�tinuo�as.
a. Do not provide a single segment of main on more than 1 USB drive.
b. A single segment is defined from ananhole to manhole.
B. Pre-Installation Inspection for Sewer Mains to be rehabilitated
1. Perform Pre-CCTV inspection imrnediately after cleaning of the main and before
rehabilitation work.
2. I�f, during inspection, the CCTV will not pass throUgh the entire section of main due
to blockage or pipe defect, set up so the inspection can be perfor-tned from the
opposite rnanhole.
3. Provisions for repairing or replacing the impassable location are addressed in
Sectian 33 3� 20, Section 33 31 21 and Section 33 31 22.
C. Post-Installation Inspection
1. Complete rnanhole instatlation before inspection begins.
2. Prior to inserting the camera, flush and c�ean the main in accordance to Section 33
04 Sa.
D. Documentation of CCTV Inspection
1. �anitary Sewer Lines
a. Fallow the CCTV Manual(CCTV standard manuaI su�plied by City upon
request) for the inspection video, data logging and reparting or Part 1.5 E of
this section.
2. Starm Sew� Lines
a. Provided documentation for video, data logging, and reporting in accordance
with City of Fort Worth Transportation/Public Works Department
requirements.
CPI'Y aF FOR7' WORTH 2fl18 Bond Yeaz 2, Contract 14
STAI�IDARD CON5TRUCTIpN SP�CIFICATION DOCiJMENTS City Project No, 101475-2
Revised March 3, 2015
33 01 31 - 7
CLOSED CIRCUIT TELEVISION (CC'TV) JiVSPECTION
Page 7 of 7
3.� REPAIR / RESTORATION [NOT USED]
3.6 RE-�NSTALLATION [NOT U�ED]
3.7 FIELD [oa�] SITE QUALITY CONTROL (NOT USED]
3.8 SYSTEM STARTUP �NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. See Seciion 33 04 50.
3.11 CLOSEOUT ACTIVITIE� [NOT USED]
3.12 PROTECTION [NOT USED]
313 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USEDj
END OF SECTION
Revision Log
DATE NAME SiJ1VIMARY OF CHANGE
12/20/2fl12 D. Johnson Various— Added requirements for coordination with T/PW for Storm Sewer CCTV
03/03/2016 d Kasavich Various — AIternative to CCT'V Manua�, modified submittal detail requirements
CTTY OF FORT WORTH 201$ Bond Year 2, Contract 14
STANDAILD CONSTRUCTIDN SPECIFICATION DOCC]MENTS Ciry Project No. 101475-2
Revised March 3, 2016
330310-1
AYPASS PUMPING OF EXISTING SEWER SYSTEMS
Page 1 of 5
SECTION 33 03 10
BYPASS PUMPiNG OF EXISTING SEWER SYSTEMS
PART 1- GENER Ai ,
1.1 SUMMARY
A. Section Includes:
1. Bypass pumping of the existing sewer system, required on 1$-inch and larger sewer
lines unless oxherwise sp�cified in the Contract Documents
B. Deviations �rom this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but age not necessarily limited to:
1. Division 0— Bidding Requirements, Co�tract Forms, and Candztaons of the
Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payrnent
l. Measurement
a. Measurement for this Item will be by iump sum.
2. Payment
a. The wark performed ar�d materials fiirnished in accordance with tnis Item vvill
be paid for at the lump sum price bid for "Bypass Pumping".
3. The price hid shall inctude:
a. Mobilization
b. Development of hypass plans
c. Transportation and storage
d. Setup
e. Confined space entry
f. Plugging
g. Pumping
h. Clean up
i. Manhole restoration
j. Surface restoration
1.3 REFERENCES
A. Re%rence Standards
1. Reference standards cited in this Specification refer to the current reference
standard pubiished at the time flf the latest revision date logge� at the end of this
Specification, unless a date is specifically cited,
2. Occupational Safety and Health Organization (OSHA).
1.4 ADNIINISTRATIVE REQUIREMENTS
A. Coordination
CTI'Y OF FORT WORTH 2O18 Bond Year 2, Contracl 14
STAND11ItD CONSTRUCTION SPECIFICATI03V DOCUMENTS City Project No. ] 01475-2
Revised December 20, 2012
3303IO-2
BXPASS PLIMPING OF F.XI5TII�iG SEWE,R SYSTEMS
Page 2 of 5
1. Schedule meeting with City to review sewer shutdown pxior to replacing or
rehabilitating any faciliiies.
2. City reserves the right to delay schedule due to weather canditions, ar other
unexpected emergency within ihe sewer system.
3. Review bypass pumping arrangement or layout in the iield with City prior to
beginning operations. Facilitate preliminary bypass purnping ru� with City staff
present to afiirm the operation is satisfactory to the City.
4. After replacement or rehabilitation of facilities, coordinate the reestablishment of
sewer flow witia City staff.
5. Provide onsite continuous manitoring during all bypass pumping operations using
one of the following methods:
a. Personnel on site
b. Portable SCADA equipment
1.� SUBMiTTALS
A. Submittals shaI1 be in accordance with Section O1 33 00.
B. Ail submittals shall be appro�ed by the City prior to delivery.
1.6 ACTION SUBNIITTALS/�NFORMATIONAL SUBMITTALS
A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining a11
provisions and precautions that wi11 be taken with regard to the handling of sewer
flovvs. Submit the plan to the City for approval a minimum of 7 days prior ta
co�nmencing work. Include the following details:
1. Schedule for installation and maintenance of the bypass pumping system
2. Staging areas for pumps
3. Pump sizes, capacity, number of each size, and power requirements
4. Calculations for static li�, friction �osses, and �elocity
5. Pump curves showing operating range and system head curves
6. Sewer plugging methods
7. �ize, length, material, joant type, and method for instailation of suction and
discharge piping
8. Method of noise control for each pump andlor generator, if required
9. Standby power generator size and locatian
10. Suction and discharge piping plan
� 1. Emergency action plan identiiying the measures talcen in the e�ent of a pump
failure or sewer spill
12. Stafixng plan for responding to alarzn conditians identifying multiple contacts by
name and phone nuznbers (oifice, mobile}
i3. A contingency plan to implement in the event the replacement or rehabilita�ion has
unexpected delays or problems
CITY OF FORT WORTH 201 S Bond Year 2, Contract 14
STAIVDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nu. 101475-2
Revised December 20, 2012
330310-3
BYPASS FUMPIIIG QF EXISTING SEWER SYSTEMS
Fage 3 of 5
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBIVIITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
110 DELIVERY, STORAGE, AND I3ANDL�NG [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY jNOT USED�
PART2- PRODUCTS
�.1 OWNER-FURN�SHED [ox] OWNER�SUPPLIED PRODUCTS [NOT USED]
�.� EQUIPMENT
A. Pumping
1. Prav�de equipment tliat will convey 100 percent of wet weather peak flow
conditions.
2. Provide fully automatic self-priming pumps. Foot-valves ar vacuum pumps are not
permitte� for priming the system.
3. Punnps m.ust be constructed tn allow dry running for periods of time to account for
the cyclical nature of sewer flow.
4. Provide 1 stand-by p�.unp for each size to be maintained on si#e. Place backup
pumps on 1ine, isolated from the primary systetn by valve.
5. If multiple pnmps are required to meet the flow requirements, provide the necessary
fittings and connections to incorporate multip2e discharges.
6. Noise levels of the pumping system must follow the requirements of the City noisE
ordinance for gas wells.
B. Piping
1. Ins�all pipes wiih joints which prevent the incident of flow spillage.
C. Plugs or Stop Logs
1. Plugs
a. Select a plug that is made fox the size and potentia� pressure head that wiIl be
experienced.
b. Provide an additionaI anchor, support or bracing to secure plug when back
pressure is present.
c. Use accurat�ly calibrated air pressure gauges for monitoring the inflation
pressure.
d. Place inflation gauge at location outside of con�ned space area. Keep the
inflation gauge and valve a safe distance from the plugs.
e. Never over inflate the plug beyond its pr�ssure rating.
2. Stop Logs
a, Use stop log devices designed for the manhole or sewer vault structure in use.
b. If applicable, obtain stop logs from City t�iat may be used on specific structures.
CITY QF FQRT WqRTH 2O18 Bond Year 2, Contract 14
STANDARb CO3�1STRUCTION SPECIFICATION bOCUMENTS City Project No. 101475-2
Revised Becember 20, 2012
33031U-9
BYPASS PUMPING dF EXISTING SEV�ER 5YS'I'EMS
�.3 ACCESSORIES [NOT USED]
�.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
31 INSTALLERS [NOT USED]
3.� EXAMINATION [NQT USED]
3.3 PREPARAT�ON
Page 4 of 5
A. Locat� the bypass pipelines in area to minimize disturbanc� to existing utilities and
obtain approval af those locations frorn ihe City.
B. Make preparations tfl comply with OSHA requirements when working in the presence
of sewer gases, oxygen-deiicient atmospheres and confined spaces.
C. Do not begin bypass preparation and operation until City approval of the submittals
requested per this Specification.
3.4 INSTALLATION
A. Install and operate pumping and piping equipment in accordance to the submittals
provided per this Specification.
B. Sewer flow stoppage
Plugging
a. Use conf'ined space procedures and equipment during installation when
necessary.
b. Thoroughly clean the pipe before insertion of the plug.
c. Insert the plug seal surface campletely so it is fi�lly supported by the pipe.
d. Position the plug where there are not sharp edges or protrusions that may
damage the plug.
e. Use pressure gauges for measuring inflation pressures.
f. Minimize upstream pressure head before deflating and removing.
C. Sewer flow control and monitoring
1. Take suffieient precautions to ensure sewer flow operations do not cause flaoding
or damage to public or p�ivate property. The Contractor is respor�.sible for any
damage resulting from bypass pumping operations.
2. Begin continual monitaring of the sewer system as soan as the sewer is plugged or
blocked. Be prepared to immediately start bypass pumping if needed due to
surcharge conditions.
3. Sewer dischaxge may be into another sewer manhole or appropr�ate �ehicle or
con�ainer only. Do not discharge sewer into an oper� environment such as an open
channel or earthen holding facility.
4. Do not const�uct bypass facilities where vehicular traffic may travel over the
piping.
a. Provide details in the suction and discharge piping plan that accommodate both
the bypa`ss facilities and traffic without disrupti�g either service.
CITY �F FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION 3PECIFICATIOT�I DOGL3MENTS City Project No. 1014'75-2
Revised Decernher 20, 2012
330310-5
BYPASS PiIMPING OF EXISTIIVG SEVJER SYSTEMS
Page 5 of 5
3.� REPAIR / RESTQRATION [NOT USED]
3.8 RE-INSTALLATION [NOT USED]
3.7 FIELD �oxj SITE QUALITY CONTROL
A. Field [oR] Site Tesis and Inspections
1. Perform leakage and pressure t�sts of the bypass pumping pipe and equipment
before act�aal operation begins. Have City staff on site during tests.
3.� SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USEDj
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Once plugging or blocking is no longer necessary, remove in such a way that permits
the sewer flow to slowly return to normal — preventing surge, surcharging and major
downstrea�n disturbance. ,
3.12 PROTECTION [NOT i7SED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DAT� NAME Si.JMMARY OF CHANGE
12/20/2012 D. dohnson 1.6 — Clarified submittals required for i 8" and larger lines
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDAI2D CONSTRUCTION SPECIFICATION bOCUMEN'I'S Ciry Project No. 101475-2
Revised December 20, 2012
330410-1
70INT BONAING AND ELECTRICAL IS�LATION
SECTION 33 0410
JOINT BONDING AND ELECTRICAL ISOLATION
PART 1- GENERAI.,
1.1 SUMMARY
A. Section Includes:
1. Jaint bonding requirements for electrical continuity of:
a. Concrete cylinder pipe
b. Martar coated steel pipe
c. Dielectrica�ly coated steel pipe
d. Ductile iron pipe, as required on Drawings
2. Electrical isolation de�ices for installatian at:
a. Connections to existing piping
b. Laterals
c. Cased crossings
d. Tunnels
e. Selected below grade to above graund pipin.g transitions
B. Deviations from this City of Fort Worth Standard Specification
i . None.
Page 1 of 8
C. Related Specificatian Sections include, but are not necessariiy limited to:
�. Divfsion 0— Bidding Requirernents, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate
1.2 PRICE AND PAYIVIENT PROCEDURES
A. Measurement and Payment
1. When a pay item for Cathodic Proiection exists:
a. Measurement
1) This Item is subsidiary to Cathodic Protection construction.
b. Payment
1) The wark performed an� materials furnished in accardance with this Item
are subsidiary to the lusnp sum price bid for "Catl�odic Protection" for each
material of utility pipe bid, and zao other compensation will be allowed.
2. When a pay �tem for Cathodic Protection c�oes not exist:
a. Measurement
i} Measurement for this Item is by lUmp sum.
b. Payment
1) The wark perfortned and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the
lump sum price bid for "Joir�t Bonding and Electrical Isolation".
3. The price i�ic� shall include:
CTTY OF FpRT WORTH 2O18 Band Year 2, Contract 14
STANbAIiD CONSTRUC7`ION SPECTFICATTON DOCUMENTS City Project No. 101475-2
Revised December 20, 2012
330410-2
70INT BONDING AND ELECTRICAL ISOLATI03�1
Page 2 of 8
a. Furnishing and installing Joint Bonding and Electrical Tsolation as specified by
the Drawings
b. Mobilization
c. Excavation
d. Furnishing, placement, anc� compaction of backfill
e. Field welding
f. Connections
g. Adjustments
h. Testing
i. Clean-up
j. Siart-up/Commissioning
1.3 REFERENCE�
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revisian date logged at the end of this
Specification, unless a date is specif cally cited.
2. ASTM International {ASTM}.
3. American Water Works Association (AWWA):
a. C20'1, Steel Pipe Flanges for Waterwarks Service - Sizes 4 IN through 144 IN.
4. NACE International {NACE}.
1.4 ADNIIIVISTRATIVE REQLTIREMENTS [NOT USED]
1.� SUBMITTALS
A. Submittals shall be in accordance with Section Q1 33 0�.
B. All submittal.s shall be approved by the City prior to delivery and/ar fabrication for
specials.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. �roduct Data
1. Manufacturer`s cataiog cut sheets shall be submitted for each item.
a. Include tY�e manufacturer's name and provide su�'ficient infornlation to show
that the materials meet the requirements af the Contract Documents for:
1) Flange Isolation
2) Bonding Clips for Concrete Cylir�der Pipe
3) Petrolatum tape
2. Where more than 1 item or catalog number appears on a ca�alog cut sheet, clearly
identify the item proposed.
B. Test and EvaIuatian Reports
1. Record results for the Post�Installation Thernlite Weld Inspection and submit to the
City for approval prior to backfilling.
2. Record results for bonded jaint testing and submit to City for approvai prior to
backfilling.
3. Record results for the cantinuity test for casing to carrier pipe and submit to the
City for approval prior to backf'illing.
CITY OF FORT WORT'�T 2D 1 S Bond Year 2, Cantract 14
STANDARD CONSTRUCTIOI�T SPECIFIGATION TIQCUMENTS Ciry Project No. 101475-2
Revised Decamber 20, 2012
3304 [0-3
JOINT BONDING AND ELECTRICAL FSOLATION
Fage 3 of 8
1.7 CLOSEOUT SUBMITTALS
A. Test results %r electrical continuity, flange isolation and casing to carrier pipe isolation
sha11 be subnaitted to the City.
B. Results of all testing are to be submiited to City for inclusion in the O&M manual.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.1U DELIVERY, STORAGE, ANI) HANDLING [NOT USED]
l.11 FIELD [SITE] CONDITIONS �NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 � PRODUCTS
2.1 OWNER FURN75HED PRODUCTS [NOT USED�
2.2 MATERTALS
A. Joint Bonding and EIectrical Isolation Materials to be incorporated into the project
include, but are not li�nited to, the following:
1. Electrical cantinuity bonds
2. Flange isolation assemblies
3. Casing spacers
4. Casing end seals
B. Electrical Continuity Bonds
1. Applications for Electrical Continuity Bonding include the following:
a. Bonding across bolted joint assemblies
b. Bonding across gasketed joint assemblies
C. Flange Isolation
1. Required applications of dielectric flange isolation assemblies include, but are not
limited to, selected locations where new piping is mechanically connected to
existing piping.
2. Gasket
a. Isolating and seal gasket
b. G-10 Epoxy Glass material
c. Full face
d. 1/$-inch thic�ess
e. Use witla a minimum of 1 EDPM sealirig efement placed in a tapered groove.
f. NSF 61 certified
g. A minimum of $00 volts/mil dielectric strength is required.
h. Flange shall seal for the test pressure without Ieaking.
3. Sieeves
a. Provide futl length mylar sleeves.
4. Washers
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCT'ION SPECIFICATION DOCUMENTS City ProjecE No. 101475-2
Revised Decemher 20, 2012
330410-4
JQINT BONDING AND ELECTRICAL ISOLATION
a. Provide double G-10 washer sets.
D. Casing Spacers
Page 9 of 8
1. For piping installed in tunneis or cased crossings, install casing spacers between the
piping and the casing or tunnel liner to provide electrical isolation in accordance
with Section 33 OS 24.
E. Casing End Sea1s
1. See Section 33 OS 24 for casing end seals.
2.3 ACCESSORIES [NOT USED]
�.4 SOURCE Qi3ALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.� EXAMINATION [NOT U�ED]
3.3 PREPARATION
A. Preparation of Concrete Pipe for Bonding
1. General
a. Fabrication
1) Use concrete pipe for this proj ect that has been fabricated in such a manner
as io establish electrical cantinuity between metallic components of pipe
and joints.
b. Acceptable Methods
1} Establish electrical continuity as indicated in the Cantract Documen�s.
2. Criteria for Electric Continuity
a. Tensile Wire
1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms
betwee� any wire and steel j oint ring at end of pipe farthest from that wire.
2) Manufacturer is to report values obtained and method of ineasurement.
b. Internal Pipe Joint Components
1) Pipe manufacturer is to obtain resistance af less than OA3 ohms beiween
any coxnponent and steel pipe cylinder.
3. Tensile Wire Continuity
a. Establisn contir�uity between tensile wire coils and steel cylinder on embedded
cylinder type pre-stressed pipe by tightIy wrapping tensile wire over
longitudinal mild steel straps during pipe manufacture.
b. Use and insta112 continuous straps 180 degrees apart longitudinally along the
pipe.
1) These straps must maintain electrical coniinuity between metallic
components.
c. Use steel straps made of rnild steel and free of grease, mill scale or other high
resistance deposits.
d. Make longitudinal s�raps e�ectrically continuous with pipe cylinder by steel
fasteners of suitable dimensions placed between steel cylinder and longitudinal
straps.
CITY oF FORT WORTH 2O18 Bond Year 2, Contract i4
STANDARD CONSTRUGTION SPECIFICATION DOCLTIvfENTS City Project No. ]D]475-2
Revised December 20, 2012
330410-5
70INT BONDING AND ELECTRICAL ISOLATION
Page 5 of 8
1} Connect fasteners so as to remain intact during pipe fabrication process.
4. Steel CyIinder Continuity
a. Esta�lish continuity of all joint components and steel cylinder.
1) These components include anchor socket brackets, anchor socket, spigot
ring and be11 ring.
b. If inechanicaI contact does not provide a resistance of less than O.Q3 ohms
between components, tack weld compnnent to provide elecirical continuiry.
B. Preparation of Steel Pipe for Bonding
1. Bonding ruires are not required for welded steel pipe.
2. Mechanical jointed steel pipe requires the installation of bond wires across the joint
as shown on the Drawings.
C. Preparation of Ductile Iron Pipe for Bonding
1. Install insulated bond wires as shown on the Drawings.
D. Electrical Bond Wires
ElectricaZ bond wires are to be a minimum Na. 4 AWG, 7 stranded, copper cable
with THHN insulation.
2. Remove 1 inch of THHN insulation from each end of the bond wire.
3. Therrnite weld the bond wires to the pipeline.
4. Provide the znininnum number of bond wires as shown on Drawings for steel or
ductile iron pipe.
E. Electricai Bond Clip
1. Weld 3 ASTM 366 steel bar�ding clips, each approximately 0.13 inches thick, 2.5
inches long, and I.2S inches wide, with 1/8-inch fillei welds to the bell and spigot
of adjacent pre-stressed concrete cylinder p�pe or steel pipe with rubber gaslceted
joints.
2. Manufacture clips to maintain continuity regardless of small deflections of finished
joints.
3.4 INSTALLATION
A. Tnstallation of Electrical Continuity Bonds by Thermite Welding
I. Inspection
a. Use continuous bond wires witb: no cuts or tears in the insulation covering the
conductor.
2. General
a. Attach bond wires at xequired locations by thermite welding process.
Thermite Welding Methods
a. Perform tnertnite weiding of bond wires to piping in the fo2lowing manner:
1) Clean and dry pipe to which the wires are to be attached.
2) Use grinding wheel to remove al� coating, zniil scale, oxide, grease and dirt
from an area approximately 3 inches square.
a} Grind surface to bright metal.
3) Remove approximately 1 inch of insulation from each end of wire to be
thernute welded to pipe exposing clean, oxide-free copper for welding.
4} Select proper siz� thertnite weld rnold as recommended by manufacturer.
Place wire or strap between graphite mold and the prepared metal surface.
C1TY OF FpRT WORTH 201$ Bond Year 2, Contract 14
STANDARb CONSTRUCTTOTI SPECTFTCATION DQCC.1hhENTS Ciry Project No. 101475-2
Revised December 20, 2012
33o4ro-6
JOINT BONDII�G AND ELECTRICAL I50LATION
Page 6 of 8
5) Place metal disk in bottom of mold.
6) Pour therniite weld charge into the mold. Squeeze bottom of cariridge to
spread ignition powder over charge.
7} Close mold cover and ignzte starti�ig pawder with flint gun.
8} After exothermic reaction, remove thern�ite 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 b�nd breaks, repeat pracedure with new wire.
11) If tl�e weld is secure, caat all bare rnetal and weld metal with Stopaq CZ
tape.
4. Post-Installation Thermite Weld Inspection
a. Contractor is responsible far all testing.
b. A11 testing is to be �erfonned by or under the supervision of certified NACE
personnel.
c. Visually examine each thermite weld connection for sireng�h and suitable
coating prior to backfilling.
d. Measure resistance throug% selected bonded joints wiih a digital low resistance
ohmrneter {DLRO).
1} Resistance of OA01 ohms or less is acceptable.
2} If the above procedure indicates a poor quality bond connection, reinstall
the bonci.
3} Record results and submit to the City for a�pro�al priar to backfilling.
S. Backfilling of Bonded 7oints
a. Ferform backfilling of bonded piping in manner that prevents damage to the
bonds and all connections to the metallic structures.
b. Use appropriate backfilI mat�rial to completely cover tI�ze eIectrical bond.
c. Provide protection so that future construction activities in the area will not
destroy the bonded connections.
d. If construction activiry damages a bonded connection, install new bond wire.
B, Installation af Pipeline Flange Isolation Devices
1. Placement
a. Ins�all isolation joints at the lacations shown on the Drawings.
2. Assernbly
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. Immet#�ately after an electrical isolation fitting has been installed, contact the
City to perform testing for elecirical isolation effectiveness.
4. Painting
a. Do not use metal base paints on electrical isolation devices.
5. Encapsulatian
a. Encapsulate below-gade isolation joints wiih the Denso Densyl Tape system
after the isolation joint has been tested for effecti�eness.
C. Installation of Casing Spacers
1. Casing spacers shall be installed in accardance with Section 33 OS 24.
D. Installation of End Seals
CTI'Y OF FORT WOT2TH 2O18 Bond Year 2, Cantract 14
STAND�IRD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Aio. 10i475-2
Revised December 20, 2012
330410-7
70INT BONDIIVG AND ELECTRICAL ISOLATION
1. End seals shall be installed in accordance with Section 33 05 24.
3.� REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3,� FIELD QUALITY CONTROL
A. Testing of Joint Continuiiy Bonds and Isolation Joints
Page 7 of 8
1. After tkxe completion of the contrnuity bonding of individual j oints, but before the
pipe is backfilled, each bonded joint shall be tested for electrical continuity.
2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a
portable 12-volt battery and a driven ground rod. The battery sha11 be connected
such that the positive terminal is connected to the ground rod and the negative
ternlinal is connected to the pipe section under test. The n�agnitude of test current is
not important as long as it causes a chang� in pipe-to-soil potential on the section af
pipe that is in the test current circuit.
3. The pipe-to-soil potential shall be measured on eacla sade of the isolatian joint using
a high impedance volitneter and portable copper/copper sulfate reference electrode
with the test current "on" and "ofF'.
4. A joint is considered electrically continuous if the "on" and "of� potentials are the
same on either side of the joint under test.
5. This sa�ne procedure sha11 be used to test individual isolation joints except that the
joint is considered effective if the pipe-to-soil potential is not tl�e same when
measurec� on each side af the j oint when the test current is "on".
6. Record results and submit in accordaz�ce with this �pecificat�an.
B. Casing to Carrier Pipe Isolativn Tests
1. Immediately after the pipe has been installed in the casing, but prior to connecting
the line, make pipe avaiIable for testing and contact the City to perform an electrical
continuity test to deterniine that the casing fs electrically isolated from the pipeline.
2. The continuity test shail be fully documented and approved by the City prior to
back#`illing.
3. Record results and subrnit in accardance with this Specification.
4. If the electrical isolation between carrier pipe and casing is not effective, the cause
shalI be irnrnediately inv�stigated and the situation remedied.
S. Undex no circumstances shaiI a shorted casing be backiil�ed.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEAIlING [NOT USED]
3.11 CLQ�EOUT ACTIVITIES (NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
CITY OF FORT WORTH 2O18 Bond Year 2, Contract I4
STA7VZ3ARp CONSTRUCTION SPECIFICATION DOC[TMENTS Ciry Project No. 141475-2
Revised becemher 20, 2072
330470-8
JOINT BONDIIVG AND ELECTRICAL ISOLA'�IOT�i
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Page 8 of S
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Jakuason 2.2.0 - Modified material specifications far gaskets, sleeves and washers
CITY QF FORT WORTH 2O18 Sond Yeaz 2, Contract 14
5TANDARD G�NBTRiJCTION SPECIFICATION DOCUM�NTS City Project No. 101475-2
Revised December 20, 2Q12
33 04 30 - 1
TEMPpR.ARY WATER SERVICES
Page 1 of 4
SECT�ON 33 04 30
TEMPORARY WATER 5ERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
i. Temporary Water Service needed to z�aintain service during water main
repIacetnent praject
B_ Deviations from this City of Fort Worth Standard Specification
1. None.
C. Products InstaIled But Not FUrr�ished Under This Section
1. Fire Hydrant Meters
D. Related Specification 5ectfons include, but are nat necessarily limited to:
l. Dirrision 0�- Bidding Requirements, Contract Forrns, and Conditions of the
Contract
2. Division 1— General Requirements
3. Speciiication 32 12 16 — Asphalt Pavin�g
4. Specification 33 05 10 — Utility Trench Exeavation, Embedment and Backfill
5. Specification 33 04 40 — Cleaning and Acceptance Testing o�' Water Mains
6. Specif cation 33 J 2 10 — Water Services 1-inch to 2-inch
1.� PRICE AND PAYMENT PROCEDUI2ES
A. Measurement and Payment
1. Measurement
a. Measurernent %r Temporary Water 5ervices will be measured by:
i } Lump sum ar
2) Per linear foot of Temporary Water Main for Miscellaneous Projects only
2. Payment
a. The work performed and materials furnished in accorc�ance with this Ztem and
meas�ared under "Measurement" wi�l be paid for at the unit price bid for
"Ternporary Water Service" of the type specified.
3. The price bid shall include:
a. Ternporary water service line
�. Connections
c. Fittings
d. Valves
e. Corporation stops
f. Temporary asphalt far crossings
g. Traffic Conlrol
h. Disinfection
i. Removal of temporary services
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTIOIV SPECIFICATION bOCiJMENTS Cily Project No. ] 01475-2
Revised July 1, 2p1 i
330430-2
TEMPORARY WA'CEFt SEI2VICES
Page 2 of 4
1.3 REFERENCES
A. Reference Standards
1. Re%rence standards cited in this Specificatian 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 specifical�y citec�.
2. NSF International
a. 61, Drinking Water System Components — Health Effects
3. ASTM International (ASTM):
a. D3035, Standard �pecification �ox Polyethylen� {PE) Plastic Pipe (DR-PR}
Based on Controlled Outside Diameter
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Provide ad�ance notice for ser�ice interruption and zneet requirements of Dtvisian
1.
1.� SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/iNFORMATIONAL SUBMITTALS [1�TOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUSMITTALS �NOT USED]
19 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [N�T USED]
111 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART � - PRODUCTS
�.I OWNER�FURNISHED PRODUCTS
A. Fire Hydrant Meters
�.� EQUIPMENT, PRODUCT TYPE, AND MATERI.ALS
A. Description
1. Regulatory Requirements
a. All Temporary Water Service component� in contact with potable water shaii
conform to the requirements of NSF 61.
B. Materials
l. Service Couplings, Fittings, and Corporation Stops
a. Conform to Sect�an 33 12 10.
2. Service lines
a. Polyethyl�ne tubing
b. Conform to ASTM D3035 and SDR 11
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STAI�DARI� CdNSTRUCTIqN SPECIFICATION DOCUMENTS City Project AIo. 101475-2
Revised 7uly 1, 201 ]
33 Q4 30 - 3
TEMPbRA.RY WATER SERVIGES
Page 3 pf4
3. Temporary Water Service Main
a. Galvanized steel pipe
b. Confarm to Schedule 40.
4. Driveway Approach
a. Asphalt
1} Type B Asphalt in accardance with Section 32 12 16
C. Design Criteria
1. 5ervice lines
a. 3/a-inch minimum pipe size
b. Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi
2. Temporary Water Service Main
a. 2-inch minimum pipe size
�.3 ACCE�SORIES [NOT USED]
�.4 SOURCE QU.ALITY CONTROL [NOT USED]
PART 3 - E7�CUTION
3.1 IN�TALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Install Temporary Water Services in accordance with provisions herein and in
accordance with City Standard Detaiis.
2. Perfarm disin#'ection test of #emporary water service main and water services in
accordance with Section 33 04 4�.
B. Temporary Water Service Installation
1. Connect to existing water suppty
a. Fire hydrant
1) Connect to fire hydrant with hydrant meter and 2-inch gate vaI�e.
b. If a fire hydran� is not available, tap existing water main.
1) Connect to water main witT� 2-inch service tap and a corporation stop in
accardance vvith Section 33 12 10.
2) Record water usage with a hydrant meter.
3) Do not tap existing water main, unless approved by the City.
2. Water service
a. Connect 3/a-inch water service to 2-inch temporary water service main.
b. Remove existing meters, tag with address and provide to City Inspec�or.
c. Connect 3/a-inch t�mporary water service to e�sting private service.
d. Cover domestic meter box with protective guard or barricade.
C. Intersection and Driveway Approach Crossing for Temporary Water Service
1. Crossing for Temporary Water Service Main
CITY OF FORT WOR'FH 2O18 Bond Year 2, Contract 14
STANDAILD CONSiTtUCTION SPE�IFICATTON BOC[JMENT5 City Praject No. 107475-2
Revised July ], 2071
330430-9
TF.ivIPOR.ARY WATE12 S�RVICES
Page 4 of 4
a. Cover temporary service line with sufficient asphalt to protect service line and
ta provide a driveable crossing.
b. If reyuired to bury temparary serviee line due to high volume traffic, or ather
reasons required by the City, exca�ate, embed and backfill in accordance with
Section 33 OS 10.
3.� REPAIR 1 RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. Fieid Tests and Inspections
1. Check each water service installation for leaks with iull flow through the curb stop
at the time the main is tested in accordance with Section 33 04 40.
3.8 SYSTEM STARTUP [NOT USED]
39 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTiVTTIES [NOT USED]
3.12 PROTECTION [NOT LTSED]
3.13 MAINTENANCE �NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAIVIE SUMMARY O�' CHANGE
CITY OF FORT WORTH 2D18 Bond Year 2, Contract 14
STANDItRD CONS'I'R�UCTION SPECIFICATION DOCUMENTS City Project No. 101475-2
Reviseci July 1, 2011
33 04 40 - 1
CLEANING AND ACCEPTANCE TESTiNG OF WATER MAII�S
Page 1 of 8
SECTION 33 04 40
CLEANING ANU ACCEPTANCE TESTING �F WATER MAINS
PART 1 � GENERAL
f.1 SUlMMARY
A. General
Be%re any newIy constructed potable water mains wiIl be permitted to be placed
into service in ihe Fort Worth Water Departmezat's Water Disf�ibution System, it
shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the
bacteria count within the water main meeis the standards established by the Fort
Wo�th Water Depariment and the requirements of Chapter 290 of t1�e Texas
Administrative Code (TAC) established by the Texas Commis�ion on
Environmental Quality (TCEQ).
B. Devia�ians from this City af Fort Worth Standard Specification
1. None.
C. Related Specificatian Sections include, but are not necessarily linn.ited to:
i. Division 0— Bidding Requirernents, Contract �orms, arid Conditions of the
Contract
2. Division 1— GeneraI Requirements
3. 5ection 33 pl 31 — Closed Circuit Television (CCTV} Inspection
1.� PRICE AND PAYMENT PROCEDUItES
A. Measurement and Payment
i . Measurement
a. This Item is considered subsidiary to the water main being Cleaned and Tested.
2. Payment
a. The work performed and the materials furnished in accordance with this Item
are subsidiary to cleaning, disinfection, hydrastatic testing, and bacteriological
testing and shall be subsrdiary tn the unit price bid per linear foat of water pipe
complete in place, and no other compensation will be allowed.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current r�ference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. American Water Works Assaciation/American (AWWA):
a. C301, Prestressed Concrete Pressure Pipe, Steel-G�linder Type.
b. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cy�inder Type.
c. C651, Disinfecting Water Mains.
d. C655, FieId De-Chlorination.
CITY OF FORT WORTH 2D I& 8ond Year 2, Contracr 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 101475-2
Revised February 6, 2013
33 04 40 - 2
CL.EANINC`r A� ACCEPTANCE TESTING OF WAT'ER MAINS
Page 2 of 8
1.4 ADMIIVTSTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Submittals
k'or 24-inch and larger water mains, provide the following:
1. Cleaning Plan — Prior to tl3e start of construction, submit a water main cleaning plan
detailing the methods and schedule, including:
a. A detailed description of cleaning procedures
b. Pigging entry and exit ports
c. Flushing procedures
d. Plans and hydraulic calculations to demonstrate adequate flushing veloc��ies
e. Control of water
f. Dzsposal
2. Disinfection P1azi — prior to the start of construction s�xbmit a disinfection plan
including: �
a, The method mixing and introducing chlorine
b. Flushing
c. De-chlorination
d. Sampling
Lfi ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �NOT USED]
1.'9 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTAL� [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITION� [NOT USED]
1.12 WARRANTY [NOT i15ED]
PART 2 � PRUDUCTS
21 OWNER�FURNI�HED [oR] OWNER�SUPPLIED PRODUCTS [NOT USED]
2.2 PRODUCT TYPES
A. Pigs
1. Open cell polyurethane foam body
Z, Densities between 2 pounds per cubic foot up to $ pounds per cubic foot
3. May be wrapped with polyurethane spiral bands
4. Abrasi�es are not permitted, unless expres�ly approved by the City in writing for
the particular application.
5. Must pass tYu�ough a reduction up to 65 percent of the cross sectional area of the
nominal pipe diameter
CTI'Y OF FOR'� WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICAT`ION DOCUMENTS City Project No. I01475-2
Reviseci February 6, 20I3
33 04 40 - 3
CLEANING AND ACCEPTANCE TESTING OF WATER MAINS
Page 3 of 8
6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends,
tees, crosses, wyes, and gate valves.
�.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS jNOT USED]
3.� EXAMINATION [NOT USED]
3.3 PREPARATiON [NOT USED]
3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED]
3.� REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.� SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING jNOT U�SED]
3.10 CLEAnTING
A. General
1. All water mains shall be cleaned prior to bacterioIogical testing.
a. Pig a1136-inch and smaller water mains.
b. Pig or manually sweep 42-inch and larger mains.
c. Fiushing is only permitted when specially designated in the Drawings, or if
pigging is n,ot practical and approved by the City.
B. Figging Method
1. If the method of pigging is to be used, prepare the main for the installation and
removal of a pig, including:
a. Furnish all equiprnent, material and labor to satisfactorily expase cleaning wye,
remove cleaning wye covers, etc.
b. Where expulsion of the pig is required through a dead-ended cond.uit:
1) Prevent backflow af purged water into the main after passage of the pig.
2) Install a mechanical joint to provide a riser out of the trench an 12-inch and
srnaller mair�s to prevent backwater re-entry into the main.
3j Additional excavation of the trench may be performed on mains o�er 12
inches, to prevent backwater re-entry into the znain.
4) Flush any backflow water that inadvertently enters the main.
c. Flush short dead-end pipe sections not swabbed by a pig.
d. Once pigging is complete:
]) Pigging wyes shall remain in place unless atherwise specified in the
Contract Documents.
2} Install cleaning wye, blind flanges or �mechanical joint plugs.
CITY OF FdRT WpRTH 2O18 Bond Year 2, Contract 14
STANDARb CO]VSTRUCTIpN 3PECIFICATION DOCUMENTS City Project No. 101475-2
Revised February 6, 2D13
330440-4
CLEI�NING A]VLl ACCEPTANCE TESTING OF WAT'�R MAZIVS
Page 4 of 8
3) Plug and place blocking ai other openings.
4) Backfill
5) Complete all appurtenant work necessary to secure the system and proceed
�with disinfection.
C. Flushing Method
Prepare the main by installing blow-offs at appropriate locations, of sufficien� sizes
and numbers, and with adequate flushing to achieve a minimum velocity in the
rnai�n of 2.5 feet per second.
a. Minimum blow-off sizes for various rnain sizes are as follows:
1) 4-inch through 8-inch main — 3/a-inch blow-off
2) 10-inch fhrough 12-inch main —1-inc� blow-of�
3) 16-inch and greater main — 2-inch blow-off
b. Flushing shall be subject to the following limita�.ions:
1) Limit the volume of water for flushing to 3 times the volume of the water
mam.
2) Do not unlawfully discharge chl4rinated water.
3) Do not daznage pri�ate property.
4) Do not create a traffic hazard.
c. Once Flushing is compl�te:
1) Corporations stops used for flushing shall be plugged.
D. Daily main cleaning
l. Wipe jaints and then inspect for proper installation.
2. �weep each joint and keep clean during construction.
3. Install a temporary plug on all exposed rnains at the end of each working day or an
extended period of work sioppage.
E. Hydrostatic Tesfing
All water main that is to be under pressure, shall be hydrostatically tested to meet
the following criteria:
a. Furnish and ins�all carporations for proper testing af tlae xnain.
1) Purnish adeq�xate and satisfactory equipmen� and supplies necessary to
make such hydrostatic tests.
2) The section of line to be tested sha11 be gradually filled with watex,
carefizlly expelling #.he air and the specified pressure applied.
b. The City will fiarnish water requirec� for the testing at its nearest City line.
c. Exp�l air from the pipe before applying the required test pressure.
d. Test Pressure
1) Test pressures should meet the following criteria:
a) Not less than 1.25 {187 psi minimum) times the stated working
pressure of the pipeline measured at the highest elevation along the test
section.
b) Not less than 1.5 (225 psi rr�inimu�rt) times the stated working pressure
at the lowest elevation oithe test section.
e. Test Conditions
1) Must be at least 2 hour duration
2) Add water as necessary io sustain the required test pressure.
3) Test fire hydrants to the fire hydrant valve.
C1TY �F FORT WORTH 2O18 Bond Year 2, Canp-act 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101A7S-2
Revised February 6, 2013
330440-5
CLEANIdVG AI�TI) ACCEPTANCE TESTING OF WATER MA1NS
Page 5 of 8
a} Leave the isolation valve on the fire hydrant lead line open during the
hydrostatic testing.
4) Test service lines to curb stop
a) Leave the corporatian stop on the service line open during the
hydrostatic testing.
5) Close isolatian valves for air release va�ves.
6) Makeup water must come from a container of fixed 55 gallon container that
does not have a water source.
f. Measure all water used in the pressure test through an approved meter, or
measure the difference in volume within a 55 gallon coniainer.
1) Do not test against existing water distribution valves unless expressly
provided for in the Drawings, or approved by the City.
2) If the City denies approval to test against existing water clistribution system
valve, then make arrangements to plug and test the pipe at no additional
cost.
2. Ailowable Leakage
a. No pipe installation should be accepted if the amount of makeup water is
greater than that determined using the following formula:
In inch pound units,
L = SD �IP
148,000
Where:
L= testing ailowance {make up water), gallons per hour
S= length of pipe tested, ft.
D= nonninal diameter of pipe, in.
P= average test pressure during the hydrostatic test, psi
b. For any pipeline that fails to pass hydrostatic test:
�) Identify th� cause
2} Repair the leak
3) Restore the trench and surface
4) Retest
c. All costs associated with repairing the pipeline to pass t�e hydrostatic te�t is ihe
sole responsibility of the Contractor and includec� in the price per linear foot of
pipe.
d. If the City determines that an existing system valve is responsible for the
hydrostatic test to fail, the Contractor shall make provisions to test the pipeline
without the use of the system valve.
e. There shall be no additional payment to the Contractor if the existing vaive is
unable to sustain the hydrnstatic test and shall be included in the price per linear
foot of pipe.
F. Disinfection
General
a. Disinfection of the rnain sha11 be accomplished by the "conti�uous %ed"
methad or the "slug" znethod as determined by the Contractor.
b. The free chlorine amounts shown are minimums. The Contractor may require
hzgher rates.
i} Calcium hypochIorite granules shall be vsed as the source ofchlorine.
c. Continuous �eed Method
CITY OF FORT WORTH 2O18 Band Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATIOIV DOCUMENTS Cify Project No. 3p3475-2
Revised February 6, 2013
33Q440-6
CLEANING AND ACCEPTANCE TESTING OF WATER MA7NS
Page b of S
1) Apply water at a constant rate in the s�ewly laid rnain.
a) Use the existing distribution system or other approved source of
supply.
2) At a point not more than 10 feet dow�astrearn from the begi�ning �f the new
nnain, water entering the new main shall receive a dose of chlorine.
a} Free chlorine concentration: 50 mg/L rninimum, or as required by
TCEQ, whichever is greater_
b} Chlarine app]ications shall not cease un�il tke entire conduit is filled
with Y�easrily chlorinated water.
3) Retain chlorinated water in the main for at Ieast 24 hours.
a) Operate valves and hydrants ir� the section treated in order to disinfect
the appurtenances.
b) Prevent the flow of chiorinated water into mains in active service.
c) Residual at the end of the 24-hour period: 10 mg /L free chiorine,
minimum, %r the treated water in all portions of the main.
4} F1ush the �ea�ily chlarinated water from the main and dispose of in a
manner and at a location accepted by the City.
5} Test the chlorine residual prior to flushing operatians.
a) If the chlorine residual exceeds 4 rng/L, the water shall remain in the
new main until the chlorine residual is less the 4 mg/L.
b) The Contractor may choose to evacuate the water into water trucks, or
other appraved storage facility, and treat the water with �odium
Bisulfate, or another de-chlorination chemical, or method appropriate
for potable water and approved by the City until the chlorine residual is
reduced to 4 rng/L or less.
c) After the specified chloxzne residual is obtained, the water may then be
discharged into t1�e drainage system or utilized by the Contractor.
d. Slug Me�od
1) Water from the existing distribution system ar other approved source of
supply shall be nnade to flow at a constant rate in the newly laid main.
2) At a point r�ot more than 10 feet downstream from the beginning of the new
main, water entering the new main sha11 receive a dose af chlarine.
a) Free chlorine concentration: 100 mglL minimum, or as required by
TCEQ, whichever is greater.
b) The chlorine shall be applied continuously and for a suffcient time to
develop a solid column or "slug" of chlarinated water that shall expose
a11 inte�io:r surfaces to the "slug" for at least 3 hours.
3) Operate the fittings and valees as the chlorinated water flows past to
disinfect the appurtenances.
4) Prevent the flow of chlorinated waier into mains in active service.
5} Flush the heavily chlorinated water frozn the main and dispose of in a
manner and at a locatian accepted by the City.
�) Upon completion, test the chlorine residual remaining in the main.
a) Chlorine Ievels of 4 mg/l or less should be zx�aintained.
2. Contractor Requirements
a. Furr�ish all equipment, material and labor to satisfactorily prepare the tr;ain for
the disinfection method approved by the City with adequate pravisions for
sampling.
b. Make all necessary taps i�to the main to accomplish chlorination of a new line,
unless otherwise specified in the Contract Documents.
CITY OF FORT WORTFF 20] 8 Sond Year 2, Contract 14
STANDARD CONSTAUCTION SP�CIFICATION DOCUME�TTS City Project No. 10f 475-2
Revised February 6, 2013
33 04 40 - 7
CE.EAIVIIVG AIVD ACCEPTAtJ'CE T�STIiVG OF WATER MAINS
Page 7 af 8
c. After satisfactory comptetion of the disinfection operation, as determined by
the City, remove surplus pipe at the chlorination and sampling points, plug the
remaining pipe, backfill and cornplete all appurtenant work necessary to secure
the main.
G. Dechlorination
1. General. All chlorinated water sha.11 be de-chlorinated before discharge to the
environment. Chemical arnounts, as listed in ANSUAWWA C65 i: "Disinfecting
Water Mains", sha11 be used to neutralize the residual chlorine concentrations using
de-chlorina�ion procedures listed in ANSUAWWA C655: "Field De-Chlorination".
De-Chlorination shall continue untii chlorine residual is non-detectable.
2. Test�ng. Contractor shaIl continuously test for the chlorine residuat level
irnmediately downstream of the de-chlorination proeess, during the entire discharge
of the chlorinated water. Contractor shall periodically conduct chlorine residual
testing and check for passible fish l�lls at locations where discharged wate:r enters
the existing watershed.
3. Fish Kill. If a fish I�11 occurs associated with the discharge of water from the
distribution system or any other construction activities:
a. The Contract shall immediately alter activities to prevent further fish kills.
b. The Contracto� shall irnmediately notify Water Departmen4 Field Operations
Dispatch.
c. The Contractor sha11 coordinate with City to properly notify TCEQ.
d. Any fines assessed by ttze TCEQ (or Iocal, state of federal agencies} for fish
kills shal� be the responsibility of the Cont�ractor.
H. Bacteriological Testing {Water Sampling}
1. General
a. Notify the City when the main is suitable for sampling.
b. The City shall then talce water samples from a suitable tap for analysis by t�e
City's Ia.boratory, unless otherwise specified in the Contract Documents.
i} No hose or fire hydrant shall be used in the collection of samples.
2. Water Sasnpting
a. Complete micrabiological samplrng prior to connecting t�e new m�ain inta the
existing distribution system in accordance wixh AWWA C651.
b. Col�ect samples for bacteriologicai analysis in sterile bottles treated with
sodium tniosulfate.
c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart,
from the new main.
d. Coilect at least 1 set of samples from every 1,000 linear feet of the new main
{or at the next available sampiing point beyond 1,000 linear feet as designated
by the City), plus 1 set frorn the end oi the line and at least 1 set from each
branch.
e. If trench water has entered the new main during construction or, if in �he
opinion of the City, excessive q�anti�ies of dirt or debris have entered the new
main, obtain bacteriolagical samples at intervals of approximately 2001inear
feet.
f. Obtain samples from water that has stood in the new main for at least 16 hours
after farmal flushing.
3. Repetition of Sampling
CTPY OF FpRT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCi7MENTS City Project No. 10i475-2
Revised February 6, 2013
330440-8
CF,EAIVINCr AND ACCEPTANCE TESTING O� WATER MAINS
Page 8 of 8
a. Unsatisfactory test results rec�uire a repeat of the disinfection process and re-
sampling as required above until a satisfactory sample is obtained.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
312 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS �NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 3.14.E.1.e.- Added service lines to hydrostatic testing requirements
2/6/2fl13 D Townsend 1.3.A.2.d Added AWWA C655 Field Ae-Chlorination as reference
3.10.G — Added De-�Chlorina#ion Requirement
CITY QF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION S�ECIFICATION DOC[J MENTS City Project No. 101475-2
Revised February 6, 2013
330450-1
CI.EANING OF $EWER MAINS
Page 1 of 5
SECTION 33 04 50
CLEANING OF SEWER MAINS
PART 1- GENERAi,
L 1 SUMMARY
A. General
1. Befoxe any televrsion inspection, any sewer main shall be cleaned to remove alI
debris, solids, sand, grease, grit, etc. from the sewer and nnanhoIes.
B. Deviations from this City of Fort Worth Standara Specification
1. None.
C. Related Specification Sections include, but are no� necessarily Iimited to:
1. Divisivn 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirernenis
3. Section 33 01 31 — Closed Circuit Television (CCT� Inspection
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurem�nt
a. This Item is considered subsidiary to the sewer main being cleaned.
2. Payment
a. The work p�rformed and the materials fux-tiisned in accordance with this Item
are subsidiary to the tuiit price bid per linear foot of sewer pipe complete in
place, and no other compen�ation wiIl be allowed.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.� SUBNIITTALS [NOT USED]
1.G ACTION SUBMITTALS/INFORMATIONAL BUBMITTALS [NOT USED]
l.i CLOSEOUT SUBNIITTALS [NOT USED]
1.� MAIl�iTENANCE MATERIAI. SUBMITTALS [NOT USED]
1.9 QUALITY ASSUI2ANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [�ITE] CONDITIOl�TS [NOT USED]
1.12 WARRANTY [NOT USED]
CTTY OF FpR'T WORTH 2Oi8 Bond Year 2, Contract 14
STANDARD CpNS'I'RUCTION SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised Decemher 20, 2012
33045Q-2
CLEANINCr OF SEWE3i MAII�S
PART � - PRODUCTS �NOT USED]
�.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRUDUCTS
�.3 PRODUCT TYPES
Page 2 of 5
A. Use only the type of cleaning material which wi11 not create hazards to health or
praperty or affect treatment plant processes.
2.3 ACCESSORIES
2.4 SOURCE QUALITY CONTROL
PART 3 - EXECUTIQN
3.1 INSTALLERS [NOT USED]
3.� EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED]
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.� SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING (NOT U�ED]
3.1U CLEANING
A. General
1. All materials, eqnipment, anc� personnel necessary to complete the cleaning af �e
sanitary sewer xnain and rnanholes must be present on t�e jobsite prior to isolating
the sewer rnanhole or line segment and beginning the cleaning process.
2. Maintain clean work and surrounding prezziises within the work limits so as to
comply with Federal, State, and local environmental and anti-pollution laws,
ordinances, codes, and regulatzons when cleaning and disposing of waste anaterials,
debris, and rubhish.
3. Keep the work and surrounding premises within work limits free of accumulations
of dirt, dust, waste ma#erials, debris, and rubbish.
4. SuiiaUle containers for storage of waste zxaaterials, debris, and rubbish shall be
provided until time of disposal.
a. It is the sole responsibility of the Contractor to secttre a licensed legal dump site
for the disposal of this material.
b. Under no circumstances shall sewage ar solids rem�oved from the main or
manhole be dumped anto st�reets or into ditches, catch basins, storr�a cirains, or
sanitary sewers.
CITY OF FORT WORTH 2O18 Bond Year 2, Cantract 14
,STANDAI2D COIVSTRUCTION SPECIFIGATION I�OCUMENTS City Project Na, 101475-2
Re�ised December 20, 2012
33aaso-3
CLEANING OF SEWER IviAINS
Page 3 of 5
5. The cleaning process shali remove all grease, sand, silts, solids, rags, debris, etc.
fiom each sewex segment, including the manhole{s).
6. Seiection of cleaning equipment and ihe method for cieaning shall be based on tl�e
condition of the sanitary sewer mains at the time work cornmences and wi11 be
subject to approval by the City.
7. A11 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 irnproper use of the cleaning
process or equipment.
9. Any damages done to a sewer main and/or siructure by the Contractor sha1� be
repaired by the Contractor at no additional cost and to the satisfaction of the City.
10. C�eaning sha�l also include the manhole wall washing by high pressure water jet.
11. The Cont�actor 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 san;itary sewer cleaning equipxnent are
not satrsfactory, the Contractor sha11 use different equipr�nent and/or
attachments, as required, to zxieet City satisfaction.
b. More than 1 type of equipment/attachments may be required at a locaiion.
12. When hydraulic or high velocity cleaning equipfnent is nsed, a suitable sand trap,
weir, dam, ar suction shafl be constructed in the downstream manl�ole in such a
rnanner that all the soiids 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 sha11 be tal�en to insure that the
water pressure created does not cause any damage or floodang to public or private
property being served by the manhale sectzon. involved.
14. Any damage af property, as a resuit of flooding, sha11 be the liability and
responsibility of the Caz�tractar.
15. The flow of wastewater present in the sanitary sewer main shall be utilized to
provide necessary fl�aid for hydrauiic cleaning devices whenever possible.
1 b, When additional quantities of water from iire hydrants are necessary to avoid delay
in normal working procedures, the water shaIl be conserved and not used
unnecessariiy.
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 hyclrant, water meter
and all reiated charges for the set up, inciuding the water usage bills from
respective water purveyor agency.
c. Al� expenses shall be considered incidental to the cleaning of the existing
sanztary sewer mains.
B. Methods
1. Hydraulic Cleaning
a. Hydraulic-propelled devices which requzre a head of water to operate must
utilize a collapsible dam.
b. The dam must be easily collapsible to prevent damage to the sewer rnain,
property, etc.
CITY OF FQRT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONS'FRUCTION SPECIFICATION DOCITMLNTS City Project No. 101475-2
Revised becember 20, 2012
33045U-4
CLEANING OF SEWER MA7NS
Page 9 of S
c. When using hydrau�ically-propelied devices, precautions shall be taken to
insure that the water press�u-e created does not cau�e damage or flood public or
private properiy.
d, Do not increase the hydraulic gradient of the sanitary sewers beyond ihe
eleva�ion that could cause overflow of sewage into area waterways or laterals.
e. The flow of wastewater present in the sanitary sewer main shall be utilized to
provide necessary fluid for hydraulic cleaning devices whenever possible.
2. High-Velocity Cleaning
a. Cleaning equipment that uses a high �elocity water jet for rerr�aving debris shall
be capab�e of producing a minimum �olurne of 50 gpm, with a pressure of
1,504 psi, for the sanitary sewer line and 3,500 psi for the (znanl�ole) structure
at the piunp.
1} Any va�iations to this pump�ng rate must be approved, in advance, by the
City.
2} To pre�ent damage �o older sewer mains and property, a pressure less than
1500 psi can be used.
3} A worlang pressure gauge shall be used on the discharge of al1 hig}�
pressure water pumps.
4) For sewers 18 inches az�d larger in diameter, in addition to cnnventianal
nozzles, u�e a nozzle which directs the cleaning force to the bottom of the
pipe.
5) Operate the equipment so that the pressurized nozzle continues to move at
all tirnes.
b) The pressurized nozzle sha11 be turned off or reduced anytime the hose is
on hold or delayed in order to prevent damage to the iine.
3. Mechanical Cleaning
a. Mechanical cleaning, in addition to normal cleaning when required, shall be
with appro�ed equipment and accessories driven by power winching devices.
b. Submit the equipment manufacturer's operatianal manual and guidelines to the
C�ty, which shalI be followed strictly unless modified by the City.
c. All equipment and devices shall be operated hy experienced operators so that
they do not damage the pipe in the process of cleaning.
d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other
debris-removing ec�uipment/accessories shall be us�d as appropriate and
necessary in the field, in conjunction with the approved power machines.
e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws,
snakes, scootexs, sewer balis, kites, and other approved equipment, in
conjunction with hand winching device, and/or gas, electztic rod propelled
devices, shall be considered normal cleaning equipment.
3.11 CLOSEOUT ACTIVIT�ES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [N�T USED]
3.14 ATTACHMENTS (NOT USED]
END OF SECTION
CITY OF FQRT WORTH 2Q18 Bonci Year 2, Contract 14
STANDARD CONSTRUCI'ION SPECIFICATION DOCUMEI�lTS City Project No. 101475-2
Iievised December 20, 2012
330450-5
CLEANING OF SEWER MAINS
Page 5 of 5
Revision Lag
DATE NAME ST.JMMARY OF CHANGE
CITY OF FORT WORTH 201$ Bond Year 2, Contract 14
5TANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 101475-2
Revised becember 20, 2012
330510-1
UTILITY TRENCH EXCAVATION, EFVIBEDMENT, r1ND BACKFILL
Aage 1 of 20
sECTioN 33 os ia
UTILTTY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL
PART 1 - GENERAI,
1.1 SUNIlI�A�iY
A. Section Includes:
1. Exeavation, Erabedment and Backfill for:
a. Pressure Applicatians
l) Water Dist�ribution or Transmission Main
2) Wastewater Force Main
3) Reclaimed Water Main
b. Gravity Applications
1) Wastewater Gravity Mains
2) Siorm Sewer Pipe and Culverts
3) Storm Sewer Precast Box and Culverts
2. Including:
a. Excavation of all rnaterial encountered, including rock and unsuitable znaterials
b. Disposal of excess �znsuitable rnaterial
c. Site specif c trench safety
d. Pumping and dewatering
e. Embedment
f. Cancrete encasernent for utility lines
g. Backfill
h. Coznpaction
B. Deviations from this City of Fort Worth Standara Specification
1. None.
C. Related Specification Sections include, but are not necessari�y limited to:
1. Division 0— Bidding ReqUirements, Contract Forms, and Conditions of the
Contract
2. Divisian 1— General Requirements
3. Section 02 41 �3 — Selective Site Demolition
4. Section 02 41 15 — Paving Removal
5. Section 02 41 14 — Utility Removal/Abandonment
6. Section Q3 30 00 — Cast-in-place Concrete
7. Section fl3 34 13 — Controlled Low Strength Material (CLSM)
8. Section 31 �0 Ofl —�ite Clearing
9. Section 31 25 00 — Erosion and Sediraaernt Control
10. Section 33 OS 26 — Utility Markers/Locatars
1]. Section 34 7I 13 -- Traffic Control
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
CTTY OF FORT WORTH 2O18 $ond Year 2, Contract 14
STAI�ibARb CONSTRUCTION SP�CIFICATION DOCUMENTS Ci�y Project No. 101475-2
Revised December 12, 2016
33 05 10 - 2
UTILIT'Y TRENCTi �XCAVATIaN, EMBEDME�IT, AND BACKFILL
Page 2 of 2p
Trench Excavation, Embedment and Backfill associated with the installatian af an
underground utility or excavation
a. Measurement
1 j This Item is considered subsidiary to the installation of the utility pipe line
as designated in the Drawings.
b. Payment
1) The work pefformed and the rnaterials furnished in accordanc� with this
Item are considered subsidiary to the installation of the utility pipe for the
type of ernbedment ancf backfill as indicated on the plans. No other
co�npensation will be allowed.
2. Imported Embedment or Backfill
a. Measurement
1} Measured by the cubic yard as delivered to the site and recorded by t�-uck
ticket provided to the City
b. Paym�nt
1) Imported �lI shall �nly be paid when using materials for embedinent and
backfill other than those identi�ed in the Drawings. The work performed
and rnaterials iurnished in accordance with pre-bid item atzd measured as
provided under "Measurement" wiil be paid for at the unit pr�ce bid per
cubic yard of "Imported EmbedmentBackfill" delivered to the Site for:
a} Various exnbedment/backfill maierials
c. The price bid shall include:
1) Fuxnishing backf'ill or embedmeni as specified by this Specification
Z) Hauling to the site
3) Placement and compaction of bacicfill or embedment
3. Concrete Encasement far Utality Lines
a. Measurement
1) Measured by the cubie yard per plan quantity.
b. Payment '
1) The ve�ork performed and materials fiu-nished in accordance with thi� Itern
and measured as provided undex "Measure�nent" will be paid for at the unit
price bid per cubic yard of "Concrete Encasement for Utility Lines" per
plan quantity.
c. The price bi� shall include:
1) Furnishing, hauling, placing and finishing concrete in accardance with
Section 03 30 00
2) Clean-up
4. Ground Water Control
a. Measurement
1) Measurement shall be lump sum when a ground water cantrol plan is
specifically required by the Contract Documents.
t�. Payment
1) Payment shall be per the lump sum price bid for "Ground Water Control"
including:
a) Submittals
b) Addinonal Testing
c) Ground water control system installation
d} Ground water cantrol system operations and maintenance
e) Disposal of water
CiTY OF FORT WORTH 2O18 $ond Year 2, Contract 14
STAIVI7ARD COIVSTItUCTION SPECIFICATION DOCUMENTS City Project No. 1fl14'15-2
Re�ised Decemher 12, 2016
330510-3
UTILITY TR�NCH EXCAVATiON, EMBEDMENT, AND BACKFILL
Page 3 af 20
� Removal of ground water control system
5. Trench Safety
a. Measurement
�) Measured per linear foot of excavation for all trenches that require trench
safety in accordance with OSHA excavation safety standards (29 CFR Part
1926 Subpart P Safety and Health regula�ions for Construction)
b. Payrnent
1) The work performed at�d rnaierials furriished in accordance with this Item
and measur�d as provided under "Measurement" will be paid for at the unit
price bid per iinear foat of excavation to comply with OSHA excavation
safety standards (29 CFR Part 1926.650 �ubpart P), including, but not
�imited to, all sub�nittals, Iabor and equipment.
I,3 REFERENCES
A. Definit�ons
1. General — Defni�ions used in this section are in accordance with Terminologies
ASTM F412 and ASTM DS ar�d Tertrzinalogy ASTM D653, unless otherwise
noted.
2. Definitions for trench width, backfill, embedment, initial backf'ill, pipe zone,
haunching hedding, springline, pipe zone and foundation are defined as shown in
the fol�owing sche�natic:
� � �: ,
�
��---� . :
�. .
� .
X ,�:.
Q ' f
m
J '
Q .
Z ,
� �"'�_- "
'NI� 41 .
UI�?AtrEJ A���AS
..
�., �
� � Y
� � �i CJ
¢
� � �,. �
¢
�`-T Z
f L
}
J� . �
I \
CTI'Y OF FORT WORTH 2O18 Sond Year 2, Contract 14
STANDAItD CONSTRUCTION SPECIFTCATION DpCL1MENTS City Project No. 101475-2
Revised December 12, 2016
330510-4
UTIL3TY TRENCH EXCAVATIbN, ENfBEDMEIVT, AND BACKFILL
Page �4 af 20
3. Deleterious materials — Hartnful materials such as clay lumps, silts and organic
material
4. Excavated Trench Depth — Distance fram the surface to the bottam of the beddixag
or the trench foundation
S. Final Backfill Depth
a. Unpaved Areas — The depth of the final backfill measured from the top of the
initial backf'ill to the surface
b. Paved Areas — The depih of tI�e final backfill measured from the top of the
initial backfill to bottom of permanent or iemporary pavement repair
B. Reference Standards
1. Reference standards cited in this Specif cation xefer to the current reference
standard published at the time of th� latest re�ision date logged at the end of this
Specification, unless a date is specifically cited.
2. ASTM Standards:
a. ASTM C33-OS Standard Specifications for Concreie Aggregates
b. ASTM C88-OS So�xndness af Aggregate by Use of Sodium Suliate or
Magnesium Sulfate
c. ASTM C136-Q1 Test Method for Sieve Analysis of Fine and Coarse Aggregate
d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Raad and
Bridge Construction,
e. ASTM C535-09 Standard Test Method for Resistance to Degadation of Large-
Size Coarse Aggregate by Abrasion and Inipact in the Los Angelea Machine
f. ASTM D58$ — Standard Test method for Moisture-Density Reiations of Soi1-
Cement Mixture
g. ASTM D698-07 Test Method for Laboratory Cornpaction Characieristics of
Soil Using Stand Efforts {12,400 ft-lb/ft3 b40 Kn-in/M3)).
h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soi1s in
Place by Sa7nd Cone Meihod.
i. ASTM 2487 —10 Standard Classification of Soils for Engineering Purposes
(Unified Soil Classification System)
j. ASTM 2321-09 Underground Installation oiThermoplastic Pipe for Sewers
and Other Gravity-Flow Applications
k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil
Aggregate in Place by Nuclear Methods (Shallaw Depth)
�. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in
place by Nuclear Me�hods (Shallow Depth)
m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit
Weight of Soils and Calculations of Relati�e Density
3. OSHA
a. Occupational Safety and Health Administration CFR 29, Part 192b-Safety
Regulations for Construc�ion, Subpart P- Excavatians
I.4 ADNIiNISTRAT�VE REQUIREMENTS
A. Coordination
1. Utility CompanyNoti�cation
a. Notify area utility companies at least 48 hours in advance, excluding weekends
and holidays, hefore starting excavation.
CITY QF FORT WOIZTH 2D1$ Bond Year 2, Contract 14
STA1VDt1RD CONSTRUCTTON SPECIFICATION DOCU�vIENTS City Project No. 101475-2
Revised December 12, 2016
33Q510-5
UTILITY TRENCH EXCAVATION, EMBEDMEIVT, AND BACKFILL
Page 5 of 20
b. Request the location vf buried lines and cab�es in the vicini�ty of the proposed
work.
B. Sequencing
1. Sequence work for each section of the pipe installed to complete the embedment
and backfill placement on the day the pipe foundat�on is complete.
2. Seq�aence work such that proctors are complete in accardance with ASTM D698
prior to commencennent of construction activities.
i.� SUBM�TTALS
A. Submittals shall be in accordance with Section Ol 33 00.
B. A11 submittals shall be approved by the City prior to construction.
1.6 ACTION 5UBMITTALS/INFORMATIONAL SUBMITTALS
A. Shop Drawings
1. Provide detailed drawings and explanation for ground water and surface water
control, if required.
2. Trench Safety Plan in accordance with Occupatianal Safety and Health
Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P-
Excavations
Stockpiled excavation and/or backfill material
a. Provide a description of the storage of the excavated material only if the
Contract Documents do not allow starage of �aterial� in the rig�t-of-way of the
easement.
1.'� CLOSEOUT SUBMITTALS [NOT U�ED]
L� MAINTENANCE MATERiAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED)
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage
1. Within Existing Rights-of-Way {ROV�
a. Spoil, imported embedment and backftli materials may bc stored within
existing ROW, easements or temporary construction easements, unless
specifically disallowed in the Cantract Doc�unents.
b. Do not block drainage ways, inlets Qr driveways.
c. Provide erasion control in accordance with Section 31 25 Ofl.
d. Store materials only in areas barricaded as provided in the traff-�c control plans.
e. In non-paved areas, do not store material on the root zone of any trees or in
landscaped areas.
2. Designated Stoxage Areas
a. If the Contract Documents do not allow the storage of spoils, embedment or
backfill materials within the ROW, easement or temporary construciion
easement, t�en secure and maintain an adequate storage iocation.
b. Provide an affidavit tha# rights have been secured to store the materials on
private property.
c. Provide erosion control in accordance with Section 31 25 00.
C1TY pF FORT WORTFI 2018 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1U1475-2
Revised I7ecember 12, 2016
330510-fi
UTILTl`Y TRENCI-I EXCAVATION, EMSEDMENT, AND BACKFILL
Page b of 2Q
d. Do not block drainage ways.
e. Only materials used for 1 working day wi11 be aIlowed to be stored in the work
zone.
B. Deliveries and haul-off - Coordinate all deliveries and haul-off.
1.11 FIELD [SITE] CONDITIONS
A. Existing Conditions
1. Any data which has been ar may be pravided on subsurface conditions is not
intended as a representation or warranty of accuracy or continuity bet�veen soils. It
is expressly understood that neither the City �or the Engineer will be responsible
for interpretations or conclusions drawn there fram by the Contractor.
2. Data is rnade available for the convenience of the Contractor.
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS
2.2 MATERIA�C,S
A. Materials
1. Utility Sand
a. Granular and free flowing
b. Generaliy meets or exceeds ihe limits on deieterious 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 �in or
elongated pieces, lum�s of clay, loart� or vegetable matter and meets the
following gradatian may be used for utility sand embedrmentlbackfill, and
graded with following timits when tested in accordance with ASTM C 136.
Sieve Size Percent Retained
%a" 0
F/a" 0-5
#4 o-io
#16 o-2a
#so Zo-�o
#ioa 60-�0
#�.ao 90-100
2. Crushed Rock
a. Durable crushed rock or recycIed cancrete
b. Meets the gradation of ASTM D44$ size numbers 56, 57 or 6'1
c. May be unwashed
c�. Free from significant silt clay or unsuiiable rnaterials
e. Percentage of wear not more than 4p percent per ASTM C131 or C535
f Not more tha�a a 12 perc�nt rnaa�imum loss when subjective to 5 cycles of
sodium sulfate sountlness per ASTM C88
CTTY OF FORi' �/ORTH 2O18 Bond Year 2, Cantract 14
STANDItRD CQNSTRLICTIQN SPEGIFFCATION DOCUMENTS Ciry Projec# No. i01h75-2
Revised December 12, 2016
330510-7
UTILITY'TRENCH EXCAVATION, EMBEDMENT,IIND BACKF]LL
Page 7 of 20
3. Fine Crushed Rock
a. Durable crushed rock
b. Meets the gradation of ASTM D448 size numbers 8 ar 89
c. May be unwashed
d. Free from significant silt clay or unsuitab�e ma.terials.
e. Have a percentage of wear not more t�arn 40 percent per ASTM C131 or C535
f. Not more than a 12 percent maacimum loss when subjective to 5 cycles of
sodium sulfate soundness per ASTM C88
4. Ballast Stone
a. Stone ranging �rom 3 inches to 6 inches in greatest dimension.
b. May be unwashed
c. Free from sigraificant silt clay or unsuitable maierials
d. Percentage of wear not more than 40 percent per ASTM C131 ar CS35
e. Not more than a 12 percent rnaxirnum loss when subjectec� to 5 cycles of
sodium sulfate soundness per ASTM C88
5. Acceptable Baekfi�l Material
a. In-siiu or imported soils classified as CL, CH, SC or GC in accardance with
ASTM D2487
b. Free frozn deleterious materials, boulders over 6 incl�es in size and organics
c. Can be placed free from voids
d. Must have 20 percent passing #he number 200 s�eve
6. Blended Backfzll Material
a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487
b. Ble:nded with in-situ or imported acceptable backfilt material to meet ihe
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 sails classified as ML, MH, PT, OL or OH in accordance with ASTM
D2487
Select Fill
a. Classified as SC or CL in accordance witn ASTM D24$7
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 meeti.ng grading requirements for fne
aggregates oiASTM C33 and the following requirerrients:
a) Classified as SW, SP, or SM by the United Soil Classi�cation System
of ASTM D2487
b) Deleterious materials
{1) Clay lumps, ASTM C142, less than 0.5 percent
(2) Lightweight pieces, ASTM C123, less than 5.0 percent
(3) Organic impurities, ASTM C40, colar no darker than standard
color
{4) Plasticity index of 4 ar less when tested in accordance with ASTM
D4318.
b. Minimum of 4 pexcent eem�ni content of Type UTI portland cement
CTTY OF FORT WpRTH 2O18 Bond Year 2, ContracE 14
STANDARb CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Froject No. 101475-2
Revised Decerrtber 72, 2016
330510-8
Ui'ILITY 1'RENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 8 of 2U
c. Water
1) Potable water, free of soils, acids, alkalis, organic rnatter or other
deleterious substances, mee�ing requirements of ASTM C94
d. Mix in a stationary pug zz�ill, weigh-batch or continuous mixing plant.
e. Strength
1} 50 to 150 psi compressivc strength at 2 days in accardance with ASTM
D 1633, Method A
2} 200 to 250 psi compressive strength at 28 days in accordance with ASTM
D 1 &33, Method A
3) The maximum compressive strength in 7 days shall be 40U psi. Backfill
that exceeds the maxirnum compressive strength sha11 be re�oved by the
Contractor for no additional coznpensation.
f. Randozn samples of delivered produc� wi11 be taken in tlae field at point of
delivery far each day af placement in the work area. Specimens wi11 be
prepared in accordance with ASTM D1632.
1 fl. Controlled Low Strength Material {CLSM}
a. Conform ta Sec�ion 03 34 13
11. Trench Geotextile Fabric
a. Soils other than ML or OH in accordance with ASTM D24$7
1) Needle punch, nonwoven geotextile composed ofpolyprapylene fibers
2) Fibers shall retain their relative position
3} Inert to biological degradation
4) Resist naiurally occurring chemzcals
S) W Resistant
6} Miraii 140N by Tencate, ar approved equal
b. Soils Classified as ML or OH in accordance with AS'I'M D2487
1) High-tenacity monofilament polypropylene wo�en yarn
2) Percent open area of S percent to10 percent
3) Fibers shall retaiz� their relative position
4) Inert to biological degradatian
5) Resist natural�y occurring chemicals
6) UV Resistant
7) Mirafi FW402 by Tenca�e, or approved equal
12. Concrete Encasement
a. Conform to Sectian 03 30 00.
2.3 ACCESSORIES [NOT USED]
2.4 SOIIRCE QUALITY CONTROL [NOT USEDj
PART 3 � EXECUTION
3.1 INSTALLERS [NOT USED]
3.� EXAMINATION
A. Ver�fication of Conditions
1. Review a11 �Cnown, identified or rnarked utilities, whether public or private, prior ta
excavation.
CIT'Y aF FORT WORTH 2O18 Bond Year 2, Contract 14
5TAN17ARb CpNSTRUCTiON SPECIFICATION DOCUIvfENT5 City Projecc No. 1p1475-2
Revised December 12, 2015
330510-9
UTILITY TRENCH EXCAVATION, EMBEDIviENT, AND $ACKFILL
Page 9 af 2D
2. Locate and pratect all known, identified and marked utilities or underground
facilities as excavation progresses.
3. Notify all utility owners within the project iimits 48 hozu-s prior to beginning
excavation.
4. The inf�rmation and data shown in the Drawings with respect to utilities is
approximate and based an record informatian or on physica� appurtenances
observed within the project limits.
5. Coordinate with the Owzaer(s) of underground faciiities.
6. Immediately notify any utiIity owner of damages to underground facilities resulting
from construction activities.
7. Repair any d�nages resulting from the construction activities.
B. Notify the City irnmediately of any ehanged condition that impacts excavation and
installation of the proposed utility.
3.3 PREPARATION
A. Protection of In-Piace Conditions
1. Pavement
a. Conduct activities in such a way �at does not damage existing pavement that zs
designated to rernain.
1) Wl�ere desired to move equipment not licensed for operatian on public
roads or across pavement, provide means to protect the pavement fro�n a11
damage.
b. Repair or replace any pavement damaged due to the negligenee of the
contractor outside the limiis 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. Wlaen operaiing autside of existing ROW, stake permanent and temporary
construction easements.
b. Restrict all construction activities to the designated easements and ROW.
c. Flag and protect alI trees designated ta :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
speci£�ically allowed by the City.
1} Priuiing or trimming may only be accoxz�plished with equipments
specificaliy 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 deszg�ated for removal in the Drawings in
accordance with Section 02 �#1 13
5. Traffic
CI1'1' OF �'ORT WORTH 2O18 Bond Yeaz 2, Contract 14
STANDARD CONSTRiJCTION SPECIFICATION bOCUMENTS City Project No. 101475-2
Revised December 12, 2016
33 �5 10 - ] 0
ZTTILITY TREIVCH EXCAVATION, EMBE�MEI�T, AND BACKF�LL
Page 10 of 20
a. Maintain existing traffic, except as modified by �e �raff c 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 �rovided to the property owner ar resident
3} It is specifically aIlowed in the traffic contral plan
c. Use traffic rated plates to maintain access until access is restored.
6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops
a. Notrfy the City's Tra#'fic Services Division a minimurn of 48 hours prior to any
excavation that could impact the operations of an existing traffic signal.
b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit
azad detector loops.
c. Immediately notify the City's Traffic Servic�s Division if any damage occurs to
any component of the traffic signal due to the contractors activities.
d. Repair any damage �ta the traffic signal poles, mast arms, pu11 boxes, traffic
cabine#s, conduit and detector lonps as a result of #he construction activities.
7. Fences
a. Protect alI fertces designated to remain.
b. Leave fence in the equal or better condition as priflr to construction.
3.4 INSTALLATION
A. Excavation
1. Exca�rate to a depfih indicated on the Drawings.
2. Trench excavations are defined as unclassified. No additional payment sha�i be
granted for rock or other in-situ matexials encountered in tlie trench.
3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings
and bracing in accordance with the Exca�ation Safety Plan.
4. The bottom of the excavation s�iall be �rm and free from standing water.
a. Notify the City immediately if the water and/or the in-situ soils do not pro�ide
far a iirm trenc� battom.
b. The City will deternune if any changes are requ�red in the pipe %undation or
bedding.
5. Unless otherwise permi�ted by the Drawings or by ihe City, the limits of the
excavation shall not advance beyond the pipe placement so that tha trench may be
backf'illed in the same day.
6. Over Excavation
a. Fill over excavated areas with the specified beddi,ng material as specified for
the specific pipe to be installed.
b. No additional payment wili be made for o�ver excavation or additional bedding
material.
7. Unacceptable Backfill Materials
a. In-situ soils classiiied as unacceptable bac�ll material shall be separated from
acceptable backfill materials.
b. If the unaeeeptable backfill rnaterial is to be blended in accordance with this
Specification, then store material in a suitable location until the material is
blended.
c. Remove a11 unacceptable material from the project site that is not intended to be
blended or modified.
CITY �F FORT WORTH 2O18 Band Year 2, Contract 14
STANTaARD CQNSTRUCTION SPECIFICATION DDCiTMENTS Ciry Prajec# No, 101475-2
Revised December 12, 2016
33 05 10-11
UTII,ITY TRENCI-i EXCAVATIOIrl, EMBEDMEIVT, AND BACKFILL
Page ] 1 of 20
8. Rock — No addi�ional compensation will be paid for rock excavation or oiher
changed field conditions.
B. Shoring, Sheet�ng and Bracing
1. Engage a Licensed Professional Engineer in the State of Texas to design a site
specific excavation safety system in accordance with Federa� and State
requirements.
2. Excavation protection systems shall be designed according to the space lim,itations
as indicated in the Drawings.
3. Furnish, put in place and maintain a trench safety system in accordance with the
Excavation Safety Plan and required by Federal, State ar 1oca1 safety requirements.
4. If soil or water conditions are encountered that are nat addressed by the current
Excavation Safety Plan, engage a Licensed Professional Engineer in the State of
Texas to modify the Excavation Safety P1an and provide a revised subrnitta� to the
City.
5. Do not allow sail, or water containing sail, to rnigrate through the Excavation
Safety System in sufficient quantities to adverseJ.y affect the suitability oithe
Excavatian Protection System. Movable bracing, shoring plates or trench boxes
used to s�xpport the sides of the trench excavation shali not:
a. Disturb the embedment Iocated in the pipe zone or lower
b. Alter the pipe's line and grade after the Excavation Protection System is
removed
c. Compro�aaise the cornpaction of the embedment located below the spring line of
the pipe and in the haunching
C. Water Control
1. Surface Water
a. Furnish all nnaterials and equiprnent and perform ail incidental work required to
direct s�-face water away from the excavation.
2. Crround Water
a. Furnish all materials and equipment to dewater ground water by a method
which preserves the undisturbed state of the subgrade soils.
b. Do not allo�uv the pipe ta be submerged within 24 hours after placemen.t.
c. Do not allow water to flow over concrete untii it has sufficiently cured.
d. Engage a Licensed Engineer in the State af Texas to prepare a Ground Water
Control Plax� if any of the following conditions are encountered:
1) A Ground Water Control Plan is specif cally required by the Contract
Documents
2) If fn the sole judgtnent af the City, ground water is so severe that an
Engir�eered Grourid Water Control Plan is required to protect the trench or
the installation of the pipe which may incTude:
a) Ground water levels in the trench are unable to be mair�tained below
the top of the bedding
b} A firm trench bottom cannot be maintained due ta gound water
c) Ground water entering the excavation undermines the stab�liiy of the
excavation.
d) Ground water entering the excavation is transporking unacceptable
quantities of soils through the Excavation Safety System,
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 1�4
$TANDARD CONSTRUCTION SPECIFICATION DQCiJIvfENTS City Project No. 101475-2
Revised December 12, 2p16
33 05 1D - 12
UTILITY TRENCH EXCAVATION, EMSEDMENT, AND BACKFILL
Page 12 of 20
e. In the event that there is no bid item for a Ground Water Control and the City
requires an Engineered Ground Water Control Plan due to canditions
discovered at the site, the contractor will be eligible to submit a change order.
f. Control of ground water shall be considered subsidiary to the excavation when:
1) No Ground Water Control Plan is specifically identified and required in the
Contract Documents
g. Ground Water Controi Plan installation, operation and maintenance
1) Furnish all materials and equipment necessary to implement, operate and
maintain the Ground Water Control Plan.
2) Once the excavation is complete, rernove aIl ground water control
ec�uipment not called to be incorporated into the work.
h. Water Disposal
1} Dispose of ground wat�r in accordance with City policy or �rdinance.
2} Do not discharge graund water onto or across pr�vate properry without
written pern�ission.
3} Permission from the City is required prior to disposal into the Sanitary
Sewer.
4) Disposal shall not violate any Federa.l, S#ate or local regulaiions.
D. Embedment and Pipe Placement
1. Water Lines less than, or equal to, 12 inches in diameter:
a. The entire embedment zone shall be of uniform materiat.
b. Utility sand shall be generally used for embedment.
c. If ground water is in sufficient quantity to cause sand to pump, then use
crushed rrock as embedment.
1) Tf crushed rock is not specifically identified in the Contract Documents,
then crushed rock shall be paid by the pre-bid unit price.
d. Place evenly spread bedding material on a firm trench bottom.
e. Provide firm, uniform bedding.
£ Place pipe on the bedding in accordance with the alignment of the Drawings.
g. In no case shall the top of the pipe be less than 42 inches from tl�e surface of the
proposed grade, unless specifically called for in the Drawings.
h. Place embedment, incluc�ing initial backfill, ta a minimum of & inches, but not
more ihan 12 inches, abo�e the pipe.
i. Where gate valves are present, the initial backfill shail extend ta 6 inches above
the elevatian of the valve nut.
j. Form all blocking against undisturbed trench wall to the dimensions in the
Drawings.
�. Cornpact ernbedment and initial backf"ill.
1. Place marker tape on top of the initial trench baekfill in accordance with
Section 33 OS 26.
2. Water Lines 16-inches through 24-inches in diameter:
a. The eniire embedment zone sha11 be of uni%rm material.
b. Utility sand may be used far embedment when the excavated trench depth is
less than 15 feet deep.
c. Crushed rock or �ne crushed rock shall be used for embedment for exca�ated
trench depths 15 feet, or greater.
d. Crushed rack shall be used for embedment for steel pipe.
e. Provide trench geotextile fabric at any locatian where erushed rock or fine
crushed rock come into contact with utility sand
C1TY OP FORT WORTH 2O18 Bond Year 2, Contract 34
STANDARb CON5TAUCTION SPECIFICATI�N DOCUMENTS City Project No. 101475-2
Revised December 12, 2016
33 05 10-13
I7'1'TLITY TREIVCH EXCAVATIQN, EMBEDMEI�lT, AND BACKFILL
Page 13 of 2D
f. Place evenly spread bedding material on a firm trench battom.
g. Provide firm, ►�niform bedding.
1) Additional bed�ing may be required if ground water is present in the
trench.
2} If additional crushed xock is required not speeifically identified in the
Contract Documents, then crushed xock shall be paid by the pre-bid unit
price.
h. Place pipe on the bedding according to the alignment shown on the Drawings.
i. The pipe line shall be within:
1} �3 inches of the elevatian on the Drawings for 16-inch and 24-inch water
Iines
j. Place and compact embedment material ta adequately support haunches in
accordance wit11 the pipe manufaciurer's recommendations.
k. Place remaining embedment including initial backfrll to a minirnum of 6 inches,
but not more ihan 12 inches, above the pipe.
1. Where gate valves are present, the ini�ial backfill shall extend to up to the valve
nut.
m. Compact the embec�m�nt and initiai 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 requirernents.
o. Place trench geotextile fabric on tap of the initial backfill.
p. Place marker tape on top of tl�e trench geotextile fabric in accorc�ance with
5ection 33 OS 26.
3. Water Lines 30-inches and greater in diameter
a. The entire embedmeni zone shall be of uniform material.
b. Crushed rock shall be used far embed�nent.
c. Provide trench geotextile fabric at any locat�on where crushed rack or fine
criashed rock come into contact with utility sand.
d. Place evenly spread bedding material on a firm Erench bottom.
e. Provide firtn, unifortn bedding.
1) Additional bedding may be required if ground vvater is present in the
trench.
2) If additional crushed rock is required which is aot speciiically identified in
the Contract Documents, then crushed rock sha11 be paid by the pre-bid unit
pr�ce.
f. Place pipe on the bedding according to the alignment shown on the Drawings.
g. The pipe line shaZl be within:
1} �1 inch of the elevation on ihe Drawings for 30-inch and larger water iines
h. Place and compact embedment material to adequately support haunches in
accardanc� with the pipe manufacturer's recommendations.
i. For steel pipe greater than 30 inches in diameter, the initial embedment lift sha�i
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
nnt.
1. Compact the embedmer�t and initial backfill to 95 percent Standard Proctor
ASTM D G98.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STA1�3bAR.b CONSTRUCTIpN SPECIFICATION DOCiJMENTS City Projec# No. 101475-2
Revised December l2, 2016
33os�o-ia
UTILITY TRENCH EXCAVATI0�1, EMBEDMENT, AN17 BACKFILL
Page 14 of 20
m, Density test may be performed by City to verify that the connpaciion of
embedment meets requirements.
n. Place �r�nch geotextile fabric on top of the initial backfill.
o. P�ace marker tape on top of the trench geotextile fabric in accordance with
Section 33 OS 26.
4. Sanitary �ewer Lines and Storm Sewer Lines (HDPE}
a. The entire embedment zone shall be of uniform material.
b. Crushed rock shall be used far eznbedment.
c. Place evenly spread bedding material on a firm trench battom.
d. Spread bedding so that lines and grades are maintained and that there are no
sags in the sanitaTy sewer pipe line.
e. Provide firm, uniform bedding.
1} Addi�ional bedding may be required if ground water is present in the
trencl�.
2} If additional crushed rock is required which is not specificaily identifred in
the Contract Doc�unents, then crushed rock shall be paid by the pre-bid unit
pnce.
f. Place pipe on the bedding according to the alignment shawn in the Dxawings.
g. The pipe line shall be within �p.1 inches of the elevaiion, and be consistent
with the grade shown nn the Drawings.
h. Place and compact embedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendations.
i. For sewer lines geater than 30 inches in diameter, the embedment lift shall zaot
exceed the spring line prior ta compaction.
j. Place remaining em$edment including initial backfill to a rninimum af 6 inches,
but not more than 12 inches, above the pipe.
k. Compact the embedrnent and initial backfill to 95 percent Star�t�ard Proctor
ASTM D 698.
1. Density test rnay be performed by City to verify that the compactian of
��nbedment meets require�nents.
m. Piace french geotexiile fabric on top of t�ie initial bac�Cfill.
n. Flace marker tape on top of the trench geotext�le fabric in accordance wit�
Sectian 33 US 2b.
Storm Sewer (RCP)
a. The bedding and the pipe zone up to the spring line sha11 he of uniform
rnaterial.
U. Crushed rock shall be used for embectm�nt up to the spring line.
c. The specified backfill material may be used above the spring line.
d. Place evenly spread heddirFg material on a firm trench bottom.
e. Spread bedding so that lines and grades are mainta.ined and that there are no
sags in the storm sewer pipe line.
f Provide firm, uniform bedding.
1} Additional bedding may be required if gound water is present in the
trencl�.
2} If additional crushed rock is required which is not specifcally identified in
the Contract Documents, then cxushed rock shall be paid by the pre-bid unit
price.
g. Place pipe on the bedding according to the alignment af the Drawangs.
CITY QF FORT WORTH 201$ Bond Year 2, Contract 14
STANDARD CQNSTRUCTIdI1 SFECIFICATION DOCUMENTS Ciry Project No. 101475-2
Revised December 12, 2p16
33051D-15
UTILITY TRENCH EXCAVATIOTI, EMBEbM�NT, AND BACKFILL
Page 15 af 20
h. The pipe line shall be within �Q l incl�es of the elevation, and be consistent
with the grade, shown on the Drawings.
i. Place embedznent material up to the spring line.
1) Place embedment to e�sure that adequate suppnrt is obtained in the haunch.
j. Compact the embedment and initial backfill to 95 pe�rcent Standard Proctor
ASTM D 698.
k. Density test may be perFormed by City to verify that the compac�ion of
embedment mee�s requirements.
1. Place t�rench geatextile fabric on top of pipe and crushed rock.
6. Storm Sewer Reinforced Concrete Box
a. Crushed rock shall be used for bedding.
b. The pipe zone and the initial backfill shalI be:
1) Crushed rock, or
2) Acceptable backfill material compacted to 95 percent Standard Proctor
ct.ensity
c. P1ace e�enly spread campacted bedding material on a firm trench bottom.
d. Spread bedding so that lines and grades are maintained and that there are no
sags in the storm sewer pipe line.
e. Provide firm, uniform bedding.
1} Additiona� bedding rnay be r�quired if ground water is present in the
trench.
2) If adc�iiional crushed rock is required which is nat specif cally identifted in
the Contract Documents, then crushed rock shaIl be paid by the pre-bid unit
pr�ce.
f. Fill the annular space between multiple boxes with crushed rock, CLSM
according to 03 34 13.
g. Place pipe on the bedding according to the alignment af tl�e Drawings.
h. The pipe shall be within �0.1 inche� of the elevation, and be consistent with the
grade, shown on the Drawings.
i. Campaci the embedment initial backfill to 95 percent Standard Proctor ASTM
D698.
7. Water Services (Less than 2 Inches in Diameter)
a. The entire emhedment zane shall be of �niform mater�al.
b. Utility sand shall be generally used for eznbedment.
c. Place evenly spread bedding materiai on a firm trench bottom.
d. Pravide firm, uniform bedding.
e. Place pipe on the bedding according to the alignment of the Plans.
f. Compact the initial backf'i11 to 95 percent Standard Practor ASTM D698.
�. Sanitary Sewex Services
a. The entire embedment zone sf�a�l be af uniform znaterial.
b. Crushed rock shall be used for embedment.
c. Place evenly spread bedding material on a firrn trench bottom.
d. Spread bedding so that lines and grades are znaintained and that there are no
sags in the sanitary sewer pipe line.
e. Provide �rm, uniform bedding.
1) Additional bedding may be reqnired if grou.nd water is present in the
trench.
CTI'Y OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDAIiD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 101475-2
Rev3sed Decemher 12, 2016
33Q510-]G
UTILITY TREIVCH EXCAVATI0�1, EMBEDM�NT, AND BACKFIL�,
Page 16 af 20
2} If additional crushed xock is required which is not specifically identsfied in
the Contract Documents, then cz-ushed rock shall be paid by the pre-bid unit
pnce.
f. Place pipe on the bedditag according to the alignment of the Drawings.
g. Place remaining embedment, including initial backfill, to a rninimum of 6
inches, but not more tl�an 12 inches, above the pipe.
h. Cornpact the initial backfill to 95 perceni Standard Proctor ASTM D698.
i. Density test zx�ay be required to verify that the compaction �eets the density
requirements.
E. Trench Backfill
1. At a rninimum, place backfill in such a manner that the required in-place density
and moisture content is obtained, and so ihat tllere will be no damage to the surface,
pavement or structures due to any trench settlernent or trench moverrient.
a. Meeting the requirement herein does not relieve the responsibility to damages
associated with the Work.
2. Backfill Material
a. Final backfill depth less than 15 feet
1) Backfill with:
a} Acceptable bacldil3 matesial
b) Blended backfill material, or
c) Select backfill material, CSS, or CLSM when specifically required
b. FinaJ. backfill depth � 5 feet or greater: {under pavement or future pavement)
1) Backfill depth fro�n � to15 feet deep
a) Backfill wi#h:
(1) Acceptable bacicfill material
(2} Blended backfill material, or
(3} Select backfill maierial, CSS, or CLSM w�en specifically required
2} Backfill depth frorn 1 S feet and greater
a) Backfill with:
{1) Select Fill
{2) CSS, or
(3) CLSM when specifically required
c. Final backfill depth 15 feet or greater: (not under pavemen� or future pavement)
1) Backfill with:
a} Acceptable backfill material., or
b) Blended backfill materaal
d. Backfill for service lines:
1) Backfill for water or sewer service lines shall be tlie same as the
requirement of the rnain that the setvice is connected to.
3. Required Compaction and Densi�ty
a. Final backf'ill (depths less than 1 S feet)
1) Compact acceptable hackfill material, biended backfill material or select
backf'ill ta a minimum of 95 percent Standard Froctor per ASTM D69$ at
moisture con�ent within -2 to +S percent of the aptimum moisture.
2) CSS or CLSM requires no compaction.
b. Final backfilI {depths 1S feet and greater/under existing or future pavement}
1) Compact select backiill to a minimum of 9$ percent Standard Proctor per
ASTM D 698 at rnoisture content within -2 to +S percent of th� optimum
moisture.
CITY OF F012T WORTH 2p1& Bond Year 2, Contract 14
STItNDARI7 COASTRUCTIpN SPECIFICATION DOCUMENTS City Project No. i07475-2
Revised December 12, 2016
33 05 10-17
UTILITY TRENCT� EXCAVATION, EMBEDMENT, AND BACKFILL
Page 17 of 20
2) CSS or CLSM requires na cornpaction.
c. Fina1 backfill (depths 15 feet and gz-eater/not under existing or future pavement)
1) Compact acceptable bacl�'ill material blended bacicfill material, or select
backfill to a minirnum of 95 percent Standard Proctor per ASTM D 69$ at
moisture cantent within -2 to +5 percent of the optirntun moisture.
4. Saturated Soils
a. If in�situ soils consistentIy demonstrate that they are greater t�ian 5 percent over
optimum moisture content, the soils are considered saturated.
b. Flooding the trench or water j et�ing is strictly parohibited.
c. If saturated soils are idenfiified in the Drawings or Geotechnical Report in the
Appendix, Contractor sha�l praceed with Work following all backf�ll
procedures outlined in the Drawings for areas of soil saturation greater than 5
percent.
d. If saturated soils are encour�tered during Work but not identified in Drawings or
Geotechnical Report in the Appendia�c:
1) The Contractor shall:
a) Imtnediately notify the City.
b) Submit a Contract Claim for Extra Work associated with directian from
City.
2) The City shall:
a) Investigate soils and det�rmine if Work can proceed in the identified
location.
b) Direct the Contractor of changed backfill procedures assaciated with
the saturated soils that may include:
(1 } Imported backfill
(2) A site specif c bacl�iil design
5. Placement of Backfill ,
a. Use only compaction equipment specifically designed far compaction of a
particularr soil type and within the space and depth limitaCion experienced in tl�e
trench.
b. Flooding the trench or water setting is s�rictly prohibited.
c. Place in loose lifts not to exceed 12 inches.
d. Compact to specified densities.
e. Compact only on top of initial backfill, undisturbed trench or previously
compacted backfill.
f. Rernove any loose materials due to the movement of any trench box or shoring
or due to sloughing af the �rench wall.
g. Tnstal� appropriate tracking balls for water and sanitary sewer trenches in
accordance with Sect�on 33 OS 26.
6. Backfill Means and Methods Dernonstration
a. Notify the City in wri#ing with sufficient time for the City to obtain samples
and perform standard proctor test in accordance with ASTM D69$.
b. The results o� the standard proctor tast must be received prior to beginning
excavatian.
c. Upon cornmencing of backfill placement for the proj ect the Contractor shall
demonstrate means and znethods to obtain the required densitres.
d. Demonstrate Means and Methods for compaction including:
I) Depth of lifts for backfill which sha�l not exceed I2 inches
2) Method of moisture control for excessively dry or wet backf ll
CTTY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARb CON5TRUCTIpN SPECIFICA170N DOCiJN1�NTS Ciry Prajecf No. 101�75-2
Revised December 12, 2016
33 05 10-18
U'TILITY TRENCH EXCAVATION, EMBEDMENT, tLidD BACKFILL
e.
f.
Page 1$ of 20
3) Placement and moving trench box, if used
4) Cornpaction techniques in an open trench
5) Compaction techniques around structure
Provide a testing trench }�ox to provide access to the recenily backfilled
material.
The City will provide a qualified testing lab full time during this period to
randomly test density and moisture contznent.
1} The testing lab will pro�ide results as availabfe on tl�e job site.
7. Varying Ground Condi�ions
a. Notify the City of varying ground conditions and the need for additional
pro ctpr5.
b. Request additional proctars when soil conditions change.
c. The City may acquire additional proctors at its discretion.
d. Significant changes in soil conditions will require an additional Means and
Methods demonstration.
3.5 REPAIR [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL
A. Field Tests and Inspections
l. Proctors
a. The City will perform Proctors in accordance with ASTM D69$.
b. Test r�sults wi11 generally be avaiiable ia within 4 calendar days and distributed
to:
1 } Contractor
2) City Project Manager
3) City Inspector
4) Er�gin�er
c. Notify the City if the characteristac of the soil changes.
d. City will perform new proctors for varying sails:
1) Wk�en indicated in tlze geotechnical investigation in ihe Appendix
2) If notified by the Contractor
3) At the convenience of the City
e. Trenches where different soil types are present at different depths, the proctors
shall be based an the mixture of those soils.
2. Density Testing of Backfill
a. Density Tests sha11 be in con%rmance with ASTM D2922.
b. Provide a testing trench pratection for trench depths in excess of 5 feet.
c. Place, mave and remo�e testing trench protection as neeessary to facilitate all
test conducted by the City.
d. For final backfill depths less than 1 S feet and trenches of any depth not under
existing ox �uture pavement:
1) The City will perfox-in density testing twice per warking day when
backfilling operations are being conducted.
2) The testing lab shall take a minimum of 3 density tests of the current lift in
the available trench.
e. For finai backfill depths 15 feet and greater deep and �xnder existing ar future
pavement:
C1TY QF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTAUCTION SPECIFICATION DOCCTMENTS City ProjecE 3Vo. 109475-2
Revised Dacember 12, 2016
33 05 10 - 19
UTILITY TRENCH EXCAVATIOAI, �MBEDMENT, AAU $ACKFILL
f.
g•
h.
i.
J•
Page 19 of 20
1) The City will perform density testing twice per working day when
backfilling operations are being conducted.
2) The testing lab shall take a minimum of 3 density tests oi'the current lift in
the available trench.
3) The testing lab wi11 remazn onsite sufficient time to test 2 additional lif�s.
Make the excava�ion available for testing.
The City wi11 determine the location of the test.
The City testing lab will prov�ide resuIts to Coniractor and the City's Inspector
upon cornpletion of the testing.
A formal report will be posted to the City's Buzzsaw site within 48 hours.
Test reports shall include:
1) Location of test by station number
2) Time and date of test ,
3) Depth of testing
4) Field moist�e
5) Dry density
6) Proctor identifer
7} Percent Proctor Density
3. Density of Embedment
a. Storrn sewer boxes that are embedded with acceptable backfill material,
blended backfzll material, cement modified backf"i11 material or select rnaterial
will follow the same testing procedure as bacl�'ill.
b. The Ciiy may test fine crushed rock ar crushed rock embedment in accordance
with ASTM D2922 or ASTM i 556.
B. Nan-Confomung Work
1. Ali non-conforming worlc shall be removed and replaced.
3.� SYSTEM �TARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANIlVG [NOT USED]
3.11 CLOSEOUT ACTIV�TIES [NOT USED]
3.1� PROTECT�ON [NOT USED]
3.13 MAiNTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NANIE SUMMARY OF CHANGE
l.2 — Added Item for Concrete Encasement far Ukility Lines
Various Sections — Revised Depths to Include 15' and greater
12/2fl/2012 D, 3ohnson 3.3.A — Additional notes for pavement protection and positive drainage.
3.4.E.2 — Added requirements for bacicfill of service lines.
3.4.E.5 -- Added language prohibiting flooding af b-ench
CITY OF FORT WORTH 201 S Bond Yeaz 2, Conp-act 14
STANDAI2D CONSTRUCTION SPECIFICAI7QN DOCUMENTS City Project 1Vo. 101�175-2
Revised TJecemher 12, 2016
33 �5 ] 0 - 20
UTILTT`Y TRENCH EXCAVATION, EMBEDIvIEN'f', AND BACKFILL
Yage 2d of 20
6/18/2013 D.Johnson
12/12/16 Z. Arega
1.2.A.3 -- Clarified measuremenf and payment for concrete encasement as per plan
quantity
2.2.A — Added tanguage for concrete encasement
2.2.A.1.d Modify gradation for sand mate�al
CITl' OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANi7ARD CO]�T517iUCTION SPECIF'TCATION DpCUNI�NTS City Project No. 101475-2
Revised Decembez' 12, 2016
�3asiz-i
WATER LINE LOWERTNG
Page 1 of 4
SECTION 33 0� 1�
WATER LINE LOWERING
PART1- GENERAL
Z.1 SUMMARY
A. Sectioz� Includes:
1. Locations where exis�ing 12-inch or smaller water lines are crossed by a new stonn
sewer, sanitary sewer ar water transmission main and the existing water line is to be
lowered �nder the propased improvement and no design profile has been provided
in the Drawings
2. Locations where a new 12�inch or szxaaJler water line is insialled and crosses an
existing underground conflict which requires t1�e water lir�e to be lowered greater
than two feet below the standard depth and has not been detailed in the Drawings
3. 16-inch and larger water lines are excluded from this Section and should be
specifically designed for lowering and paid for by unit price items
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 af the
Contract
2. Division 1— General Requirement�
3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains
4. Section 33 OS 10 -- Utility Trench Excavation, Embedment, and Back�'ill
5. Section 33 11 10 —Ductile Iron 1'ipe
6. Section 33 11 I 1— Ductale Fittings
7. Section 33 1] 12 — Polyvinyl Chlaride (PVC) Pressure Pipe
8. Section 33 12 25 — Connection to E�cisting Water Main
1.� PRICE AND PAYlVIENT PROCEDURES
A. Measurement and Payment
1 < Water Line Lowering
a. Measurement
]) Measurement for this Item sha11 be per each by size of each Water Line
Lower performed.
b. Payment
1) The work performed and the materials furnashed in accordance with this
Item shall be paid far at the unit price bid per each "Water Lane Lowering"
installed for:
a) Various Sizes
c. The price bid shall include:
1) Furnis�ing and installan,g Ductile Iron or PVC Pipe and Ductile Iron
Fittings
CTTY OF FORT WORTH 2p18 Bonci Year 2, Contracc 14
STANDARD CONSTRUCTIQN SPECIFICATION DQCUMENTS Ciry Praject Na. 101475-2
Revised December 20, 2012
33as�z-z
WATE72 LINE LOWERING
Page 2 of 4
2j Pvlyethylene encasem�nt
3) Paving removal
4) Excavation
5) Hauling
b) Disposal of excess material
7) Furnishing and placernent of embedment
8) Furnishing, placement, axid compaction of backfill
9) Thrust restraint
10} Bolts and nuts
11) Gaskets
12) Clean-up
13) Cleaning
14) Disinfection
15j Testing
16) Conneciions to the existing water izne
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the currcnt reference
standard published at the tirne of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Texas Commission an Environmental Quality (TCEQ)
a. Title 30 Texas Administrative Code {TAC) Chapter 290, Public Drinking
Water,
1.4 ADMINISTRATIVE REQi1IREMENTS [NOT USED]
1.S SUBMITTALS [NOT USED]
1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMiTTALS [NOT USED]
Li CLOSEOUT SUBMITTALS [NOT USED]
1.� MAINTENANCE MATERiAI, SUBMITTALS [NOT USED]
L9 QUALITY ASSURANCE [NOT USED]
114 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.i1 FIELD [SITE] CONDIT�QNS [NOT USED]
11� WARRANTY [NOT USED]
PART�� PRODUCTS
�.1 OWNER�FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
A. Materials
1. Ductile Iron Pipe shall conform to Section 33 11 10.
2. Ductile Iron Fzttings with retainer glands shall confoz-m to Section 33 11 11.
CITY OF FORT WOitTH 2O18 Bvnd Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCiIMENTS City Project No. 1dI475-2
Revised December 20, 2012
33 os 1z - 3
WATER LINE LOWERING
Page 3 of4
3. Polqvinyl Chloride (PVC) pressure Pipe shall conform to Section 33 11 i2.
�.3 ACCESSORIES [NOT USED]
�.4 SOURCE QUAL�TY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.� EXAMINATION
A. Evalua�ion and Assessment
1. Verify elevation of conflict which requires the water Iine to be relocated.
3.3 PREPARATION [NOT USED�
3.4 INSTALLATION
A. General
1. Water lines lowered to resolve conflicts between the water Iine and a proposed
utility shaIl be Iowered to maintain a 2-foot separation between the outside
diameters of the water line and the other buried utilities.
a. When approved by the Water Department, the separation rriay be reduced to 12-
inches.
b. No exception shall be granted to the cr�teria in Axticle 3.4 B of the �ection.
B. Water Crossing Sanitary Sewer
1. Water lines crossing sanitary sewer shall be in accordance with the TCEQ Title 30
TAC Chapter 290.
C. Water Lines Crossing under Storm Drains
1. Water lines crossing within 2 feet below storm drains sha�l be constructed of
Ductile Iron Pipe in accordance with Section 33 11 10.
D. Install Ductzle Iron Pipe in accordance wi�h Seciion 33 11 10.
E. Install Ductile Iron Pittings with retainer g�ands in accordance with Section 33 11 11.
F. Install Polyvinyl Chloride (PVC) Pressure Pipe in accordance with Section 33 11 �2.
G. Disinfect and test at the direction of the Ciiy.
H. Complete cannections to the existing main in accordance with Section 33 12 2S.
CiTY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project IVo. 1D1475-2
Revised December 20, 2072
33 �S 32 - 4
'WATER LINE LOWERING
Page 4 of 4
3.S REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL [NOT USED]
3.R SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.14 CLEANING [NOT USEDj
3.11 CLOSEOUT ACTIVITTES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revisian Log
DATE NAME SiJMMARY OP CHANGE
l 2/20/2012 D, ,Tohnson i.1.A — Clari�cation of when Section is applicable
CI'T'Y QF PORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DQC`I]fvIENTS City Project No. 141475-2
Itevised December 20, 2012
330513-1
FR f�ME, COVER, AND GRAI]E RINGS-CAS'I' TTtON
Page 1 of 5
SECTION 33 D� 13
FRAME, C�VER, AND GRADE RINGS -- CAST IRON
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Cast iron frame, cover and grade rings used as access ports into water, sanita�y
sewer and storm drain structures such manholes or vaUlts
B. Deviations from this Ciry of Fort Worth Standard Specification
1. None.
C. Related Speciiication 5ections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract �'orms, atad Conditions nf the
Contract
2. Division 1— General Reqtiirements
1.� PR1�CE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a, This Item is considered subsidiary to tne structure containing the frarne, cover
and grade rings.
2. Payment
a. The work performed and the materials furnished in accordance with this Ite txa
are subsidiary to the unit price bid per each structure complete in place, and no
other compensation will be aliowed.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in tl�is Specification refer to the current reference
standard published at the time of the latest revision date lagged at the end of this
Specification, unless a date is specifically cited.
2. ASTM Inte�ational (ASTNn
a. ASTM A4$ — Standard Specification for Gray Iron Castings
b. ASTM A536 - Standard Specification for Ductile Iron Castings
c. ASTM C4�7S - Specification for Precast Reinforced Concrete Manha�e Sections
3. American Association of State Highways and Transportation Officials (AASHTO)
a. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and
Related Castings
L4 ADMIIVISTRATIVE REQiIIREMENTS jNOT USED]
1.� SUBMITTALS
A. Submittals shal� be in accordance with Section 01 33 00.
CITY OF FORT WORTH 2Oi8 Bortd Year 2, Gontract 14
STANDARD CONS7RUCTION SPECIFICATION DOCUMENTS City Projec� No. 1D1475-2
Revised January 22, 2016
330513-2
FRAME, COVER, ANB GRADE RING5-CAST IRON
Page 2 of 5
B. Alt submittals s�all be approved by the Engineer or the City prior to delivery and/or
fabrica�ion for specials.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBNIITTALS
A. Product Data
1. Al1 castings shall be cast with:
a. Approved foundry's narne
b. Part number
c. Country of origin
2. Provide manufacturer's:
a. Specifications
b. Laad tables
c. Dimension diagrams
d. Anchar details
e. Installation instructions
B. Certificates
1. Manufaciurer shall cerkify that a11 castings conform to the ASTM and AASHTO
designations.
1.7 CLOSEOUT SUBNIITTALS [NQT USED]
1.� MAIlVTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QLTALTTY ASSURANCE [N�T USED]
1.10 DELNERY, STORAGE, AND HANDLING [NOT IISED]
1.1 i FIELD [STTE] CONDITIONS [NOT USED]
1.12 WARRANTY [NQT USED]
PART 2 -� PRODL7CTS
2.I OWNER-FURNI�HED [oR] �WNER-•SUPPLIED PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRQDUCT TYPES, MATERYALS
A. Manufact�arer�
1. Only the manufacturers as listed on the City's Standard Products List will be
cansidered as shown in Section 01 60 00.
a. The manufacturer must co�nply with this Specif cation and related Sectzons.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section O1 25 00.
B. Castings
1. L1se castings for frames that conform to ASTM A48, Class 35B or better.
2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better.
3. Use clean casting capable of withstanding appIication of AASHTQ HS-20 vehicle
loading with permanent deformatian.
4. Covers
CITY OF FORT WdRTH 2O18 Sond Year 2, Convact 14
STANDARD CONSTRUCTION SFECIFICATION DOC[JMENTS City Project I�Io. 1U1475-2
Revised January 22, 2p l 6
3305 i3-3
F'R_AME, COVE.R, AND GRADE RINGS-CAST DtON
Page 3 of 5
a. Size to set #�ush with tlze frame with no larger than a 1/8 inch gap between the
frame and cover
b. Provide �vith 2 inch wide pick slots in lieu ofpick holes.
c. Provide gasket in frame and cover.
d. Standard Dimensions
1 } Sanitary Sewer
a} Provide a clear op�ning of 30 inches for all sanitary sewer frames and
cover assemblies unless otherwise specified in the Contract Documents.
2) Storm Drain
a) Provide a clear opening oi22 1/2 inches for all storm drain frames,
inlets and cover assemblies ur�less otherwise specified in the Contract
Docurnents.
b) Provide a:minirnum clear opening of 30 inches for all storm sewer
manholes ar�d junction structures.
e. Standard Labels
1) Water
a) Cas# Iid with the word "WATER" i� 2-inch Ietters across the lid.
2) Sanitary Sewer
a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across
the lid.
3) Stornr� Drain
a) Cast 1id with the word "STORM DR.AIN" in 2-inch letters across the
lid.
f. Hinge Covers
1) Provide water tight gasket on all hinged covers.
2) Water
a) Provide hinged covers for all water structZu�es.
3) Saniiary Sewer
a} Provide hinged cavers for all manholes or structures constructed over
24-inch sewer lines and larger and for mar�holes where rixn e�evations
are greater than 12 inches above the surface.
C. Grade Rings
1. Provide grade rings in sizes from 2-inch up to 8-inch.
2. Use concrete in traffic loading areas.
3. In non-traffic areas concrete or HDPE can be used.
D. 7oint SeaIant
Provfd.e a pre-forrned or trowelable bitumastic sealarit in an extrudable or flat tape
form.
2. Provide sealant that is not dependant on a chemical action far its aclhesive
properties or cohesive strength.
CITY OF FORT WORTH 2O18 Bond Yeaz 2, Contract 14
STANDARb CONSTRUCTION SPECIFICAT'ION DOCiJMENTS City Project No. 101475-2
Revised January 22, 2016
33�513-4
FRAME, COVER, AND GItADE RINGS-CAST IRQN
Page 4 of 5
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTRQL [NOT USED]
PART3� EXECUTION
31 INSTALLERS [NOT USED]
3.2 EXAMINATION [NUT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Grade Rings
1. P1ace as shawn in tbe water and sanitary sewer City Standard Details.
2. Clean surfaces of dirt, sand, tnud or ather fareign matter before placing sealant.
3. 5ea1 each �ade ring with sealant specifted in this Specification and as shown on the
City Standarci. 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 appIicable City ,S#andard Detail.
3. Starm Drain
a. For storm drain structures install frame, co�er and gade rings in accordance
wit�i applicable City Standard Detail.
4. Hinge Cover
a. Provide hinge co�er an elevated manholes, junction �oxes, 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 a11 frame and cover assemblies.
CITI' OF FORT WdRTH 2O18 Bond Year 2, Contract 14
STAI�DARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 101475-2
Revised Januazy 22, 2016
330513-5
FRAME, COVER, AND GRADE RINGS-CAST IltON
Page S of 5
3.� REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.R SYSTEM STARTUP [NQT USED]
3.9 ADJ[JSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.I1 CLOSEOUT ACTIVIT�ES [NOT USED�
3.12 PROTECTION [NOT USED)
3.�3 MAINTENANCE fNOT USED]
3.14 ATTACHMENT,S [NOT USED]
END OF SECTION
Revision Log
DATE NAN� 5T.IMMARY QF CHANGE
6/25/2014 F. Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22'/a inches rather
than 19'/4 inches,
I/22/2016 F. Griffin �� 2-2'2-B-4-d-2-a., Cover size updated to 30 inches to match Detai133 OS 16-
D417.
8/30/201'7 W. Norwood Change specif cation name to add Cast Iron
CTTY OF FORT WOItTH 2O18 Bond Year 2, Contract i4
STANDIIRD CONSTRUC'iTON SPECIFICATIOPI DOCUMENTS City Project No. 101475-2
Revised 7anuary 22, 2016
33OS1313.10-1
COMPOSITE FRAME, COVER, AND GRADE RINGSGRAbE RIIVGS
Page 1 of 5
SECTION 33 0� 13.10
COMPOSITE FR.AME, COVER, ANi7 GRADE RINGS
PART 1 - GENERAi,
l.l SUMMARY
A. Section Includes:
L Compression Molded Cornposite Frames and Covers used as access ports into
sanitary sewer structures such as manholes and junction boxes.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily Iimited to:
1. Divisian 0-�- Bidding Requirements, Contract Farms, and Conditions of the
Contract
2. Division 1— General Requirements
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. This Itern is considered s�bsidiary to the structure containing the frame, cover
and grade rings.
2. Payment
a. The work perfortned and the materials furnisl�ed in accordance with this Item
are subsidiary to the unit price bid per each st�cture complete in place, and no
other compensation will be allowed.
1.3 REFERENCES
A. Referenee Standarris
1. Reference standards cited in this Speciiication refer to the current reference
standard published at the time of the latest revision date logged at the end af this
Specif cation, unless a date is specifically cited.
2. Americar� Associatian of State Highways and Transportation Qfficia�s (A.ASHTO)
a. AASHTO HS-25 — AASHTO Highway Bridge Specifica�ion: �ial Loading to
meet or exceed 21,280 pounds/wheel load
b. AASHTO M306 — Standard Specification for Drainage, Sewer, Utilfty azid
Related Castings
1.4 ADNi1NISTRATIVE REQU�REMENTS [NOT USED]
I.� SiJBMITTALS
A. Submittals shall be in accordance with Section O1 33 00.
B. All subrriiftals shall be approved by the Engineer or the Ciry priar to delivery and/or
fabrication for specials.
2018 Bond Year 2, Contract 14
CITY OF' FOIiT WpATH City Prajec� No. 101 �475-2
STANDARD CONSTRUCT'TON SPECIFICATIpN DOCUMENTS
33051313.1�-2
COMP05ITE FRAl17E, COVER, ANT] GR.ADE RI]�TGSGRADE RINGS
1.6 ACTYON SUBNIITTALS/INFORMATIONAL SUBNIITTALS
A. Product Data
1. All moldings shall display:
a. Ap�roved Molder
b. Molding date
c. Wording that material is non-metaIlic
d. Country of origin
2. Provide manufacturer's:
a. Specifications
b. Load tables
c. Dimension diagrams
d. Anchor details
e. It�stallation instnxctions
B. Certificates
Page 2 of 5
1. Manufacturer shall certify that all molciir�gs conforzn. to the ASTM and AASHTO
designa�ions.
1.'� CLOSEOUT SUBNIITTALS [NOT USED]
1.8 MAiNTENANCE MATERIAi� SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.1� DELIVERY, STORAGE, AND HANDLING [NOT USED]
L11 FIELD FSITE] CONDITIONS [NOT USED]
1.1� WARRANTY �NOT USED]
PART�� PRODUCTS
3.1 OWNER�FURNISHED [ox] OWNER�SUPPLIED PRODUCTS [NOT USED]
3.� EQUIPMENT, PRODUCT TYPES, MATERiA�,S
A. Manufacturers
1. Only the manufactu�rers as listed on ii�a City's S�andard Products List will be
considered as shown in Sectian 01 60 00 unless oiherwise specified on the plans.
a. Tlae 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 �0.
B. Moldings
Al� composite moldings shall consist of a therxnosetting resin matrix blended andlor
combined with reinforcing fiber ro�ings, short fiber filaments, or eqt�ivalent
nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a
polymer, vinylester, or a blend af these. The moldings shal� be true to pattern in
locations affecting their strength and value for the service intended. Befor� the
moldings are removed from the rz�olding operation, they sha11 be thoroughly
deflashed and cleaned at the parting lines, holes, notches and all e�osed edges.
2A18 Bond Year 2, Contract 14
CITY OF FORT WORTH City Project No. 101475-2
STANDARI] CQIrlSTRUCTION SPECIFICATION 170Ci.1MENTS
33OS 1313.10-3
COMPdSITE FRAME, COVER, AND GRADE RINGSGRADE RINGS
Page 3 af S
2. Use clean molding capable of wikhstanding application of AASHTO HS-25 �ehicle
loading with permanent deformation. Composite frames sha11 have a rninimum wall
thickness oi 0.75 inches in sections exposed to traffic and potential traffic wheel
impact.
3. Metal xeznfarcements or metal hinges molded within the composite shall not be
}�ermitted.
4. AIl composite moldings shall have UV stabilizers (concentrations from 0.05% to
5%) added prior to shaping the product by injection molding.
S. Covers
a. Composite covers shall be compression moided under high presstu�es {>0.5
tons/sq inch of x y surface area) and high temperatures (�200 degrees F).
Components far locldng systems below t�e cover exposed to sewer
environment shall be made oinoncorros�ve materials such as nonmagnetic 31b
stainless steel (Austenite) or a polymer.
b. Size ta set flush with the frame with no larger than a 1/8 inch gap between the
frame and cover
c. Provide with 2 inch wide pick slots in lieu of pick holes_
d. Provide gasket in frame and cover.
e. Standard Dimensions
1} Sanitary Sewer
a) Provide a c�ear opening ai30 inches for al� sanitary sewer frames and
cover assemblies unIess atherwise specified in the Contract Documenis.
f. Standard Labels
1) Sanitary Sewer
a) Cast Iid with the word "SANITARY 5EWER" in 1-112-inch
(minimum} or 2-inch (m�imum) letters across the lid.
g. Hinge Covers
1) Hinged covers shall be double-hinged aIlowing a minirnal I80° full
opening.
2) Provide water tight gasket on a1i hinged covers.
3} Sanitary Sewar
a) Provide hinged covers for all manholes or struct�res constructed over
a11 sewer lines.
C. Grade Rings
1. Provide grade rings in sizes from 2-inch up to S-inch.
2. Use concrete in traffic loadfng areas.
D. Joint Sealant
1. Provide a pre-fonnaed or trowelable bitumastic sealant in an extrudable or flat tape
form.
2. Provide sealant that is not dependent upon a chEmical action for its adhesive
propert�es or cohesive strength.
2018 Band Year 2, Contract lA
CTI`Y OF FORT WORTFJ City Project No. 1Q1475-2
STANDARD CONSTRiICTION SPBC�'ICA'f'ION DOCiTMENTS
33 OS 1313.10 - 4
COMPOSITE FRAME, COVER, AIVD G1tADE RINGSGRAI3E RINGS
Paga 4 of 5
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUAL3TY CONTROL [NOT USED]
PART 3 � EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATIQN [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Grade Rings
1. Place as shown in the water and sanitary sewer City Star�dard Details.
2. Clean surfaces of c�rt, sand, mud or other foreign matter before placing sealant.
3. Seal each grade ring with sealant speeif ed in this Specification and as shawn on the
City Standard Details.
B. �'rame and Co�er
1. Sanita�y Sewer
a. For sanitary sewer structures install frame, cover and grade rings in accordance
with applicable City Standard Detail.
2. Hinge Cover
a. Pra�ide hinge cover on all manho�e covers.
C. Joint Sealing
1. Seal frame, grade rings and structure with specified sealant.
D. Concrete Co11ar
1. Provide concrete collar around a11 frame and cover assemblies.
CTTY OF FORT W4RTH 2O18 Bvnd Year 2, Contract 14
City Project No. 101475-2
STANDARD CONSTRUCTiON SPECIFICATION I70Ci.J1VIENTS
33OS 1313.10-5
COMPOSITE �'1t.AME, COVER, A1VD GR.ADE RINGSGRAI7E RINCrS
Page 5 of 5
3.� REPAIR / RESTORATION [NOT USED�
3.b RE�INSTALLATION [NOT USED]
3.i FIELD [ax] SITE QUALITY CONTROL [NOT USED]
3.� SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING �NOT USED]
310 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.1� PROTECTION [NOT USED]
313 MAINTENANCE [NOT U�ED]
3.�.4 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DA`I'E NAME SUMMARY OF CHANGE
20i8 Bond Year 2, Contract 14
CTf Y OF FORT WOR`III City Project No. 101475-2
STANDARD CONSTRUCTION SPECIFICATION bOCUMENTS
330514-1
ADNSTING MATTIi01.�5, INLETS, VALVE BOX�S, AiVI] OTHER STRUCTURES TO GRADE
Page I of 7
SECTION 33 0514
ADJUSTiNG MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO
GRADE
PART1- GENERAL
11 SUMMARY
A. 5ection Includes:
1. Vertical adjustments to nnanholes, drop inlets, valve boxes, cathodic protection test
statians and other misceIlaneous structures to a new gade
B. Deviations fram tl�is City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division Q— Bidding Requirernents, Contract Forms, and Conditions of tlie
Contract
2. Division 1-- Genera] Requirements
3. Section 32 0 2 17 — Permanent Asphait paving Repair
4. 5ect�on 32 O1 29 — Concrete Paving Repair
5. Section 33 OS 10 — Utility Trench Excavation, Embedrnent and Backfill
6. Section 33 OS 13 -- Frame, Cover and Grade Rings
7. Saction 33 39 10 — Cast-in-Place Concrete Manholes
$. Section 33 39 20 — Precast ConcreYe Manholes
9. Section 33 12 2Q — Resilient Seated (Wedge) Gate Valve
10. Section 33 12 21 — A'W WA Rubber-Seated Butterfly Valve
11. Section 33 04 11— Corrosian Con�rol Test Station
12. Section 33 04 12 — Magnesium Anode Cathodic Protection System
1.2 PRICE AND PAYN�NT PROCEDURES
A. Measurement and Payment
Manhole — Minor Adjustment
a. Measurement
1} Measurement for this Item shall b� per each adjustment using only grade
rings or other minor adjustment devices to raise or Iower a rnanhole ta a
grade as specified on the Drawings.
b. Payment
1) The work performed and the materials furnishe�. in accordance with this
Item will be paid for at ihe unit price bid per each "Manhole Adjustment,
Minor" completed.
c. The price bid shall include:
1) Pavennent removal
2) Excavation
3) Hauling
4} Disposal of excess material
CITY OF FpRT WORTH 2O18 Bond Year 2, Contract 14
STANDARb CONSTRUCTIpN SPEGIFICATJON DOCiJMENTS City Project No. 101475-2
Revised DecerrEber 2d, 2012
330574-2
ADNSTING MANHOLES, INLETS, VALVE BOXES, AND 07'HER STRUCTURES TO GRADE
5) Grade rings or other adjustment device
6) Reuse of the existing manhole frame and co�er
7) Furnishing, placing and compactiori of embedment and backf'i11
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
Page 2 of 7
2. Manhole - Major Adjusiment
a. Measurernent
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.
L
c.
b
c.
Payment
1} The work performed and th� materials furnished in accordance with this
Item will be �aid for at tize unit price bid per each "Manhole Adjustment,
Major" completed.
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) Reuse of the existing manhole frame and cover
7) Furnishing, p3acing and compaction of embedment and backfill
$) Concrete base material
9) Per�nanent asphalt patch or concrete pa�ing repair, as required
10} Clean-up
Manhole - Major Adjustme�t with Fra�ne and Cover
a. Measurement
1} Measurement for this Item shall be perr each adjustrnent requiring struciural
modifications to raise or lawer a manhole to a grade specified on the
Drawings or structural modifications for a manhole requiring a new frame
and cover, often fnr ehanges to cover diameter,
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 "Manl�ole Adjustznent,
Major w/ Cover" completed.
The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structural rnodifications, grade rings or other adjustment device
6} Frame and cover
7) Furnishing, placing and compaction of embedment and backfiil
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
4. Inlet
a. Measurement
CITI' OF FdAT WORTH 2418 Sond Year 2, Contract 14
STANDARB CONSTRCFGTiON SPECIFICATIOIV DOCUMENTS City Project No. 101475-2
Revised December 2D, 2012
330514-3
ADNSTING MANHiILES, INLETS, VALVE BOXES, AND OTHER STRUCTUitES TO GRADE
Page 3 of 7
1) Measurernent for this Item shall be per each adjus�nent reyuiring struchzral
modificatiozas to inlet to a grade specified on the Drawings.
b. Payment
1) The work performed and the materials fi�rnished in accardance with this
Item will be pazd far at the unit price bid per each "Inlet Adjustment"
completed.
c. The priee bid shail include:
1) Pavement removal
2) Excavation
3) Hauling
4} Dispasal of excess rnaterial
5} Structu�-al modifications
6) Furnishing, placing and cornpaction of embeclment and backfill
7) Concrete base material, as required
8) Surface restoration, permanent asphalt patch or concrete paving repair, as
required
9} Clean-up
5. Valve Box
a. Measuremez�t
1) Measurement for tivs Item shall be per each adjustment to a grade specified
on the Drawings.
b. Payment
1) The work perfvrmed and tlle materials fiunished in accordance with this
Item will be paid for at the unit price bid per each "Valve Box Adjustment"
completed.
c. The price bzd shail incl�.de:
1) Pavement removal
2) Excavation
3} Hauling
4} Dispasal of excess material
5) Adjustment device
6) Fuxnishing, placing and compaction of embedment and backfill
7) Concrete base material, as required
8) Surface restoration, permanent asphalt patch or concrete paving repair, as
required
9) Clean-up
6. Cathodic Protection Test Station
a. Measurement
1) Measurement far this Item shaIl be per each adjustment to a grade specified
on the Drawings.
b. Payment
1) The work perFormed and the materials furnished in accordance witl� this
Itern will be paid for at the unit price bid per each "Cathodic Protection
Test Station Adjustment" cornpleted.
c. The price bid shall include:
1) Pavement rernoval
2) Excavation
3) Hauling
4) Disposal of excess material
CTTY OF FORT WORTI� 20J. & Bond Year 2, Contract 14
STAND,ARp CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1O1475-2
Revised becember 20, 2012
330514-4
ADJ[1STITVG MANHOL�S, It�lLETS, VALVE BO�LS, AND OTHER STl2UC'fURES TO GRADE
Page 4 of 7
5) Adjustment device
6) Furnishing, placing and compaction of embedment and backfill
7) Concrete base material, as requir�d
8j Surface restoration, permanent asphalt patch or concrete paving repair, as
required
9) CIean-up
7. Fire Hydrar�t
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 wark performed and the materials fi�rnished in accordance with this
Item will be paid for at the unit price bid per each "Fire Hydt�ant Stem
Extension" completed.
c. The price bid shall incl�zde:
1 } Pa�e�nent re�noval
2} Excavation
3) Hauling
4) Disposal of excess material
Sj Adjustmeni materials
6) Furnishing, placing and compaction oi embedment and backfill
7) Concrete base material, as required
8) Surface restoration, pernianent asphalt patch or concrete pauing repair, as
required
9) Clean-up
8. Miscellaneous Structure
- -- �
ti� the specijze structure (i.e. Mascellaneous St��u�cure
a. Measurement
1) Measurement for this Item shall be per each adjustment requirizag structural
modifications to said siructure to a gade specified on the Drawings.
b. Payment
1) The work perforrried and the nnaterials furnished in accordance with this
Item will be paid for at the un�t price bid per each "Miscel�aneous Structure
Adjustment" completed.
c. The price bid shall include:
1) Pavemenf removal
2) Excavation
3) Hauling
4) Disposal of excess material
5} Str�ct�-a1 modifications
&} Furnishing, placing and compaction of embedment ar�d backfill
7} Concrete base material
$} Perxnanent asphalt patch or cancrete paving repair, as required
9) Clean-up
1.3 REFERENCES
A. Definitions
1. Minor Adjustment
CITY OF FORT WORTH 2O18 Bvnd Year 2, Contsact 14
STIWDARD CONSTR[1CTIpN SPECTFICATiON DOCCFMENTS C`ity Praject No. ]07475-2
Revised December 20, 20] 2
33OS 14-5
ADNSTING MATIIfOLES, INLETS, VALVE $O7{ES, AND p7'i�R STRUCTURES TO GRADE
Page 5 of 7
a. Refers to a small elevation cha�age perfarmed on an existing manhole where the
existing fi�ame arad cover are reused.
2. Major Adjustmeni
a. Refers to a significant elevation change perfonned on an existing manhole
which requires structural modification or when a 24-inch ring is changec! to a
30-inch ring.
B. Reference Standarc�s
1. Reference standards cited in this Specification refer to the current reference
standard p�blished at the time of the laiest revision date logged at the end af this
Specificatian, unless a date is specifically cited.
2. Texas Comrnission on Environmental Quality (TCEQ}:
a. Title 30, Part I, Chapte�' 217, Subchapter C, Rule 217.55 — Manholes and
Related Structures.
1.4 ADMINISTRATIVE REQUIREMENTS �NOT USED]
l.S �UBMITTALS [NOT USED]
1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS jNOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY A�SURANCE [NOT USED)
L�� DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 � PR�DUCTS
2.1 OWllTER FURNISHED [ox] OWNER SUPPLIED PRODUCTS [NOT USED]
2.2 MATERIALS
A. Cast-in-Place Concrete
1. See Section 03 30 00.
B. Modifications to Existing Concrete Structures
1. See Section 03 80 00.
C. Grade Rings
1. See Section 33 OS 13.
D. Frame az�d Cover
1. See Section 33 OS 13.
E. Backfill material
1. See Section 33 05 10.
CITY OF FORT WORTH 201$ Bond Yeaz 2, Contract 14
STANDAILD CONSTRUCTION SPECIFICATIQN bOCLJ1VIENTS City Project No. 101475-2
Revised December 20, 2012
330514-6
AbJUS'I'ING MANHOLES, INd.ETS, VALVE BQXES, AIVD OTHER STRUCTURES TO GR.ADE
Page 6 of 7
F, Water valve bo� extension
1. See Section 33 12 2�.
G. Corrosion Protection Test Station
1. See Section 33 04 11.
H. Cast-in-Place Concrete Manholes
1. See Section 33 39 10.
I. Precast Concrete Manholes
1. See Section 33 39 20.
2.3 ACCESSORIE� [NOT USED]
2.4 SOURCE QUALITY CUNTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.� EXANIINATIQN
A. Verification of Conditions
1. Examine existing stnzcture to be adjusted, for damage or defects that may affect
grade adjustment.
a. Report assue to City for consideration before beginning adjustment_
3.3 PREPARATION
A. Grade Verification
1. On majar adjustments confirm any grade change noted on Drawings is consistent
with fieid zneasurements.
a. If not, coordinate with City to verify final grade before beginning adjustment.
3.4 ADJUSTMENT
A. Manholes, Tnlets, and Miscellaneous Structtu�es
1. Qn any sanitary sewer adjustment replace 24-i�ch franne and caver assembly with
30-inch frame and co�ver assembly per TCEQ requirement.
2. On manhole major adjustments, inlets and miscellaneous structures protect the
bottom using wood forms shaped to fit so �at no debris blocks t11e invert or the
inlet or autlet pipzng in during adjustments.
a. Do not use any more than a 2-piece bottom.
3. Use ihe least number of grade rings necessary to meet required grade.
a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch
rings.
b. The maximum height of adjustrnent shall be no fnore than i2 inches for any
combination of grade rings. If 12 inches is required, use 3— 4 inch xings.
B. Valve Boxes
1. Utilize typical3 pieee adjnstable �alve box for adjusting to final grade as shown on
the Drawings.
CI'£Y OF FORT WORTH 2O18 Boad Year 2, Contract 14
STANDARD CONSTRUC'FIDAi SPBC�'ICATIOA! DOCi7MENT5 G�ty Project No. ]01475-2
Re�ised Dece�nber 20, 2012
330514-7
ADNSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GitADE
Page 7 of 7
C. Backfill and Gradi�g
1. Backfill area of excavation surrounding eaclt adjustrnent in accordance to Section
33 OS 1 D.
D. Pavement Repai�
1. If required pavement repair is to be performed in accordance with Section 32 01 17
or Section 32 QI 29.
3.� REPAIR ! RESTORATION �NOT USED�
3.6 RE�INSTALLATION �NOT USED]
3.i F�ELD [o�] 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]
3.1� PRQTECTION [NOT USED]
313 MAINTE�TANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAN1E SUMMARY QF GHANGE
1.2.A — Pay item added for a major manhole adjustment which reuses the existing
frame and cover and a major adjustment reqairing a new frame and cover; Added
12/20/2012 D. Johnson items to be incIuded in price bids; Blue text added far clari�icaiivn for miscellaneous
structure adjustments
3.4 — Pavement repair requirements were added
9/20/2017 W. Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjuslment.
3.4.4,b Add requirement for maximum height of grade rings to be 12 inches
or 3-4 inch rings
CITY OF FORT WORTH 201$ Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICA'I'lON DOGUMENTS City Project No. 101475-2
Revised December 2Q, 2012
330516-1
CO�VCRETE WATER VAULTS
Page ] of 5
SECTION 33 0� 16
CONCRETE WATER VAULTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Concrete vaults to be used in water utility applications
B. Deviations frona this City of Fort Worth Sfiandard Specification
1. None.
C. Related Specification Sections include, but are not necessarily lirn�ted to:
1. Div2sion 0— Bidding Rec�uirements, Contract Forms, and Conditions of ihe
Contract
2_ Division 1— General Requirements
3. Section 03 3fl 00 — Cast-In-Place Concrete
4. Section 03 SO 00 — Modifications to Existing Concrete Structures
5. Sec#ion 33 OS 10 — Utility Trench Excavation, Em�edment and Baekf'ill
1.2 PRICE AliTD PAYMENT PROCEDURES
A. Measurement and Payment
l. Measurement
a. This Item is consic�ered subsidiary to Water Meter and Vault.
2. Payment
a. The work perfornned and materials furnished in accordance witl� this Item are
subsidiary to the unit price bid per each "Water Meter and Vault" complete in
place and no other compensation will be allowed.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification re%r to the ciu-rent reference
standard publisned at the time of the latest revision date logged at the end of this
Specification, unless a date is specifcally ciied.
2. Am�erican Association of State Highway and Transportation Officials (AASHTO}.
3. American Concrete Institute {AC�:
a. 350, Code Requirements for Environmental Engineering Concrete Structures
and Commentary.
4. ASTM Internationai (ASTM}:
a. A615, Standard Speciiication far Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement.
b. CSS7, Standard Practice �or Minimum Structural Design Loading for
Underground Precast Concrete Utility Structures
c. C858, Standard Specification for Underground Precast Concrete Utility
Structures
CITY OF FORT WORTH 2pI8 Bvnd Ycar 2, Contract 14
STAN17ARb CONSTRUCTIQN SPEGIFICATION DpGUMENTS City Project No. 101475-2
Revised December 20, 2012
33 QS 1G - 2
CONCItETE W�1TER VAiJLTS
Page 2 of 5
d. C891, Standard Practice for Installation vf Undergrour�d Precast Concrete
Utility Structures.
e. C923, 5ta�dard Specifica�ion for Resilient Connectors Between Reinforced
Concrete Manholes Structures, Pipes, and Laterals.
S. �ccupational Safety and Health Aclministration (OSHA}
a. 1910.23, Guarding Floor and Wall Openings and Holes
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.� SUBNIITTALS
A. Submittals shall 1�e in accardance r�vith Section O1 33 00.
B. All submittals shall be approved by the City prior to delivery.
i.G ACTION SUBMITTAL�/INFORMATIONAL SUBMITTALS
A. Product Data
1. Precast Concrete Vault
2. Connection materials
3. Pipe cvnnections at vault walls
4. Stubs and stut� plugs
5. Grade ring
6. Ladder
7. External coating material
1.9 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
�. Meet the requirements of ACI 31 S.
L10 DELIVERY, STORAGE, AND HANDLING
A. Deliver vault or panels (units) to projeet site in such quantity to assure continuity of
installation.
B. Store units at the project site in a manner which prevents cracicing, distortion, staining
or other physical damage.
C. Lift units by designed lifting points or supports.
1.11 FIELD (SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
A. Manufacturer Warranty
1. Manufacturer's Warranty shall be in accardance with Division T.
CI'TY �F FORT WORTH 20] 8 Bond Year 2, Contract 14
STANDARD C�NSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 101475-2
Revised December 20, 2012
33051G-3
CONCREI'E WATER VAiJLTS
Page 3 of 5
PART 2 - PRODUCTS
2.1 OWNER FURNISHED [oa] OWNER-SUPPLIED PRODUCTS [NOT USED]
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 Sec�ion 01 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the S�andard Products List is considered a
substitution and shall be submitted in accordance with �ection O1 25 flQ
B. Performance / Design Criteria
1. Vau1t
a. VauIt dimensions per the Drawings
b. Opening per the Drawings
c. Inco�porate a sump into the base or floar af the vault.
1) Avoid conflicts with piping.
2) Do not Iocate directly unc�er the access Iocation if applicable.
d. P1ace floor on a minimum 2 percent slope towards the sump.
2. Water Pipe Penefrations
a. Use adjustable-linked rubber seal devices or groui, as shawn in Drawings, to
provide seals around pipe penetrations.
3. Vault Access
a. Cover / Door
1) For non-traffic areas — non H-201oading 30-inch x 36-ineh steei single leaf
door, Bilco Type J madel or approved equal
2} For traffic areas — 32-inch hinged ductile iron frame and cover or as shown
in manhole lid assembIy in Drawings
3) With steel doox, provide an automatic hold-open a�m with release handle
and Iocking device.
4) Provide Bilco type fall protection grating under aluminum door that meets
05HA 29 CFR 1910.23 reqUirements ox approved equal.
5) Incorporate a drain gutter with an outlet routed to t�e exterior of the vault
lid.
b. Ladder
1) Provide aluminum ladder by Heron Industries or approved equal.
2} Provide ladder to dirz�ensions shown on Drawings.
C. Materials
1. Concrete for utility construction — Conform to Section 03 30 00.
2. Frame and Cover — Canform to Section 33 QS 13.
3. Grade Ring — Conform to �ection 33 OS 13 and ASTM C 478.
4. Reinforcing Steel — Conform to Section 03 30 00.
5. Sewer Pipe Connections — Conforrn to ASTM C923 or ASTM C 1628.
6. Adjustab�e-linked rubber seal devices
a. Manufacfured by Link-Seal or approved equal
7. In�erior Coating or Liner — Confarm to Section 33 39 60.
CTI'Y OF FORT WORTH 201 S Bond Year 2, Contract 14
STANDARD CONS`FRUCTION SPECIFICATION DOCiTMENTS Ciry Project No. 101475-2
Revised December 20, 2012
330516-4
CONCRETE WATER VAULTS
Page 4 oi S
8. Extcrior Coating
a. Coal Tar Bit�amastic for below grade damp proofing
b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 rnils
c. Solids content is 6$ percent by volume � 2 percen#.
�.3 ACCESSORIES [NOT USED]
2.4 SOURCE �UALITY C�NTROL �NOT USED]
PART 3 - EXECUTiON
3.1 INSTALLERS [NOT U,SED]
3.� EXANIINATIQN
A. Evaluation and Assesstnent
1. Verify lines and grades are in accordance to the Drawings.
3.3 PREPARATIQN [NOT USED]
3.4 INSTALLATION
A. General
1. Vault
a. Perform installation in accordance to ASTM C891.
b. Construct vault ta dirnensions shvwn on Drawings.
c. Precast Sections
1} Clean be11 spigot and gas�Cets
a) Lubricate and j oin
2) Miniz�aize number of segments.
d. Vault Base
lj Place �ault base on 6-inch minimum base of compacted crushed rock (per
Sectian 33 OS 10) aver undisturbed soils and grade Ieve1 to elevatron shown
on the Drawings.
2. Water Pipe Penetratians
a. Install adjustable-linked rubber seal devices araund pipe penetrations in
accordance with tlie manufacturer's recommendation.
3. Modifications az�d pipe penetrations into vaults shall conform to Section 03 80 00.
3.� REPAIR 1 RESTORATION jNOT USED]
3.6 RE��NSTALLATION [NOT USED]
3.i FIELD QUALITY CONTROL [NQT USED]
3.8 SYSTEM STARTUP [N�T USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEA�ING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
CITY OF FORT WORTA 2Q18 Bond Year 2, Contract 14
STANDAItD CONSTRUCTIOTV SPECIFICATION DOCUMENTS City Project No. 101475-2
Aevised Decemher 20, 2012
330516-5
CONCRETE WATER VAULTS
3.1� PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Page 5 of 5
Re�ision I.og
DATE NAME SUMMARY OF CHANGE
2.2.B.3 -- Modified vault haich dooz- and ladder requirements
12/20/2012 D.lohnson
2.2.C.6 -- Modified rubber seal requirements
CIT'Y OF FORT WORTH 2O18 Bond Year 2, Contract 14
STA1�iDARp CONSTRUCTION SPECIFICATION DOCUMENTS City Projeat Nv, 101475-2
Revised becembee 20, 2012
3305I7-1
CONCRETE COLLARS
Page 1 of 3
SECTION 33 0� li
CONCRETE COLLARS
PART1- GENERAL
1.1 SUNIMARY
A. Section Includes:
1. Concrete Collars far Manholes
2. This Item is intendea for use in asphalt streets and unimproved areas — not far use
rn concrete streets.
B. Deviations fram this City of Fort Worth Standard ,Specification
1. None.
C. Related Specif cation Sections include but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forxns, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 03 30 fl0 — Cast-In-Place Concrete
4. Section 03 80 00 — Modifications to E�sting Concrete Structures
5. Sectivn 33 OS 13 — Frame, Cover, and Grade Rrngs
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Fayment
1. Manhole
a. Measurement
1} Measurement for tlus Item shall be per each.
b. �'ayment
1) The work performed and t�e materials furnished in accordance with this
Item shall be paid for at the �xnit price bid per each "Cancrete Collar"
installed.
c. The price bid will include:
1) Concrete Collar
2) Excavation
3) Farms
4) Reinforcing steel (if required)
5) Concrete
6) Backfiil
7) Pavement removal
$) Hauling
9) Disposal of excess material
10) Placement anc� compaction of backfll
1l) Clean-up
] 2) Additional pavement around perimeter of concrete collar as required for
rim adjustment on existing manhole.
CITY OF FORT WORTH 2O18 Bond Yeaz 2, Convact 14
STANDARb CONST1ZlICTIpN SPECIFICATION DOCiJMENTS Ciry Project No. 101475-2
Revised December 20, 2012
330517-2
CONCRE'I`E COLLARS
Page 2 of 3
1.3 REFERENCES
A. Reference Statadards
1. Reference standards cited in this Specification refer to the current reference
standard published at tt�e time of the latest re�ision date logged at the end of tnis
Specification, unless a date is specifically cited.
2. ASTM International (ASTI1�:
a. D4258, Standard Practice far Surface Cleaning Concrete for Coating.
b. D4259, Standard Practice for Abrading Concrete.
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.� �UBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/iNFORMATIONAL SUBMITTALS [NOT USED]
l.i CLOSEOUT SUBMITTALS [NOT USED]
�.� MAINTENANCE MATERiAI, SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED)
1.1d DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FI�LD [SITE] CONDITIONS [NOT USED]
112 WAl2R.ANTY (NOT U�ED]
PART 2 - PRODUCTS
2.1 OWNER�FURNISHED [o�] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
A. Materials
1. Cancrete — Conform to Section 03 3� 00.
2. Reinforcing Steel -- Conform to Section 03 21 OQ.
3. Frame and Caver — Conform to Section 33 OS 13.
4. Grade Ring — Conforn� to Section 33 OS 13.
2.3 ACCESSORIES [NOT USED]
�.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION
A. Evaluation and Assessment
1. Verify lines and �ades are in accordance to the Drawings.
CITY OF FORT WORT�T 2Q18 Bvnd Year 2, Cantract 14
STANDARD CONSTRUCTIaTd SPECIFICA7'IOI�! DOCUMENTS City Project Na. 101475-2
Revised Deaember 20, 2012
33 OS 17 - 3
CONCRETE COLF.ARS
Page 3 of 3
3.3 PREPARATION [NOT USED)
3.4 INSTALLATION
A. Final Rim El�vation
1. Install cancrete grade rings for height adjustment.
a. Construct grade ring on load bearing shoulder of manhole.
b. Use sealant between rings as shown on Drawings.
2. Set frame on top of manhole or grade rings using continuous water seaIant.
3. Remove debris, stones and dirt to ensure a watertight seal.
4. Do not use steel shims, wood, stones or other unspecified material to obtain the
final siuface elevaiion of the manhole frame.
3.� REPAIR ! RESTORATION jNOT U�ED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIV�TIES [NOT USED]
3.12 PROTECTION jNOT USED]
313 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Re�ision Log
DATE NAME SiJ1VIMARY OF CHANGE
12/20/2012 D. Johnson 1.1.A.2 — Slue text added to clarify where concrete col�ars are to be installed.
CITY OF FORT WORTI� 2018 Bond Year 2, Contract 14
STANDARD GaNSTRUCTION SPECIFICATION DDCiJMENTS Ciry Project No. 101475-2
Revised Decernber 20, 2012
330526-1
UTILITY MARKERSILOCATORS
Page 1 of4
SECTION 33 0� �6
UTILITY MARKERS/LOCATORS
PART 1- GENEI2.AL
Ll SUMMARY
A. Section Includes:
1. Buried and surface utility markers for utility construction
B. Deviations from this City of Fort Wortl� Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Farms, and Conditions of the
Contract
2. Division 1— General Requiretnents
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Z. Measurement
a. Measurement far this Item will be by lump sum.
2. Payment
a. The work performed and materials fur�aished in accordance with this Item will
be paid for at the lump siun priee bid for "Utilify Markers".
3. The pr�ce bid sha11 include:
a. Furnishing and installing Utility Marlcers as specified by the Drawings
b. Mobilization
c. I'avement removal
d. Excavation
e. Hauling
f. Disposal of excess material
g. Furnishing, piacement and compaction of backf'ilI
h. Clean-up
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. American Public Works Association {AWPA):
a. Uniform Co1or Code.
1.4 ADMINISTRATIVE REQUIREMENTS [NQT USED]
1.� SUBNIITTALS
A. Submittals sha11 be in accardance with Section 01 33 00.
C1TY OF FORT WORTH 201$ Bond Year 2, Contr�ct 14
STANDARD CONSTRUCTION SPECIFICA3TON DOCLIMENTS City Project No. 101475-2
Revised Deeemher 20, 2012
33 OS 26 - 2
LTTII,ITY MARKERS/LOCATOR5
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS/INFQRMATIONAL SUBMITTALS
A. Product Data
1. Buried Marker
2. �urface Marker
1.7 CLOSEOUT SUBIVIITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL �UBMITTAL� [NOT USED�
1.9 QUALITY ASSURANCE [NOT USED]
L10 DELIVERY, STORAGE, AND HA,NDL�NG �NOT USED]
1..11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WAItRANTY [NOT USED]
PART 2 - PRODUCTS
Page 2 of 4
2.1 OWNER-FURNISHED [oR] �WNER SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Manufacturers
1. �nly the manufacturers as Iisted 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 Praducts List is considered a
substitution and sl�all be submitted in accordance with ,Section Oi 25 00.
3. Pravide new Utility Markers/Locators from a manufacturer regularly engaged in the
manufacturing af Utility Markers/Locatars.
B. Materials
Buried Markers (Detectable Warning Tape)
a. Provide detectable warning tape as foilows:
1} SA mil overall thiclrness
2} Width — 3 inch minimurn
3) Weight -- 27.5 pounds per inch per 1,000 square feet
4) Triple Layer with:
a) Minimum thickness 0,35 mils salid alurninum foil encased in a
protective inert plastic jacket
(1) 100 percent virgin low density palyethylene
(2) Imper�ious to a11 kixown alkalis, acids, chemical reagents and
solvents within soil
(3) Aluminum #'oil visible to both sides
5) Locatable by conductive and anductiv� methods
6} Printir�g encased to avoid ink rub-off
7} Color and Legends
a) Potable water lines
CFI'�' OF FQRT W4RTH 2O18 Bond Year 2, Contract 14
STANDARp CONSTRUCTIO�T SPECIFICATIQN DOCUMENTS City Projec{ No. 107475-2
Revised becember 20, 2U12
330526-3
UTILITY MARKFRS/LOCATORS
Aage 3 of 4
{1) Color-�-Blue (in accordance with APWA Unifarm Color Code)
(2) Legend — Caution Potable Water Line Below (repeated every 24
inches)
b) Reclaimed water lines
{1} Color —Purple (in accvrdance with APWA Uniform Color Code)
(2) Legend — Caution Rec�aimed Water Line Below (repeated every 24
inches}
c) Sewer Line
(1) Co1or— Green (zn accordance with APWA Uniform Color Code)
{2) Legend — Cau�ion Sewer Line Below (repeated every 24 inches}
2. Surface Markers
a. Provide as follows:
1) 4-inch diameier, 6-feet minimum Iength, polyethylene posts, or equal
2) White posts with colared, ultt-aviolet resistant domes as follows:
a) Water Lines
(1) Color — Blue (in accordance with APWA Uxaifortn� Color Code)
(2) Legend — Caution Potable Water Line Below
b) Reclaimed water lines
{1) Color--Purple (in accordance with APWA Unifarm Color Code)
(2) Legend — Cautiaza Reclaimed Water Line Be1ow
c) Sewer lines
(i} Color— Green (in aecordance with APWA Uniform Color Code}
{2} Legend — Caution Sewer Line Below
�.3 ACCESSORIES [NOT USED]
�.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 w EXECUTIQN
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Buried Markers (Detec�ab�e Warning Tape)
Install in accordance with manufacturer's recommendations below natural ground
surFace and directly above the utility for which it is marking.
a. Allow 18 inches minimum between utility and marker.
b. Bury to a depth of 3 feet or as close to the grade as is practical far optimum
protection and detectability.
B. Surface Markers
1. Bury a minimum of 2 feet deep, with a minirnum of 4 feet above ground
2. The warning sign for all surface markers sha21 be 21 inches (not including post cap).
3. Where possible, place surface markers near fixed objects.
4. Place Surface Markers at the %lIowing locations:
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 101475-2
Revised December 2p, 20] 2
330526-4
LTTILITY MARKERS/LOCATORS
Page 4 af 4
a. Buried �'eatures
I) Place directly above a buried feature.
b. Above-Ground Featuz-es
1) Plac� a maximum of 2 feet away from an above-ground feature.
c. Water lines 16-inches and larger
1} Each right-of-way line {or end of casing pipe) for:
a) Highwa� crossings
b) Railroad crossings
2} Utility crossings such as:
a) Hig� pressure or large diameter gas lines
b) Fiber optic lines
c) Underground electric transmission lines
d) Or other locations shown on the Drawings, or directed by the City
d. Surface markers not required for 12-inch and smaller water lines
e. For sanitary sewer lines:
1 j In undeveloped areas, place marker maximum of 2 feet away from an
above-ground feat�re such as a manhole or combination air valve vault.
2) Place at 500-f�ot intervals along the pipeline.
3.� REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.9 FIELD [oR] SITE QUALTTY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
39 ADJUSTING [NOT USED]
3.10 CLEAI�ING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USEDj
3.12 PROTECTION (NOT USED]
3.�3 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SI)MMARY pF CHANGE
1212a/2012 D. Johnson Reraaaved references to Utiiity Marker Ba11s througho�t.
C1TY OF FORT WORTH 2Q18 Bond Year 2, Contract 14
STANDAILD CONSTRU�TION SPBCIFICATION DOCUMENTS City Project No. 1Q1475-2
Revised Decetnber 20, 2072
330530-1
LOCATION OF EXISTING UTILITiES
SECTION 33 Og 30
LOCATION OF EXISTING UTILITIES
PART1- GENERAL
1.1 SUMMA.RY
A_ 5ection Includes:
Page 1 of 4
Locating and verifying the location and elevation oi the existing underground
uriiities that may conflict with a facility proposed for construction by use of:
a. Explaratory Excavatian
b. Vacuum Excavation
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessariIy limited to:
1. Division 0— Bidcling Requirements, Contract Forms, and Conditians of the
Contract
2. Division 1— General Requirements
3. Section 33 OS 10 --- Utility Trench Excavation, Em�bedment and Backfill
1.2 PRICE AND PAYlVMENT PROCEDURES
A. Measurement and Payment
1. Exploratory Excavation of Existing Utilities
a. Measurement
1) Measurement %r this Item shall be per each excavatian perfo�ed as
identified in the Drawings, or as directed.
b. Payment
1) The wark performed and materials furnished in accordance with this Item
and measured as provided under "Meas�arement" will be paid for at the unit
price bid per each "Exploratory Excavation for E�sting Utilities" specified.
c. The price bid sha11 include:
1) Grac�e survey
2) Pavement removal
3) Excavation
4} Uiility Lacation
S) Hauling
b) Disposal of excess rnaterial
7) Furnishing, placing and compaction of embedment
8) Furnishing, placing and compaction of backfill
9) Clean-up
l0) Surface restoration
2. Vacuuzn Excavation of Existing Utilities
a. Measurement
1) Measurement for this Item sha�1 be per each excavation performed as
identi�ed in the Drawings, or as directed.
b. Payment
CI7`Y OF FORT WORTH 20l R Bond Year 2, Contra�ct 14
STANDARD CONSTRUCTION SPECIFICATION DOCL]MENTS City Projeci No. 101475-2
Revised December 24, 2012
330530-2
LOCATI07V OF EXISTING UTILITIES
Page 2 of 4
1) The work performed and materials furnished in accordance with this Item
and measured as pxovided under "Measurement" will 3�e paid �or at the unit
price bid per each "Vacuum Excavation" specified.
The price bid shall include:
1 } Grade survey
2) Pavement remaval
3) Vacuum Excavation
4) Utility Lacation
5) Hauling
6) Disposal of excess �aterial
7) Furnishing, placir�g and compaction of embedmeni
8) �"urnishing, placing and compactian of backfll
9) CIean-up
10) 5urfaee restoration
1.3 REFERENCES
A. Definitions
1. Exploratory Exca�ation: Previously called "D-Ho1e" wi�hin the City, a method
used to locate existing underground utility as shown on the plans t.�rough the use of
standard excavation equi�m�nt.
2. Vacuum Excavation: Method used t� locate existing underground utility as shown
on the plans through the use of geophysical prospecting equipment such as vacuum
excavation.
B. Reference Standards
1. Reference standards cited in this Specifica�ion refer to the current refererice
standard published at the titne of the latest revisian date logged at the end of this
Speci�cation, unless a date is specifica�ly cited.
2. American Society of Civil Engineers (ASCE)
a. ASCE Publication CUASCE 38 (Standard Guideline for t.he Collection and
Depiction of Existing Subsurface Utility Data)
1.4 ADMIIVISTRATIVE REQUIREMENTS
A. Coardination
1. Coordinate with City Inspector at least 48 hours prior to commencing on site for
Exploratory Excavation of Existing Utilities.
2. Coordinate location of all other e�sting utilities within �icinity of excavation prior
to commencing Explora�Qry Excavation.
3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to
commencement.
B. Sequencang
Exploratory Exca�ations shall be conducted prior ta the const�uciio� of the enfire
proj ect.
C. Scheduling
1. For critical utility locations, the City may choose to be present during exca�ation.
2. Alter schedule for Explaratory Excavation of Existing Utilities to accomrzaodate
City personnel.
C1TY OF FORT WORTH 2OI8 Bond Year 2, Contract 14
STANT3ARD COAISTRUCTION SPECIFICATI�N DOCLTMENTS Ciry Project No. 101475-2
Reviserl December 20, 2072
330530-3
LQCATIpI�i QF EXISTING UTJLITIES
Page 3 of 4
l.� �UBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.i CLOSEOUT SUBMITTALS
A. Report of Utility Location
1. HorizontaI location af utility as surveyed
2. Vertical elevation of utility as surveyed
a. Top of utility
b. Spring line of utility
c. Existing groiutd
3. Material type, diameter and description of the condition of existing utility
�.S MAINTENANCE MATERIAL �UBMITTALS [NOT USED]
�.9 QUALITY ASSLTRANCE [NOT USED]
L10 DELIVERY, STQRAGE, AND HANDLING [NOT U�ED]
1.11 FIELD [SITEj C�NDITIONS [NOT USED]
1.12 WARR.ANTY [NOT USED]
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED�
3.2 EXAMINATION
A. Verification of Conditions
1. Verify location of existing utilities in accordance with the General Requirements,
the General Notes and the Drawings.
3.3 PREPARATION
A. Coordinate with City Survey, if applicable.
3.4 INSTALLATIQN
A. Exp�oratory Excavation
1. Verify location of existing utility at locatian denated on the Darawings, or as
directed by the City.
a. Expose utility to spxing line, as necessary.
b. Excavate and BackfiIl Trench for the Exploratory Excavation in accordance
witn Sec�ion 33 OS �0.
B. Vacuum Excavation
1. Verify location of existing utility at location denoted on the Drawings, or as
directed by the City.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD GONSTRUCTI03�I SPECIFICATION DOCUMENT3 City Project No. 101475-2
Revised December 20, 2412
33 QS 30 - 4
LOCATION OF EX]STING UTILITIES
Page 4 af 4
2. Designate the horizontal position of the existing undergraund utilities that are to be
located using geophysical prospecting equipment.
a. Acquire record documentation from and coordinate with utility companies, as
necessary to locate utility.
3. Perfarm excavation in general accordance with the recommended practices and
procedures described in ASCE Publication Cl/ASCE 38.
C. Upon completion of the utility Iocating, submit a report of the findings.
D. If location of utility is in conflict with the Drawings, notify the City Proj ect Manager
for appropriate design modifica�ions.
E. Place ernbedment and bacld'i11 an accordance with Section 33 OS 1Q.
F. Once necessary data is obtained, immediately restore surface to existing conditions to:
1. Obtain a safe and proper driving surface, if applicable
2. Ensure the safety of the general public
3. The satisfact�on of the City
3.S REPAIR 1 RESTORATION �NOT USED]
3.6 RE-INSTALLATION [NOT IISED]
3.'� FIELD [ox] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT iTSED]
3.9 ADJUSTING [NOT USED]
3.i0 CLEAI�'ING [NOT USED]
3.11 CLOSEOi1T ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT U,�ED]
313 MAl1VTENANCE [NQT USED]
314 ATTACHII�NTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities
1.2 — Added Measureinent of Payment for Vacuum Excavation
12/20/2012 D. Johnson
13 — Added Definitions
3.4 — Added requireinents for Vacuum Excavarion
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARb CpNSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 101475-2
Revised December 20, 2012
331105-1
BOLTS, NUTS, AND fiASKETS
Page 1 of 7
SECTION 33 11 0�
BOLTS, NUT5, AND GASKETS
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
1. All nuts, b41ts and gaskets associated with pressurized water utiIity lines including:
a. T-Bolts and Nuts
b. Flange Bolts and Nuts
c. Threaded Rods
d. Push-on Gaskets
e. Mechaz�ical Joint Gaskets
fi: Flange Gaskets
g. Flange Isolaiion Kits
h. Petrolatum Tape Syste�ns
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily lirnited to:
1. Division 0— Bidding Requirements, Contract Forms, and Canditions of tk�e
Contract
2. Division 1— General Requirements
3. Section 33 04 10 — Joint Bonding and Electrical Isolation
4. Section 33 21 10 — Ductite Iron Pipe
1.2 PRiCE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Hydrocarbon Resistant Gaskets
a. Measurement
1) Measurement for Yhis Item shall be by lump sum.
b. Payment
1} The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum pric� bid for al1 "Hydrocarbon
Resfstant Gaskets".
2. Al� Other Items
a. Measurement
1) The Items in this Section are considered subsidiary to the Item being
installed.
b. Payment
1) The work perFarmed and materials furnished in accordance witl� this Item
are su6sidiary to the unit price bid far the Item being installed and no other
compensation wiIl be allowed.
CITY OF FOR'T WORTH 201 S Bond Year 2, Contract ! 4
STANDARD CONSTRiTCTION SPECIFICATION DOCTIIv1�NTS City Project No. 1D1475-2
Revised December 20, 2012
33 11 05 - 2
BpLTS, NUTS, AND GASKETS
1.3 REFERENCES
A. Reference Standards
Page 2 of 7
1. Reference standards cited in this specification refer to t�e current reference standard
published at tke time oi tl�e latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Arnerican Iron and Steel Institute (AISI),
3. American Socieiy of Mechanical Engineers {ASME):
a. PCC-1-2012 GuideIines for Pressure Boundary Bolted Flange Joint Assembly.
4. American Society af Testing and Materials (ASTI1�:
a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for
' High Temperatu,re ar High Pressure Service and Other 5pecial Purpose
Applications.
b. A194, Standard �pecification for Carbon and Al1ay Steel Nuts for Bolts for
High Pressure or High Tezxzperature Service, or Both.
c. A242, Standard Specification for High-Strength Low-Alloy Carbon Structural
Steel
d. B 117, Salt Spray Testing
e. F436, S�andard Specification %r Hardened Steel Washers
5. American Water Wor�cs Association (AWWA):
a. C111/A21.11, Rubber-Gasket 3oints for Ductile-Iran Pressure Pipe and
Fittings.
ia. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In. Through 144 In.
(100 rnm Through 3,600 mm).
c. Cb00, Installation of Ductile-Iron Mains and Their Appurtenances.
d. M1 l, Steel Pipe.
e. M41, Ductile-Iron Pipe and Fittings.
6. Fastener Quality Act {FQA)
a. Public Law lOb-34 (P,L. 106-34)
7. NSF International {NSF):
a. 61, Drzz�king Water System Components - Health Effects.
8. Society for Pro#ective Caating (SSPC) Surface I'reparation Standards (SP):
a. SP2, Hand Too1 Cleaning
b. SP3, Power Tool Cleaning
1.4 ADNIINISTRATIVE REQUIREMENTS [NOT USED]
1.� SITSMITTALS
A. Submittals shall be in accordance with Section O1 33 00.
B. All sub�nittals shall be approved by the City prior to delivery and/or fabrication for
specials.
1.6 ACTION SUBMITTALS 1 INFORMATIONAL SUBMITTALS
A. Product Data
1. Bolts and nuts for mechanical and or flange joints
2. Gaskets
B. Certificates
CTTY OF FORT WOR'I'H 2O18 Bond Year 2, Contract l4
STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMEIVTS City Project No. 101475-2
Revised I]eoember 20, 2012
33 ll OS - 3
BOLTS, NUTS, AND GASKETS
Fage 3 of 7
1. Furnish an affidavit certifying that ali fasteners, excluding T-Balts, shall conform to
the Fastener Quality Act (FQA) (P.L. 106-34).
2. Furnish an affidavit certifying t1�at the Xy1an Coating is manufactured by Whitford
Corporation, or a Whit%rd Corporation certified App2icator.
1.'7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED]
19 QUALITY ASSURANCE
A. Qualif cations
Manufacturers
a. Fxstener manufacturing operations (bolts, nuts, gaskets and coati�gs) shall be
performed under t�e control of the rnanufacturer.
b. All gaskets shali meet or exceed the latest revisions NSF 61 and shall meet or
exceed the requirem�nts of this Specification.
B. Precanstruction Testing
1. The City may, at its own cost, subject random iiitings for destructive testing by an
independent laboratory for compliance with this Specif�cation.
a. The compIiance test shall be performed in the United States.
b. Any visible defects or failure to rneet the qualiry standards herein wi�l be
grounds for rejecting the entire order.
110 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Secure and maintain a location to store the material in accordance with Section O1
b6 00.
1.11 FIELD [SITEj CONDITIONS [NOT USED�
1.1� �VARRANTY [NOT USED]
PART � � PRODUCTS
�.1 OWNER FURNISHED �ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed on the City's Standard Products List will be
considered as shown in Section O1 b0 00.
a. The manuiacturer must comply with this Specz�cation and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accardance with Section O1 25 40.
B. Regulatary Requirements
i. All fasteners, excluding T-Bolts, shall conform to tl�e Fastener Quality Act {F'QA)
(P.L. 1 Q6-34). A1l fasteners shall meet the marlting requirernents set %rth by this
Act.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONS'1'RUCTION SPECIFICATION BOCiJMENTS City Project No. 101475-2
Revised December 20, 2072
331105-4
BOLTS, IVLTTS, AND GASKETS
C. T-Bolts and Nuts
Page 4 of 7
1. Standard Xylan Coated T-bolt and Nut
a. High strength, corrosion-resistant, low�carbon weathering steel in accardance
with AWWA/ANSI C111/A21.11 an�d ASTM A242
b. Xy1an Coating in accordance with this Section
2. Stainless Steel T-balt with Xylan Coated Stainless Steel Nut
a. Stainless St�el T-bolt and Nut in accordance with AISI 304.
b. Coat nut with Xylan in accardance with this Section.
D. Flange Bolts and Nuts
Stainless Steel Bolt and Xy1an Coated Nut
a, Meet requirernents of AWWA C207
b. Bolts: A5TM A193, Grade B8, Class 1(AISI 304 Stainless Stee1, carbide
solution treated)
c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel
Washers
�) Coa# nut with Xylan in accordance wit� this Section.
E. Threaded Rods
1. Meet requirements of AWWA C207
2. Rods: ASTM A193, Grade B8, Class 1(AISI 3Q4 Stainless Steel, carbide solutaon
treated)
3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Staintess Steel
Washers
a. Coat nut with Xylan in accordance wiih this Sec#ion.
F. Push-on Gas�Cets
1. Conforming to the physical and marking requirements specified in ANSUAWWA
C1111A21,11.
2. All gaskets shall meet ar exceed the latest revisions NSF bl.
3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless
otherwise specified in Drawings.
4. Gaskets shall be free from poraus areas, fareign material and other defects that
nrzake them unfit for intended use.
5. Gaskets shall be the size and shape required to provide an adequate compressive
force against the plain end and soc�Cet after assembly to affect a positi�e seal under
a11 combinations af joint and gasket tolerances.
G. Mechanical Joint Gaskets
1. Conforming to the physical and marking requirements specified in ANSVAWWA
C1 � 1/A21.11.
2. All gaskets shall meet or exceed the latest revisions NS� C 1.
3. Rubber gaskets shalI be made of vulcanized styrene �utadiene rubber SBR, unless
otherwise specified in Drawings.
4. Gaskets shall be free frozn porous areas, foreign material anc� other defects that
make them unfit for intended use.
H, Flange Gaskets
1, Class E Flanges
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD COIVSTAUCTIOI\ SPECIFICATION DpGUN[ENTS City Projecc No. 101475-2
Revised December 20, 2012
33 ir os-s
BOLTS, NUTS, ANb GASI{�TS
Page 5 of 7
a. Full face
b. Manufactured tz-ue to shape from minimum 80 durometer �BR rubber stock of a
thicl�ess not less than 1/8 inch
c. Virgin stock
d. Confarming to the physical and test requirements specified in AWWAIANSI
C11llA21.11
e. All gaskets shall meet or exceed the latest revisions NSF 61.
f. Finished gaskets shall have holes ptanched by the manufacturer and shall match
the flange pattern in every respect.
g. Frayed cut edges ar� not acceptable.
h. Field cut sheet gaskets are not accepiable.
I. Hydrocarbon Resistant Gaskets
1. Furnish Viton� {Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when
required.
J. Flange Isolation Kits
1. Flange� which are requir�d �y the Drawings to be Isalation Flanges shall conform
to Section 33 Q4 10.
2. For bolts used with isolation sleeves per Sectzon 33 04 10, threading must extend to
bolt head vviih no grip io ensure sleeves fit properly.
I�. Petrolatum Tape Systern
1. Yetrolatum Tape Primer: Denso Paste, or approved equai
2. Molding and Fi11er mastic: Densyl Mastic, or approved equal
3. All Purpose Petrolatum Tape: Densy� Tape, or approved equal
L. XyIan Coating
a. Coat nuts and bolts with a cerarnio-filled, �aked on fluorocarbon resin, when
required.
b. Coated nuts and balts sha�l be prepared "near w�ite" ar"white" when coated to
the coating manufact�xrer's recozntnended thiclaiess by a certified applicator.
c. Coating shall be of Xylan as manufactured by Wl�itfoxd Corporation and
applied by Whit#`ord Corporation or Whit%rd Corporation Recominended
Coater.
d. Coating shall be free frvm holidays and defects.
e. Coating thickness shall between O.Ofl07-inches and O.U012-inches and shall be
such that �he nut turns freeiy on the balt.
f. Coat�ng shall conform to the perFormance requirements of ASTM B 117, "Salt
Spray Test" and shall inc�ude, if required, a certificate of conformance.
�.3 ACCE$SORIES [NOT USED]
2.4 SDURCE QUALITY COI�TROL [l�TOT USED]
PART 3 � EXECUTION
3.1 INSTALLERS [NOT USED]
3.3� EXANIINATION [NOT USED]
C1TY OF FORT W012TH 2O18 Bond Year 2, Contract 14
STANDARD CQNSTRUCTIOAI SPECIFICATiON DOCUMENTS City Project No, 1U147S-2
Revised 17ecember 20, 2012
3311d5-6
BOLTS, NUTS, AND GASKETS
3.3 PREPARATION �NOT USED�
3.4 INSTALLATION
A. Mechanical Joints
Page 6 of 7
1. Assemble mechanical joints in accordance with ANSUAWWA C1 ll/A21.11
Appendix A, AWWA C600 and AW WA Manual M41,
2. Use Standard Xylan Coated T-boiis and Nuts.
a.. Stainless Ste�l T-bolts with Xy1an Coated Stainless Stee1 Nuts shall only be
used when specifically required in the Drawings.
B. Flanged Joints
1. Install in accordance with ASME PCC-1-2012.
2. Use Stainless Steel Bolts and Xytan Coated Nuts.
3. Wrap all buried steel flanges for AWWA C240, C301 ar C303 pipe with
Petrolatum Tape Systern.
a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolaium
tape wxapping will �e required.
b. If a joint is made befween two ductile iron flanges, the joint should be
palyeihylene encased in accordance with Section 33 11 10.
4. Flange balts are normally spaced evenly around the flange.
During assembly, tighten nuts gradually and equally using a three-pass method in
accordance with ASME FCC-1-2Qi2.
a. For the first pass, tighten ihe nuts to 50 percent at diametricaily opposite sides
to prevent misalignment and to ensuz�e that all bolts carry equal laads.
b. For the second pass, tighten the nuts to 100 percent again in a diarnetricaliy
opposite pattern.
c. Allow a minimum of 1 hour to pass to provide t�me for settlement between
bolts and nuts and gasket relaxaiion.
d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut
should be tightened until it will no longer tum. This step compensates for
elastic interaction and brings a11 balts in�o parity.
C. The threads of the bolts should protrude a minimum of'/z-inch from the nuts.
C. Flanged Joints with Zsolatian Kit
1. �'Iange Isolation Kits shall be instal�ed in accordance with Sect�on 33 04 10.
2. City will verify Isolation in accordance with Section 33 04 ld.
D. Threaded Rod
1. Install as part af joint harness assembly in accordance with AWWA Manuat M11.
2. Space rods evenly around tlie pipe.
3. During assembly, tighten �uts gradually and equally using a threa-pas� method in
accordance with ASME PCC-1-20�2.
a. For the first pass, t�ghten the nvts to 5� percent at diametricaily opposite sides
to prevent misa�ignment and to ensure tilat all bolts carry equal load�.
b. For the second pass, tighten the nuts to 100 percent again in a diametricaily
opposite pa�tern.
4. The threads of the bolts should protrude a minimum of'/z-inch from the nuts.
CTTY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICAT70N DpCi.JN1ENTS City Project No. 101475-2
Revised December 20, 2012
331105-7
�OLTS, NUTS, AN17 GASKETS
Page 7 of 7
S. Wrap joint harness assembly with Petrolatum Tape System.
E. Petrolatum Tape System �
1. Surfaces should be free from dirt, laose rust, scale or flaking coatings.
a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3.
1} H�gh pressure wash of 3,000 to 7,000 psi is also suitahle.
b, Surfaces may be daznp but sf�aIl not have c�roplets or continuous film of water.
2. AppIy a uniform, thin coat of Petrolaium Tape Primer to ti�e entire surface by stiff
brush, glovea hand or rag at normal ambient temperatures.
3. By hand applicatian, apply Molding and Filler Mastic to a rounded configuration to
fill irregular shapes and reduce sharp-edged surfaces.
4. Spirally wrap All Purpose Petrolatum Tape with a minzm,um overIap of 1 inch.
a. For severely corrosive �nvironrnents, an overlap of 55 percent is recommended.
b. Press air pockets out and smooth a111ap seams.
5. For additional mecf�anical protection, overwrap may be applied to increase irnpact
strength and electrical resistance.
3.� REPAIR / RESTORATION [NOT USED]
3.6 RE�INSTALLATION [NOT IISED]
3.i FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.1Q CLEAIVING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
31� PROTECTTON [NOT USED�
3.13 MAINTENANCE [NOT U�ED]
3.14 ATTACHIVIENTS [NOT USED]
END OF SECTION
Revision Log
DATE NANIE SUlVIMARY OF CHANGE
CTTY QF FQRT WORTH 201 S Bond Year 2, Contract 14
STANDAIib CONSTRUCTION SPECIFICATION DOCl1MENTS City Project No. 101475-2
Revised December 20, 2012
3311 ]0-1
b(JC7'1LE IRON P7P�
Page I of 13
SECTION 33 11 10
DUCTILE IRON PIPE
PART1- GENERAL
1.1 SUMMARY
A. Sectiaza Inciudes:
l. Ductile Iron Pipe 3-inch through b4-inch for potable water, wastewater and reuse
apptications
B. Deviations from this City of Fort Worth Standard 5pecification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0— Bidding Requirernents, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 O1 31— Closed Circuit Television (CCTV) Inspection
4. Sectzon 33 04 10 — Joint Bonding and Electrical Isolation
5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains
6. Section 33 OS 10 — Utility Treneh Excavation, Embedment and Backfill
7. Section 33 OS 24 --� Installation of Camer Pipe in Casing or Tunnel Liner Plate
8. Section 33 11 OS — Bolts, Nuts, and Gaskets
9. Section 33 ll 11 —Ductile Iron Fittings
1.2 PRICE AND PAYMENT PROCEDiTRES
A. Measurement and Payment
1. Ductile Tron Pipe
a. Measurement
1) Measured horizontally along the surface from center line to center line of
the fitting, manhole, or appurtenance
b. Paytnent
1) The work performed and materials furnished in accardance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per finear foot forr "DII'" installed for:
a} Various sizes
b) Various types of backfill
c) Various linings
d) Various Depths, for miscellaneous sewer prajects only
e) Various restraints
� Va�rious uses
c. The price bid shall include:
1} Furnishing and installing Ductile Iron Pipe with joints as specified by the
Drawings
CITI' OF FORT WQRTH 2O28 Bond Year 2, Contract 14
STAAIDARD GONSTRUCT�ON SPECIFJCA7'ION DpCU11QENTS City Project No. 1Of475-2
Revised becember 20, 2D12
33]110-2
DUCTI,L,E IRON PIPE
Page 2 of l3
2) Mobilizatian
3) Polyethylene encaseznent
4) Lining
5) Favement removal
b) Excavation
7) Hauling
8) Disposal of excess material
9) Furnishing, placement and compaction of embedrnent
10} Furnishing, placement and compaction of backfill
11} Trench water stops
12) Tt�rust restraint, if required in Contract Documents
13) Bolts and nuts
14) Gaskets
15) Clean-up
16) Cleaning
17) Disinfection
18) Tes�ing
1.3 REFERENCES
A. D��initions
1. Gland or Follower Gland
a_ Non-restrained, mechanical join# fitting
2. Retainer Gland
a. Mechanically resirained mechanical joint fittin�
B. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standarc� published at the time of the latest revision date logged at the end of this
5pecification, unless a date is specifically cited.
2. American Association of State Highway and Transportation Qfficials {AASHTO).
3. American Society of Mechanical Engineers (ASME):
a. Blb.�, Gray Iron Pipe Flanges and Flanged �'ittzngs (Classes 25, 125 and 250).
4. ASTM International(ASTM):
a. A193, Standard Specification for Alloy-Sieel and S�tainless Steel Bolting for
High Temperature or High Pressure Service and Other Special Purpose
Applications
b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for Hig�
Pressure or High Temperature S�rvice, or Both
c. A242, Standard 5pecification for High-Strength Low-Alloy Structural Steel.
d. A307, Standard Speciiication for Carbon Steel Bolts and Studs, b0,00d psi
Tensile Strength.
e. A674, Siandard Practice for Polyethylene Encasement for D�xctile Iron Pipe for
Water or Other Liquids.
£ B 117, �tandard Practice fox Operating Salt Spray (Fog) Apparatus.
g. B633, Siandard Specification for Electrodeposited Coatings of Zinc on Iron and
Steel.
5. Arnerican Water Works Assoczatian (AWWA):
CITY OF FORT WORTH 2U18 Bond Yeaz 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATTOT� DOCLIMENTS City Froject No. 1U1475-2
Revised becember 20, 2p12
33 11 10 - 3
DUCTILE IR ON PIPE
Page 3 of 13
a. C203, Coal-Tar Proiective Coatings and Linings for �teel Water Pipelines -
Enamel and Tape - Hat Applied.
b. C600, InstaIlation of Ductile-IY'on Water Mains and their Appurtenances.
c. M41, Ductile-Iron Pipe and Fitiings.
6. Axx�erican Water Works Association/Arnerican National Standards Institute
(AWWA/ANSI}:
a. C104/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings.
b. C� OS/A21.5, Polyethylene Encasement for Ductile-Iran Pipe Systems.
c. Cl 11/A21.11, Rubber-Gasket 3oints for Ductile-Iron Pressure Pipe and Fittings.
d. C115/A21.15, Flanged Duciile-Yron Pipe with Ductile-Iron or Gray-Iro�
Threaded Flanges.
e. C150/A21.5fl, Thickness Design of Ductile-Iron Pipe.
f. C151/A21.51, Ductile�Iron Pipe, Centrifugally Cast, for Water.
g. C6Q0, installation of Ductile-Iron Water Mains and their Appurtenances
7. NSF International (NSF}:
a. 61, Drinking Water System Cornponents - Health Effec#s_
$. Society for Protective Coatings (SSPC):
a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages.
1.4 ADMINISTRATIVE REQUIREMENTS [�iTOT USED]
1.� SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00.
B. All submitta�s shall be approved by the City prior to delivery and/or fabrication for
specials.
1.6 ACTiON SIIBMITTALS / INFORMATIONAL SUBNIITTALS
A. Product Data
1. Interior lining
a. If it is other than cement mortar lining in accordance with AWWAJANSI
C 1 Q4/A21.4, including:
1) Material
2) Application recommendations
3) Field touch-up procedures
2. Thrust Restraint
a. Retainer glands, tlu ust harnesses or any other means
3. Gaskets
a. If hydrocarban or other speeial gaskets are required
B. Shop Drawings — Furczish for Ductiie Iron Pipe used in the water distribution system or
for a wastewater force main for 24-inch and greater diameters, including:
Wall thickness design
Texas including:
a. Working pressure
b. Surge pressure
c. Deflection
calcuIations sealed by a Licensed Professional Engineer in
CTTY OF FORT WORTH 2O18 Sond Year 2, Contract 14
STANDAAD CONSTRUCTION SFECFFICAITON DOCUMENTS City Project Tio. ]01475-2
Revised Deceraber 20, 2012
331] 1�-4
DUCTII.E IRON P1PB
Page 4 of 13
2. Provide thrust restraint calculaiions for all fittings and val�es, sealed by a Licensed
Professional Engineer in Texas, io verify the restraint lengths shown in the
Drawings.
3. Lay scheduleldrawing for 24-inch and
Professional Engineer in Texas ineluding:
a. Pipe class
b. Joints type
c. Fittings
d. Stationing
e. Transitions
f. Joint deflection
greater diaxaaeters, sealed by a Lieensed
C. Certificates
1. Furnish an affidavit certifying that all Ductile Iran Pipe meets the provisions of this
Section, each run af pipe furnished has met Speciiications, a11 inspections have
been made, ar�d that all tests have been performed in accordance with
AWWA/ANSI C151/A21.51.
2. Furt�ish a certifieate stating that buried bolts and nuts conform to ASTM B 117.
1.� CLOSEOUT ,SUBMITTALS [NOT USED]
1.8 MAIlINTENANCE MATERIAL SUSMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
1. Manufacturers
a. Finished pipe shall be ihe praduct of 1 manufacturer.
1) Change orders, specials, and field changes may be provided by a different
manufaciurer upon City appro�al.
b. Pipe manufacturing operations (pipe, tining, and coatings) shall be performed
under the control of the manufact�xrer. �
c. Ductile Iron Pape
1) Manufactured in accordance with AWWA/ANSI C151/A21.51
a) Perform quality control tests and maintasn results as outlined within
standard to assure compliance.
2) �ubject each pipe to a hydrostatic test of not less t�ian 500 psi for duration
of at least 10 seconds.
B. Preconstruction Testing
1. T�e City may, at its oum cost, subject random lengths of pipe for testing by an
independent Iaboratoxy for compliance with this Speci�cation.
a. The compliance test shal� be performed in the United States.
b. Any visible defects or failure to meet the quality standards herein will be
gro�znds for rej ecting the entire order.
1.1Q DELIVERY, STORAGE, AN� HANDLING
A. Storage and Handling Requirernents
1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as
stated in AWWA M41.
CITY OF FORT WORTH 2D18 Bond Year 2, Contract 14
STANDARD CONSTRUCTIDIV SFECIFICATION DOCiJ1VfENTS Ciry Project No. 101475-2
Revised December 20, 2012
331110-5
DUCTILE IltpN PIPE
Page 5 of 13
2. Secure and rnaintain a location to store the material in accordance with Section Ol
66 00.
Lll FIELD [SITE] CONDITIONS �NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PR�DUCTS
2.1 OWNER FURNISHED [a�] OWNER SUPPLIED PRODUCTS [NOT USEDJ
�.� EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Manufacturers
I. Only the manufact�.u�ers as �isted in the City's Standard Products List will be
considered as shown in Seciion Ol 60 �0.
a. The ma�ufacturer must comply witl� tlais Specification and related Sections.
2. Any product that is not listed on the Standard Products List is cansidered a
substitution and �hall be submitted in accordance with Section 01 25 00.
B. Pipe
1. Pipe shall l�e in accardance with AWWAJANS� C� I 1/A21.11, AW WA/ANSI
C150/A21.15, and AWWA/ANSI CIS1/A2L51.
2. All pipe shall meei the requirements of NSF 61.
3. Pipe slaall have a lay length of 1 S feet or 20 feet except far special fittings or
c�osure pieces and necessary to comply with the Drawings.
4. As a minimum the fallowing pressures classes apply. The Drawings may specify a
higher pressure class ox the pressure and defleciion design criteria may also require
a higher pressure dass, but in no case should they be �ess than the following:
Diameter Min Pressure Class
i�ches si
3 throu h 12 350
14 throu h 20 2S0
24 200
30 throu 64 150
S. Pipe markings sha11 meet the minimum requireYnents of AWWA/ANSI
C151/A21.51. Minimum pipe markings shall be as fallows:
a. "DI" or "Duciile" sha11 be clearly labeled on each pipe
b. Weight, pressure class and nominal thickness of each pipe
c. Year and co�ntry pipe was cast
d. Manu#'acturer's mark
6. Pressure and Deflection Design
a. Pipe design shali be based on trench conditions and design pressure class
specified in the Drawings.
CITY OF FORT WORTH 201$ Bond Year 2, Contract 14
STANDARI7 CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 101475-2
Revised becember 20, 2012
33 �1 �0-6
DUCTILE IRON PIPE
Page 6 of 13
b. Pipe shall be designed according to the m.ethods indicated in AWWA/ANSI
C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench
cons�ruction, using the following parameters:
1) Unit Weight of Fi11(w) — 130 pcf
2) Live Load = AASHTO HS 20
3) Trench Depth = 12 feet minimum, or as indicated in Drawings
4) Bedding Conditions = Type 4
5) Worldng Pressure (PW) = 150 psi
6) Surge Allowance (PS) = 100 psi
7) Design Internal Pz�essure {P;) = PW + ps ar 2:1 safety factox of the actiial
warking pressure pius the actual surge pressure, whichever is greater.
a) Tesi Pressure =
{1) Na less than 1.25 minirnum times ihe stated working pressure {187
psi minimum) of the pipeline aneasured at the h�ghest elevation
along the test section.
{2) No less than 1.S times txie stated worldng pressure (225 psi
minimum) at the Iowest elevation of the tesi seciion.
8j Maximum Calculated Deflection {DX) = 3 percent
9) Restrained 3oin� Safety Factor (�f) = IS percent
c. Trench depths shall be verified after existing utilities are ]ocated.
1) Vertical alig�ment changes req�i�red because of existing utility ar ather
conflicts shali be accommodated by an appropriate change in pipe design
depth.
2} In no case shall pipe be installed deeper tiian its design allows.
7. Provisions for Thrust
a. Thrust at bends, tees, plugs or other �ttings shall be rnechanically restrained
joints when required by the Drawings.
b. Thrust at bends adjacent to casing pipe shall be restrained by �nechanical means
through casing az�d far a sufficient distance each side of casing.
c. No thrust restraint contribution shall be allowed for the restrained leng�h 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 wilt
be developed at the design pressure of the pipe. For the purpose of thrust, the
�ollowing 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 {P;} whichever is greater.
3) Restrained joints shali consist of approved mechanical restrained or push-
on restrained joints as listed in the City's Standard Products List as shown
in Section O1 b0 00.
e. The Pipe Manufacturer shall verify the lengt� 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 #he praj ected
soil prism above the pipe, for unsaturated soil conditions.
2) Soil density = 130 pcf (m�imum value to be used), for unsaturated soil
conditions
3} If indicated on the Drawings and the Geotechnical Borings that ground
water is expected, account for �educed soil density.
CITY OF FORT WORTH 2O18 Bond Xear 2, Contract 14
STANDARD CONSTRUCTION SPECTFTCATION DpCUMENTS City Project No. 1fl1475-2
Revised becember 2Q, 2012
33 11 10 - 7
DUCTILE IRON PIPE
Page 7 of 13
8. 3oints
a. General — Comply with AWWA/ANSI C111/A21.11.
b. Piash-On Joints
c. Mechanical Jaints
d. Push-On Restrained Joints
1} Restraining Push-on joints by naeans of a special gasket
a) Only those products that are listed in Section fll 60 00
b) Th;e warking press�ure rating of the restrained gasket must exceed the
test pressure of the pipe line to be installed.
c) Approved for use of restraining Ductile Iron Pipe in casing with a
carrier pipe of 4-inches to 12-inches
d) Otherwise only approved if specialty listed on the Drawings
2) Push-on Restrained 7oint beIl and spigot
a) Only those products list in the standard products list wi11 be alIowed for
the size listed in the standard products list per Section Q1 60 00.
b} Pressure rating sha11 exceed the working and test pressure of the pipe
line.
e. �langed Joints — AWWA/ANSI C 115/A21.15, ASME B 16.1, Class � 25
f. Flange bolt circles and bolt holes shall match those oiASME B16.1, Class 125.
g. FieId fabricated flanges are prohibited.
9. Gaskets
a. Provide Gaskets in accordance witI� Seciion 33 11 O5.
10. Isolation �'langes
a. Flanges required bq the drawings to be Isolation Flanges shall conform to
Section 33 04 10.
11. Bolts and Nuts
a. Mechanical Joints
1) Provide bolts and nuts in accardattce with Section 33 11 05.
b. Flanged Ends
1} Meet requirements of AWWA C115.
a) Provide boits and nuts in accordance with Section 33 11 U5.
12. Flange Coatings
a. Connections to Stee� Flanges
1) Buried connections with 5teel Flanges shall be coated with a Petrolatiam
Tape System in accordance with Section 33 11 O5.
13. Ductile Iron Pipe Exterior Coatings
a. A11 ductile iron shall have an asphaltic coating, minimurn af 1 mil thick, on the
pipe exterior, unless ath�rwise specified in the Contract Docu�nents.
14. Polyethylene Encasement
a. All buried Ductile Iron Pipe slaall be polyethylene encased.
b. Only manufacturers Iisted in the City's Standard Products List as shown in
Section O 1 60 00 will be considered acceptable.
c. Use only virgin polyethylene material.
d. Encasement for buried pipe shalI be 8 mil linear low density (LLD)
polyethylene conforzning to AWWA/ANSI C105/A21.5 or 4 miI high density
cross-laminated (HDCL) polyethylene encasement conforming to
AWWA/ANSI C1�5/A21.5 and ASTM A674.
CITY QF FQRT WORTH 2O18 Bond Year 2, Contract 14
STANDARD GONSTRi7CTION SPECIFICATION DOCiJMEN'T5 �iry Project No. 101475-2
Revised December 24, 2012
33ll 10-8
DUCTII,E IltON PI€'E
Fage S af 13
e. Marking: At a rninimum of e�ery 2 feet along its length, the mark the
polyethylene film with the following information:
1) Manufacturer's name or trademark
2) Year of manufacturer
3) AWWA/ANSI CIOS/A21.5
4) Minimum film thickness and z�aterial type
5) Applicable range of nominal diameter sizes
6} Warning — Corrasion P�rotection — Repair Any Damage
f. Special Markings/Colors
1} Reclaimed Water, perform one of the following:
a) Label polyethylene encase�.ent with "RECLA7MED WATER",
k�} Provide purple palyethylene in accordance with the Arnerican Public
Works Association Uniforrn Color Code; or
c) Attach purple reclaimed water marker tape to #he �olyethyiene wrap.
2) Wastewater, perform one of the following:
a} Label polyethylene encasernent with "WASTEWATER";
b} Provide green polyethylene in accordance with the American Public
Works Associatian Uniform Color Code; or
c) Attach green sar�itary sewer maxker tape to the �aiyethylene wrap.
g. Minimum widths
Pol eth lene Tube and Sheet Sizes for P�sh-On Joint Pi e
Naminal Pipe Diameter Min. Width — Flat Tube Min. Widtt► — Sheet
{inches) {inches) (inehes}
3 14 28
4 I�L 28
6 16 32
8 20 40
10 24 4$
12 27 54
14 30 b0
16 34 68
18 37 74
20 41 82
24 54 108
30 b7 134
36 81 1b2
42 81 1b2
48 95 190
S4 108 216
60 108 216
64 121 242
15. Ductile Iron Pipe Interior Lining
a. Cement Martar Lining
CTTY OF FORT WORTH 2O18 Band Year 2, Conh-act 14
STANDAILD CONSTRUCTIOI� SPEGIFICATION DOCUMEI�'T5 Gity Project No. 1fl1475-2
Revised December 20, 2012
331] 10-9
DUCTILE IROIV PIPE
Page 9 of 13
1) Ductile Iron Pipe for potable water shaIl have a cement mortar lining in
accardance with AW WA/ANSI C] 04/A21.04 and be acceptable according
to NSF 61.
b. Ceramic Epoxy ar Epoxy Linrngs
1} Ductile Iron Pipe far use in wastewater applications shalI be lined with a
Ceramic Epoxy or Epoxy �ining as designated in the Ciiy's Standard
Products List as shown in Section 01 60 OD.
2) App�y lining at a minimum of 40 mils DFT.
3} Due to the tolerances involved, the gasket area and spigot end up to 6
inches back from the end of the spigot end must be coated with 6 mils
norninal, 10 mils maxi�num using a Joint Compound as supplied by the
manufacturer.
a) Apply the joint compound by brush to ensure coverage.
b) Care should be taken that the jaint compound is srnooth without excess
bui�dup in the gasket seat or on the spigot enc�s.
c) Coat the gas�Cet seat and spigot ends after the application of the lining_
4) Surface preparation shall be in accordance with the rnanufacturer's
recommendations.
5) Check thiclaiess using a magnetic film thickness gauge in accordance with
the method outlined in SSPC PA 2.
6) Test the interior lining of all pipe barrels for pinholes with a non-
destructive 2,500 volt test.
a} Repair any de�ects priar to shipment.
7) Mark each fitting with the date of application of the Iining sysiem along
with its nurnerieal sequence of application on that date and records
maintained by the applicatnr of his work.
8) For a11 Ductile Iron Pipe in wastewater service where Yhe pipe has been
cut, coat the exposed surface with th� touch-up material as recommended
by the manufacturer.
a) The touch-up material and the lining shall be of the sa�ne manufacturer.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USEDj
PART 3 � EXECUTION
3.1 INSTALLERS [NOT USED]
3.� EXANIINATION [NOT USED]
3.3 PREPARATION [N�T USED]
3.4 INSTALLATION
A. General
1. Instali pipe, �ttings, specials and appurtenances as speciiied herein, as �peci�ed in
AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's
recommendatians.
2. See Section 33 11 11 %r installation requirements for Ductile Iron Fittings.
CITY O�' FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTTON SPECIFICATJON DOCUMENTS City Project No. 101475-2
Revised December 20, 2012
331i to - ia
DUCTILE II20N PIPB
Pagel0of13
3. Lay pipe to the lines and grades as inclicated in the Drawings.
4. Excavate and backf ll trenches in accordance with Sectinn 33 OS 10.
5. Embed Ductile Iron Pipe in accordance with Section 33 OS 10.
6. For installation of carrier pipe within casing, see Section 33 OS 24.
B. Pipe Hat�dling
1. Haul and distribute pipe and ittings at the project site.
2. Handle piping with care to avoid damage.
a. Inspect each joint of pipe and reject or repair any damaged pipe prior to
lvwering into the trench.
b. Do not handle the pipe in such a way that will damage the interior lining.
c. Use only nylon ropes, slings or other lifting devices that will not damage the
surface of the pi�e for handling the pipe.
3. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals an.d tras� — during and after
the laying operation,
b. Effectively seal the open end of the pipe using a gasketed night cap.
C. Jofnt Malcing
1. Mechanical Joints
a. Boit the foliower ring into compression against the gasket with the taalts
tightened down evenly then cross torqued in accordance with AWWA C600.
b. Overstressing of bolts to compensate for poor installation practice will not be
perznitted.
2. Push-on Joints
a. Install Push-on joints as defined in AWW.A/ANSI C111/A21..11.
b. Wipe clean the gasket seat inside the bell of all extrazieous matter.
c. Place the gasket in the be11 in the position prescribed by the manufacture:r.
d. Apply a thin film of non-toxic vegetable soap �ubricant to tl�e inside of �he
gasket and the outside of the spigot prior to entering the spigot into ihe bell.
e. VVhen using a field cut plain end piece of pipe, refinish the field cut and scarf to
conform to AWWA C600.
3. Flanged Joints
a. Use erection bolts and drift pins to make flanged connections.
1) Do not use undue force or res�raint on the enc�s of the fittings.
2) Apply even and uniform pressure to the gasket.
b. The fitting must be free to move in any direction while bolting.
1) Install flange bolts wi� atl bolt heads iaced in one direction,
4. Joint Deflection
a. Deflect tk�e pipe only when necessary to avoid obstructions or to meet the lines
and grades and showr� in the Drawings.
b. The deflection of each jaint must be in accordance with AWWA C600 Table 3.
c. The m�imum deflection allowed is 50 percent of tl�at indicated in AWWA
C600.
d. The manufacturer's recommendation may be used wit1� the approval Qf the
Engineer.
D. Polyethylene Encasement Installation
CFTY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STAiVDARD CONSTRUCTIQN SFECIFICATIOIV DOC[JMENTS City Project Nn, 101475-2
Revised December 20, 2012
331110-1]
DUCTILE IRON PIPE
Page 11 of 13
l. Preparation
a. Remove alI lumps of clay, mud, cinders, etc., on pipe surface prior to
installation of polyethylene encasement.
1) Prevent soil or embedment material from becoming trapped between pipe
and polyethylene.
b. Fit polyethylene fi1m to contour of pipe to affect a snug, but not tight encase
with rninimum space between polyet�ylene and pipe.
1} Provide suff�cient slack in contouring to prevent stretching palyethylene
where it bridges irregular surfaces such as bell-spigot interfaces, bolted
joints or fittings and to prevent damage to polyethylene due to backfilling
operations.
2) SEcure overlaps and ends with adhesive tape and hold.
c. For instalIations below water table and/or in areas suhject to tidal actions, seal
both ends ofpolyethylene tube with adhesive tape at joint overlap.
2. Tubular Type (Method A)
a. Cut polyethylene tube to Iength approximately 2 feet longer thaz� pipe sec�ion.
b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent
pipe section and bunching it accordion-fashion lengthwise until it clears pipe
ends.
c. Lower pipe into french and make up pipe j�int with preceding section of pipe_
d. Maice shallaw bell hole at joints to facilitate installation of polyethylene tube.
e. After assembling pipe joint, make overlap ofpolyethylene tube, pull bunc�ed
polyethylene from preceding lengt% of pipe, s�ip it over end of the new length
of pipe and wrap until it overlaps joint at end of preceding length of pipe.
f. Secure overlap in place.
g. Take up sZack width at top of pipe to make a snug, bnt not tight, fit aIong barrel
of pipe, securing fo�d at quarter points.
h. Repair cuts, tears, punctures or other damage to polyeth.ylene.
i. Proceed with instal�ation of next pipe in same manner.
3. Tubular Type {Method B)
a. Cut polyethylene tube to length approximately 1 foot shorter than pipe sect�on.
b. SYip tube around pipe, centering it to provide 6 inches of bare pipe at each end.
c. Take up slack width at top of pipe to m�ake a snug, but not tight, fit along barrel
of pipe, securing fold at quarter points; secure ends.
d. Before making up joint, slip 3-foot lengih afpolyethylene tube over end of
proceeding pipe section, bunching it accordion-fashion lengthwise.
e. After compleiing joint, pu113-foot length ofpolyethylene over joint,
overlapping polyethylene pre�ioUsly installed on each adjacent section of pipe
by at least 1 foot; make each end snug and secure.
4. Sheet Type
a. Cut polyethylene sheet to a length appro�mately 2 feet longer than piece
section.
b. Center length io provide 1-faot overlap on each adjacent pipe sectiorz, bunching
it untiI it clears the pipe ends.
c. Wrap polyethylene around pipe so that it circumferentially overlaps top
quadrant of pipe.
d. Secure cut edge ofpolyetnylene sheet at intervals of approximately 3 feet.
CITX OF FORT WORTH 2O18 Bond Year 2, ContracE 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101475-2
dtevised becember 20, 2012
33 i7 �a- �z
DUCTILE IltON PIPE
Page i2 of 13
e. Lower wrapped pipe into trench and make up pipe joint with preceding sectian
of pipe.
f. Make shallow bell hale at join�s to facilitai� instalIation of polyethylen.e.
g. After completing joint, make overlap and secure ends.
h. Repair cuts, tears, punctures or other damage to polyethylene.
i, Proceed witl� installation of next section of pipe in same manner.
5. Pipe-5haped 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, erosses, and otlaer odd-shaped
pieces in tube, wrap wi�h flat sheet or splzt 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 palyethylene securely in place at tlae �alve stem and at any other
penetrations.
7. Repairs
a. Repair any cuts, tears, punciures or damage to polyethylene with adhesive tape
or with short length o£polyethylene sheet ar cut open tube, wrapped around
f�tting to cover damaged area and secured in place.
8. Openings in Encasemer�t
a. Provide openings for branches, service taps, blow-offs, air valves and similar
appuxtenances by making an X-shaped cut in palyethylene and temporarily
folding back film.
b. After appurEenance is installed, tape slack securely ta appiu-tenance and repa7ir
cut, as well as other damaged area in poiyethylene with tape.
c. Service taps may also be made directly through poIyethylene, with any
resulting damaged areas being repaired as described above.
9. Junctions between Wrapped and Unwrapped Pipe:
a. Where pvlyethylene-wrapped pipe joins an adjacent pipe that is not wrapped,
extend polyethylene wrap ta cover adjacent pipe far distance of at least 3 feet.
b. Secure end with circumferential iurns of tape.
c. Wrap se�rvice lines of dissimilar metals with polyethylene or suitat�le dielectric
tape for minimum clear dtstance of 3 feet away from Cast or Ductzle Iron Pipe.
3.5 REPAIR/RESTORATION
A. Patching
1. Excessive field-pa�ching is not pertnitted af lining or coa#ing.
2. Patching of lining or coating will be allowed �vhere area to be repaired does not
exceed 104 square inches and has no dimensions greater t}�an 12 inches.
3. In general, there shall not be more than 1 patch on either the lining or the coating af
any 1 jointofpipe.
4, Wherever necessary to patch the pipe:
a. Make patch with cement mortar as previously specified for interior joints.
b. Do not install patched pipe until the patch has been properly and adequately
cured and a�proved for laying by the City.
C1TY OF FORT W012TH 201 & Bond Year 2, Contract 14
S�AI�IDARD C�NSTRUCTTON SPECIFICATION DOCUMENTS City Prvject No. 101475-2
Revised December 20, 2012
3311 ]0-13
DUCTILE IRON FIFE
Page 13 of 23
5. Fromptly remove rejected pipe from the site.
3.6 RE-INSTALLATION [NOT USED]
3.'1 FIELD [oR] SITE QUALITY CONTROL
A. Potable Water Mains
1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water rnains
a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water
main as specified in Section 33 04 40.
B. Wastewater Lines
i. Closed Circuit Television (CCTV) Inspect�on
a. Provide a Post-CCTV InspectiQn in accardance with Section 33 01 31.
3.� SYSTEM STARTUP [NOT USED)
3.9 ADJUSTING [NOT USEDj
3.10 CLEANING [NOT USED]
311 CLOSEOUT ACTIVITIES [NOT USED)
3.Z� PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED�
3.14 ATTACHMEliTTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.2.A.l.b. — Updated Payment types
12/20/2012 D. Johnson 1.3 — Added de�initions of gland types for clarity
2.2.B.9, 1�, 11 and 12 — Added reference to Section 33 11 OS and removed material
specification for b�lts, nuts and gaskets
CITY 4F FORT WORTH 2flI8 Sond Year 2, Conrract 14
STA]VDARD CONSTRUCTION SPECIFICATTON DOCiTMENTS City Project No. 101475-2
Revised December 20, 2012
331i11-1
DUGTILE IItQIV FTl'TINGS
SECTION 33 11 ll
DUCTILE IRON FITTINGS
PART1- GENERAL
f �i �Yil►� fu ��;7i1
A. Section Includes:
Page 1 of 13
�. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and
other liquids for use wi�h Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe
2. All mechanical joint fittings sha11 be mechanically restrained using restrained
wedge type retainer glands.
B. Deviations fram this City of Fort Worth Standard Specification
1. None.
C_ Related Specification 5ections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of ihe
Contract
2. Division 1— General Requirezaaents
3. Sec�ion 03 30 QQ — Cast-in-Place Concrete
�4. Section 33 0� 10 — Joint Bonding and Electrical Isolation
5. Section 33 04 40 -- Cleaning and Acceptance Testing �f Water Mains
6. �ection 33 05 10 — Utility Trench Excavation, Embedment ar�d Backfill
7. Section 33 ll QS — Bolts, Nuts, and Gaskets
1.2 PRICE AND PAYMENT PROCEDiTRES
A. Measurement and Payment
Ductile Iron Water Fittings with Restraint
a. Measurement
1) Shall be per ton of fittings supplied
2} Fittings w�ights are ihe sum of the vario�as types of fittings multiplied by
the weight per fitting as listed in AWWA/ANSI CIS3/A21.53.
3) The iitting weights listed in AWWA/ANSI C110/A21.10 are only allowed
for specials where an AWWA/ANSI C153/A21.53 is not available, or if the
Drawings specf�cally call for an AWWA/ANSI C1101A21.10 fittings.
4) If the Contractor chooses io supply AWWA/ANSI C110/A21.I0 (fiill
bady) Ductile Iron Fittings in lieu of AWWAJANSI C153/A21.53
(compact) Ductile Iran Fitt2ngs at his convenience, then the weight shall be
measured in accordance witl� AWWA/ANSI C153/A21.53.
b. Payment
1} The work perFarmed and materials furnished in accordance with thas Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per ton o�' "Ductile Iron Water Fittings with Restraint".
c. The price bid shall inciude;
1) �umishing and installing Ductile Iron Water Fittings as specified by the
Drawings
CTTY OF FORT WpRTH 2p 18 Bond Year 2, Contract 14
STANDARD CONSTRi1CTION SPECIFTCATION DOCiJMENTS City f'rajec� No. 101475-2
Revised Decemher 20, 2012
33I111-2
DUCTILE IRON FITT]NGS
2} Polyethylene e�casement
3} Lining
4) Pavement removal
5) Excavation
6) Hauling
7) Dispasal of excess rnaterial
8) Furnishing and installing balts, nuts, and xestraints
9) Furnishing, placement and compaction of embedment
I O} Furnishing, placement and carnpaction of backf ll
11) Trench water stops
12} Clean-up
13} Cleaning
14} Disinfection
15) Testing
Page 2 of 13
2. Ducti�e 7ron Sewer Fittings
a. Measurement
1} �hall l�e per ton of fittings supplied
2) Fittings weights are the sum of the various types of iitiings multiplied by
the weight per fitting as lisied in AWWA/ANSI C1S3/A21.53.
3) The iitting weights listed in AWWA/AN�I C110/A2I.10 are only allowed
for specials wher� an AWWA/ANSI C153/A21.53 is not avai�able, or if the
Drawings specifically call for an AWWA/ANSI C1 t0/A21.1p fittings.
4) �f the Contractor chooses to supply AWWA/ANSI C 110/A21.10 (full
body) Duc�ile Iron Fittings in lieu of AWWA/ANSI C153/A21.53
(compact) Ductile Iron Fittings at his convenience, then the weight shall be
measured in accordance with AWWA/ANSI C153/A21.53.
b. Payment
1) The work performed and materials furnished in accordance �with this Item
and xneasured as provided under "Measurement" will be paid for at the ut�it
price bid per tan of "Ductile Iron Sewer Fittings".
c. The price bid shall include:
1) Furnishing and installing Ductile Iron Water Fittings as specifed by the
Drawings
2) Epnxy Coating
3) Polyethylene encasement
4) Lining
5) Pavement removal
C) Excavation
7) Hauling
8) Disposal of excess material
9) Furnishing and installing bolts, nuts, and restraints
10) F�rnishing, placement and compaction of embedmeni
11) Furnis�aing, placement and compactian of backfill
12) Clean-up
13) Cleaning
14) Disinfection
15) Testing
CTTl' OF k'ORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CQNSTRUCTION SPECIFICATION DOCUMBNTS Ciry Prajec# No. 101475-2
Revised December 20, 2012
332111-3
AUCTJL.� IRON FITTINGS
1.3 REFERENCES
A. Definitions
I. Giand or Follower Gland
a. Non-restrained, mechanical joint fitting
Page 3 oi 13
2. Retainer Gland
a. Mechanically restrained mechanical joint fitting, consisting of multiple
gripping wedges incorporated into a follower gland meeting the appfica�le
requirements of ANSUAW WA C110/A21.10.
B. Reference Standards
1. Reference standards cited in this 5pecification refer to the current reference
sta�adaxd published at the time of ihe latest revision date Iogged at the end of this
Specification, unless a date is specifically cited.
2. American Society of Mechanical Engineers (ASME):
a. B16.1, Gray Iran Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250).
3. ASTM Intertiational (ASTIVn:
a. A193, Standard �pecification for Alloy-Stee� and S�tainless Steel Bolting for
High Temperature or High Pressure Service and Other 5pecial Purpose
Appiications
h. A�94, Specification %r Carbon and A11oy 5tee1 Nuts for Bolts for High
Pressure or High Temperature Service, or Boih
c. A242, Standard Speciiication %r High-Strength Law-A11oy Sfructural Steel.
d. A574, Standard Practice %r Polyethylene Encasement for Ductile Iron Pipe for
Wate� or Other Liquids.
e. B117, Standard Praciice %r Operating Salt Spray (Fog) Appaxatus.
4. American Water Works Association (AWWA):
a. C203, Coal-Tar Protect�ve Coatings and Linings for Stee1 Water Pipelines -
Enamel and Tape - Hot Applied.
b. C60U, Installation of Ductile-Iron Water Mains and their Appurtenances.
c. M41, Ductile-7ron Pipe and Fittings.
5. American Water Works Association/American National Standards Institute
(AWWA/ANS�:
a. C104/A21.4, Cement Mortar Lining for Ductile-Iron Pipe and Fittings.
b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems.
c. C 110/A21. � 0, Ductile-Iron and Gray-Iron Fittings.
d. C111/A21.1 l, Rubber-Gasket Joints for Ducti�e-Iron Pressure Pipe and Fittings.
e. C115/A21.15, Flanged Ductile-Iron Pipe vvith Ducti�e-Iron or Gray-Iron
Threaded Flanges.
f. CIS1/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water.
g. CiS3/A21.53, Ductile-Iron Compact Fittings for Water Service.
6. NSF International(NSF):
a. 61, Drinking Water System Components - Health Effects.
7. Society for Protective Coatings (SSPC):
a. �A 2, Measureznent o�' Dry Coating Thickness with Magnetic Gages.
CITY OF FORT WORTH 2O18 Band Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised December 20, 2012
33 11 l 1- a
DiJCTII.E IRDN FITTII�GS
Page 4 of 13
I.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTAL,S
A. Submittals shall be in accordance with Section 01 33 d0.
B. All submittals shall be approved by the City prior to delivery and/or fabrication for
specials.
1.6 ACTION SUBNIITTALS / INFORMATIDNAL SUBNIITTALS
A. Product Data
1. Ductile Iron Fittings
a. Pressure ciass
b. Interior lining
c. Joint types
2. Polyethyiene encasement and tape
a. Planned method of installation
b. Whether the film is linear �ow 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
AWI�VA/ANSI C104/A21.4
a. Material
b. Application recornrnendations
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 l. l O5.
6. Isolation Flanges
a. Flanges required by the drawings to be Isolation Flanges shall conform to
Section 33 04 IQ.
7. Bolts and Nuis
a. Mechanical Joints
1) Provide bolts and nuts in accordance with Section 33 1� O5.
h. Flanged Ends
1) Meet requirements of AWWA C115.
a) Pro�ide bolts and nuts in accordance with Section 33 11 O5.
8. Flange Coatings
a. Connections to Steel Flanges
1) Buried cozanections with Steel Flanges shall be coated. with a PetralaLum
Tape System in accordance with Section 33 11 05.
B. Certificates
1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings
meet the provisions oi this Sectior� and meet the requirements of AWWA/ANSI
C110/A21.10 or AWWAIANSI C153/A21.53.
2. Furnish a certificate stating tlaat buried bolts and nuts conform to ASTM B 117,
CTTY OF FOItT WORTH 2O18 Sond Year 2, C`ontract 14
STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS City Froject No. 101475-2
Revised December 20, 2022 '
33 11 11 - 5
DUCTILE IRON FITTING5
Page S af 13
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERYAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
Manufacturers
a. Fittings manufacturing operations (fittings, lining, and coatings) shall be
performed under the control of the manufacturer.
b. Ductile Iron Fittings sha11 be manufactured in accordance with AWWA/AN�I
C110/A21.1fl orAWWAIANSI CI53/A2i.53.
1) Perform quality control tests and maintain the results as outlined in these
standards to assure compliance.
B. Preconstruction Testing
The City may, at its own cost, subject random fittings for destructive testing by an
independent Iaboratory for compliance with this Specification.
a. The comp�iance test shall be perfarmed in the United States.
b. Any visible defects or failure to zxaeet the quality standards herein will be
grounds for rej ecting t�e entire order.
110 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Reqnirements
1. Stare and handle in accordance wiih the guidelines as stated in AWWA M41.
2. Secure and maintain a lacatian to store the rnaierial in accordance with �ection O1
66 00.
1.11 FIELD jSITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT i7SED]
PART 2 � PRODUCTS
�.1 OWNERaFURNISHED [oa) OWNER-SiTPPLIED PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES AliTD MATERIALS
A. Manufacturers
I. Only the manufacturers as listed on the City's Standard Prodacts List wi11 be
considered as shown in Section 01 60 00.
a. The manufacturer must co�zply with this Specification and related Sections.
2. Any product tha� is not listed on �the Standard Producis List is considered a
subsiittttion anc� shall be submitted in accordance with Section 01 25 00.
B. Ductile Iron Fittings
1. Ducti�e Iron Fittings sha11 be in accordance with AWWA/ANSI CI 10/A21.10,
AVVWA/ANSI C153/A21.S3.
2. All fittings for potable water service shall mest the requirements of NSF 61,
3. Ductile Iron Fittings, at a minimum, sha11 meet or exceed the pressures classes of
the pipe which the �tting is connected, unless specificaIly ind�cated zn the
Drawings.
C1TX OF FORT WORTH 201$ Bond Year 2, Contract 1A
STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project IVo. 10I475-2
Revised Decemher 20, 2012
33 �1 I1 -6
DUCTII.E IROM FI1"ITNGS
4. Fittings Markings
a. Meet the minimum requirements of AWWA/ANSI C151/A21.51.
b. Minimuzn markings shall include:
1) "DI" or "Ductile" cast ox metaI stamped on each fitting
2) Applicable AV�WA/AN5I standard for that the fitting
3) �'ressure rating
4) Nu�nber af degrees for all bends
5) Nomznal diameter oithe openings
b) Year and country fitting was cast
7) Manuiacturer's mark
5. Joints
Page 5 of 13
a. Mechanical Joints with mechanical restraint
1) Comply with AWWA/ANSI Cl 11/A21.11 and applicabie parts of
ANSI/AWWA C1101A21.10.
2) The re#ainer gland shall have the following working pressure ratings based
on size and type of pipe:
a) Duc#ile Taron Pipe
{1) 3-inch —16-inch, 350 psi
(2) 18-inch — 48-inch, 250 psi
h} PVC C900 and C905
(1) 3-inch-� 12-inch, 305psi
(2) 14-inch — 16-inch, 235psi
(3} 18-inch — 20-inch, 200psi
(4) 2�4-inch — 30 —inch 165psi
c) Ratings are for water pressure azid rnust include a minimum safety
factar of 2 to 1 in all sizes
3) Retainer glands sha11 have specifie designs %r Ductile Iron and PVC and it
should be easy to differentiate beriveen the 2.
4) Gland body, wedges and wedge actuating components shall be cast froan
grade 65-45-12 ductile iron material in accordance with ASTM A536.
5) Mechanical joint restraint shall require conventional tools azid installatian
pracadures per AWWA C600, while retaining full mechanical joint
deflection during assembly as we11 as allowing joint deflection after
assembly.
b) Proper actuation of the gripping wedges s�a11 be ensured with torc�ue
limiting twist off nuts.
7) A rnini�num of 6 wedges shall be required for 8 inch diameter PVC pipe.
b. P�sh-On, Restrained Joints
1) Restraining Push-on joints by means of a special gasket
a) dtily those products that are listed in 01 60 00
b) The working pressure rating oithe restrained gasket must exceed the
test pressure of the pipe line to be installed. �
c) Approved for use of restraining Ductile Iron Pipe in casing with a
carrier pipe of 4-inches to 12-inches
d} Otherwise only approved if specially listed on the drawings
2) Push-on Restrained Taint bell and spigot
a} Only those products list in the standard products Iist wili be allowed for
thE size listed in the standard products Iist per Section Ol 6Q 00
CITY OF FORT WORTH 2�1R Bond Yeaz 2, Contract 14
STANDARD CpNSTRUCTION SPECIFICATION DOCi]MEI�lTS City Project No, l OT475-2
Revised December 20, 2012
33 11 11 - 7
I]UCTTT,E IRON �ITTII�iGS
�
10.
11
Page 7 of 13
b) Pressw-e rating shall exceed the working and test pressure of the pipe
Iine
c. Flanged Joints
1) AWWA/ANSI C115/A21.15, ASME B 16.1, Ciass 125
2) Flange bolt circles ar�d bolt hoies shall ma#c}� t�iose of ASME B 1 b.1, Class
125.
3) Field fabricated flanges are prohibited.
6. Gaskets
a. Provide Gaskets in accordance with Section 33 I 1 05.
7. Isolation Flanges
a. Flanges required by the drawings ta be Isolation �langes sha11 conform to
Section 33 04 10.
8. Bolts and Nuts
a. Mechanical7oints
1) Provide baI�s an� nuts in accordance with 5ection 33 11 O5.
b. Flanged Ends
1} Meet requirements of AW WA CllS.
a) Provide bolts and nuts in accordance with 5ection 33 11 O5.
Flange Coatings
a. Connec�ions to Steel Flanges
1) Buried connections with Steel Flanges shall be coated with a Petrolatum
Tape Sys#em in accordance wzth Section 33 11 O5.
Ductile Iron Fitting Exterior Coatings
a. A11 Ductile Iron Fzttings shall have an asphalt�c coating, minimum of 1 mil
thick, on the exterior, unless otherwise speci�ed in the Contract Dacuments.
Polqethylene Encasement
a. A11 buried Ductile Iron Fittings sha11 be polyethy�ene encased.
b. Only manufacturers listed in the City's Standard Products List as shown in
Section 01 60 00 will be considered acceptal�le.
c. Use only virgin polyethylene �material.
d. Encasernent for buried fittings shall be 8 miI Iinear low density (LLD)
po�yetbylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density
cross-Iaminated (HDCL} polyethylene encase�ne:nt conforming to canforming
to AWWA/AN�I C105/A21.5 and ASTM A674.
e. Marking: At a minirnum of every 2 feet along its length, the mark the
polyethylene film with the following information:
1) Manufacturer's name or trademark
2) Year of manufacturer
3) AWWA/ANSI C105/A21.5
4) Minimum �lm thickness and rnaterial type
5) Applicable range of nominal diameter sizes
G) Warning — Corrosion Protection — Repair Any Damage
f. �pecial Markings/Co�ors
1) Reclaimed Water, perform. one of the following:
a) Label polyethylene encasement with "RECLAiMED WATER",
b) Provide purple polyethylene in accordance with the American Public
Works Association Unzform Color Code; or
CTf'Y OF FORT WORTH 201$ Bond Year 2, Conbract A4
STANDARD CONSTRUCTION SPECIFICAT'ION bOCI.1IVIENTS C`ity Yroject No. 1p147S-2
Revised December 20, 2012
33111]-S
DUCTILE IRON FITTINGS
Page 8 of 13
c) Attach purple reclaimed water marker tape to the polyethylene wrap.
2) Wastewater, perform one of the following:
a) Label poiyethylene encasement with "WASTEWATER";
b) Pro�ide green polyethyiene in accordance with the American Public
Works Association Uniform Color Code; or
c) Attach g�een sanitary sewer inarker tape to the polyethylene wrap_
g. Minimum widths
Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings
Nominal Fittings Diameter Min. Widih — Flat Tube Min. Width — Sheet
(i�nches) (inches) (inches)
3 14 28
4 14 28
6 16 32
S 20 4Q
10 24 48
12 27 54
14 30 60
lb 34 68
18 37 74
20 41 82
24 54 108
30 b7 134
36 81 T62
42 81 162
48 95 190
5� 108 216
60 10$ 216
b4 �21 242
12. Ductile Iron Fittings Interior Lining
a. Cement Mortar Lining
1) Ducti�e Iron Fittings for potabie water shall have a cement mortar lining in
accordance with AWWA/ANSI C104/A21.4 and be acceptable according to
NSF 61.
b. Ceramic Epoxy or Epoxy Linings
1} Ductile Iron Fittings far use in wastewater applications sha11 be lined with
a Cerarnic Epoxy or Epoxy lining as designated in the Standard Praducts
List as shown in Section 01 60 00.
2) App]y iining at a minimum of 40 mils DFT
3} Due to the tolerances invalved, the gasket area and spigot end up to 6
inches back from the end of the spigot end must be coated with 6 rnils
norriinal, 10 mils maximum using a Joint Compound as supplied by the
manufacturer.
a) Apply the joint compound by brush to ensure coverage.
CITY Ok' FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCITON SPECIFICATION BpCUMENTS C`iry ProjecE IVo. 1�1475-2
Revised December 20, 2012
33 1 i 11 - 9
DUCTILE IRON FITTINGS
Page 9 of 13
b) Care should be taken that the joint compound is smooth without excess
buildup in the gasket seat or on the spigot ends.
c} Coat the gasket seat and spigot ends after the application of the lining.
4) Surface preparation shall be in accordance with the manufacturer's
recommendations.
5) Check thicl�ess using a magnetic film thiclrness gauge zn accordance with
the method outlined in SSPC PA 2.
6) Test the inte�or lining of all fittings for pinholes with a non-destruciive
2,5U0 volt test.
a) Repair any defects prior to shipment.
7) Marlc each fitting with the date of app�ication of the lining system along
with its numerical sequence of application on that date and records
rnaintained by the applicator of his work.
8) For al� Ductile Iron Fittings in wastewater sezvice where the fitting has
been cut, coat the exposed surFace with the touch-up material as
recomxnended by the rnanufactu�er.
a} The touch up material and the lining shall be of t1�e same manufact�urer.
�.3 ACCESSORIES [NOT USED]
�.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS jNOT USED]
3.2 EXANIINATION [NOT IISED]
3.3 PREPARATION [NOT IISED]
3.4 INSTALLATION
A. General
1. Install fittings, specials and appurtenances as speci�ed herein, as specified in
AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's
i'eGOmmen[�atipns.
2. Lay fittings to the lines and grades as indicated in tl�e Drawings.
3. Excavate and backfill trenches in accordance with 33 OS 10.
4. Embed Ductile Iron Fittings in accordance with 33 05 10.
B. Joint Making
Mechanical Joints with required rnechanical restraint
a. AlI mechanical joints require mechanical restraint.
b. Bolt the retainer gland into compression against the gasket, with the bolts
tigniened down evenly then cross torqued in accordance with AWWA C600.
c. Overstressing of bolts to compensate far poor installation practice will not be
permitted.
2. Push-on Joints (rEstrained)
a. Al� push-on joirzts shall be restrained push-on type.
b. Tnstall PUsh-on joints as defined in AWWA/ANSI C111/A21.11.
c. Wipe clean tlie gasket seat inside the be11 of a11 extraneous matter.
CTI`Y OF FORT WORTH 2O18 Bond Year 2, Conlract 14
STANDARD CONSTRUCTiON SPEC�'dCATION DOClJMEI�TS City Project No. 1�1475-2
Revised December 20, 2D12
33 11 11 - 10
DiJCTILE II20N FITTINGS
Page 10 of 13
d. Place the gasket in the bell in the position prescribed by the manufacturer.
e. Apply a thin film of non-toxrc vegetable soap lubricar�t to the inside of the
gasket and the outside of the spigot prior to entering the spigot into the be11.
£ When using a field cut plain end piece of pipe, refinished the feld cut and scarf
to conform to AWWA M-41.
3. Flanged Joints
a. Use erection bolts and drift pins to make flanged connections.
1} Do nat use undue force or restraint on the ends of the fittings.
2} Apply even and uniform pressure to the ga�ket.
b. The iitting must be free to rnove in any direction while bolting.
1) Install flange bolts with all bolt heads faced in 1 direction.
4. Joint Deflection
a. Deflect the pzpe only when necessary to avaid obstructions or to meet the lines
and grades and shown in the Drawings.
b. The deflechon of each joint must be in accordance with AWWA C600 Table 3.
c. The �naximum deflection allowed is 50 percent of that indicated in AWWA
C600.
d. The manufacturer's recommendation may be used with the approval of the
Engineer.
C. Polyethylene Encasement Installation
1. �'reparation
a. Remove all lumps of clay, rnud, cinders, etc., on £ittings surface prior to
installatian of polyethyTene encasement.
1) Prevent soil or embedrnent material from becoming trapped between
�ttings and polyethylene.
b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase
with minimum space hetween palyethylene and fittings.
1) Provide sufficient slack in contouring to prevent stretching polyethylene
where it bridges irregular surfaces such as beIl-spigot interfaces, baited
joints or fittings, and to prevent daznage to polyethylene due to backfilling
operations.
2} Secure overlaps and ends with adhesiv� tape and hold.
c. For installations below water tabie and/or in areas subject to tidal actions, seal
both ends of polyethylene tube wifh adhesive tape at joint overlap.
2. Tubular Type (Method A)
a. Cut polyethylene tube ta length approximately 2 feet longer than iittings
section.
b. Slip tuhe around fittings, cen�ering it to provide 1 iaot overlap on each adjacent
pipe section and bunching it accordion-fashion lengthwise until it clears fittings
ends.
c. Lower �ttings into trench with preceding section of pipe.
d. Make shallow bell hole at joints to facilitate installation of polyethylene tube.
e. After assembling fittings make overlap af polyethylene tube, pull bunched
polyethylene irorn preceding length of pipe, slip it over end of the fitting and
wrap until it overlaps joint at end of preceding length of pipe.
f. Secure overlap in place.
CITY OF FORT WOItTH 2D18 Bond Year 2, Cantract 14
STANDARD CONSTRUCTION BPECIFICATION T�OCUMENTS City Project No. 101475-2
Revised becember 20, 2072
331711-]I
DUCTILE IROIV FTl'TINGS
Page 11 of 13
g. Ta�e up slack width at top of fitting to make a snug, but not tight, fit alang
barrel of fitting, securing fold at quarter points.
h. Repair cuts, tears, punctures or other damage ta polyethylene.
i. Proceed with installation of next fitting �n same manner.
3. Tubular Type (Method B)
a. Cut polyethylene tube to length approximately 1 foot shorter than fitting
section.
b. Slip tube around �tting, centering it to provide 6 inches of bare fitting at each
end.
c. Take up slack width at top of frtting to rnake a snug, but not tight, fit along
barrel of fitting, securing fold at quarter points; secure ends.
d. Be%re making up joint, slip 3-%ot length of polyethylene tube over end of
proceeding pipe section, bunching it accordion-fashion lengthwise.
e. After completing joint, pull 3-faot length ofpolyethylene over joint,
overlapping poly�thylene previously installed on each adjacent section of pipe
by at least 1 foot; make each end snug and secure.
4. Sheet Type
a. Cut polyethylene sheet to a length appro�rimately 2 feet longer than piece
section.
b. Center length ta provide 1-foot overlap on each fitting, bunching it until it
clears the fitting ends.
c. Wrap polyethylene around fitti�g so that it circumferentially overlaps top
quadrant of fiiCing.
d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet.
e. Lower wrapped fitting into trench witli preceding section of pipe.
f. Make shallow bell hoie at joints to facilitate installation of polyethyiene.
g. After completing joint, make overlap and secure ends.
h. Repair cuts, tears, p�nctures or other damage to palyethylene.
i. Proceed with installation of fittings in same manner.
S. Pipe-5haped Appurtenances
a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with
polyethylene in same mannex as pipe and fittings.
6. Odd-Shaped Appurtenances
a. When it is nat practical ia wrap valves, tees, crosses and other odd-shaped
pieces in tube, wrap with flat sheet or split Iength polyethylene tube by passing
sheet under appurtenances and bringing it up around body.
b. Make seams by bringing edges tagether, folding over t�vice and taping down.
c. Tape palyethylene securely in place at the valve stem anc� at any other
penetrations.
7. Repairs
a. Repair any cuts, tears, punctures or damage to poiyethyIene with adhesive tape
or with short length af poIyet�ylene sheet or cut open tube, wrapped around
fitting to cover damaged area, and secure in place.
$. Openings in Encasement
a. Provide openings for branches, service taps, blow-offs, air valves and similar
appurtenances by inaicing an X-shaped cut in polyethylene and temporarily
folding hack film.
CTTY OF F4RT WORTH 2O18 Bond Year 2, Contr�act 14
STANDARD CONSTRUCTION SPECIFICATION DOCUNfENTS Ciry Project No. 101475-2
Revised December 20, 2012
33 11 13 - lz
DTJCTILE IROA' FITT7NGS
Page 12 of 13
b. After appurtenance is installed, tape slack securely to appurtenance and repair
cut, as we1I as other da�naged area in polyeihylene with tape.
c. Ser�ice taps may also be made directly through polyethylene, with any
resulting damaged areas be�ng repaired as described above.
9. Junctions between Wrapped and Unwrapped Fittings
a. Where polyethylene-wrapped fitting jains an adjacent pipe that is not wrapped,
extend polyethy�ene wrap to co�er adj acent pipe for c�istance of at least 3 feet.
b. Secure end with ci�cumferential tums of tape_
c. Wrap service lines of rlissimilar mietals with paiyethylene or suitable ciielectric
tape for zninirnum clear distance of 3 feet away from cast or Ductile Iron
Fittings.
D, Blocking
1. Install concrete blocking in accordance with �ection 03 30 00 for all bends, tees,
crosses and plugs in the pipe lines as indicated in tf�e Drawings.
2. P1ace the concrete blocking so as to rest against firm undisturbed trench walls,
normal to the t1u-�.ist.
3. The supporting area for each bloek shall be ai least as great as that indicated an the
Drawings and s�iall be sufficient to withstand the thrust, including water hammer,
which rnay dev�lap.
4. Each i�lock shal� rest on a firm, undisturbed foundation or french bottom.
5. If the Contractor encounters sail that appears to be different tha,� thai which was
used to calculate the blocking accarding to the Drawings, tl�e Contractar shal]
notify the Engineer prior to the installation of the blocking.
3.5 REPAIRIRESTORA.TION
A. Patching
1. Excessive field-patching is not permitted of lining or coating.
2. Patching of linin� or caating will be allawed where area to be repaired does not
exceed 100 square inches and has no dimensions greater than 12 inches.
3. In general, tliere sha11 nat be mare than 1 patch on eather the lining or the coa�ing of
ar�y fitting.
4. Wherever necessary to patch the �tting:
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. �'romptly remove rejected fittings from the site.
3.6 REaZNSTALLATION [NOT USED]
3.i FIELD [ox] SITE QUALITY CONTROL
A. Patable Water Mains
1. Cleaning, disinfection, hydrostatic tes�ing and bacte�ological tes�ing of water mains
a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water
main as speciiied in Section 33 04 40.
CITY OF FORT WOR'�H 2O18 Bnnd Year 2, Contract 14
STANDAIiD COIVSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised December 20, 2012
33111I-13
DUC'iII.E IRON FITTITVGS
3.� SYSTEM STARTUP jNOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEA1vING [NOT USED]
3.11 CLOSEOUT ACTIVITiES [NOT USED]
312 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED)
END OF SECTION
Page 13 of 13
Revision Log
DATE NAME SUMMARY OF CHANGE
1.2.A. ].c — Restraints included in price bid
12.A.2.c — Resiraints included in price bid
13 -� Added definitions of gland types for clarity
12/20/2012 1�. Johnson 2•2•B•5 — Removed unrestrained push-on and mechanical joints
2.2.B.6, 7, 8, and 9— Added reference to SecYion 33 OS 10 and 33 04 10; removed
material specificatioas for bolts, nuts and gaskets.
3.4 — Requirement for a11 mechanical and push-on joints to be restrained
3.�.D — Corrected reference
912a/2017 W. N01'W00C� 2.2.B.5.a.7 — Added reyuirement for 6 wedges on MJ Restraint for 8 inch PVC pipe
CTI'Y OF FORT WO7tTH 2O18 Bond Year 2, Contract 14
STANDARb CONSTRUCTION SPECIFIGATION DOCi7MENTS Gity Project No. 10I475-2
Revised December 20, 2012
331112-I
POLYVINYL CHLOR3bE (PVC) PRESSURE PIPE
Page 1 of 8
SECTION 33 11 12
POLYVFNYL CHLORIDE (PVC) PRESSURE PIFE
PART1- GENERAL
LI SUMMARY
A. Section I�cludes:
1. Polyvinyl Chloride (PVC) Pxessure Pipe 4-inch through 36-inch for potable water,
wastewater and reuse applications
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specificai�on Sections include, but are not necessarily limited to:
1. Division 0— Bidcting Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1-- General Requirements
3. 33 01 3I — Closed Circuit Television (CCT'V} Inspectio�
4. 33 Q4 4Q — Cleaning and Acceptance Testing of Water Mains
5. 33 fl5 10 — Utility Trench Excavation, Embedment and Backfill
6. 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate
7. 33 11 11 — Ductile Iron Fiitings
1.2 PRICE AND PAYMENT PROCEDUItES
A. Measurement and Payrnent
1. Measurennent
a. Measured horizontally along the surface from center line to center Iine of t�e
fitting, manhole, or appurtenance
2. Payment
a. The work performed and maierials fiu�ished in accordance with this Item and
rneasured as provided under "Measurement" wiil be paid for at the unit price
bid per finear faot af "PVC Water Pipe" installed for:
1) Various sizes
2) Various types of backf ll
b. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" wiIl be paid for at the unit price
bid per linear foot of "Sewer Force Main" instalied for:
1) Various sizes
3. The price bid sha11 include:
a. Furnishing and installing PVC Pressure Pipe with joints as specified by the
Drawings
b. Mobilization
c. Pavement removal
d. Excavation
e. Hauling
GTI'Y OF FORT WpR'1`H 2O18 Bond Year 2, Conirac� 14
STANDARD CQNSTRUGTIQN SPECIFICATIQN DpCt.IMENTS Cety Projec� No. 101475-2
Revised November 16, 2018
331112-2
P�LYVINYL CHL.QRIDE (FVC) PRESSi7RE P7PB
Page 2 af 8
f,
g•
h.
i.
J�
k,
1.
m.
n.
Disposal of excess material
Furnishing, placement and compaction of embedment
Furriishing, placement and cornpac�ion of backfill
Trench water stops
'I'hiztist resteaint, if required b� Contract Documents
Gaskets
CIean-up
Cleaning
Disinfection
o. Testing
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the tirne 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. ASTM International {ASTl1�:
a. D1784, Standard Specifica�ion for Rigid Po1y(Vinyl-Chloride) (PVC)
Compounds and Chlorinated Poly(Viny1 Chloride) {CPVC) Compounds.
b. D3139, Staxzdard Specification for 7oints for �'lastic Pressure Pipes Using
Flexible Elastomeric �eal,s.
4. American Water Works Association (AWWA):
a. C600, Installation of Duciile-Iron Water Mains and their Appurtenances.
b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes
and Fittings for Waier.
c. C900, Polyvinyl Chloride (PVC) Pressur� Pipe, and Fa�ricated Fittings, 4 IN
through 60 IN, for Water Transxnission and Distributron.
d. M23, PVC Pipe — Design and Installation.
e. M4 �, Ductile-Iron Pipe and Fittings.
5. NSF Internatio�al (NSF):
a. 61, Drinking Water System Components — Health Effects.
6. Underwriters Laboratories, Inc. (UL).
1.4 ADMII�ISTRATIVE REQUIREMENTS [NOT USED]
1.� SUBNIITTALS
A. Submittals shall be in accordance with Section O1 33 04.
B. All submittals shall be approved by the Ciiy prior to delivery.
1.G ACTION SUSMITTALS / INFORMAT�ONAL �UBNIITTALS
A. Product Data
1. For PVC Pressure Pipe that is used far water distribution, wastewater force mains
or wastewater gravity mains, incluciing:
a. PVC Pressure Pipe
b. Manufacturer
c. Dimension Ratio
CTTY OF FORT WORTH 2O18 Band Year 2, Cvntract 14
STANDARD CONSTRUCTION SYBCIFICA'I`ION DOCUMENTS City Project No. 1fl1475-2
Revised November 16, 201$
33 11 12-3
POLYVINYL CFILORIb� (PVC) PRE5SURE PIPE
Page 3 of 8
d. .Toint Types
2. Restraint, if reyuired in Contract Documents
a. Retainer glands
b. Thrust harnesses
c. Any other means of restraint
3. Gaskets
B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe
used in the water distribution system or for a wastewater force main for 24-inch and
greater diameters, including:
1. Wall thickness design calculations sealed by a Licensed Professional Engineer in
Texas including:
a. Working pressure
b. Surge pressure
c. Deflection
2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed
Professional Engineer in Texas, to verify the resteaint lengths shown on the
Drawings.
3. Lay schedu�e / drawing for 2�-inch and greater diameters sealed by a Licensed
Professional Engineer in Texas including:
a. Pipe class
b. Joints type
c. Fittings
d. Stationing
e. Transitions
f. Joint deflection
C. Certificates
1. Furnish an affida�it certifying that all PVC Pressure Pipe meets the provisions of
this Section, each run af pipe fizrnished has met Specifications, all inspections have
been made and that all tests have been performed in accordance with AWWA
C900.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
Z.8 MAi�iTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualificatians
Manufacturers
a. Finished pipe shall be the product of 1 manufact�arer for each size, unless
otherwise approved by the City.
1) Change orders, speciats, and field changes may be pravided hy a dafferent
manufacturer upon City approvaZ.
b. Pipe manufacturing operations shall be performed under th;e control of ihe
manufacturer.
c. All pipe iurnished shall be in conformance with AWWA C900.
CITY OF FORT WOIZTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATTON DOCT.IMENT5 Ciry Praject No. 1p147S-2
Revised November 1 b, 2018
33 11 12 - 4
POLYVIAIYL CHI.ORIDE {PVC) PRESSURE PIPE
Page 4 of 8
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1, Store and handle in accordance with the guidelines as stated in AW WA M23.
2. Secure and ma'rntain a locaiion �o store the material in accordance with Section O1
66 00.
111 FIELD [SITE] CONDITIONS [NOT USED]
1.�� WARRANTY [NOT USED]
PART � - PRODUCTS
�.1 OWNER-FLTRNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
�.� EQU��MENT, 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 O l 64 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not Iisted on the Standard Products List is considered a
substitution and sha11 be submitted in: accordance with Section 01 25 00.
B. Pipe
1. Pipe shall be in accordance with AWWA C900.
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 shalt nave a Iay length of 20 feet except far special fittings or closure pieces
necessary to comply with the Drawings.
5. The pipe material shall be PVC, meeiing the requirements of ASTM D17$4, with a
cell classi�cafion af 12454. Outside diameters rnust be equal ta those of cast iron
and ductile iron pipes.
6. As a rninimum the following Dimen�ion Ratio's apply:
Diameter Min Pressnre Clas�
inch si
4 thro� h 12 DR 14
1 G throu h 24 DR 1$
Pipe Markings
a. Meet the minimum requirements of AWWA C900. Minimum pipe marlcings
shall be as follows:
1) Manufacturer's Name or Trademark and production record
2) Nominal pipe size
3} Dimension Ratio
4} AWWA C900
5} Seal of testzng agency that verified the suitability of the pipe
CTI'Y OF FORT WoRTH 2O18 Bond Year 2, Contract 14
STANDARD C�IdSiRi7CTION SPECIFICATION D�CUMENTS City Praject No. 101475-2
Re�ised November 16, 2018
331112-5
PQLYVINYL C�If,ORID� (PVE) PRESSURE PIPE
Page 5 of 8
C. Pressure and Deflection Design
Pipe design shall be based on trench eonditions and design pressure class specified
in the Drawings. Pipe shall be designed accoxdzng to the meihods indicated in
AWWA M23 #'or trer�ch construction, using the following parameters:
a. Unit Weight of Fill {w) = 130 pcf
b. Live Load = AASHTO H� 2Q
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} _ ].SU psi
g. Surge Allowance (PS) = 100 psi minimurn
h. Test Pressure —
1) No less than 1.25 �irnes the stated working pressure {187 psi minimum) of
the pipeline measured at the highest eIevation along the test section.
2) No �ess than 1.5 times the stated working pressure {225 psi mi�ni�tnutn�) at
the lowest elevation of the test section.
i. Maximum Calculated Deflection = 3 percent
j. Restrained Joint Safety Factor (SFj = 1.5
k_ Maximum Joint Deflection = 50 percent of ihe rnanufacturer's
recommendations.
2. Verify irench depths after existing utilities are located.
a. Acco�m,odate vex�ticaI alignrnent changes required because of existing utility or
other conflicts by an appropriate change in pipe design depth.
b. Itx no case shall pipe be installed deeper than its design allows.
3. Provisions for Thrust
a. Thrusts at bends, tees, plugs or other fttings shall be mechanically restrained
joints when req�ired by the Drawings.
b. No tnrus# restraint contribution shall be allowed far t�e restrazned length of
pipe withrn the casing.
c. Restrained joints, where requured, shall be used for a sufficient distance from
each side of the bend, tee, plug, vaIve, or other fitting to resist thrust which wi�l
be developed at the design pressure of the pipe. For the purpose of thr�st the
foIlowing shail apply:
1) Calculate valves as dead ends.
2) Desigin pressure shall be greater than the pressure class of the pipe or the
interrial pressure {P;), whichever is greater.
3) Restrained joints shall consist of approved mechanical restrained or push-
on restrairied joints as listed in the City's Standard Products List as shown
in Section 01 60 00.
4) Restrained PVC pipe is not allowed for pipe greater than 12 inches.
d. The Pipe Manufacturer shall verify the length ofpipe with restrained joints to
resist thr�ast in accordance with the Drawings and the following:
1) Calculate th� weight of the earth (WE} as the weight of the proj ected soil
prism above the pipe, �'or unsaturated soil conditions.
2) Soi1 density — 115 pcf (maximum value to be used), for unsaturated soil
conditions
3) In locations where gound water is encountered, reduce the soil densiiy to
its buoyant weight for the backfi�l below the water table.
a) Reduce the coefficient af friction to 0.25.
CTI'1' OF FQRT WORTH 201$ Bond Year 2, ConEract 14
STANDARD CONSTR{JCTION SPECIFICATION DQCUMENTS Ciry Project No. 101475-2
Revised November 16, 2018
33 11 12 - 6
POLYVINYI. CHI,ORIDE {PVC} PRESSURE PTPE
Fage 6 of 8
4. Joints
a. 7oints shall be gasket, bell and spigot and push-on type canforming to ASTM
D3139.
b. Since each pipe manufacturer has a different design for push-on joints, gaskets
shall �e part of a complete pipe section and purchased as such.
c. Lubricant rnust be non-toxic and NSF approved for potable water applications.
d. Push-On Restrained Joints shall only be as approved in the Standard Products
List in Section O1 GO 00.
5. Detectable Markers
a. Provide detectable markers in accordance with Section 33 OS 26.
�.3 ACCESSORIES [NOT USED]
�.4 SOURCE QUALITY CONTROL [NQT USED]
PART 3 � EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT IISED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A, General
1. Install pipe, fittings, specials and appurtenances as specified herein, as specifed in,
AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe
manufacturer's recaminendations.
2. Lay pipe to the lines and grades as indicated in the Drawings.
3. Excavate and backfill trenches in accordance with Section 33 05 10.
4. Ernbed PVC Pressure Pipe in accordance with Section 33 05 1Q.
5. For installation of carrier pipe within casing, see Section 33 OS 24.
B. Pipe Handling
1. Haul and distribute pipe and ittings at the project site.
Z. Handle piping wit�i caxe to avoid damage.
a. Inspect each joint of pipe and reject or repair any damaged pipe prior to
lowering into the trench.
b. Use only nylon ropes, slings or ather lifting devices that will nat darnage the
surface of the pipe for handling the pipe.
3. At the ciose of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after
the laying operation.
b. Effectively seal the open end of ihe pipe using a gasketed night cap.
C. Joint Making
1. Mechanical Joints
a. In accordance with Section 33 11 11.
CTTY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPEGIFICATTON DOCUMENT3 City Project Na. 101475-2
Aevised November 16, 2018
33 17 12 - 7
PbLYVTNYL CTfLORIb� (PVC) PRESSURE PIPE
Page 7 of 8
2. Push-on 7oints
a. Ir�stall �tash-On joints as defined in AWWA C900.
b. Wipe clean the gasket seat inside the bell of all extraneous matter.
c. Place the gaskei in the bell in the position prescribed by the manufacturer.
d. AppIy a thin film of non-taxic vegetable soap lub�cant to tk�e inside of tb.e
gasket and the outside of the spigot prior to entering the spigot into the bell.
e. When using a field cut plain end piece of pipe, refinish the field cut to conform
to AWWA C605.
3. Joint Deflection
a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines
and grades shown in the Drawings.
b. Joint deflection shall not exceed 50 percent of the ananufacturer's
recornrnendarion.
D. Detectable Metal�ic Tape Installa�ion
1. See Sectian 33 OS 26.
3.5 REPAIR/RESTORATION [liTOT USED]
3.G RE-INSTALLATION [NOT USED]
3.'� FIELD [ox] SITE QUALITY CONTROL
A. Potable Water Mains
1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water
mains:
a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the r�vaYer
main as specifed in 5ection 33 04 �40.
B. Wastewater Lines
1. Closed Circuit Television {CCTV} Inspection
a. Provide a Post-CCTV Inspection in accordance with Section 33 O1 31.
3.$ SYSTEM STARTUP jNOT USED]
3.9 ADJUSTING [NOT USED]
3.�0 CLEANING [NOT Y7SED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTIDN [NOT USED]
3.13 MAIl�ITENANCE �NOT USEDJ
3.14 ATTACHMENTS [NOT USED]
CTTY OF FORT WOIiTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATIQN DOCUMENTS City Project No. 101475-2
Revised November 16, 2418
331112-8
POLYVINYL CHI.ORID� (PVC) PItESSURE PIPE
Page 8 of S
END OF SECTI�N
Revision Log
DATE NAM� SUMMARY OF CHANGE
2.Z.C.1 and 3.4.C.3 — re�ised maximum joini defleetion z-eGuisements
3.4.C.1 — Added reference to Duciile Iran Fittings
12/20/2012 D.Johnson
3.4,D — Removed Marker Ba13s
I.1 Modified acceptable ra�ige for specificat�on from up to 24-inch to up to 36-inch
C}�ange Section 2.2 B. 5. from "The pipe matarial shall be PVC, ineeting t]ie
4/1/2013 �, ��'� 'equirements of ASTM D17$4, witk� a cell classification af G2+#SA•�F." to �'Tk�e pipe
Enaterial s}�a[1 be PVC, �neeting the requiremenfs of ASTM D 1784, with a cefl
classification of .l �45��� .
All references to the use of C905 are nv longer applicable and are deleted.
1ll]412018 I}.V. Magana
1.3.A.4.c. — Updated to reflec# C900 applicable on PVC pipe sizes 4" througl� 60".
CJTX OF FORT WORTH 2O18 Bond Yeaz 2, Contract 14
STANDARD CONSTRUC'�'IdN SPECTFICA110N DQCUMENTS Ciry Project No. 101475-2
Revised November 16, 2018
33 12 10 - ]
WATER SERVICES 1-INCH TQ 2-INCH
SECTION 33 1� 14
WATER SERVICES 1-INCH TO 2-INCH
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 17
1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of-
way, fittings and water meter boxes complete in place, as shown on tl�e Drawings,
directed by the Engineer, and specified herein for:
a. New Water Service
b. New Water Service (Bored)
c. Water Meter Service Relocate
d. Private Water Service
B. Deviarions from this City oiFort Worth Standard Specificaiion
1. None.
C. Products Installed but not Furnished Under this Section
1. Wa#er meters for variaus sizes
D. Related Specification Sectians include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions oithe Contract
2. Division 1--- General Requirements
3. Sect�on 33 04 40 — Cleaning and Acceptance Testing of Water Mains
4. Section 33 OS 10 — Utility Trench Excavahon, Embedment and Backf'ill
5. Sec�ion 33 12 25 -- Connection to Existing Water Mains
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. New Water Service
a. Measurement
1) Measurement for this Item shall be per each new "Water Service" complete
in place from the tap of the main to the instaliation of the nneter box and
associated appurtenances where the service line is installed by open eut
construction.
b. Payment
1) The wark performed and materials furnished in accordance with this Item
and measured as pravided under "Measurement" will be paid for at the unit
price bid per each "Water Service" instaIled far:
a) Various sizes
c. The price bid shall inciude:
1) Furnishing and installing New Service Line as specified by the Drawings
2) Submitting product data
3) Tapping saddle
4) Corporat�on stop
CITY OF FORT WORTH
STANDARll CONSTRUCTION SPECIFICATION DOCiIMENTS 201 S Bond Year 2, Contract 14
i2evised F'ebruary 14, 2017
City Project No. 101475-2
331210-2
WATER SERVICES 1-TNCH Tp 2-INCH
Page 2 of 17
5) Cur6 stop
6) Fittings
7} 5ervice line installed by open cut
8) Connection to meter
9) Meter Bnx and Lid
10) Pa�ement removal
11) Excavation
l2) Hauling
� 3) Disposal of excess material
I4} Surface Restoration associated with Meter 6ox installation and connection,
excluding grass (seeding, sodding or hydro-mulch paid separately)
15) Clean-up
16} Disinfectior�
17} Testing
2. New Bored Water Service
a. Measurement
1} Measurement far this Item s�all be per each new Water Service cornplete in
place frorn the tap of the main to the installation af the meter box and
associated appurkenances where the service line is installed by trenchless
m�thod.
b. Payment
1) The work performed and znaterials furnished in accardance with this Item
anc} measured as provided under "Measurement" will be paid for at the unit
price bid per each `Bored Water Seivice" installed for:
a) Various sizes
c. The price bid shall include:
1) Submitting product data
2} Tapping saddle
3} Corporation stop
4) Curb stop
5) Fittings
6) Service Iine installed by trenchless method
7) Connection to meter
8) Meter Box and I,id
9) Pavement remaval
10) Excavation
11) Hauting
12} Disposal of excess rnaterial
13} Surface restoration associated with Meter Box installation and connection,
excluding grass (seeding, sodding or hydro-mulch paid separately}
14) Clean-up
15) Disinfection
1 b) Testing
3. Water Meter Service Reconnect
a. Measurement
1) Measurement for this Item sl�all be per each Water Meter Service
Reconnect carnplete in place from pubFic service line connection to private
service iine connection.
CITY OF FdRT WORTH
STANDARD CONSTRUCTION 5PECIFICATION DOCUMENTS 2018 Bond Year 2, Cantract 14
Revised February 14, 2D17 City Project No. 1Q1475-2
331210-3
WATER SEItVICES 1-INCH TO 2-INCH
b
c.
Fage 3 of 17
Payment
1) The work performed in conjunction with relocation of the meter, associated
private service line, fittings and meter box 5 feet or less in any direction
from centerline of existing meter location and the materials furnished in
accordance with this Item will be paid for at the unit price bid per each
"Water Meter Service, Reconnection" installed for:
a) Various size of services
The price bid sha11 include:
1) Private service line
2) Fittings
3) Private connection to water meter
�4) Connectian to existing private service line
5) Cut and cri�np of existing service
6) Re�aaoval and Disposal or Salvage of e�isting 2-inch or smaller vvater meter,
as directed by City
7) Pavernent removal
8) Excavation
9) Hauling
10) Di�posal af excess rnaterial
i 1) Surface restaration for area disturbed for installation of ineter box,
excluding grass (seeding, sodding or hydro-mulch paid separately)
12) Clean-up
13) Cleaning
14) Disinfectian
15) Testing
4. Private Water Service Reiocation
a. Measurement
1) Measurement far this Item shall be per linear foot of Private Service
relocation cornplete in place from ti�e meter box to a connection to the
existing service line on private property.
b. Payment
]) The work pe�'ormed in conjunction with Private Service Line installation
where the meter and meter boxes are moved more than 5 feet in any
directian from centerline of existing meter location and materials furnished
in accordance with the Item and measured as prov�ded under
"Measurement" will be paid for at the unit price bid per linear foot of
"Private Water Service" performed for:
a) Various service sizes
c. T'ne price bid shall include:
l ) Obtaining appropriate pe�it
2) Obtaining Right of Entry
3) Submitting product data
4) Private serviee line
5) Fittings
b) Backflow preventer, check valve, and isalation valve relocation, if
appIicabte
7) Connection to existing private service line
8) Pavement removal and replacement
9) Excavation
CITY OF FOAT WORTH
STANI7ARD CONSTRUCTION SPECIFICATION DOCiJMENTS 2018 Bond Year 2, Contract 1�4
Revised February 14, 2017 City Project No, 101475-2
33 i� ia - a
WATER SERVICES ] -INCH Tb 2-INCH
Page 4 of 17
10} Hauling
1�} Disposa] of e�cess material
12) Surface restoration, excluding grass (seeding, sodding ar hydro-mulch paid
separatelY)
13) Clean-up
14) Cleaning
1 Sj Di�infection
16) Testing
1.3 R.EFERENCES
A, Definitions
1, New Service
a. Installation af new 1-inch to 2-inch Water Service Line by open cut
const�-uction from the water main to the right-of-way, including corporation
stop, curb stop, fit�ings and water �neter boxes complete in place, as shown on
the Drawings.
2. New Service (Bored)
a, Installation oi new 1-inch to 2-inch Water Service Line by trenchless
construction method �tom the water main to the right-of-way, including
corporation stop, curb stop, fittings and water meter boxes cotnplete in place, as
shown on the Drawings.
3. Meter Service Recannect�on
a. Reiocation and reconnection of the �rivate service line from an existing meter
to be abandaned an�. a new meter installed that lies within 5 feet of the existing
meter.
4. Private Service Relocation
a. R�locatinn and reconnection af private service line behind the water meter
where tlae existing meter to be abandoned and the new meter installed is greater
than 5 feet of the existing meter. A licensed plwnber is required to relocate the
private ser�ice.
5. Lead-free
a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25
percent lead in accordance with the reduc�ion of Lead in Drinking Water Act
{P.L. 111-380}.
B, Reference Standards
1. Reference standards cited in this Specification re%r to the c�urent reference
standard pubIished at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. ASTM International (ASTM}:
a. A48, Standard Sp�cifica�ion for Gray Iron Castings.
b. A536, Siandard Speci�cation for Ductile Iron Castings,
c. B88, Standard Specification for Seamless Copper Water Tube.
d. B98, Standard Specification for Copper-Silicon Alloy Rad, Bar and Shapes.
e. C131, Standard Specification for Resistance to Degradation of Small-Size
Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine.
f. C150, Standard Specification for Portlan� Cement.
CITY OF FORT WORTH
STANDAl�A CONSTRUCTIOIV SPECIFTCATION DOCiJMENTS 2fl18 Bond Year 2, Contract 14
Revised Pehruary 14, 20i7 City Project No, 1fl147S-2
33 12 10 - 5
WATER SERViCES 1-INCH TO 2-INCH
Page 5 of 1'7
g. C330, Standard Specification for Lightweight Ag�egates for Structural
Concrete.
h. C857 {RL), Standard Practice for Minimum 5tructural Design Loading for
Underground Precast Concrete Utility Structures
i. D883, Standard Terminology Relating to Plastics.
j. D� 693, Standard Test Method for Environmental Stress-Cracking of Ethylene
Plastics
3. American Water Works Association (AWWA}:
a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case.
b. C800, Underground Service Line Valves and Fittings.
4. N5F International(NSF):
a. 61, Drinking Water System Components - Health Effects.
5. Reduction of Lead in Drinking Water Act
a. Public Law 111-380 {P.L. ] 11-380)
6. General Services Administration (GSA):
a. RR-F-621E, Frames, Covers, Gratings, Steps, Stunp and Catch Basin, Manhole
1.4 ADMIIVISTRATIVE REQUIREMENTS
A. Sck�eduIing
1. Provide advance notice for service interruptions and meet require�nents af Division
0 and Division 1.
1.5 SUEMITTALS
A. Submittals shall be in accordance witl� Section O1 33 00.
B. All submittals shalI be approved by the City prior to deIivery.
1.6 ACTION SUBMITTALS/1NFORMATIONAL SUEMITTALS
A. Product Data, if applicable:
1. Tapping Saddle
2. Corporation stop
3. Curb Stop
4. Service Line
5. Meter Box
6. Meter Box Lid
B. Certificates and Tesi Reports
1. Prior to shipment of any Water S�rvice cornponents, the manufacturer sha11 submit
the fallowing:
a. A Certificate of Adequacy of Design stating that the components to be
furnished comply with all regulatory requirernents identified in this Section
including:
1) The Reduction of Lead in Drinking Water Ac# (P.L. 1 ll-380)
2) AWWA C800
3) NSF 61
CITY OF FOAT WORTH
STANDARD CO]VSTAUCTION SP�CIFICATIQN DpCi]MENTS 2018 $ond Year 2, Contract 14
Revised February 14, 2417 City Project No. 101475-2
33 l2 10 - 6
WATER SERVICES 1-INCH TO 2-INCH
Page 6 of 17
1.'� CLOSEQUT SUBMITTALS [NOT USED]
1.S MAINTENANCE MATERIAL SUBMITTAL� �NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
l. Manufa.cturers
a. Water Services shall meet or exceed the latest re�isrons of AWWA C800, N5F
61, the Reduction of Lead in Drinking Water Act and shall meet or e�ce�d the
requirements of this Speci�cation.
1.10 DELIVERY, �TORAGE, AND HANDLING
A. �torage and Handling Requirements
1. Protect all parts such that no damage or deterioration will occur during a prolonged
delay from the time of shipment until installation is completed and the units and
equipment are ready for operation.
2. Protect aIi equipment and parts aga�nst any damage during a prolonged period at the
site.
3. Prevent plastic and similar brittle items from being directly exposed to sunlight or
extremes in temperature.
4. Secure and maintain a location to stare the material in accordance with Section O1
66 00.
1.11 FIELD [SITE] CONDITIDNS [NOT USED]
1.1� WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER�FURNISHED PRODUCTS
A. Water meters for �arious sizes
2.2 EQUIPMENT, PRODUCT TYPES, AND MATER�ALS
A, Manufacturers
1. Only the manufacturers as listed on the City's Standard Products List wi11 be
considered as shawn in Section O1 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 eonsidered a
substitution and shall be submitted in accardance with Section O 1 25 00.
3. The Water Seivices ax►d appurtenances shall be new and the product of a
rnanufacturer regularly er�gaged in the manufact�ring of Water Services and
appurtenances having similar service and size.
B. Description
1. Regulatory Requirements
CIT7i OF FORT WQRTH
STANDART7 CONSTRUCTIDN SPBCIFICATION DOCUMENTS 2018 Bond Year 2, Contract 14
Revised February 14, 2017
City Project No, 101475-2
33]210-7
WATER SERVICES �-1NCH TO 2-TNCH
Page 7 of 17
a. All materials shall conform to the Reduction of Lead in Drinlang Water
Acf {P.L.111-3�0). This Act defines "Lead-free" for pipes and other
appurtenances to be less than 0.2� percent lead.
b. Water Services sha11 meet or exceed the latest revisions of AWWA C800 and
shall �neet or exceed the requirements of this 5pecification.
c. All Water Se�-vices components �n cantact with potable water shal� conform to
the reyuirements of NSF 61.
C. Materials/Design Criteria
1. Service Lines
a. Provide Type K Copper Tubing per ASTM B$8.
b. Furnish in the annealed condrtions, unless otherwise specified in the Cantract
Documents.
2. Service Couplings
a. Fitting Ends
1} Flared Copper Tubing with t�read dimensions per AWWA C800
2) Provide coupling nuts with a machined bearang skirt of a length equal to the
tubing outer diameter (O.D.).
b. Provide with hexagonal wrench grip compatible with the coupling size.
c. Provide lead-free service couplings in accordance with the Reduction of Lead
in Drinking Water Act.
3. Corporat�on stops
a. Provide brass castings per AWWA C800 for:
1) Bodies
2} Plugs
3) D washers
4) Bottom nuts
b. Machining and Finzshing of Surfaces
1) Provide 1 3/4 inc1� per foot or 0.1458 inch per inch � O.OQ7 inch per inch
taper of the seating suriaces for the key and body.
2) Reduce large end of the tapered surface of the key in diameter by chamfer
or turning for a distance that wilI bring the iargest end af the seating surface
of the key into tiae largest diameter of the �eating suriace of the body.
3} Relieve taper seat in the body on the sma11 end.
4) Extend small end of the key there-through to prevent the wearing af a
shoulder and facilitate proper seating of key.
5) Design key, key nut and washer such that if the key nut is tightened to
failure point, the stem end of the key shall not fracture.
6) Design nut and stem to withstand a turning force on tne n�t of at least 3
times the necessary effort to properiy seat the key witl�aut failure in any
manner.
7} Port tlu�ough corporation stop sha11 be full size to eliminate turbulence in
the flow way.
8) Design stop for rotation about the axis of the flow passagevvay inside the
following minimum circles in order to properly clear the tapping naachine:
a) Tvvo 7/8-inch for 1-inch corporation stops
b) Four 15/16-znch for 1%-inch and 2-inch corporation stops
c. Provide lead-free coiporation stops in accordance with the Reduction of Lead in
Drinking Water Act.
CITY O�' �'OR'T WORTIi
STANDARD CONSTRUC'i70N SPECIF'ICATION DQCUMENTS 2018 Sond Yeaz 2, Contract 14
Revised February T4, 2017 Ciry Project No. 101475-2
331210-8
WATER SEIZVICES 1-INCH Tp 2-INCH
Page 8 of 17
4. Curb Stops
a. Provide brass castings per AWWA C800.
b. Valve plugs shall be:
1} Cylinder type
2) Plug type, or
3} Ball type
c. Incorporat� fulI flow porting.
d. Provide for fii11360 degree plug rotation clocicwise or counter-clockwise.
e. Overall Length
1) 3-S/16 inch + 1/8 inch for 1-inch diameter
2) 4-1/32 inch + g.32 for 1-inch diameter
f. Cylindrical Plug Type
1) Pravide �-ring seal at top and bottom.
a) O-ring at top only is acceptable if bottorr� of curb stop t�ody is closed.
2) Seals shall be Buna N.
3) 1 O-ring seal shall surround the outlet port of the curh stop and act to
e�fectively seal in the clased position.
4} The port in the plug shall provide a straight through, full size flaw way, so
shaped as to eliminate turbulence.
S) AI] watenvays shall be smooth and free of burrs or rough areas.
6) Design the curb stop to provide ease and accuracy of operation and positive
shut-off of water.
g. Tapered Plug Type
1) Provide O-ring seal at top and bottom.
2) The tapered plug and cylindrical recess in the valve body shali be machined
to match within approved manufacturing tolerances.
3) Inlet ar�d outlet ports sha11 be sealed by O-rings or combination Te#lon U-
shaped seal rings backed with O-rings.
4) The port in the plug shall provide a straight through, fu11 size flow way, so
shaped as to eliminate turbulence.
5) A11 waterways shall be smooth and free of burrs or rough areas.
6) Design the curb stop to provide ease and accuracy of operation and posi�ive
shut-off of water,
h. Ball Plug Type
1) Provi�e double O-ring seals on the stem.
2) The bail sha�l seal against rubber rings mounted in the val�e body at the
inlet and outlet ports,
3) The bali sha11 be bronze witH a smooth Teflon coating.
4) The port in the plug shall provide a straigI�t through, full size flow way, so
shaped as to eliminate turbulence.
5} AZl waterways shall �ie smooth and free of burrs or rough areas.
i. Provide lead-free curb stops in accordance with the Reduction of Lead in
Drinking Water Act.
5. Strazght Adapters
a. Brass castings and threads per AWWA C$00
b. 1'rovide lead-free straight adapters in accordance with the Reduction of Lead in
Drinking Water Act.
b. Three Part Copper Unions
CITY OF FORT WORTH
STANL3ARD CONSTRUCTI0IV SPECIFICATION DOCL7MENT5 2018 Band Year 2, Contract 14
Tte�ised February 14, 2017 City Project Na. 101475-2
331210-9
WATER SERVICES 1-INCH TO 2-INCH
Page 4 of 17
a. Brass castings and threads per AWWA C800
b. Provide iead-free Three Part Copper Unians in accordance with the Reduction
of Lead in Drinking Water Act.
Straight Meter Couplings
a. Brass castings per AWWA C800
b. Threads per AWWA C7Qp
c. Tazlpiece with outside iron pipe thread
d. Chamfer corners on threaded end of rneter nut.
e. Machine inside and outside of tailpiece.
f. Provide lead-free Straight Meter Couplings in accordance with the Reduc�ion of
Lead in Drinking Water Act.
8. Branch Connections
a. Brass castings per AWWA C800
b. In1et and outlet connections per AWWA CS�O
c. Provide lead-free branch connections in accordance with tl�e Reduction of Lead
in I3rin�Cing Water Act.
9. 5ervice Saddles
a. Castings
1} Brass or Nylon caated duc�ile iron castings per AWWA C8fl0
2) Free of porosity with sharp edges removed
3) Saddle
a) Form to fit firmly against side of maximum diameter of water main
with approximately 180 degrees wrap around.
4) Outlet
a) Design outlet boss for no thread distortion by bending rnomenis.
b) Tapped for taper threaded coxporation stop conforming to AWWA
C800.
b. Straps
l) Conforrn to ASTM B98.
2) Form flat to fit uniformly against the wall of the water main.
3} Shall be double straps
4) Rod diameter not less than 5/8 inch flattened to 1 inch on ane side.
5) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that %
incla rrernains after clamp is fully t�ghtened on the pipe.
6) Chamfer strap ends to protect the starting threads.
7) Tne threads shall be fiilI and free from shear.
8) 4-inch and larger pipe shall be in accordanee with Section 33 12 25.
c. Nuts
1 } Bronze material
a) Same material as sfiraps
2) Dimensions equal to ar larger than hea�y hexagon nuts
3) Tapped 5/8 inch (11-NC-2B)
d. Gaskets
1) Neoprene rubber material
2) Cemented to saddle and positioned to facilitate installation
10. Brass Flanged AngIe Valve
a. For 1%-inch and 2-inch services
b. Brass castings per AWWA CS00
CITY OF �'ORT WORTH
STA�iDARb CONSTRUCTIQN SPECIFICATION DpCUMENTS 2018 Bond Year 2, Contract 14
Revssed February 14, 2017 Ciry Project No. 101475-2
33 12 10 - 1D
WATER SERViC�S 1-INCH TO 2-INCH'
Page lQ of 17
c. Valve Body with integral outlet flange and inlet wrenchi�g flat
d. Fit together key and body by turning key and rearning body
1) Key with O-ring seal seat at the �tpper end
2) Lap key and body seat are to conform to corporation stop requirements of
this Specification.
3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in
flange gasket surface.
4) Drop-in flange gasket surface shall contain gasket retaining gtooves milied
circular about the axis of the flange.
5) The size of the ontlet fiange and the diameter and spacing of the bolt holes
shall conforrn to AWWA C700.
6) The flange on 2-inch angle valves sha11 be double drilled to permit
connec�ion to 1'/� -inch meters.
7) The inlet port of the valve shall be tapered to confor�n to AWWA C$00
taper pipe thread.
S} The key cap shall include a wrenching tee rnarked with a raised or recessed
arrow to show whett�er the valve is open or closed.
9) Valve Assembly (main body, key, key cap)
a) Brass material per AWWA C800
b} O-ring seal an the top of the key between the key and body seat
c) Key cap shall complete the assernbly by atiaching to the key by means
of a strong bronze pin with phosphor bronze spring washer(s)
depressed between the key cap and the top of the valve main body.
d) Provide with padlock wings for locking the valve in the cIosed position.
e) There shall be a uniform application of cold water valve grease
hetween the body and the key.
�j The valve shall be capable of being easily opened and stopping lugs.
g) The waterway through the valve shall be smooth and rounded for
minimum presszue loss, and shall be free of burrs or �ns.
h) The valve shall be strong, well designed, neat in app�arance, water-
tight and entirely adequat� %r the intended putpose.
i) Provide with either a high quality rubber drap-in gasket or an O-ring
seal depending on the manufacturer's flange seaI surface design ehoice.
e. Provide lead-free brass flanged angle val�es in accordance with the Reduction
of Leac� in Drinking Water Act.
11. Meter Boxes sha11:
a. Be constructed of:
1) Poly�ner, black polyethyIene material as defined in ASTM D883.
a) Minimum wa11 thickness of 3/8-inch throughout with no blowing
agenYs or foaming plastics
b) Body shall be black throughout, blended at the time of manufacture,
and shall have a molded recycled emblem with a minimum of 35
percent Post Industrial/ Pre Consumer Recycled Content- verified with
a Leed Product Documentation.
c) Have a tensile strength greater than i700 pounds per s�uare inch (�si).
d} Smooth edges and corners and be free fram sharp edges so the unit can
be handled safely without glo�es.
e} Exterior free from seams ar parting lines.
fj Have crush resistant ribbing along the ot�tside of the box.
crr� o� �oxT wox�
STANbARD CQNSTRUCT'ION SPECIF'ICAITON BOCtiNLENTS 2018 Bond Year 2, Contract 14
Revised February 14, 2017 City Project IVo. 1fl1475-2
33 72 70 - 11
WATER SERVICES 1-INCH TO 2-INCH
Fage 11 of 17
g) Have a flange around the lid opening to help prevent settling and aide
in adjustment to grade.
h) Not to be installed in roadway — designed to withstand loading in non-
deliberate and incidentaI traffic only.
2) Concrete
a) Frame of No. 6 gauge wire welded closed
b} Type I or Type II Portland cement, in accordance with ASTM C150,
portioned with lightweight aggregate, in accordance with ASTM C330
{1) Percentage of wear not to exceed 40 per ASTM C131
{2) Minimum 28 day compressive strength of 3,000 psi
b. Be able to withstand a minianurn l 5,000 pounds vertical load
c. Withstand a minimum 400 pounds sidewa111oad.
d. Have pipe holes measuring a tninimum oi2-1/2" x 3-1/4".
e. i-inch Standard Meter Box (Ciass A)
]} For use with services utilizing 5/$-inch x 3/4-inch, 3/4-inch ar 1-inch meter
Single or Dual service meter.
2) Polymer
a) Size: vvorking oinot less than l0 inches x 16 inches, 12 inches high
3} Concrete
a) Size: warking area not less than 10-inches x 16-inches, 12 inches high
f. 2-inch Standard Meter Box (Class C}
1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter.
2) Polynner
a) Size: working area not less than 14-inches x 28-inches, 12 inches nigh
3) Concrete
a) Size: warking area not Iess than 15-inches x 26-1/2-inches, 12 inches
high
g. BulIhead Standard Meter Box (Class B)
1) For use with services utilizing two S/8-ineh x 3/4-inch or 3/4-inch or 1�inch
Single service meter.
2} Polymer
a) Size: working area not less than �5-inches x 18-inches, l2 inches high
3) Concrete
a) 5ize: working area not Iess than 15-inches x 18-inches, 12 inches high
12. Meter Box Lid
a. Meter Bo� Lids Shali:
�) Be solid throughout with reinforcing ribs.
2) Have City of Fort Worth `Molly' logo molded into the lid.
3} Bear the Manufacturer's IS (name or logo) and Country of Origin.
4) Be designed both witl� and without AMI receptacles
5) Have a molded tread-p�ate
6) Seat securely and evenly insic�e the meter box ana shall nat overlap the top
edge of the meter box.
7) Have a molded pic� bar for use by meter reading tool.
8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for
number of ineters/endpoints associated with meter box
9} Have an opening to accept the AMI end-point. Opening sha11 accommodate
an endpoint with a 1-7/8 inches diameter.
CIT�C OF FORT WQRTH
STA�iDARI7 CONSTRUCTION SPECIFICATION DOC:UMENTS 2018 Bond Year 2, Corid-act 14
Revised February 14, 2D17 Ciry Project No. 1p1475-2
33 12 30-12
WATER SERVICES 1-INCH TO 2-INCH
Page ]2 of 17
10) Have xecessed AMI end point area, ta alleviate a trip hazard, centered over
AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8"
deep.
11) Have built-in anti-flotation devices.
b. Cast Iron or Ductile Yron
1) Lids for Concrete Meter Boxes shail3�e constructed out of a cast iron and
meet RRF-621 specification.
2) Sha11 withstand a minimum vertical load of 15,000 pounds
3) Coat castings wit� a bituminous emulsified asphalt unless otherwise
specified in the Contract Documents, ground stnooth, and cleaned with shot
bIasting, ta get a uniform quality free from strength defects and distorEions.
4} Dimensions shall �e within indushy standards af f 1/16 inch per foat.
5} Shall have a plug inserted in to the AMI receptacle to a�aid water entering
through opening until tl�e AMI receptacle is used
6) Be a minimum of 1-3/4 inches thick at reinforcing ribs.
7) Casting weights may vary f5 percent from drawing weight per industry
standards.
c. Plasnc(Connposite)
1) Tne li� shall :
a) Constructed of Engineered Plastic as defined in ASTM D883
(1) Ha�e a molded recycled emblem with a minimum of 50 percent
Post Consumer Recycled and 50 percent Post Industrial/ Pre
Consurner Recycled Content- verified with a Leed Product
Documentation.
(2} Be designed to fit a concrete box/cast iron box in retrofit
instaIlations.
(3) Have a tensile strength greater than l 700 psi.
(4) Have a`knock-out" plug to accept the AMI end- point. Kxaock-out
diarneter shaIl be 1-7/8 inch diarneter. A removable plug may be
substituted for the knock-out plug.
(5) Be constructed out of a composite material blend for maximum
durability and corrosion resistance.
(b) Be black throughout with no blowing agents or foaming plastics
(7) Snnooth edges and corners and be free from sharp edges so the unit
can be handled safely without gloves.
(8) Exterior free from seams ar parting lines.
(9) Have a molded tread-pattern- iread dimens�ons shall be .188-incn x
.938-inch x .150-inch deep.
(10) Have "City of Fort Worth" molded into the lic€.
(11) Have "Water Meter" molded into the lid- Font shall be standard
Fadal CNC font wi#h 1-inch characters x.150-inch deep,
{12) Have a molded pick hole pocket- dimensions shall be 3-inch x
9/16-inch x Thru Hoie with 3/1 b-inch 304 stainless steel rod.
{ 13) Have 2 pieces of 1/z-inch rebar located in lid pockets for
Iocatability as shown in Drawings.
(14} Have locatian capability using metal detectar,
b) Domestic Mariufacture On1y-Made in USA molded on Lid.
c) Not to be installed in roadway or parlcing area
CIT'Y OF FORT WORTH
STANDAI2D C�NSTRUCTION SPECIFICATIOis DOCiJMENT5 2U18 Band Year 2, Contract 14
Revised February 14, 2017
City Froject No. 101475-2
33 12 10 - 13
WATER SERVICES l-INCH Tp 2-INCH
Page ] 3 af 17
d) Be designed to withstand H-101oading for non-deliberate and
incidental firaffic only as .
e) Have ultraviolet protection.
2} 1-inch Standard Plastic Meter Box Lid (Class A)
a) For use with services utilizing 5/8-inch x 3/�-inch, 3/4-inch or l-inch
meter Single or Dual service meter.
b) Size: 11-7/8�inch x 1'1-�/$-inch, 1-1/2 inches high
c) For use with Ciass A Standard Meter Box.
d) Polymer lid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box.
3) 2-inch Standard Piastic Meter Box Lid (Class C)
a) For use with services utilizing 1-1/2-inch or 2-inch 5ingle service
meter.
b) $ize 27-inches x 15-1/4-inches, l-7/8 inches higt�
c) For use with Class C Standard Meter Box.
d) Polymer lid shall seat evenly inside rneter box and shall not overlap the
top edge of the meter box.
4) BulIhead Standard Plastic Meter Box Lid (Class B)
a) For use with services utilizing two 5/8-inch x 3/a-inch or 3/4-inch or 1-
inch Single senrice meter:
b) Size: 16-5/8-inch x 14 5/8-inch, 1-3/4 inches high
c) For use with Ciass B Standard Meter Box.
d) Polymer lid shall seat evenly inside meier box and shall not overlap t1�e
top edge of the rneter box.
13. Horizontal Check Va1ve
a. Equip 1'/z-inch and 2�inch Water Services with a harizontal check valve, with
pipe plug, only if speeified in the Drawings.
b. If an existing backflow preventer is present, the Contractor is to leave it, and is
not required to provide an addztional horizontal check valve.
c. Provide Iead-free horizontal check valves in accordance with the Reduction of
Lead in Drinking Water Act.
14. Se�rvice Marker
a. 3 inch wide, 5 mil blue vinyl tape
2.3 ACCESSORIES [N�T USED]
2.� SOURCE QUALITY CONTROL
A. Tests and Inspeetions
1. At the City's option, the manufacturer shall be reyuired to pravide certification
records showing conformance of materials, design and testing to these
Specifications.
2. The test procedures shal� conform to AWWA C800.
a, In the event that a chosen valve fails the City's hydrostatic test, the cost af the
test shall be at the expense of the supplier.
b. Proof testing of the remainder of t�e valves shall be at the cost and
responsibility of the supplier.
c. These tests will be the basis of acceptance or rejection of the remainder of the
shipment by the City.
CITY OF FORT WORTH
STANDI�RD CONSTRUCTION SFECIFICATION DOCUMENTS 2018 Bvnd Year 2, Cvntract 14
Revised February 14, 2017 City Project AIo. 1U1475-2
33 iz io - �a
WATER SERVICES ] -IIVCH T'O 2-INCH
Page 14 of 17
3. The City reserves the right to select products at random for testing. The failure of
materials to confarm io the applicable Specification may result in the rejection of
the entire shipment.
B. Marking
l. Service saddle castings shall be clearly marked by Ietters and numerals cast thereon
showing:
a. Manufacturer's name
b. Type
c. 5ize of Pipe
PART 3 - EXECUTION
3.1 INSTALLERS
A. A licensed plumber is required for instailations on the outlet sid� of the service meter.
3.� EXAMINATIQN [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
]. Install Water Services and appurtenances in accordance with AWWA C800.
2. Install Water 5ervice Lines 5 feet north or east of center of lot froniage on lots 75
feet or widar, or where shown on Drawings.
3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless
otherwise shown on the Drawings.
4. Install services at a minimum depth of 36 ir�ches below �nal grade/proposed top of
curb, unless othenvise specified in the Cantract Documents.
5. Perform leak tests in accordance with Sec�ion 33 04 40.
6. Replace existing 3/4-inch Service Lines with 1-inch new Service Line, tap, and
corporatian.
7. Install replaced or relocated services with the service main tap and service line
being in line with the service meter, unless otherwvise directed by the City.
$. Excavate, embed and backfill trenches in accordance with Section 33 05 10.
B. Handling
1. Haul and distribute Se7rviee Lines fittings at the project site and handle with care to
avoid damage.
a. Inspect each segment of Service Line and reject or repair any damaged pipe
prior to Iowering into the trench.
b. Do nat handle the pipe in such a way that will damage the pipe.
2. At the close of �ach operating day:
a. Keep the pipe cleat� and free of debris, dirt, animals and trash — during and after
the laying operation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF'ICATION DOCUMENTS 2018 Bond Year 2, Contract 14
Revised Febzuaiy 14, 2017 City Project No. 101A7S-2
33 12 10 - 15
WATER SERVICES 1-It�CH TO 2-INCH
C. Service Line Installa�ion
Page 15 af 17
l. Service Taps
a. Only ductile iron pipe rnay he directly tapped.
i�. Install service taps and/or tap assemblies of the specified size as indicated on
the Drawings, or as specified by the Engineer.
c. Perform taps on a water systerr� that is either uncharged ar under pressure.
d. Taps consist of:
]) For Concrete Pressure Pipe or Steel Pipe
a} Standard internal pipe threaded holes in the pipe walls
(1) Made during pipe fabrication
{2) Provide tapered threaded outlet �vitn cc threads for up to 2-inch.
{3} Provide flar�ge outlet with flange to thread insulator adaptor kits for
4-inch and larger taps.
2) Other pipe materials
a) Bronze service clamp with a sealed, threaded port through which the
pipe wall is drilled to complete a service port
e. Tap Assemblies
l) Consist of corporatian stop with iron to copper connection attached to:
a} Copper tubing terrninating as shown on the Ciry's Standard Detail
b) May be required adjacent to gate valves
c) Install as shown on the Drawings, or as directed by the Engineer.
d) VlThen required, shall be included in the unit price bid for installing gate
vaIve.
2) Chlorination and testing purpases
a) No separate payment wiil be made for taps required for testing and
chlorination.
2. Installation of Water Services
a, Install tap and Service Line in accordance with City Details.
b. Install meter box in accordance with City D�tails.
1) Adjustment of the Service Line ta proper meter placement height shall be
considered as part of the Meter Box instaIlation.
3. Trenching
a. Provide a trench width sufficient�y wide to altow for 2 inches of ganular
embedment on either side of the Service Line.
4. Bored Services
a. Services sha11 be bored utilizing a pilot hole having a diameter 1/z �nch to 3/4
inches targer than the Service Line.
5. Arrangernent
a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and
other associate appurtenances as shown in the City Detail, and to the approva�
of the Engineer.
Service Marker
a. When Meter Box is not installed immediately subsequent to service instailation:
1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the
service and extending through tne backfill approximately 6 inches above
grounc� at the Meter Sox location.
b. Installation oiservice taps oniy:
CITY OF FORT WORTH
STANDAI2D CONSTRUCTION SPECIFICATION DOCl1MENTS 2418 Bond Year 2, Contract 14
Revised February 14, 2D17 Ciry Project No. 101475-2
33 12 10 - 16
WATER SERVTCES 1-INCH TQ 2-INCH
Page lb of 17
1) Attach sezvice mark�r tape to the corporatian stop or plug and ext�nd
upward and normal to the main through the backfill at the adjacent trench
edge to at ieast 6 inches above ground to flag the tap location.
7. Cor�aoration stops
a. Fully open corporation stop prior to backfill.
D. Remo�al of Existing Water Meters
1. Remove, tag and collect existing Water Ser�ice rneter for pickup by the City for
reconditioning ar replacement.
2. After installation af the Water Service in Lhe proposed location and receipt of a
meter from the City inspector, install the meter.
3. Reset the meter box as necessary to be flush with existing ground or as otherwise
directed by the City.
4. All such work on the outlet side of the sezvice meter shall be performed by a
licensed plumber.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.'� FIELD [oR] SITE QUALITI' CONTROL
A. Field Tests and Tnspections
1. Check each Water Service instaIlation for leaks and full flow through the curb stop
at the time the ma�n is tested in accordance with Sec�ion 33 04 40.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING (NOT USED]
310 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.1� PROTECTION [NOT U�ED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS (NOT USED]
END OF SECTION
CTTY OF FQRT WpRTH
STANbARD CONSTRUCTION SPECIF7CATION DOCUMENTS 2018 Bond Year 2, Cantract 14
Revised February 14, 2017 City Project No. 101475-2
33 t2 10 - 17
WATER S&12V10E5 1-INCH TO 2-INCH
Page 37 of 17
Revision Log
DATE NAME SUMMARY OF CHANGE
Added $]ue Text for clarification
1_2 A. — Revision ta items included in price bid
Specification modified to be in accordance with the Reduction of Lead in Drn�knig
1 2/2012 0 1 2 D. Johnson Water Act — All materia�s shall be 2ead free in accordance with this Act.
I.2.A.3 — Water Meter Service Relocate was renamed Water Mefer Service
Reconnecf
f.6.$. — added certification submittals far compliance with regulatory requirements
Added the phrase `, including grass' to lines;
Part 1, 1,2.A.1.c.14, Paril, 1.2.A.2.c.I3, Part 1, 1.2.A.2.c.13, Part 1,1.2.A3.a11,
2/13/2013 F. Grif�in Partl, I.2.A.4.c.11
Added the phrase `and replacement' to line Part 1,12.A.4.c.7
Revised lines wifh `including grass' replacing with `exciading grass {seeding,
4/26/2Q13 F, � ffn sodding or hydrornulching paid separately}'
Incfuded in Part 1, I.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11;
Part 1, 1.2, A, 4, 2, 11
6/19/2013 D. Johnson 1.2.A.4.c — Addition of private water service appurtenances relocation to being
included in the linear foot rice of rivate water services
11/21/2016 W. Norwood Require �neter box suitable for AMI meter. 2.2,C, 11 & 2.2,C,12
11/2112Q16 W, Norwood Require servica saddle with double straps. 2.2,C,9,b
2114I17 W. Norwood Z•2, C, 9.a.3 Remove table "Fit Contour ofpipe..."
2114/17 W, Norwood 3.4, C, i.d.(2) Remove nylon slee`+e inserts, require cc threads.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATTON bOCUIVIENTS 201$ Bond Year 2, Contract lA
Revised February 14, 2017 City Project No. 101475-2
33 12 20 - 1
RESILIEi3T SEATEb (WEDGE) GATE VALVE
Page ] of 1p
1 �ECTION 33 1� �0
2 RESJLJENT SEATED (WEDGE) GATE VALVE
3 PART1- GENERAL
4 l.i SUMMARY
5 A. Section Includes:
6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable
7 water mains
8 a. 24-inch and larger valves may require an integral bypass
9 2. Gate valves larger than 24-inches may be approved by the City on a case-by-cas�
10 basis.
11
12
13
14
I5
16
17
18
B. Deviations from this City of Port Worth Sfiandard Specification
1. None.
C. Re�ated Speclfication 5ections include, but are not necessaril� limited to:
1. Divisian 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 11 a5 — Bolts, Nuts, and Gaskets
4. Section 33 I 1 10 — Ductile Iron Pipe
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
Z 1 1. Gate Valve
22 a. Measurement
23 1) Measurement for this Ttem shall be per each.
24 b. Payment
25 1) The work performed and the materiais fuz-r�ished in accordance with this
26 Item sha11 be paid for at the unit price bid per each "Gate Va1ve" installed
27 for:
28 a) Various sizes
29 c. The price bid shall include:
30 1) Fiu-nishing and installing Gate Valves with connections as specified in the
31 Drawings
32 2) Valve box
33 3) Extension
34 4) Extensions %r valves in vaults
35 5) Va1ve vault and appurtenances {for 16-inch and larger gate valves}
36 6) Petrolatum tape for connections to steel flanges
37 7} 2-inch risers (%r I6-inch and larger gate valves)
38 8) Isolation kits when instaIled with flanged connections
39 9) PoIyethylene encasement
CITY OF FORT WORTH
STANDAI2D CONSTRUCTION SPECIFICATION DOCITMENT5 2018 Bond Year 2, Contract 14
Revised December 2Q, 2012 Ciry Project No. 101475-2
331220-2
RESILIENT SEAi'ED (WEDGE) GAT'E VALVE
Page 2 of 10
1
2
3
4
5
6
7
8
9
10
Il
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
2.
l0) Pavement removal
11) Excavation
12) Hauling
13) Disposal of excess material
14) Furnishing, placement and compaction of embedment
15) Furnishing, placement and cor�xzpaction of backfill
16) Clean-up
17} Cleaning
18} Disinfecrion
19) Testing
Cut-in Gate Valve
a. Measurement
1) Measurernent for this Item shall be per each.
b. Payment
1) The work performed and the materials fiirnished in accordance with this
Item shall be paid for at the unit price bid per each "Cut-in Gate Valve"
installed for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing Gate Valves with connections as specified in the
Drawings
2) System dewatering
3) Connections to existing pipe materiats
4) Valve box
5) Extension
6) Extensions far val�es in vaults
7) Valve vault and appurtenances (for 16-inch and larger gate valves)
8} Petrolatum tape for connections to steel flanges
9} 2-inch risers (for 16-inch and larger gate valves}
10) Isolation kits when installed with flanged connections
11) Valve vault and appurtenances (fox 16-inch and larger gate valves)
12) Folyethylene encasement
13) Pavement removal
14) Excavation
15) Hauling
16) Disposal of excess material
17) Furnishing, placement and compaction of embedment
18} Furnishing, placement and cornpaction of laackfill
19} Clean-up
20} Cleaning
21) Disinfection
22) Testing
43 1.3 REFERENCES
44 A. Abbreviations and Acronyms
45 1. NRS — Non Rising Stem
46 2. O5&Y — Outside Screw and Yoke
CITY OF FORT WbRTH
S'FAIVDARD CONSTRUCTION SPECIF'ICATION DOCUMENTS
Revised December 20, 2012
2018 Bond Year 2, Contract 14
City Project No, 103475-2
331220-3
RESIL.IENT SEATEA (WE.]]G�) GATE VALVE
Page 3 of 10
1
2
3
�
5
6
7
B. Reference Standards
1,
2.
3.
4.
Reference standards cited in this Specificatio� 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 speci�cally cited.
American Assaciation of State Highway and Transportation Officials (AASHTO).
American Society ofMechanical Engineers (ASME):
a. B 16.1, Gray Iron Pipe FIanges and Flanged Fittings (Classes 25, 125, anc� 250).
American Iron and Steel Institute (AISI).
S
9
l0
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
S. ASTM Interna�ional {ASTM}:
a. A4$, Standard 5pecification far Gray Iron Castings.
b. A242, Standarrd Specification for High-S�rength Low-Alloy Structural Stee1.
c. A3Q7, Standard Specification �'or Carbon Steel Balts and Studs, 60,000 psi
Tensile Strength.
d. A536, Standard Specification for Ductile Iran Castings.
e. B l 17, 5tandard Practice for Operating Salt Spray {Fog) Apparatus.
f. Bb33, Standard Sp�cification for Electrodeposited Coatings of Zinc on Iron and
Steel.
6. American Water Works Assaciation (AWWA):
a. C509, Resilient-Seated Gate Valves for Water Supply 5ervice.
b. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service.
c. C550, Protective Interior Coatings for Va�ves and Hydrants.
d. C900, Polyvinyl Chlaride (]'VC) Pressure Pipe and Fabricated Fittings, 4 IN
through 12 IN, for Water Transmission and Distribution.
7. American Water Works Association/Arnerican Nationai Standards Institute
(AWWA/ANSI):
a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems.
b. Cll 1/A21.1 l, Rubber-Gasket Joint� for Ductile-Iron Pressure Pipe and
�ittings.
c. C� 15/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron
Threaded Flanges.
8. NSF International {NSF):
a. 61, Drinking Water System Components - Health EfFects.
33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
34 1.� SUBMITTALS
35 A. Submittals sha11 be in accordance with Section O1 33 00.
35 B. All submittals shall be approved by the City prior to delivery.
37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
38
39
40
41
42
A. Product Data
1. Resilient Seated {Wedge) Gate Valve noting tne pressure rating and coating system
supplied, including:
a. Dimensions, weights, material list, and detailed drawings
b. Joint type
CITY OF FOR'I"WORTH
STANDARD CONSTRUCTION SPECIFICA'I'IOI�! DOCL]MENTS 2018 Bond Year 2, Contract 14
Revised December 20, 2012 City Project No. 101475-2
33122D-4
RESILIENT SEATED (WEDGE) GAT�. VALVE
Page 4 of ]0
�
2
3
4
5
b
7
S
9
10
I1
12
13
14
15
lb
17
1$
19
20
21
22
23
c. Maximum torque recommended by the manufacturer for the valve size
2. Polyethylene encasement and tape
a. Whether the film is linear low density or high density crass linked polyethylene
b. The thickness of the filzn provided
3. Thrust Restraint, if required by contract Documents
a. Retainer glantls
b. Thrust harnesses
c. Any other means
4. Instructions for field repair of fiision bonded epoxy coating
5. Gaskets
B. Certificates
1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet
the provisions of this Section, each valve meets Specificaiions, all inspections ha�e
been made and that all tests have been performed in accordance witli AWWA C509
or AWWA C515.
2. Furnish a certificate stating that buried bolts and nuts con%rm to ASTM B 117.
3. �'urnish affidavit that Resilient Seated (Wedge) Gate Valve rnanufactiu-er has five
years experience manufacturing Resilient Seated Gate Valves of similar service a�d
size with experience record.
4. Furnish affidavit that Resilient Seated {Wedge) Gate Valve manufacturer owns or
controls any for�ign factory/foundry that supplies valve casings and can certify that
the Resilient Seated (Wedge} Gate Valve manufacturer is in contral of quality
controi at the foreign factory/faunciry.
24 1.i CLQSEQUT SUBMITTAL� [NQT USED]
25 1.8 MAINTENANCE MATERIAL SUSMITTALS [N4T USED]
2b 1.9 QUALITY ASSURANCE
27 A. Qualifications
28 1. Manufacturers
29 a. Valves 16-inch and larger shall be the product of 1 manufaciurer for each
30 project.
31 1) Change arders, specials and fieId changes may be provided by a different
32 manufacturer upon City approval.
33 b. For �alves less than 16-inch, valves of each size shall be the product of 1
34 manufacturer, unless approved by the City.
35 1} Change orders, s�ecials and f eld changes may be provided by a different
3b manufacturer upon City approval.
37 c. Valves shall meet or exceed AWWA C509 ar AWWA C51 S.
38 d. For vai�es equipped with a bypass, the bypass valve must be of the same
39 manufacturer as the �nain val�e.
40 �. Resilient Seated Gate Valves shall be new.
C1TY OF FORT WORTH
STANI7ARD CONSTRUCTIOIV SPECIFICATIDN DOCUMENTS 2018 Bond Year 2, Contract 14
Revised December 20, 2012
City Pro}ect No. 1U1475-2
331220-5
RESILIENT SEAT�B (WEDGE} GATE VALVE
Page 5 of ] 0
1
2
3
4
5
6
7
8
9
10
11
f.
g•
Resilient Seated Gate Va1ve Manufacturer shall not have less than 5 years of
successful experience manufacturing of Resilient Seated Gate Valves of siza�ilar
service and size, and indicated or demonstrate an experience record that is
sat�sfactory to the Engineer and City. This experience record w21i be thoroughly
investigated by the Engineer, and acceptance will be at the so�e discretion of ihe
Engineer and City.
Casings for Resilient Seated Gate Valve, such as valve body, we�ge, and
bypass; that are not manufactured witnin the United States oiAmerica, shall be
manufactured Uy factories/foundries that are owned or controlled (partial
ownership) such that the Resilient Seated Gate Valve Manufacturer can control
and guarantee quality at the foreign factory/foundry.
12 1.10 DELIVERY, STORAGE, AND HANDL�NG
13
14
15
16
17
18
A. Storage and Handling Requirements
l. Protect all parts so that no darnage or deterioration will occur during a prolonged
delay fromi the time of shipment u�ti1 installation is completed and the units and
equiprnent are ready for operation.
2. Protect all equipment and parts against any damage during a prolonged period at the
site.
19 3. Protect the finished surfaces af a11 ex�osed flanges by wooden blank flanges,
20 strongly built and securely bolted thereta.
21 4. Proteet iinish�d iron or steel surfaces not painted to prevent rust and corrosian.
22 5. Prevent plastic and similar brittle items fram being directly exposed to sunlight or
23 extremes in temperature.
24 6. Secure and maintain a location to store the tnaterial in accordance with Section O1
25 b6 D0.
26 1.11 FIELD (SITE] CONDITIONS [NOT USED]
27 1.12 WARRANTY
28 A. Manufacturer Warranty
29 1. Manufacfurer's Warranty sha11 be in accordance with Division 1.
34 PART 2 - PRODUCTS
31 2.1 OWNER-FiTR1VISHED [oR] OWNER�SUPPLIED PRODUCTS �NOT USED]
32
33
�.� EQUYPMENT, PRODUCT TYPES AND MATERIALS
A. Manufacturers
3�1 1. Only the manufacturers as listed on the City's Standard Products List will be
35 considered as shown in Section O1 60 00.
36 a. The rnanufacturer rnust comply with this Specification and related Sections.
37 2. Any product that is not listed on the Standard Products List is considered a
38 substitutior� and sha11 be submitted in accordance with Section O1 25 00.
CITY OF FORT WORTH
STANDAILD CONSTRUCTTON SPECIFICATION bOC(7MENT5 2018 Bond Year 2, Contract 14
itevised December 20, 2012
City Project No. 101475-2
33 izza-6
RESILIEIVT SEATED (WEDGE) GATE VAT,VE
Page b of 10
1
2
3
4
5
6
7
8
9
]0
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
B. Description
Regulatory Requirements
a. Valves shall be new and meet or exceed AWWA C509 ar AWWA C515 and
sha11 meet or excezd the rec�uirements of this Specification.
b. All valve components in contact with potable water shall conform to the
requirennents oiNSF 6l.
C. Materiais
3
�
5
�
1. Ualve Body
a. Valve body: ductile iron per ASTM A536
b. FIanged ends: Furnish in accardance with AWWA/ANSI C115/A21.15.
c. Mechanical3oints: Furnish with outlets which confoz-xz� to AWWA/ANSI
C111/A21.11.
d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5
mils, meeting AWWA C550 requirements
e. Buried val�es: Provide with polyethylene encasement in accardance with
AWWA/ANSI Cl O5/A21.5.
1} Polyethylene encasement: Furnish in accordance with Sectian 33 11 10.
2. Wedge (Gate)
a. Resilient wedge: rated at 250 psig cold water working pressure
b. The wedge (gate) for all valve sizes sha11 be 1 piece, fu11y encapsulated with a
permanently bonded EPDM rubber.
Bypass
a, Far gate va3ves using a double roller, �rack and scrapper system, an integrally
cast bypass on the body of the valve is required_
1) Ori�nt the bypass on the same side of the gate valve as the sp�zr gear to
a�1ow operation of both valves from the manhole opening.
2) The by�ass shali be a minimum 4-inch in size.
Gate Ual�e Bolts and Nuts
a. Bonnet, Stuff'ing Box and Gear Box - Hex head bolt, and hex nut: �teel ASTM
A307 Gr. B, Zinc F1ate perASTM B633, SC3 for non-buried service (4-inch
through 12-inch valves) or as specified in 2.2.C.4.b.
b. Hex head bolt and hex nut: AISI 304 stainless steel far buried service {all
sizes) and for valves 16-inch through 36-inch {non-buried service)
Bolts and Nuts
a. Mechanical Joints
a) Provide bo�ts and nuts in accordance with Seetion 33 ll O5.
b. Flanged Ends
1) Meet requirements af AWWA C115 or AWWA C207 depending on pipe
material.
2} Provide bolts and nuts in accordance with Section 33 1 l O5.
3) Flanged isolation kits shall be pro�ided when connecting #o buried steel or
concrete pressure pipe. Kits shall conform to Ssction 33 04 14.
Joints
a. Valves: flanged, or mechanical joint or any combination of these as speci�ed
on the Drawings or in the project Specifications
1) Flanged-joints: AWWA/ANSI C115/A21.15, ASME B15.1, Class 125
CITY pF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DpCUMEN3'S
Revised December 20, 2Q32
20I8 Bond Year 2, Contract 14
City Pro�ect No. 101475-2
33 1220-7
RESILIENT SEATED (WEDGE) GATE VALVE
Page 7 af 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
a) Flange balt circl�s and bolt l�oles shail match those of A5ME B16.1,
Class 125.
b} Field fabricated flanges are prahibited.
Steel or eoncrete pressure pipe
a) Use flange-joints unless otherwise specified in the Contract
Documents.
Ductile Iron or PVC pressure pipe
a) Use rnechanical joints with mechanically restrainea retainer glands
unless othenvise specified in the Cantract Documents.
7. Operating Nufis
a. Supply for buried service valves
b. 1-15/] 6-inch square at the top, 2-inch at the base, and 1-3/4-inch high
c. Cast an a.rrow showing the direction of opening with the word "OFEN" on the
operating nut base.
d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE)
direction. Nut shaIl be painted red per AWWA specifications
e. Connect the operating nut to the shaft with a shear pin that prevents the nut
from transferring torque to that shaft or the gear box that exceeds the
manufacturer's recommended torc�ue.
f. Furnish handwheel operators for nan-buried service, or when shown in the
Drawir�gs.
22 S. Gearing
23 a. Gate valves that are 24 inch and larger: Equip with a spur gear.
24 b. Bevel gears for horizor�tally mounted valves are not allowed.
25 c. The spur gear shall be designed and supplied by the manufacturer of the valve
26 as an integral part of the gate valve.
27 9. Gaskets
2S a. Provide gaskets in accordance with Section 33 11 O5.
29 �.3 ACCE�SORIE�
30
3l
32
33
34
35
36
37
38
39
40
41
42
43
44
�
3}
A. All gate valves sha11 have the following accessories provided as part of the gate valve
installation:
2.
3.
A keyed solid extension stern of suffici�nt l�ngth to bring the operating n�t up to
within 1 foot of the surFace of the graund, when the operating nut on the gate valve
is 3 fset or rnore baneath the surface of the ground. Extension Stems are:
a. Not required on City stock orrders
b. Not to be bolted or attached to the valve-operating nut
a To be of cold rolled steel with a cross-sectional area of 1 square inch, fitting
loasely enough ta atlow deflection
F�rnish joint components such as gaskets, glands, lubricant, bolts, and nuts in
sufficient quantity for assembIy of each joint.
Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve
boxes and covers
a. Each vaive box for 4-inch through 12-inch valves sha11 be 2-piece, 5%a-inch
shafts, scr�w type, consisting of a top section and a bottom section.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATIOId DOCUMENTS 201$ Bond Year 2, Contract Z4
Aevised December 20, 2012 City Project No. 102475-2
33 12 20 - 8
RESILIENT SEATEI} (WEDGE) GATE VALVE
Fage 8 of l D
1
2
3
4
S
6
7
8
9
Ip
1�
12
b. Valve boxes sha�l be as listed in the City of Fort Worth Standard Products List
in attached in Section O1 60 00.
c. Valve box covers shall be so designed that they can be easiiy removed to
provide access ta valve operating nut.
d. Valve box covers must be designed to stay in position and resist damage under
AASHTO HS 20 traffic �oads.
e. Each cover shaIl be casted with the word "WATER" or "RECLAIMED" in
raised letters on tl�e upper surface.
f. Cast iron valve boxes and covers sha11 conform to ASTM A48, Class 35B.
1) Valve box covers shall be round for potable water applications and square
for reclaimed water applications.
g. Box extension material shall be AWWA C900 PVC or ductile iron.
13 �..� SOURCE QUALITY CONTROL [NOT USED]
] 4 PART 3 - EXECUTION
15 31 INSTALLERS [NOT U�ED]
16 3.2 EXAMINATION [NOT USED]
17 3.3 PREPARATION [NOT USED]
t 8 3.4 INSTALLATION
19
20
21
22
23
24 3.�
A. General
1. A11 valves shall be instailed in vertical position when utilized in normal pipeline
installation.
2. Valves s�all be placed at line and grade as indicated on the Drawings.
3. Polyetnylene encasernent installation shall be in accordance with Sec�ion 33 11 10.
REPAIR/RESTQRATION [NOT USED]
25 3.G RE-INSTALLATION [NOT USED]
26 3.'� FIELD [az�� SITE QUALITY CONTROL
27
28
24
30
31
32
33
34
35
36
37
A. Field Inspections
1. Before acceptance of the installed valve, the City Field Operations Staff sha11 have
the opportunity to operate the val�e.
2. The City shall be given the opportunity to inspect all buried flanges before they are
covered.
3. The Operator will be assessing the ease of access to the opera�ng nut within the
valve bax and ease af operating the valve from a fully c�osed to fully opened
position.
4. If access and operation of the valve meet the City's criteria, then the valve will be
accepted as installed.
B. Non-Conforming Work
CITY OF FORT W012TH
STANDAILD CONSTRUCTIOI�T SPECIFICATION DOCLJMENTS 201$ Bond Year 2, Contract I4
Revised December 2D, 2012 City Project IVo. 101�475-2
33�z2o-9
RE.SIL,IENT SEATED (WEDGE) GATE VALVE
Page 9 of 10
1 1. If access and operation of the valva or its appurtenances does not meet the City's
2 criteria, the Contractor will remedy the situation until it meets the City's criteria, at
3 the Contractor's expense.
4 3.� SY5TEM STARTUP [NOT USED]
5 3.9 ADJUSTING �NOT USED]
6 3.10 CLEANING [NOT USED�
7 3. E l CLOSEOUT ACTIVITIES [NOT USED]
8 31� PROTECTTON [NOT USED]
9 3.13 MAINTENANCE [NOT USED]
10 3.14 ATTACHMENTS [NOT USED]
11
CITY OF FORT WORTH
STANDARA CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Bond Year 2, Contract lh
Revised December 20, 2012 City Project No. 1014'75-2
s3 �zzo- �o
RESILIENT SEA'i'BD (WEDGE) GATE VALVE
Page ]0 of lU
END OF SECTION
Revision I.og
DATE NAME SUMMARY OF CFIANGE
1.1.A — Modified acceptable size range and added requirement for bypass in 30-inch
gate valves, Blue text added for exceptions
1.2 Measurement and Payment — Added G�#-In Gate Valve
I.2.A.1.c ancf 1,2.A.2.c — added additional items to be included in price bid
1.6.A — removed requirement for product data %r bolts and nuts because it is to be
included under Sectian 33 11 O5.
12/20/2012 D. Johnson l.9.A.1 — Added requirement for bypass valve manufacturing
2.2.C. — Added requirement for 30-inch gate valves to have a bypass and hypass
materiat requirements; Added reference to Section 33 11 OS and removed material
specificafion for bolts, nuts and gaskets; Added requirement for flanged isvlation
kits; Added restxaint requirements for mechanical jaint connections with ductile iron
or PVC pressure pipe.
2.33 — Modified acceptable cast iron from Class 40 to Ciass 35B; Added
requirernents for reclaiined water applications
1.1,A.2 Revision - Gate valves Iarger than 24-inches may be approved by the City on
a case-by-case basis
1.6,B.3 Added Section. Requir�s Affida�it for 5 years of experience in
anufacturing RS Gate val�es of similar size and type.
1.6.B.4 Added Section — Requires Affidavit on Gate Vaive manufacturers ownerslxip
6/24/2014 D. Townsend in foreign factories/foundries pro�iding components to ceriify on-site quality contral.
1.9.A.1.f Added Section. Requirement for S years of experience in manufacturing
RS Gate valves of similar size and type.
1.9.A.l.g Added Section. Requirement for Gate Valve manufacturers ownershrp (or
control) in farei� factorieslfoundries providing components to certify on-site quality
control
1. ].A.1 Revised maximurn allowable Resilient Seated (Wedge) Gate Val�e from
30-inch to 48-inch
1.1.A.1.a Re�ised minirnum size gate valve requiring bypass from 30-inch to 24-
inch,
5/6/2015 D. Townsend Z,2,C3. Changed requirement for an integrally cast bypass from 30-inch and above
resilient seated gate valaes to all double roller, track and scrappar system resilient
seated ga#e valves
2.2.C.3.2 Added the minimum siza bypass shall be 4anches,
2.2,C.7.d Added that nut shall be painted red per AWWA specifications
CITY QF FORT WORTH
STANDARD CONSTRUCTIOIV SPECIFICATION DOCUMENTS 201 S Bond Year 2, Contract 14
Revised Aecember 20, 2012 City Project No. 101475-2
33 12 25 - I
CONNECTION TO EXISTING WATER MAINS
SECTION 33 12 2�
CONNECTION TO EXISTING WATER MAINS
PART 1- GENERAL
1.1 SUMMARY
A. Section IncIudes:
Connection to existing water mains to include, but not limited to:
a. Cutting in a tee for a branch connection
b. Extencling from an existing water main
c. Installing a tapping slee�e and valve
B. Deviations from this City afFort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessariIy Iirnited to:
Page 1 of S
1. Division 0— Bidding Requirements, Contract Forms, and Canditions of the
Contract
2. Division 1— General Req�irements
3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains
4. Section 33 OS 10 — Uiility Trench Excavation, Embedment and Backfill
5. Section 33 fl5 3� — Location of Exis�ing Utilities
6. Section 33 11 OS — Balts, Nuts, azad Gaskets
7. Section 33 11 � 0— Ductile Iron Pipe
1.� PRICE AND PAYMENT PRQCEDURES
A. Measurement and Fayment
1. Connec�ion to an existing unpressurized Fort Worth Water Distribution System
Main that does not require the City ia take part of tiae water system out of service
a. Measurement
l) This Item is considered subsidiary to the water pipe being installed.
b. Payment
1) The work performed and the materials furnished in accordatice with this
Item are su�sidiary to the unit price bid per linear foot of water pipe
complete in place, and no other cozxxpensation r�vill be allowed.
2. Cannection to an existing pressurized Fort Worth Water Distribution Systern Main
that reqt�ires a shutdown of some part of the water system
a. Measurement
]) Measurement for tlzis Item shaIl be per each connection co�npleted.
b. Payment
i} The work performed and the ziaaterials furnished in accardance with this
Item shall be paid for at the unit price bid per eack� "Connection to Existing
Water Main" installed for:
a) Various sizes of existing water distribution rnain
CiTY OF FORT WOR'FH 201$ Bond Year 2, Contract 14
STANDt1RD CONSTRiTCTION SPECIFICATIQN DOCiI]Vf�3VT5 City Project No. 101A7S-2
Revised Pebruary 6, 2013
33 12 25 - 2
CONNECTIOI�! TO �.XISTING WATER NiAII�IS
Page 2 nf S
c. The price bid sha11 include all aspects of making the connection including, but
not liznited to:
1} Preparing subz�ittals
2} Der�vatering
3} Exploratory excavation (as needed}
4) Coordination and notification
S) Remobilization
6) Temporary lighting
7) Polyethylene encasement
8) Make-up pieces
9) Linings
10) Pavement removal
I1) Excavatio�a
12) Hauling
13} Disposal of excess material
14} Clean-up
15} Clea�ing
16) Disinfection
17) Testing
Connection to an e�sting pressurized Fort Worth Water Disiribution System Main
by Tapping Sleeve and Valve:
a. Measurement
1) Measurement for this Item sha11 be per each connection completed.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shalt be paid far at the unit price bid per each "Tapping Sleeve and
Val�e" installed for:
a) Various sizes of connecting main
b) Various sizes of existing water dis�tribution main
c. The price bid shall include all aspects of making the cannection including, but
nat limited to:
1} Preparing submi�tals
2) Dewatering
3} Exploratory excauation (as needed}
4} Coordinahon and noti�ca�ion
5) Tapping Sleeve and Tapping Valve
6) Remobilization
7) Temporary iighting
8) Polyethylene encasement
9) Ma�e-up pieces
10) Linings
11) Pavement removal
12) Excavation
13} Hauling
14} Disposal o� excess material
15) Clean-up
16) Cleaning
17) Di�infection
18) Tesnng
CITY OF �'QRT WQRTFI 2018 Bond Year 2, Conmact 14
STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS City ProjectNo. 1p1475-2
Re�ised February b, 2013
33 �225-3
COi�3]rIECTIDIV TO EXISTING WATER MAINS
Fage 3 of 8
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time oiihe latest revision date logged at the end ofthis
Specification, unless a date is specifically cited.
2. American Society of Mechanical Engineers (ASME):
a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 2Sfl)
3. ASTM Interriational (ASTM):
a. A36, Standard Specif cation fox Carbon Structural Steel.
b. A193, Standard Specification for Alloy-Steel and Stainless Steel Balting for
High Temperature or High Pressure Service and Other Special Purpose
Applications
c. A 194, Specif cation for Carbon and A11oy 5teel Nuts far Bolts for High
Pressure ar High Teznperature Service, or Both
d. A242, Standard Specification far High-Strength Low-Alloy Struct�tral SteeJ.
e. A283, Standard Specifica�ion for Low and Tntermediate Tensile Strength
Carbon Steel Plates.
f. A2$5, Standard Specification for Pressure Vessel Plates, Carban Steel, Low-
and Intermediate-Te:nsile Strength.
g. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus.
h. D2000, Standard Classifica�ion System for Rubber Products in Automotive
Applications.
4. American Water Works Association (AWWA):
a. C20�, Stee1 Water Pipe - 6 IN and Larger.
b. C207, Steel Pipe Flanges for Waterwarks Service — Sizes 4 TN through 144 IN.
c. C213, Fusion-Bonded Epaxy Coating for the Interior and Exter�or of Stee1
Water Pipelines.
d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves.
5. Americazz Water Works Association/American Nationa� Standards Institute
(AWWA/ANSI):
a. C l O5/A2 i.5, Polyethylene Encasement for Ductile-Iron Pipe Systems.
b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittings.
c. C 115A21/15, Flanged Ductile-Iron Pipe with Ductile Tron or Gray-Iron
Threaded Flanges.
6. NSF International (NSF):
a. 61, Drinking Water System Components — Health Effects.
7. Manufacturers Standardization Saciety of the VaIve and Fitting Industry Inc.
(MSS):
a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves.
1.� ADMINISTRATIVE REQUIREMENTS
A. Pre-installation Meetings
1. Required for any connections to an e�sting, pressurized 16-inch or larger City
water distributzon system nnain that requires a shutdown of some part of the water
system
CTFY OF FORT WORTH 2O18 Bond Yesr 2, Contract 14
STANDARD CONSTRUCTION SPECIFICA7'ION DOCiTMENTS City Project No. 101475-2
Revised February 6, 20] 3
33 1225 -4
CONNECTION TO EXISTING WATER MAINS
Fage 4 of 8
2. May also be required for connections that involve shutting water service off to
certain critical lausinesses
3. Schedule a pre-installation meeting a minimum of 3 weeks przor to proposed time
for the work to occur.
4. The meeting shall include the Contractor, City Inspector and City Valve Crew.
5. Review work procedua-es as submitted and any adjustments m.ade for current field
conditions.
6. Verify that all valves and plugs to be used have adequate thrust restraint or
blocking.
7. Schedule a test shutdawn with the City.
8. Schedule the date for the connectian to the existing system.
B. Scheduling
1. 5chedule wark to make all connections to existit�g 16-inch and larger mains:
a. During the period fronn November ihrough April, untess ot}�erwise appraved by
the Ciry
b. During normal business hours from Monday through Friday, unless o�erwise
appraved by the City
2. Schedule City Valve Crew by 1:00 P.M, a minimurn of 1 business day prior to
planned disruption to the existing water system.
a. In the event that other water system acti�vities do not allaw the existing main to
be dewatered at the requested time, schedule work to a11ow the connection at an
alternate time acceptable to the City.
1} If water main cannot be taken out of service at the originaliy requested
time, coordination will be required with the City to discuss rescheduling
and compensation %r mobilization.
2j No additional payment will be pro�rided if the schedule was altered at th�
Contractor's request.
1.� SUBMITTALS
A. Submittals shall be in accordance with Section O1 33 40.
B. All submittals sha11 be approved by the City prior to delivery andlor fabrication for
specials.
1.6 ACT'ION SUBNIITTALS/INFORMATIONAL SUBNIITTALS
A. Product Data, if applicable
1. Tapping Sleeve noting the pressure rating and coating system supplied including:
a. Dimensions, weiglzts, material list, and detailed clrawings
b. Maximum torque recoznmended by the manufacturer for the valve by size
B. Submittals
1. Pravide a detailed sequence of work for 16-inch, or larger, connections if req�uired
by City that includes:
a. Results of exploratory excauaiion
b. Dewatering
c. Procedure for connecting to the existing water znain
CITY OF FORT WORTH 2O18 Band Year 2, Contract 14
STANBARD COAISTRUCTION SPEC��CATION DOCUMENTS City Project No. 101475-2
Revised February 6, 2013
331225-5
CONNECTION TO EXISTING WATER MAiN5
Aage 5 of 8
d. Time period for completing work from when the water is s�ut down to w�aen
the main is back in service
e. Testing and repressurization procedures
2. Welders that are assigned to work on connection to concxete cylinder or steel pipe
must be certified and provide Welding Certificates, upon request, in accordance
w�th AW WA C200.
1.'� CLOSEOUT SUBMITTALS [NOT U�ED]
1.8 MA�NTENANCE MATER�AL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
110 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Protect parts so that no damage or deteriorat�on occurs during a prolonged delay
from the time of shipment until installation is completed.
2. Frotect a11 equipment and parts against any damage during a prolonged period at the
site.
3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly
built and securely bolted thereto.
4. Protect f nished iron or stee� surfaces not painted to prevent rust and corrosian.
5. Prevent plastic and similas brittIe items from being expose� to direct sunlight azzd
extremes in temperature.
6. Secure and maintain a location to store the material in accoz-dance with Section O1
66 00.
1.i1 FIELD [SITE] CONDITIONS [NOT USED]
1.1� WAItRANTY
A. Manufaciurer Warranty
1. Manu�acturer's warranty shali be in aecordance with Division i.
PART2� PRODUCTS
2.1 OWllTER-FURNISHED [ox] OWNER�SUPPLIED PRODUCTS [NOT USED]
�.� EQiJIPMENT, PRODUCT TYPES AND MATER3ALS
A. Manufacturers
1. Only the manufacturers as Iisted by the City's Standard Products List wil� be
considered as shor�m in Seciion 01 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the �tandard Products List is considered a
substrtution and shall be submitted in accordance with Section O1 2S D0.
B. Description
1. Regu�atory Requirements
CITY OF FOAT WORTH 201 S Bond Year 2, Contract 14
STANDARD CONSTRUCTION SFECIFICATION BOCi7MENTS City Project No. 101475-2
Revisect February 6, 20I3
331225-6
CONNECTION TO EXI�TING WATER MAINS
Page 6 of 8
a. Tapping Sleeves shall meet ar exceed AWWA C223 and the requirements of
this Specification.
b. All valve components in contact with potable water sha�l conform to the
requirements af NSF 61.
C. Tapping 5leeve Materials
1. Bady
a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM
A36 Steel or equal
b. Finish: fusion banded epoxy coating ta an av�rage f 2 mil thiclrness. Fusion
applied per AWWA C213.
c. All buried #apping sleeves shall be provided with polyethylene encasement in
accordance with AW WA/ANS� C IOS/A21.5.
1) Polyethylene encasement shall be in accardance with Section 33 11 10.
2. Flange
a. Carbon Steel perASTM A36 in accordance with AWWA C207 and ASME
B 16.1 C1ass 125.
b. Recessed for tapping vai�e per MSS SP-60
3, Bolts and Nuts
a. Flanged Ends
1} Meet requirements of AWWA C115 or AWWA C207 depending on pipe
rtiaterial,
2} Provide bolts and nuts irz accordance with Section 33 ll O5.
4. Gaskets
a. Provide gaskets in accardance with Section 33 11 O5.
5. Test Plug
a. 3/a-inch NPT carbon steel with square head and fusion bonded epoxy coating
�.3 ACCESSORIES [NOT USED]
�.4 SOURCE QUAL�TY CONTROL �NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED�
3.2 EX.ANIINATION
A. Verification af Conditions
1. Verify by exploratory exca�ation, if needed, that existing water main is as depicted
in the Drawings and that the loca�ion is suitable for a connection to the exisiing
water main.
a. Excavate and back�ll trench far the exploratary excavation in accordance with
33 OS 10.
2. Verify that alI equipment and materials are available on—site prior to the shutdown
of the existing main.
3. Pipe lines shall be cornpleted, tested and authorized far connectior� to the existing
system in accardance with Section 33 04 40.
CTTY OF FE3RT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CQNSTRUCTION BPECIFICATiON DOCL]N[k;NTS City Project No. 101475-2
Reviseci Fehivaty 6, 20] 3 `
331225-7
CONNECTIdN TO EXISTING WATER 1VIAINS
Page 7 pf &
3.3 PREPAR.ATION jNOT USED]
3.4 INSTALLATION
A. General
1. Upon diszuption of the existing water rnain, continue work untiI the connection is
complete and the exisfiing water �ain is back in service.
B. Procedure
1. Expose the proposed connection point in accordance w�ith Section 33 OS 10.
2. Dewater the existing water line sa the chlorinatec� water is not unlawfully
discharged.
3. Maintain the water that nnay bleed by existing valves or ptugs during installation
within ihe work area to a reasonable level.
a. Control the water in such a way that it does not interfere with the proper
installation of the cannection ox create a c�ischarge of chlorinated water.
4. If any discharge of chlorinated water occurs, discharged water shall be de-
chlorinated in accordance with Section 33 04 40
5. Cut and remove existing water rnain in order to make the connection.
6. Verify that the existing pipe line is suitable for ihe proposed connection.
7. Place trench foundation and bedding in accordance wi#h 33 OS l 0.
S. In the event that a tapping sleeve and valve is vsed, the coupon from the existing
water main shall be submitted to the City.
9. Prevent embedment, backfill, soil, water ar other debris fortn entering the pipelina.
10. EsiabZish thrust restraint as provided for in the Drawings.
11. Clean and disinfect the pipeline associated with the connection in accordance with
Section 33 0� 40.
12. Place embedment ta the top of the pipe zone.
] 3. Request that the City Valve Crew re-pressurize �he pipeline.
14. Directionally flush the connection in accordance with Section 33 04 40.
15. Request that City Valve Crew open alI remaining valves.
3.a REPAIR/RESTORATION jNOT USED]
3.G RE-INSTALLATI4N [NOT USED]
3.7 FIELD [ou] SITE QUALITY CONTROL (NOT USED]
3.S SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.1� PROTECTION [NOT USED]
313 MAIIiiTENANCE �NOT USED]
CTTY OF FdRT WOR3T3 2018 Bond Year 2, Contract 14
STANbARD CONSTi2UCTIOrI SPEC�'ICATION DqCL]M�NTS City Project No, 101475-2
Revised FeUruary6, 2073
33]225-8
CQNN�CTION Tp EXISTIiVG WATER MAINS
3.14 ATTACHMENTS [NOT USED�
END OF SECTION
Page S of 8
Revision Log
DATE NAME STJMMARY OF CHANGE
]2/20/2012 D. Johnson 2•Z•C3 and 4-- Added reference to Section 33 11 OS and removed bolt, nut aud
gasket xnaterial specification
2/6/2013 D. Townsend 3.4.B.4 Modified to refer to Sectian 33 04040
CITY OF PORT WORTH 2fl1R Bond Xeaz� 2, Cantract 14
STANDARD CONSTRUCTION SPEC�ICATIQN DQCLTM�.NTS Ciry Project No, 101475-2
Revised February 6, 2013
33i240-]
FIltE HYDRANTS
Page 1 of 7
sECTioN 331� aa
FiRE HYDRANTS
PART 1- GENERAi,
11 SUMMARY
A. Section Includes:
1. Dzy-barrel fire hydrants with 5'/a-inch mazn valve for use witl� potable water rnains
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessat�ly limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 33 OS I O— Utility Trench Excava�ion, Embedment and Backfill
4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains
5. 5ection 33 11 10 — Ductile Iron Pipe
6. 5ection 33 11 11 — Ductile Iron Fittings
7. Section 33 11 14 -- Buried Steel Pipe and Fittings
8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
2
3.
1. Measurement
a. Fire Hydrant and Extensian
1) Measurement for this item shall be hy the each hydrant, complete in place.
Payment
a. The work performed and materials furnished in accordance with this Item and
measured under "Measurement" will be paid for at the unit prices �id per each
"Fire Hydrant" instailed.
The price bid shall include:
a. k'urnishing and installing Fire Hydrants wi#h appurtenances as specified in the
Drawings
b. Dry Barrel Fire Hydraz�t assembly from base io operaiing nut
c. Extension barrel and stem
d. Adjusting hydrant to the appropriate height
e. Pa�nting
f. Pavement Removal
g. Excavation
h. Freight, loading, unloading and handling
i. Dispasal of excess material
j. Furnish, placement and compaction oiembedment
k. Furnish, placement and compaction of backfill
l. Blocking, Braces and Rest
m. Clean up
CITY OF FORT WORTH 2p 18 Bond Year 2, Cantracc 14
STANDARD CONSTRUCTION SPECIFICA170N DOCLTMENTS City Project No. IQ1475-2
Revised January 3, 2014
33 12 40 - 2
FIltE HYDRANTS
Page 2 of 7
n. Disinfection
o. Testing
1.3 REFERENCES
A. Defini�ions
1. Base: The lateral connection to the fire hydrant lead; also called a shoe
B. Reference Standards
1. Reference standards cited in this Specificarion refer to the current reference
standard published at the time of the iatest revision date logged at the end of tlirs
�pecification, unless a date is specifically cited.
2. American Water Works Associat�on (AW WAj:
a. CSd2, Dry-Barrel Fire Hydrants
b. Manual of Water Supply Practices M17 {AWWA Manual M17} — Installation,
Fie1d Testing, and Maintenance of Fire Hydrayats
3. NSF International
a. 61, Drinking Water System Components — Health Eff'ects
4. National Fire Protection Association {NFPA}
a. 1963, Standard far Fire Hose Connections
5. Undex�writers Laboratories, Inc. (UL)
a. 246, Hydxants for Fire-Protection Service
6. Factory Mutual (FM)
a. Class Number 1510, Approval Stanciard far Fire Hydrani (Dry Barrel Type) for
Private Fire Service
1.4 ADNIINISTRATIVE REQUIREMENTS [NOT USED]
1.� SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00.
B. All submittals shall be approved by the City prior to constr�xction.
1.G ACTION Si1BNIITTALS/INFQRMATIONAL Si1BNIITTALS
A. Product Data
1. Dry-Barrel Fire Hydrant stating:
a. Main va�ve opening size
b. Nozzle arrangement and sizes
c. Operating nut size
d. Operating nut operating direct�on
e. Working press�rre rating
f. Component assembly and materials
g. Coaiings and Finishes
1.'� CLQSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED]
1.9 QUALITY ASSUItANCE
A. Qualifications
1. Manufacturers
a. Dry-Barrei Fire Hydrants shall be the groduct of 1 manufacturer.
CITY OF FORT W�RTH 2O18 Bond Year 2, Contract lA
STANDARb CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 101475-2
Revised 7anuary 3, 2014
33 12 40 - 3
FIltE HYDRANTS
Page 3 of 7
1) Change orders, specials and field changes may be pravided by a different
rnanufact�arer upon City approval.
2. Dry-Barrel Fi�re Hydxants shalI be in conformance with AWWA C502, UL 246 and
FM 151p.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store and �anclle in accordance with the guidelines as stated in AWWA C502 and
AWWA Manual M17.
2. Protect alI parts so that no damage or deterioration will occur during a prolonged
delay from the time af shipment until i�nstalXation is completed and the units and
equipment are ready for operation.
3. Protect all ec�uipment and parts against any damage during a prolonged period at the
site.
4. Protect the finished surfaces of a11 exposed flarzges by woode� blank flanges,
strongly built and securely bolted thereto.
5. Protect finished iron or steel surfaces not painted to prevent rust and con-osion.
6. Prevent plastic and siznilar brittle items from being directly exposed to sunliglit or
extremes in temperature.
7. Secure and maintain a location to store the material in accordance with 5ection O1
66 00.
1.11 FIELD CONDITIONS [NOT USED]
L12 WARRANTY
A. Manufacturer Warranty
1. Manufacturer's Warranty shaIl be in accordance with Division 1.
PART � - PRODUCTS
�.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED]
�.� EQUIPMENT, PRODUCT TYPES, AND MATER�ALS
A. Manufaeturers
1. Only the manufacturers as Iisted on the Czty's Staz�dard Products List wi11 be
consiclered as shown in Section 01 60 00.
a. The rnanufacturer rnust comply wiih this Specification and related Sectians.
2. Any product that is not listed an the Standard Products List is considered a
substitution and shall be submitted in accordance with Sectian Ol 2S 00.
3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer
regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar
service and size.
B. Description
1. Regulatory Requirements
a. Dry�Barrel Fire Hydrant shall meet or exceed the Iatest revisions of AWWA
C502 ana shall meet or exceed the requirements of this Specificaiion.
CTTY OF FORT WOIZTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 1Q1475-2
Revised January 3, 2014
33 Tz aa - a
FIItE HYDR.ANTS
Page 4 of 7
b. Alt Dry-Barret Fire Hydrant components in contact with potable water shall
conform to the requirements o�NSF 61.
C. Performance / D�sign Criteria
1. Capacities
a. Rated working pressure of 250 psi or greater
Z. Design Criteria
a. Operating nut
1} Uniformly tapered square nut measuring:
a) 1 inch at the base
b) '/s inch at the top
2) Open by itiu-ning the operating nut to tl�e right (clockwise
a) Provide operating direction cleariy marked with an arrow and the ward
"OPEN".
3) Provide weather shieid with operating nut.
b. Main Valve
I) Minimum 5'/a-inch opening
2) Compression type
a) Opening against pressure
b) Clasing with pressure
c. Nozzles
1) `T' shape, 3 nozzle arrangement
2} Nozzle siz�s, threads and configuration in accordance with NFPA 1963
a) Hase nozzles
{i) 2 x 2a/z-inch (nominal size of connection)
(a) � 80 degrees apart
(b) Tl�ead Designation 2.5-7.5 NH {NFPA 1963)
b) Ptuz�.p nozzle
{1) A-inch (nom�inal size of eonnection)
(a) Thread Designatian 4-4 NH (NFPA 1963)
d. Hydrant Barrel Configuration
1) Upper barrei
2) Breakable flange and stem
a) To be installed above ground at the connection to the upper barrel
3} Extension barrel (iineeded) and lower barrel
a) Extension E�arrel and siern
(1) Lengthen in &-inch increments
e. Drain Valve
1) Non-corrodible material
2) Spring operated drain valves are not allowed.
D. Function
1. Drain Va1ve
a. Drain fire hydrant barrels when main valve is closed.
E. Materials
1, Fuz•nish materials in accordance with AWWA C502.
2. Dry-Barrel Fire Hy�rant Assembly
a. Tnternal parts
1) Threads
CITY OF FORT WpRTIi 2018 Bond Year 2, Contract 14
STANDARD CONSTRUCTIQN SPEC�'1CATIdN DOCiJMENT5 City Project No. 101475-2
Revised 3anuary 3, 2014
33 iz ao - s
PIR� HYDRANTS
Page 5 of 7
a) Provide operating thread designed to avoid metal such as iron or steeI
threads against iron or steeI parts.
2} Stem
a) Stem Nuts
(1) Provide bronze stern nuts.
(a) Grades per AWWA C502
b) Where needed, stem sha11 be grooved and sealed with O-rings.
3. Provide crushed rock %r placement around base confot�aing to Section 33 OS 10.
F. Finishes
1. Primer Materials
a. Furnish p�imer for Dty-Barrel Fire Hydrants in accordance with AWWA CS02.
2. Finish Materials
a. Dry-Barrel Fire Hydrant
1) Exterior
a) Above grade
(1) Furnish exterior coating for above grade Dry-Barxel Fire Hydrant
assembly corxiponents in accordance witl� AWWA C502.
(2) Coating shall be Flynt Aluminum Paint in Silver.
b) Below grade
(1) Furnish exterior coating for belovsr grade Dry-Barrel Fire Hydrant
assembly components in accordance with AWWA C502.
2) Interiar
a) Tnterior coating for Dry-Barrel Fire Hydrants assemblies in accordance
with AWWA C502
2.3 ACCESSORIES
A. Polyethylene Encasement
1. Provide polyethylene encasement in accordance with Sectinn 33 l 1 10.
B. Embedment
1. Provide crushed rock and filter fabric in accoraance with Section 33 OS 10.
2.4 SOURCE QUALITY CONTROL
A. Tests and Inspections
1. Testing amd inspection of Dry Barrel Fire Hydrants in accQrdance with AWWA
CSfl2.
B. Markings
1. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502.
PART 3 - EXECUTION [NOT USED�
3.1 INSTALLERS [NOT USED]
3.� EXAMINATION �NOT USED�
3.3 PREPARATION [NOT USED]
3.� INSTALLATION
A. Ger�eral
CITY OF FORT WORTH 2fl1$ Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATTON DOCITMENTS City Project No. 101475-2
Revised January 3, 2014
331240-6
FIIiE HYDRAI�FTS
Paga 6 of 7
l. Insiall in accordance with AWWA Manual of Water Supply Practice M17,
manufacturer's recommendations and as shown on the Drawings.
2. Provide vertical installation with braces, rest and blocking in accordance with City
Star�dard Details.
3. Excavate and backfill trenches in accordance with 33 OS 10.
4. Em�aed Dzy-Barrel Fire Hydrant assemblies in accordarzce with 33 OS 10.
a. At the location of the wee� holes, wrap barrel with polyethylene encasement
and crushed rock vrrith filter fabric to prevent dirt and debris irom entering �e
fire hydrant.
5. Polyethylene encasernent instaIlation shall be in accordance with the applicabie
portion of Sectian 33 11 14.
&. Install cancrete blocking and rest in accordance with Section 03 30 �Q as indicated
in the Drawings.
7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in
accordance with AWWA Manual of Water Supply Practice M17, to allow drain
outlets to operate.
a. 'The crushed rock should extend 6 inches above the drain outlets and a
minimum o£ 1 foot on all sides of the fire hydrant base.
8. Fire hydrant lead line shall be installed with a m�imum cover of 7 feet.
a. Co�er is rneasured from the invert at the fire hydrant base, vertical to ground
elevation.
b. Fittings may be used along fire lead line to ensure minimum and maxi�num
cover requirements are met.
3.5 REPAIR I RESTQRATION [NOT USED�
3.6 REaINSTALLAT�ON [NOT U�ED]
3.7 FIELD CONTROL
A, k'ield Inspections
1. The Dry-Barrel Fire Hydrant and assembly shail perform as intended with no
deformation, leaking or damage o€ any kind for the pressure ranges indicated.
2. City inspector will issue final inspection notice to City staff.
3. Czty Field Operations Staff and Fire Department Staff sI�a11 have the opportunity ta
inspect and operate the hydrant, tn ensure that the �re hydrant was installed in
accordance wi� AWWA Manual of Water Supply Practice M17. This includes but
is nat limited to:
a. Operation of Nazzles and operating nut are nat obstructed.
b. Drain valve is not obstructed or plugged
4. Keep fire hydrant �nvrapped or covered to identify that it is out of service until the
water line it's connected to is put in service.
B. Non-Conforming Work
1. If access arFd operation of the Dry-Barrel Fire Hydrant ar its appurtenances do rtot
meet the criteria of the AWWA Manua� of Water Supply Practice M17, tke
Contractor will remedy the situation criteria, at the Contractor's expense.
CITY OF FORT WORTH 2O18 Bond Year 2, Cond-act 14
STP,IVDAI2D CONSTRUCTIaAi SPEC�'ICATION BOCUMENTS City Project No, 101A75-2
Re�ised January 3, 2014
331240-7
FIlLE HYDR.AIVTS
Page 7 of 7
3.� SYSTEM STARTUP [NOT USED]
3.9 ADJU�TING [NOT USED]
310 CLEANING [NOT USED]
311 CLO�EOUT ACTIVITIES [NOT USED]
3.1� PROTECTION [NOT USED]
3.13 MAINTENANCE
3.14 ATTACHMENTS
END OF SECTION
Revision Log
DATE NAME SI3MMARY OF CHANGE
2.2.F.2.a.1).a).(2) Added paint manufacturer specification
12/20/20l 2 D. Johnson 2,2,C.2.c Revised pumper nozzle nominal diameter and added NF'PA 1963 Thread
Designations
Speci�ica�ion Modified to be in accordance with che Reduction of Lead in Drinking
Water Act (P.L. 111-3$0)— All material s to be lead-free in accordance with this act.
] 1/27/2013 D. Townsend Sections modified are 1.1.A.1, ].4.A.2, and 2.2.�.1
Sections added are 1.3.A.2, l.3.B.7, 1.6.B.1, 2.2.B.1.c, 2.4.B.2
H.R. 3588 (P.L. 113-64) signed intp law 1/2/2014 waived Reduchon ofLead in
Drinking Water Act (P.L. 1 i 1-380) requirement for fire hydrant. All previous
revisioas related to "lead-free" requirement are now deleted including those revisions
1/3/2014 D. Townsend made 11/27/2013, those being;
Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1
Sections added aze ].3.A.2, 1.3.B.7,1.6.B.1, 2.2.B.l.c, 2.�i.B.2
C1TY OF FORT WORTH 2O18 Bond Year 2, Cantract 14
STANDARD CONSTRUCTION SPEC�'ICATION DOCUMENTS City Project No. 101�#75-2
Revised January 3, 201A
3331 IS-1
HIGI3 DENSITY POLYETIIYI.ENE (I-rDPE) PTPE FOR SAMITARY SEWER
Page 1 of 5
SECTION 33 31 1�
HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANiTARY SEWER
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. High Density Polyethylene (HDPE} pipe $-inch a�d larger for the use in sanita�y
sewer rehabilitation by pipe enlargement per Section 33 31 23
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessari�y �imited to:
1. Division 0— Bzdding Requirements, Contract �orms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 01 30 —�ewer and Manhole Testing
4. Section 33 O1 31 — Closed Circu�i Television {CCT� Inspection
5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
6. Seetion 33 OS 26 — Utility Markers/Locators
7. Section 33 31 21 — Sanitary Sewer Pipe Enlargernent
S. Secfion 33 3l 50 — Sarutary Sewer Service Connections and Service Line
1.2 PRICE AND PAYIVIENT PROCEDURES
A. Measurernent and Payment
1. Measurement
a. This item is considered subsidiary to Sanitary Sewer Pipe Enlargement per
Sectian 33 31 21.
2. Payment
a. The wark per%rmed and materials furnished in accordance with this Item are
subsidiary to the unit price bid per Iinear foot of Pipe Enlargement per Section
33 31 21, anc� no other compensation will be allowed.
1.3 REFERENCES
A. Reference Standards
1. Re%rence standards cited in this Specification refer to the current reference
standard published at the time of the latest revisian date �ogged at the end of this
Specification, unless a date is specifcafly cited.
2. ASTM InternationaI (AST11�:
a. D3350, Standard Specification for Polyetl�ylene P�astic Pipe and Fittings
Materials.
b. F2620, Standard Practice for Heat Fusion 7oining of Polyethylene Pipe and
Fittings.
CITY QP FORT WORTH 2O18 Rond Year 2, Contract 14
STANBARD CONSTRUCT'ION SPECIFICATION DpC:UNIENTS City Project No. 101475-2
Revised Apri123, 2019
333] ]5-2
HIGH DE.I\'SITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER
Fage 2 of 5
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.� SUBMITTALS
A. Submittals sha11 be in accordance vcrith Section O1 33 Oa.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTIQN SUBMITTALSIINFORMATIONAL SUBMiTTALS
A. Prod�zct Data
1. Gravity pipe
2. Manufact�-er
3. No�ninal pipe diameter
4. Pressure Rating
5. Standard Dimension ratio (SDR}
6. Cell classification
7. Laying lengths
B. Certificates '
1. Furnish an affidavii certifying that a11 HDPE gravity pipe meets the provisions of
this Section and has been tested atzd meets the requirements of ASTM standards as
li,sted herein.
1.i CLOSEOUT SUBNIITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U�ED]
�.9 QUALITY ASSURANCE
A. Qualifications
1. Manufacturers
a. Finished pipe shail be tl�e product of 1 manufacturer for each size, unless
atherwise specified by the City.
1) Change orders, specials and field changes may be provided by a different
manufacturer upon City approval.
b. Pipe manufacturing operations shall be p�rformed under the contro� of the
znanufacturer.
c. All pipe furnished shall be in conformance with and ASTM D3350.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. �'ipe and fittings shall �e transported, stored and handled in accardance vvith the
manufactarer's guidelines.
2. Secure and maintain a location to store the material in accordance with
Sec�ion O1 6b U0.
CTTY OF FORT WORTH 2O1R Band Xear 2, Cantract 14
STANDARD COIVSTRUCTION SPECIFICAT10I�f DOCLTMENTS City Project No. 101475-2
Revised April 23, 2U 19
33 31 15 - 3
HIGI3 bENSITY POLYETHYf.ENE (HDPE) PIPE FOR SANTTARY SEWER
Page 3 af 5
1.11 FIELD jSITE] CONDITIONS [NOT USED]
1.1� WARR�iNTY [NOT USED]
PART � - PRODUCTS
2.1 OWNER-FURNISHED �oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Manufacturers
1. On�y the znanufacturers as listed in ihe City's Standard Products List will be
considered as shown in 5ection O1 60 Q0.
a. The manniacturer must comply wi#.� ilus Specificatian and related Sections.
2. Any product that is not listed on t�e Standard Froducts List is considered a
substitution and shall be snbmitted in accordance with Section O1 25 OQ.
B. Mater�als
Pipe and Fitiings
a. Material shaIl be minimum DR-17 Extra High Molecular Weight, Higl� Density
Polyethylene PE 34p8, Ce11 Class PE345464D or E(inner wall shall be white or
light irt color) per ASTM D3350.
b. Material shall be homogeneous throughout and free of:
1) Abrasion, cutting or gouging of the outside surface extending to rnore than
10 percent of the wal� thicImess in depth
2) Cracks
3) Kinking (generally due to excessive or abrupt bending)
4) Flattening
5) Holes
6). Blisters
7) Other defects
c. Pipe with gashes, nicks, abrasions or any such physical damage which may
have occurred c�uring storage and/or handling, which are larger/deeper than i 0
percent of the wall thickness shall not be used and shall be removed from the
construction site.
d. Pipe and fittings shall be uniform in color, opacity, density and other physical
properties.
i) Pipe and fittings not meeting these criteria will be rejected.
e. Pipe Markings
1) Meet ihe minirnurn requiremcnts of ASTM D3350.
2) Minimum pipe markings shall he as foliows:
a) Marl�ng intervals shall be at 6-inch intervals
b) Manufacturer's Name or Tradernark and production record
c) Nominal pipe size
d) ASTM or Standard Dimension Ratio (SDR) designation
e) Cell classi�'ication
��eal of testing agency that verified the suitability of the pipe
2. Connections
a. Use only rnanufactured iittings.
b. See Section 33 31 50.
C1TX OF FORT WORTH 2O18 Bond Year 2, Co►�tract 14
STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised Apri123, 2029
3331 IS-4
HTGH DENSITY POI,YE.THYLENE (HI?FE) FIPE FOR SAIVITARY SEVi�ER
3. Detectable MetaIlic Tape
a. See Section 33 OS 2b.
4, Poiyethylene Repair Clamp
a. 5mith-Blair Full Circle Clamp Style 228 or 263.
�.3 ACCE�SURIE� [NOT USED]
3�.4 SOURCE QUALITY CONTROL [NQT USED]
PART 3 - EXECUTION
31 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT U,SED]
3.3 PREPARATION [NOT U�ED]
3.4 INSTALLATION
A. General
Page 4 of 5
1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in
Section 33 31 21, and in accordance with the pipe manufacturer's
r�commendations.
2. Lay pipe to the lines and grades as indicated in ihe Drawings.
3. If applicable excavate and backfill trenches in accordance witli Section 33 OS 10.
B. Pipe Handling
1. Hau1 and distribute pipe and fittings at the project site.
2. Handle piping with care to a�oid damage.
a. Inspect each joint of pipe and reject ar repair any damaged pipe prior to
lowering into the trench.
b. Use only nylon ropes, slings or other lifting devices that will not damage the
surface af the pipe for handling the pipe.
3. Af the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, an.imals and #rash — during and af�er
�he laying operation.
b. Effectively seal the open enc� af the pipe using a gasketed night cap.
C. Pipe Joining
a. Join pipe in accoxdance with ASTM F2620.
b. Operators must be certi�ed by the manufacturer to use the fusion equipment.
c. Follow the tirne and t�mperature recommendatzons of the manufacturer.
d. Joints sha11 be stronger than the pipe itself, be properly aligned and contain no
gaps or voids.
e. Remove bead projection on the outside of the pipe to reduce drag during pipe
installation process.
D. Connection Installation
1. See Section 33 31 50.
E. Detectable Metallic Tape Installation
CTTY dF FORT WORTH 2O18 Bnnd Year 2, Contract 14
STANDARD CdNSTRiTGTION SPECIFICAT70N DOCIJM�3VT5 Ciry Projeet No. 101475-2
Revised Apri123, 2019
333115-5
HIGH bENSITY POLYETHYLENE (HDPE) PIl'E FOR SANITARY S�.Vi�R
Page 5 of 5
1. See Section 33 OS 26.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.9 FIELD [oR] SITE QUALITY CONTROL
A. Field Tests and Inspect�ons
1. Closed Circuit Television {CCTV} Inspection
a. Provide a Post-CCTV inspection in accordance with Section 33 O1 31.
2. Air Test
a. Provide an Air Test in accordance with Section 33 O1 3D.
3.$ SYSTEM STARTUP [NOT USED)
3.9 ADJU�TING [NOT USED]
3.�0 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.1� PROTECTION [NOT USED]
3.13 MAINTENANCE [�TOT USED�
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SiJMMARY OF CHANGE
04/23/2019 Walter Norwood 1.1.A referenced Section 33 31 21 and was carrectad to reflect Section 33 31 23.
CTI'Y OF FpRT WORTH 2O18 Bond Year 2, Cantract 14
STANDARD GQTYSTitUCTION SPECIFICATION DOCUMENTS City Project No. 1O1475-2
Revised Apri123, 2019
333120-1
POLYVINYL CHI,ORIDE (PVC} GRAVITY StWITARY SEWER P1PE
Page 1 of 6
SECTION 33 3120
POLYVIN YL CHLORIDE {.PVC) GRAVITY SANITARY SEWER PIPE
PART 1- GENERAi,
�.l SUMMARY
A. Section Includes:
l. Polyvinyi ChIoride (PVCj pipe 4-inch through 27-inch �or gravity sanitary sewer
applications
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessaxily limited to:
�. Division 0--- Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Sect�on 33 01 30 — Sewer and Manhole Testing
4. Section 33 01 31 — Closed Circuit Television (CCTV} Inspection
5. Section 33 OS 10 — Utility Trench Excavation, Embedment ax�d Backfill
6. Section 33 OS 25 — Utility Markers/Lacators
7. Section 33 31 50 — Sanitary Sewer Se�rvice Connections and Service Line
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measured horizontally along the surface from center line to center lizze of the
rnanhole or appurtenance
2. Payment
a. The woric pe�ormed and materials furnished in accordance with this Item and
�neasured as provided under "Measurement" will be paid %r at the unit price bid
per iinear foot of "PVC Pipe" installed for:
1) Various sizes
2) Variaus Standard Dimension Ratios
3) Various embedments
4) Various depths, for miscellaneous projects only
3. The price bid shall include:
a. Furnishing and installing PVC gravity pipe with joints as speci�ed by the
Drawings
b. Pavement removal
c. Excavation
d. Hauling
e. Disposa� of excess materia�
f. Fux-t�tzshing, placement and compaction of embedment
g. Furnishing, placeznent and compaction of backfill
CITY pF FpRT WORTH 201$ Bond Ye�r 2, Contraci lA
STANDARb CpNSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised June 19, 2d13
333120-2
POLYVINYL CHLORIDE (PVC} C,RAVITY SANITARY SEWER PTP�
h. Trench water stops
i. Clean-up
j. Cleaning
k. Testing
1.3 REFERENCES
A. Reference Standards
Page 2 of 6
1. Reference standards cited in this Specification refer to the current reference
standard puUlished at the time of the latest revision date logged at Y1ie end of this
Speciiicat�an, unless a date is specificaAy cited.
2. American Association of State Highway and Transportation {AASHTO).
3. ASTM International (ASTM):
a. D1784, Standard Specification for Rigid Poly{Vinyl Chloride) (PVC)
Compounds and Chlorinated Poly{Vinyl Chloride) (CPVC) Compounds.
b. D2412, Standard Test Method for Determination of External Loading
C�iaracteristics of Plastic Pipe by Parallel-Plate Loading.
c. D3034, Standard Specification for Type PSM Poly{Vinyl Chloride) {PVC}
Sewer �ipe and Fittings.
d. D3212, Standard Specification f�r Joints for Drain and Sewer Plastic Pipes
Using Flexible Elastomeric Seals.
e. F679, 5tandard Specification for Poly (Viny� Chloride) (PVC) Large-Diazx�eter
Plastic Gravity Sewer Pipe and Fittings.
4. Texas Comrnission on Environmental Qualiiy {TCEQ): ,
a. TitIe 30, Part I, Cha�ter 217, Subchapter C, Rule 217.53 — Pipe Design.
b. Title 30, �'art I, Chapter 217, Su3�chapter C, Rule 217.54 — Criteria for Laying
Pipe.
c. Title 30, Part I, Chaptar 217, Subcbapter C, Ru1e 217.57 — Testing
Requirements for Installation of Grauity Collection System Pipes.
5. Underwriters Laboratories, Inc. (UL}.
L4 ADMINISTRATIVE REQUIRElVIENTS [NOT USED]
1.5 SUSMITTALS
A. Subrnittals shall be in accordance with Section O1 33 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMYTTALS/INFORMATIONAL SUBNIITTALS
A. Product Data
1. Product data sheet
2. Manufacturer
3. Nominal pipe diameter
4. Standard dimension ratio (SDR}
5. Call classification
b. Laying lengths
B. Certificates
CITY QF FQRT WORTH 2O18 Bond Year 2, Contracf 14
STANDARD G�NSTRUCTION SPEC�'ICATION DOCIIMENTS City Project No. 101475-2
Revised June 79, 20�3
333120-3
POLYVII�IYL CFiLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
Page 3 of 6
1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provasions of
this Section and has been air and deflection tested and meets the requirements of
ASTM D3Q34 and ASTM F679.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED]
i.9 QUALITY ASSURANCE
A. Qualifications
Manufacturers
a. Fi�nished pipe shall be the product of 1 manufacturer for each size per project,
unless otherwise approved by the City.
1) Change arders, specials and iield changes may be provided by a different
manufacturer upon City approval.
b. Pipe manufacturing opera#ions shall be performed under the contro� of the
rnanuFacturer.
c. All pipe furnished sha11 be in conforinance with ASTM D3034 (4-inch ihrough
15-inch) and ASTM F679 {18-inch through 27-inch).
110 DELIVERY, STORAGE, AliTD HANDLING
A. Storage and Handling Requirements
1. G�ravity pipe shall be stared and handled in accordance with the manufacturer's
guidelines.
2. Secure and maintain a location to store the materia� in accordance with
Section 41 f 6 00.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 � PR�DUCTS
2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
�.� EQUIPMENT, PRODUCT TYPES AND MATERIAi,S
A. Manufactiu�ers
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 5tandard Products List is considered a
s�bstitu�ion and shall be submitted in accordance with Section Oi 25 00.
B. Perf'ormance / Design Criteria
1. Pipe
a. Meet all requirements of TCEQ.
b. Design in accordance with ASTM D3034 for 4-inch through 15-inch �DR 26
and ASTM F679 for 18-inch through 27-inch 46PS/115PS.
c. PVC Gravity Sanitary Sewer Pipe sha11 be appxoved by the UL.
CIT'Y OF FORT WORTH 201 S Bond Year 2, Contract 14
STANDARD CONSTRIJCTION SPECIFICATTON DOCiJMENTS Ciry Froject No. 101475-2
Revised June 19, 2013
33 31 2Q - 4
POLYVINYL CHLQRI]aE (PVC) GRAVITY SANITAI2Y SEWER PiPE
Page 4 of 6
d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or
closure pieces necessary to comply with the Drawings.
e. Use green coloring for ground identification as sanitary sewer pipe.
f. PVC meeting the requirements of ASTM D 178�, with a ce1l classification of
12454 or 12364
g. Deflec�io� Design
1) Base pipe design Qn pipe stiffness, soil stiffness and load on the pipe.
2) Design �ipe according to the Modified Iawa Foz�ula as detailed by the
Uni-Bell PVC Pipe Assoc'ration in the Handbook of PVC Pipe, using the
following parameters:
a) Unit Weight of Fill {w) — 130 pounds per cubic foot
b} Live Load = AASHTO HS 20
c} Trench Depth — 12 feet rninimum, ar as indicated in Drawings
d) M�imunn {E') = 1,000 maac
e) Deflection Lag Factor {DL) = 1.0
f) Bedding Factor cons#ant {K) = Q.1
g) Mean radius of t�.e pipe {r}, inches, as indicated in Drawings
h) Marston's load per unit length (�, gounds per inch, calculate per
Drawings
i} PVC m�dulus of elasticity (E) = 4Q0,000 psi
j} Moment of inertia of pipe wali per unit length, (n = t3/12, (in4lin), per
pipe type and size
(1) Where {t} = pipe thickness, inches
k} Maximum Calculaied Deflection = 5 percent
h, Pipe Flotatian: If the pipe is buried in common saturated soil(about 120 �ounds
per cubic foot) with at least 1%2 pipe diameters of cover, pipe is generally not
subject to flotation. If sha�lower, check groundwaier flotation potential.
Flotation will occur if:
�� > WF + wf -i' �d
Wlaere: Fb = buoyant force, pound per foot
WP = em.pty pipe weight, pound per foot
Wf= weight of flaoded soil, paund per foot
Wa = weight af dry soil, pound per foat
Values and formulas for the above variables can be obtained from the pipe
manufacturer and site speci�c soil conditions.
i. Verify trench depths after existing utiIities are located.
j. Accommodate vertical alignment changes required because of existing utility or
other conflicts by an appropxiate change in pipe design depth.
k. In no case shall pipe be installed deeper than its design allows.
2. Minimum pipe stiffness af 46 psi at 5 percent deflection whezi test in accordance
with ASTM D2412.
3. Pipe markings
a. Meet the minirnum requirements of ASTM D3034 and ASTM F679.
b. Minimum pipe markings shall be as follows:
1) Manufacturer's Name ar Trademark and production record
2) Nominal pipe size
CTTY d�' FORT WOR`I'FI 2018 Bond Year 2, Contract 14
STANDARD CONSTRUGTIO�T SPECIFICATION DOCLTMEA�TS Caty Project No. 101475-2
Revised 7une 14, 2013
33 31 20 - 5
POLYVrFVYL Ci3LORIDE (PVC) GRAVITY SANITARY SEWER PIFE
3) PVC cell classification
4) ASTM or �tandard Dizxae�nsion Ratio {SDR) designation
5} Seal of testing agency that verifed the suitability of the pipe
4. 7oints
a. Jaints shall be gasket, bell and spigot, push-on type conforming to
ASTM D3212.
Page 5 of 6
b. Since each pipe manufacturer has a different design far push-on joints; gaskets
sha11 be part of a coznplete pipe section and purchased as such.
5. Connections
a. Only use manufactured fittings_
h. See Section 33 31 50.
6. Detectable Metal�ic Tape
a. See Section 33 OS 2b.
�.3 ACCESSORIE,S [NOT USED]
�.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 I�TSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1, Install pipe, specials and appurtenanc�s as specified herein, as specified in Section
33 OS 10, and in accordance with the pipe manufacturer's recommendations.
2. Lay pipe ta the lines and grades as indicated in the Drawings.
3. Excavate and backfill trenches in accordance with Section 33 OS i0.
4. Eznbed PVC pipe in accordance with Section 33 05 10.
B. Pipe Handling
1. Haul and distribute pipe and i ttings at the project site.
2. Handle piping with care to avoid damage.
a. Inspeci each joint ofpipe and reject or repair any c�amaged pipe prior to
lowering into the trench.
h. C1se only nyion ropes, slings or other lifting devices that will not damage the
surface of tl�e pipe %r handling the pipe.
3. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals and trash — during and aiter
the laying opex�ation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
C. Pipe Joint Insta�lation
a. Clean dirt and foreign material frorn� the gaskeied socket and the spigot end.
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCIIME]VT5 City Project No. 10I475-2
Revised 7une 19, 2013
33312�-b
POLYVINYL CHLQRIDE {PVC) GRA�ViTY SANITARI' SEWER FIPE
Page fi of 6
b. Assemble pipe juint by sliding the lubricated spigot end into the gasketed be11
end to the reference mark.
c. Install such that iden�ificatian marking on each joint are oriented upward toward
the trench opening.
d. When maldng cannection to manhole, use an elastomeric seal or flexible bont to
facilitate a seal.
D. Connect�on Installation
1. See Section 33 31 S0.
E. Detectable Metallic Tape Installa�ion
l. See Section 33 OS 26.
3.5 REPAIR / RESTORATION [NOT U�ED]
3.6 RE�INSTALLATION [NOT USED]
3.i FIELD [oR] SITE QUALITY CONTROL
A. Field Tests and Inspections
1. Video Inspection
a. Provide a Post-CCTV inspection in accordance with Section 33 Ol 31.
2. Air Test and Defleetion {Mandrel) Test
a. Perform in accordance with Section 33 O1 30.
3.� SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING �NOT USED]
3.10 CLEANING [NUT USEDj
3.11 CLOSEQUT ACTIVITIES [NOT U�ED]
3.1� PROTECTION [NOT USED]
3.13 MAiNTENANCE [NOT USED]
314 ATTACHMENTS [NOT USEDj
END OF SECTION
Revision Log
DATE NAME SUNIMARY OF CHANGE
6/18113 D. Johnson 2.2.S.1.b — Pipe Material Clarification
CTI'1' OF FORT WORTH 2O18 Sond Year 2, Contract 14
$TANDARD CQNSTRUCTION SPECIFICATION bOCLTMENTS City Projecf No. 101475-2
Revised Iune 14, 2p13
33 31 21 - 1
POLYVII�iYL CHLORIbE (PVC) CLOSED PROFILE (`iRAVITY SANITARY SEWEA PIFE
Page 1 of 6
SECTION 33 31 �1
POLYVINYL CHLORIDE {PVC} CLOSED �R�FILE GRAVITY SANITARY SEWER PIPE
PART 1- GENERAI,
1.1 SLTMMARY
A. Section Includes:
l. Polyvinyl Chloride {PVC} pipe 18-inch through 48-inch for gravity sanitary sewer
applications
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but az-e not necessarily l�mited to:
1. Division 0-- Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Sec�on 33 01 30 — Sewer and Manhole Testing
4. Section 33 01 31 -- Closed Circuit Television (CCT� Inspection
S. Section 33 05 10 — UtiIity Trench Excavation, Embedment and Backfill
6. Section 33 OS 26 — Utilify Markers/Locators
7. Section 33 31 50 — 5ani�ary Sewer Service Connections and Service Line
1.� PRICE AND PAYMENT PROCEDiTRES
A. Measurement and Payment
1. Measurernent
a. Measure laorizontally along the surface from center line to center line of the
manhole or appurtenance
2. Payrnent
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price
bid per linear foat for "PVC ASTM F1$03 Sewer Pipe" installed foz-:
1) Various sizes
3. The price bid shail include:
a. Furnishing and insialling PVC gravity pipe with j oints as specified by the
Drawings
b. Pavement removal
c. Excavati�n
d. Hauling
e. Disposal of excess material
f. Furnishing, placement and compaction of embedment
g. Furnishing, placement and compaction of backfill
h. Trench water stops
i. Clean-up
j. Cleaning
CiTY QF FOR7' WORTH 2418 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101475-2
Revised Decemher 20, 2012
33 31 21 - 2
POLYVINYL CHI.ORIDE (PVC) CLOSED PI20FILE GRAVI'l'Y SAT�TITARY SEWER PIFE
Page 2 of 6
k. Testing
1.3 REFERENCES
A. Reference Standards
1_ Reference standards cited in this Specification refer to the current reference
standard published at tt�e time of the latest revision date logged at the end of this
Specification, unless a date is specifically czted.
2. American Association of State Highway and Transportation (AASHTO}.
3. ASTM International {ASTN�:
a. D1784, Standard Specification for Rigid Poly{Vinyl Chloride) (PVC}
Compounds and Chlorinated Poly{Vinyl Chloride) (CPVC) Compounds.
b. D2412, 5tandard Test Method for Determination of External Loac�ing
C�aracteristics of P�astic Pipe by ParaIlel-Plate Loading.
c. D3212, Staxzdard Specification for Joints far Drain and Sewer Plastic Pipes
Using Flexible Elastomeric Seals.
d. F1803, �tandard Specifcation far Po�y(Vinyl Chloride) (PVC) Closed Prafile
Gx�avity Pipe and �ittings Based on Controlled Inside Diameter.
4. Underwriters Laboratories, I.nc. {UL}.
1.4 ADMIIVISTRATIVE REQUIREMENTS [NOT USED�
1.5 Si1SMTTTAL5
A, Submittals shall be in accordance with Section O1 33 00.
B, All submittals shall be approved by the City prior to delivery.
1.6 ACTIDN SUBMITTAL�/INFQRMATIONAL SUBNIITTALS
A. Product Data
1. Product data sheet
2. Manufacturer
3. Nominal pipe diameter
4. Cell classification
5. Laying lengths
6. Field sealant and sealant procedures
B. Certificates
l. Furnrsn an aiiidavit certifying that all PVC Gravity Pipe meets the provisions of
this 5ectian and has been air and deflection tested and meets the requirements of
ASTM F1803.
1.7 CLOSEOUT SUBIVIITTALS [NOT USED]
1.S MAINTENANCE MATERIAL SUBMTTTALS [N�T USED]
19 QUALITY ASSURANCE
A. Qualifications
1. Manufacturers
CI'£X OF FORT WORTH 2O18 Bond Year 2, CanCract 14
STANDARIJ CONSTAUCTION SPECIFICATION DOC`UMENTS City Project Na, 101475-2
Revised December 2Q, 2p12
33 31 21 - 3
POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY S�V1�R PIPE
Page 3 of 6
a. Finished pipe shall be the product of 1 manufacturer far each size, unless
otherwise approved by the City.
1) Change orders, specials, and �eid changes may be provided by a di�#'erent
naanufacturer upan City approval.
b. Pipe manufacturing operations shall be performed under the control of the
manufactzarer.
c. Ali pipe fiu-nished shall be in conformance with ASTM F1803.
110 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirernents
�. Gxavity pipe shall be stored and laandled in accordance with the manufacturer's
guideiines.
2. Secure and maintain a location �o store the material in accordance with
Section 01 66 00.
111 FIELD [SITE] CONDITIONS [NOT USED)
1.1� WARRANTY [NOT USED]
PART 2 - PRODUCTS
�.1 OWNER FURNISHED [ox] OWNER SUPPLIEDPRODUCTS [liiOT USED]
2.2 EQUIPMENT, PRODUCT TYPES AND MATERiALS
A. Manufacturers
i. Only the manufacturers as listed in the City's Standard Products List wi�l be
considered as shown in Sectian pl 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is nat listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Seciion O1 25 00.
B. Performance / Design Criteria
Pipe
a. Meet all requirernents of TCEQ.
b. All pipe furnisheci shall be in conformance with ASTM F1843 for 18-inch
through 48-inch.
c. PVC Closed Profile Gravity Sanita�y Sewer Pipe and Fittings shall be
approved by the UL.
d. Assume a standard lay length of �4 feet e�cept for special fittings or closure
pieces necessazy to comply with the Drawings.
e. Use green or white coloring for in ground identification as sanitary sewer pipe.
f. PVC meeting the requirernents of ASTM D1784, with a cell classification of
12364
g, Deflection Design
1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe.
2) Design pipe according to the Modiffed Iawa Formula as detailed by the
Uni-Bel1 PVC Pipe Association in the Handbook of PVC Pipe, using the
following pararneters:
a) Unit Weight of Fill {w) = 130 pounds per cubic foot
CITY OF FORT WORTf� 2018 Sond Year 2, Canp-act 14
STANDARD CONSTRUGTIpN SPECIFICATION DOCY.IMENT5 City Project Na. 10]475-2
Revised 17ecember 20, 2012
33 31 21 - 4
POLYVINYL CHLORIDE (PVC) CLOSED PROF]LE GRAVITY SANITARY SEWER PIPE
Page 4 of 6
b) Live Load = AA�HTO HS 20
c) Trench Depth — 12 feet minimum, ar as indicated in Drawings
d) Maximurn (E') < 1,000 max
e) Deflection Lag Factor (DL) = 1.0
f) Bedding Factor constant (K} = 0.1
g} Mean radius of the pipe {r}, inches, as indicated in Drawings
h) Marston's load per unit length {W}, pounds per inch, calculate per
Drawings
i) PVC modulus of elasticity (E} = 400,000 psi
j) Moment of inertia of pipe wall per unit length, {I} = t3/12, {inA/in), per
pipe type and size
{1} Wh�re (t) = pipe �hickness, inches
kj Maxitnum Calculated Deflection = 5 percent
h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120
pounds pex cubic foot) with at least 1'/� pipe diametexs of cover, pip� is
generally not suhject to flotatian. Iishallower, check goundwater flotation
potential. Flotation will occur if:
I'b > �7j�p + Wf-I- Wd
Where: Fb = buoyant fnrce, pounds per foot
Wp — empty pipe weight, poutids per foot
Wf = weight of flooded soil, pounds per foat
Wa = weight of dry soil, pounc�s per foot
Values and formulas for the aboee variables can be obtained from the pipe
manufacturer and site specific soil conditions,
i, Verify trench depfil�s after existing utilities are located.
j. Accozn�odate vertical alignment changes required because oi existing utility
or other conflicts by an appropriate change in pipe design depth.
k, In no case shall pipe be installed deeper than its design allows.
2. Minirnum pipe stiffness af 46 psi at 5 percent deflection when test in accordance
WI�1 i�ST'� D2,�12.
3. Pipe markings
a. Meet the minimuzn req�uirements of ASTM F 1803.
b. Minimum pipe markings sha11 be as follows:
1} Manufacturer's Name or Trademark and �roduction record
2} Nominal pipe size
3) ASTM Standard
4) Cell Classification
5) Seal of testing agency that verifiec� the suitability ofthe pipe
4. Joints
a. Joints slaall be gasket, bell and spigot, push-on type conforrning to
ASTM �)3212.
b. �ince each pipe manufacturer has a different d�sign for push-on joints; gaskets
shall be part of a cornplete pipe sec�ion and purchased as such.
5. Connections
a. Use only manufactured fittings.
b. See Section 33 31 50.
CITY OR FQRT WORTH 2Q18 Bond Xear 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1�1475-2
Revised Dece�nber 2Q, 2012
3a312� -s
AOLYVINYL CHLORiDE (PVC) CLOSEb PROFILE GRAVITY SANI'I'ARY SEWER PIPE
Page 5 of &
6. Field Sealant
a. Use urethane adhesive (3M Scotch-Weld DPb05) for sealing connections and
f eld cu�s.
7. Detectable Metallic Tape
a. See Section 33 OS 26.
2.3 ACCESSORIES [NOT USED]
�.� SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 IN$TALLER.� [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT U�ED)
3.4 INSTALLATION
A. Ge:neral
1. Instail pipe, �ttin,gs, specials and appurtenances as specified herein, as specified in
Section 33 05 10 and in accordance witli the pipe manufacturer's reco�nmendations.
2. Lay pipe to the lines and grades as indicated in the Drawings.
3. Excavate and backfill trenches in accordance with 33 05 10.
4. Embed PVC Pressure Pipe in accordance with 33 OS i0.
B. Pipe Handling
1. Haul and distribute pipe and ittings at the project site.
2. Handle piping with ca�e to avoid damage.
a. Inspect eac� joznt o�pipe and reject or repair any damaged pipe prior ta
lowering into the trench.
i�. Use only nylon ropes, slings or other lifting devices that will not damage the
surface of the pipe for har�dling the pipe.
3. At the close af each operating day:
a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after
�he la�ing operation.
b. Effectively seaI the open end of the pipe using a gasketed night cap.
C. Pip� Joint Installation
�. Clean dirt and foreign rnaterial from the gaske�ed socket and the spigot end.
2. Assernble pipe joint by sliding ihe lubricated spigot end into the gasketed beZl end
to the reference mark.
3. Install such that identi�cation marking on each joint are oriented upward toward the
t�ench opening.
4. When making connectian to rnanhole, use an elastomeric seal or flexible boot to
facilitate a seal.
D. Field Cutting
1. Make pipe cuts before placing pipe in ditch when possi�ble.
CITY OF FORT WORTH 261 S Bond Year 2, Contract 14
STANf3ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Praject No, 1U1�475-2
Revised becember 20, 2012
33 3l 21 - 6
POLYVINYI, CHLQRID� (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PIPE
Page b of 6
2. Cut pipe with disc blade or circular saw for best results.
3. Do not follow the spiral barret weld as a cutting guide.
4. Use field sealant on cut locations per the manufaciurer's recomrnendation.
E. Connection �nsta�lation
1. See Section 33 31 50.
F. Detectable Metallic Tape Installation
1. See Section 33 05 26.
3.� REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [N�T USED]
3.7 FIELD [ox] SITE QUALITY CONTROL
A. �'ield Tests and Inspections
1. Video Inspection
a. Provide a Post-CCTV Tnspection in accordance with Section 33 O1 31.
2. Air Test and Deflection (Mandrel) Test
a. Perform test in accordance with Sec�ion 33 01 30.
3.8 SYSTEIVI STARTUP [N�T USED]
3.9 ADJUSTING [NOT USED]
3.1d CLEAIVING [NOT USEDJ
311 CLOSEOUT ACTIV�TIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAlV� SiTMMARY OF CHANGE
C1TI' OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARZ7 CONSTRUCTION SPECIF'ICATIpN DOCiJMENTS City Praject Na. 1D1475-2
Revised becember 2p, 2012
333123-1
SANITARY SEWE12 PIPE ENLARGEMENT
SECTION 33 3123
SANITARY SEWER PIPE ENLARGEMENT
PART 1 - GENE1�ZAi,
11 SUMMARY
A_ �ection Includes:
Page l of 8
1. Aequirements to rehabilitate existing sanitary sewers by ihe pipe enlargement
system, herein called Pipe Bursiing or Pipe Crushing (Pipe Bursting/Cz-t�shing)
a. This system includes spiitting or bursting the existing pipe to install a new
polyethylene pipe and reconnect e�sting sewer service connections.
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 Requirernents, Contrac� Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 O l 30 — Sewer and Manhole Testing
4. Section 33 O1 31 — Closed Circuit Television {CCT� Inspection
5. Section 33 03 10 — Bypass Pump�ng of Existing �ewer Systems
6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfil�
7. Section 33 31 15 --High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
8. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line
9. 5ection 33 39 10 — Cast-in-Place Concrete Manholes
�,Z PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Pipe Installation by Pipe Enlargement
a. Measurement
1) Measured horizonta�ly atong the surface from center line io center line of
the manhole or appurtenance
b. Payment
1) The work performed and materials furnished in accardance wiY.h this Item
and measured as providec� under "Measurement" wi11 be paid for at the unit
price bid per linear foot for "Pipe Enlargement" installed %r:
a} Various sizes
c. Tl�e price bid shall inc�ude:
1) Furnishing and installing pipe as specified by the Drawings
2) Pavement removal
3) Excavation
4) Haulzng
5) Launching pit
6} Receiving pit
CITY OF FORT WORT'H 2O18 Bond Yeaz 2, Contract 14
STANDARD CONSTRUCTION SYECIFICATION bOCUMENTS City Projec# No. IOi475-2
Revised Decemher 20, 2012
333123-2
SANITARY SEWER PIPE ENLARGEMEI�TT
7) Bypass Pumping for pipes smal3er than 1$-inches
8) Disposal of excess material
9) Furnishing, placement and compaction of bacl�'i11
1�) Clean-up
11) Cfeaning
�2} Testing
Page 2 of $
2. Point Repair
a. Measurement
�
c.
1) Measurement for this Item shall he by the linear foot measured horizontal�y
along the surface following the pipe centeriine for the length identified
during the Pre-CCTV inspectian and directed by the City.
Payment
1} The work perforYned and materials fiunished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per linear foot for "Sewer Pipe, Point Repair" installed for:
a) Various szzes
The price bid shall include:
lj Furnishing and installing pipe as specified by tlae Drawings
2) Coupling
3) Pavernent removal
4) Excavation
5) Hauling
b) Bypass Pumping for pipes smaller than 18-inches
7) Disposai of excess materiaI
8) �'urnishing, placernent and compactian of backfill
9} Clean-up
10) Cieaning
11) Testing
3. Service Reinstatement, Pipe Enlargement
a. Measurement
1) Measurement for this Item shali be per each service to be reinstated.
b. Payrnent
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurernent" sI�al1 be paid for at the
unit price bid per each "Service Reinstatement, Pipe Enlargement".
c. The price bid shall include:
1) Furnishing and installing pipe as specified by the Drawings
2} Pavement remo�al
3} Excavation
4) Hauling
5) Launching pit
6) Receiving pit
7j Bypass Pumping for pipes srnaller than 18-inches
8) Disposal of excess material
9) Furnishing, placement and compaction of backfill
10} Clean-up
1 ] } Cleaning
12) Testing
C]TY OF FORT WORT�T 2018 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No, 1O1475-2
Re�ised December 20, 2012
333] 23-3
SAIVTI'ARY SEWER PIPE ENLARGEMENT
1.3 REFERENCES
A. Abbreviations and Acronyms
1. HDPE — High Denszty Polyethylene
2. CCTV — Closed Circuit Television
B. Definitions
Aage 3 of S
Pipe Bursting/Crushing
a. The reconstruction of gravity sewer pipe by installing an approved pipe
rnaterial by use of a static, hydraulic or pneumatic hammer "inaling" device,
suitably sized to break out the old pipe or by using a madified boring "knife"
wit1� a flared plug t1�at implodes and crushes the existing sewer pipe.
b. Forward progress o� the "mole" or the "knife" may be aided by the use of
hydraulic eyuipment or other apparatus.
c. The repiacement prpe is either pulled or pushed into the bore.
d. The methad allows for repfacement ofpipe sizes from 8-inches through 21-
inches and/or upsizing in varying increments up to 21-inches.
C. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard pubfished 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. D1248 Speci�cations for Polyethylene Plastic Malding and Extension
Materials
b. D 1693 Test for Environmental Stress-Cracking of Ethylene �las�ics
c. D2122 Deterniining Dimensions of Thermoplastic Pipe and �'ittings
d. D2837 Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials
e. D3350 Specification for Polyethylene Plastic Pipe and Fittings Materials
f. F714 Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on
Outside Diameter (3" IPS and Larger)
3. City of Fort Worth Code of Ordinances
a. Part II, Chapter 23 Offenses and Miscellaneous Provisians, Section 8 Noise
1.� ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Coordinate with City, Engineer, franchise utilities, etc. as described in ihe
Drawings.
2. Provide advanced notice prior to commencing actual pipe enlargement activities, as
described in the Drawings, in order ta allow the City to provide appropriate
advanced notice to affected residents,
3. Review the location and number of insertion or access pits with the City Inspector
prior to excavation.
B. Sequencing
1. Provide a bypass pumping pian, when required, detailing collection and discharge
locations and method of bypass pumping in accardance with �ection 33 03 ] 0, prior
to the start of constructian.
CTT'�,' OF FORT WORTH 2O18 Bond Year 2, Coniract 14
STANDARD GONSTRUCTIO�I SPECIFICATIflN DpCCJNIENTS City Project No. 101475-2
Revised December 20, 2012
333] 23-4
SAN7TARX SEWER PIPE ENLARGEMENT
Fage 4 of 8
2. Pro�ide a phasing plan with the sequence of construction priar to the start of
construction.
1.� SUBMITTALS
A. Submittals shall be in aceordance with Section O1 33 00.
B. All submittals shall be approved by the City prior to delivery.
Lb ACTION SUBMITTALSIINFORMATIONAL SUBNIITTALS
A. Special Procedure Submittals
1. Provic}e a bypass pumping pIan when required by Contract Documents in
accordance with 5ection 33 03 10.
2. Pravide a phasing plan with the sequence of construction prior to the start of
construction.
l.i CLOSEOUT SUBMITTALS
A. Record Docun:zentation
1. Provide Closed Circuit Television inspection reports in accordance with Section 33
01 31.
1.8 MAIli�TENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A, Qualifications
1. The Contractor shall be c�-tified by the particular Pipe Enlargernent system
manufacturer that such fiz� is a licensad installer of their system, No other Pipe
Enlargemeni system other than those listed in these Specificat�ons is acceptable.
2. The Contractor slaall be able to show that the personnel directly involved with the
Pipe Enlargement have adequate experience witl� similar work.
B. Pre-construction and �'ost-construction Testing
1. Provide Pre-construction and Post-construction Ctosed Circ�t Teleaision (CCTV}
Tnspection of the pipeline to be replaced and/or enlarged in accardance with Section
33 01 31.
1.1Q DELIVERY, STORAGE, AND �3ANDLING [NOT USED]
l.11 FIELD [SITE] CONDITIONS [NUT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
�1 OWNER FURNISHED [oR] OWNER-SUPPLIED PRODUCTS (NOT USED]
�.� EQIIIPMENT, PRODUCT TYPES, MATERIALS
A. Manufacturers
1. Only the manufacturers as iisted on the City's Standard Producis List will be
considered as shown in Section dl b0 00.
CTd'Y OF FORT WORTH 2p18 Bond Year 2, Contract 14
STANDARD CONSTRiJCTION SPECIFICATION DOCUMENTS City Project No. 1�1475-2
Revised December 20, 2012
333123-5
SANITARY 5EWF.R PIPE ENLARG�MENT
Page 5 of 8
a. The manufacturer must cornply with this Specification and related Sections.
i. Any product that is not listed on the Stat�dard Products List is considered a
substitution and shall be subrnitted in accardance with Section O1 25 00.
B. Materials
1. HDPE Pipe
a. The pipe and fitting material shall conform to Section 33 31 15.
2. Service 5addles
a. Conform ta Section 33 31 50.
3. Repair Clamp
a. Conf'orm to Section 33 31 15.
4. Manhole Inverts and Benches
a. Inverts and benches requiring replacement shall confox-tn to Section 33 39 10.
2.3 ACCESSORIES [NOT USED]
�.4 SOURCE QUALITY CONTROL [N�T USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.� EXAMINATION
A. Verification of Condi�ions
1. Provide Pre-Construction Clased Ciz-cuit Television {CCTV) Inspeciion of the
pipeline to be replaced/enlarged in conformance with Section 33 O l 3I.
a. Inspection of the pipelines shall be performed by experienced personneI irained
in locating breaks, obstacles and service cannections by Closed Circuit Color
Television.
B. Evaluation and Assessment
l. Identify, by location, the presence of line obstnuctions in the existing sewer (heavy
solids, dropped joints, protruding service taps or collapsed pipe} which will prevent
completion of the pipe bursting/crushing prdcess and which cannot be removed by
conventional sewer cleaning equipment.
2. Identify, by location, the pr�sence of sags in the sewer line{s) by the following
procedure:
a. Perform CCTV inspection.
b. Provide CCTV inspection results to the City.
c. The City Inspector wi11 zeview the Pre-CCTV tapes to determine if any
excessive sags exist and will inform the Contractor which segments of pipe are
to be replaced by poi�t repair.
3.3 PREPARATION
A. Bypassing Sewage
l. Bypass pump sewage in accordance with Section 33 03 10.
B. Line Obstructions
1. If identified in the CCTV inspection, remove line obstruction.
CITY OF FORT WORTT� 20i 8 Bond Year 2, Conlract 14
STANDARD CONSTRUCTION SPBC�'ICATION DOCUMENTS City Project No. 101475-2
Revised December 20, 2012
333123-6
SANTTARY SEWER PIPE ENLARGEMENT
Page 6 oi 8
a. Removal of obstruction is considered subsidiary to CCTV inspection.
C. Point Repairs
1. Perfarm point repair as identified on the Drawings ar at the discretion of the City.
This may include:
1} Pipe replacement
2) Digging a sag elirnination pit and bringing the bottom of the pipe trench to
a uniform grade in line with the existing pipe invert
3.4 INSTALLATION
A. Site Organization
1. Locate rnsertion or access pits such that their tatal number will be minimized and
the length of replacement pipe installed in a sing�e pull shall be m�imized.
2. Use e�cisting manhales wherever practical.
a. Manhole inverts and bottoms may be remo�ed to pernut access for installation
equipment.
3. Locate equipment usec� to perform the work away from buiidings so as not to create
a noise impact. Conform to City of �ort Worth Code of Ordinances, Part II, �ection
23-8.
a. Provide silencers or other devices to reduce machine noise as needed to meet
requirements.
B. Schedule
1. Upon cammencennent of the actual pipe enlargement, do not begin a segment of
work that cannot be completed before the end of the work day.
C. Finished Pipe
1. The installed replacement pipe sha11 be continuous over the entire length of each
pip� segment from manhole to naanhole and shall be free from visual defects such
as �'oreign inclusions, concentrated ridges, discalaration, pitting, varying wall
thickness, pipe separation and other deformities.
2. Ca�efully cut out the replacement pipe passing through or terminating in a manhole
in a shape and manner appro�ed by the Engineer,
3. Streamline and improve tne manhole invert and benches to ensure sznooth flow.
4. The installed pipe shall meet the leakage requirexnents of the pressure test specified
herein.
D. Pipe Joznting
l. Assemble and join sections ofHDPE replacement pipe on tl�e job site above
ground.
2. Use the heating and butt-fixsion system for jainiing in strict conformance with the
manufacturer's pxinted instructions and in accartlance to Section 33 31 15.
3. Ensure that the butt-fusion joints have a smooth, uniform, doubte rolled back bead
made while applying the proper melt, pressure and alignment.
4. It shall be the sole responsibility af the Contractor to provide an acceptable butt-
fusion joint.
5. Malce all joints a�ailable for inspection by the Engineer before inserkion.
CITY 4F FORT WORTH 2O18 Bond Year 2, Contract 14
S'I'ANDAILD CdNSTRUCTION SP�CIFICAI`ION I]OCUMEI�TS City Project No. 101475-2
TZevised December 20, 2012 �
333f23-7
SANITARY SEWER PIPE ENLARGEMENT
Page 7 of 8
6. Join the replacement pipe an site in appropriate warking lengths near the insertion
pit.
a. The maximunn length of continuoas replacement pipe which sha11 be assembled
above ground and pulled on the job site at any Z time shalI be 600 Iinear feet.
7. For situations where the replacement pipe is not pulled ali the way to the manhole,
a repair clarnp shall be utilized to connect segments of the HDPE pipe, as approved
by the Engineer.
E. New Pipe Installation
1. Install new pipe in accoxc3ance with the manufacturer's recommendations.
F. Anchoring New Pipe and Sealin:g Manholes
1. After the new pipe has been instaIled in the entire length of the sewer section,
anchor tne pipe at manholes.
a. The new pipe shall protrude in the manholes for enough distance to allow
seaiing and tri;nming {but not less than 4 inches).
2. Wait a;ninimum of 10 hours after installatian befare sealing the new pipe at
manholes.
3. Provide a flexible gasket connector in the manhole wall at the end of the new pipe,
centered in the existing manhole wa11.
4. Grout flexible connector in tlie manhole, filling al� voids the full thickness of the
manitole wali_
5. Restore manhole bottom and invert.
G. Sewer Service Connections
1. Install service connections in accordance with Section 33 3 i 50.
H. Rescue
L The cost for rescue of static, h�draulic or pnezunatic hammer "moling" deviees or
modified boring "knives" that become stuck or excessively huried and require
additional excavation to retrieve shall be the sole responsibility of the Contractor.
I. Sut�ace Restoration
1. Any c�amage caused to paving structures or any other surface fracture resulting
from the pipe enlargement shall be repaired or replaced to the same condition, or
better, at the expense of the Contractor.
3.5 REPAIR /RESTORATION [NOT USED]
3.b RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. Post-Construction CIosed Circuit Television {CCT� Inspection
1. Video Inspectian
a. Conduct a Post-Construction CCTV Inspection in accorda�nce with Section 33
O1 31.
CTI'Y OF FORT WO1tTH 2O18 Bond Year 2, Contract 14
STANDIIRD CONSTRUCTION SP�CIFICATIQN DpCLJMENTS City Project No. 101475-2
Revised December 20, 2032
333123-$
SANITARi' 5EWF.R PFPE ENLA,RGEMENT
3.$ SYSTEM STARTUP [NOT USED]
3.9 .ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [1`OT USED]
312 PROTECTION �NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTYON
Page 8 of 8
Revision Log
DATE NAME StiMMARY O�' CIIANGE
CITY OF FpRT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SFE�FFICATION 170Ci_1MENTS City Project No. 10I47S-2
Revised Deaember 20, 2p 12
333150-1
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 1 of ] 0
1
Z
SECTION 33 31 �0
SANITARY SEWER 5ERVICE CONNECTIONS AND SERVICE LINE
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
b 1. Sanitary sewer service connect�on, service tine and 2-way cleanout frozn the main
7 to the right-of-way, as shown on the Drawings, directed by the Engineer and
8 speci�ed hexein far:
9 a. New 5ervice
10 h. New Service (Bored)
11 c. Private Service Reloca.tion
i2 d. Service Reinstatement
13 B. Deviations from this City of �'ort Worth Standard Speci�ication
J 4 1. Nane.
15
16
I7
18
19
20
2T
C. Related Speci�cation Sections include, but are not necessarily limi�ed to:
1. Division 0— Bidding Requirements, Cantract Forzrzs and Conditians of the Con�ract
2. Division 1— General Requirements
3. Section 33 OS 10 — Utiiity Trench Excavation, Embedment and Backfill
4. Section 33 11 10 — Ductile Iron Pipe
5. Section 33 11 11 — Ductile Iron Fitting�
6. Section 33 31 20 — Polyvinyl Chloride {PVC) Gravity Sar�itary Sewer Pipe
22 1.� PRICE AND PAYMENT PROCEDiJRES
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Measurement anc� Payment
1. New Sewer Service
a. Measurement
1) Measurement far this Item sha11 be per each "Sewer Service" complete in
place.
b. Payment
1) The work performed and materials fiunished in accardance with this Item
will be paid for at the unit price bid per each "Sewer Service" installed for:
a) Various sizes
c. The price bid shal� include:
1) Furnishing and installing New Sanitary Sewer Service Line as speciiied by
the Drawings
2) Pavement remaval
3) Excavation
4) Hauling
5) Disposal of excess material
b) Tee connection to main
7) Fittings
C1TY OF FORT WORTH
STANbAR1] CONSTRUCTTON SPECIF'ICATIQN bOCUMENTS 2018 Bond Year 2, Contract 14
Revised Apri126, 2013 City Project No. 101475-2
3337 50-2
SAI�IITARY SEWE12 SERVICE CONIdECTiONS ANb SERVICE LINE
Page 2 of 1R
1
2
3
4
5
6
7
8
9
1Q
11
12
13
14
15
16
i7
18
19
20
21
22
23
24
25
2b
27
2$
29
30
31
32
33
34
35
3b
37
38
39
40
41
42
43
44
45
46
47
48
49
�
�
S) 2-way cleanout and cap wiih concrete pad
9) Surface restoration, exctuding grass {seeding, sodding or hydro-mulch paid
separately)
10} Furnishing, placing and connpaction of embedment
11) Furnishing, plaeing and compaction of back�ll
12} Clean-up
New Ductile Iron Sewer Service
a. Measurement
1) Measurement for this Itern shall be per each Ductile Iron Sewer Service
complete in place.
b. Payment
]} The work performed and materials fiirnished in accordance with this Item
will be paid for ai thc unit price bid per each "DIP Sewer Service" installed
for:
a) Variaus sizes
c. The price bid shall include:
1) Furnishing and installing New DIP Sanitary Sewer Service Line as
specified by the Drawings
2) Pa�ement removal
3} Excavation
4) Hauling
5) Dispasal of excess material
6) Tee connection to main
7} Fittings
8} 2-way cleanout and cap with concrete pad
9} Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid
separately)
10) Furnishing, placing and compaction of embedment
11) Fu�-ni,shing, placing and compaction of backfill
12) CIean-up
New Bored Sewer Seivice
a. Measurement
1) Measurement for this Item shall ba per each Bored Sewer Service complete
in place.
b. Payment
1) The work performed and materials furnished in accordance wit� this Item
and measured as pravided under "Measurement" will be paid for at the unit
price bid per each "Bored Sewer Service" installed for:
a) Various sizes
b} Var�o�xs anaterials
a The price shall include:
1) Furnishing and instal�ing New Sanitary Sewer Service Line as specified by
the Drawings
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess material
6) Tee connection to main
7} Service Line
CITY OF F�RT WORTH
STANDARB CONSTR[JCTION SFECIFiCATION D�CUMENTS
Re�ised April 2b, 2013
2018 Bond Xear 2, Cont�act 14
City Project No. 101475-2
33 31 50 - 3
SANITARY SEWER SERVICE CpNNECTIONS AN17 SERVICE LiNE
Paga 3 of 10
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
2$
29
30
31
32
33
34
35
36
37
38
34
40
41
42
43
44
45
46
47
48
4.
E
8) Fittings
9} 2-way cleanout and cap with concrete pad
10) Surface restoratzon surraunding 2-way cleanout
11) Furnishing, placing and compaction af embedment and backfill
12) Clean-up
Private Service Relocation
a. Measurement
1) Measured horizontaily along the surface from center Iine to center line of
the fitting, manhole or appurtenance
b. Payment
1) The work performed and the materials furnished in accordance with this
Item and tneasured as provided under "Measurement" wi11 be paid far at the
unit price bid per linear foot for "Private Sewer Service" installed for:
a) Various sizes
b) Various materials
c. The price shall include:
1) Obtaining appropriate Permit
2) Obtaining Right of Entry
3) Performing relocation as specified in the Drawings
4) Excavation
5) Hauling
6) Disposal of excess rnaterial
7) Service Line - private side by pIunaber
$) Fittings
9) Furnishing, placing and compaction af ernbedrnent
10} �'urnishing, pIacing and compaction of backfill
11) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro-
mulch paid separateiy)
Sewsr Service Reconnection
a. Measurement
1) Measurement for this Item sha11 be per each "Sewer Service Reeonnection"
connplete in place from public sexvice Iine connection to private service line
connect�on.
b. Payment
1) The wark performed zn conjunction with the relocation of a sewer service,
associated with private service 1ine, fittings and cleanout 5 feet or less in
any dixection frorn the c�nterline of the existing service line and the
materials furnished in accordance with this Item will be paid for at the unit
price per eaeh "Sewer Service, Reconnection" performed foz�:
a) Various service sizes
c. The price bid shall include:
1} Private service line
2) Fittings
3) Private connection �a sewer service
4) Paveanent rernoval
5) Excavation
6) Hauling
7) Disposal of excess material
CITY OF FORT WORTH
STANDARD CO3VSTRUCTION SPECIFICAI'IOAI T]OCUMENTS
Revised Apri126, 2013
2018 Bond Year 2, Cantract 14
City Project No. 101A7S-2
33 31 50 - 4
SANTTARY SEWER SE1tVICE CONNECTIONS AIVb SERVICE LINE
Page 4 of 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
lb
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4I
42
43
44
45
S} Surface restoration, excluding grass {seeding, sodding or hydro-rnu�ch paid
separately}
9) Clean-up
6. 2-way Cleanout
a. Measurement
1) Measurement for this Item shall be per each when only a"2-way Cleanout"
is installed.
b. Payrnent
1) The work perfor�ned and the rnaterials furnished in accorc�ance with this
Item shall be paid for at the un�t price bid per each "2-way Cleanout"
instailed for:
a) Various sizes
b) Various materials
c. The price bid shall inctude:
1} Furnishing and installing the 2-way Cleanout and cap as specified in the
Drawings
2) Pa�ement removal
3) Concrete pad
4) Surface restoration, excluding grass {seeding, sodding ar hydro-naulch paid
separately)
5) Hauling
b) Disposal of excess material
7) Furnishing, placing and compaciion af backfill
8) Clean-up
7. Service Reinstatement
a. Measurement
1) Measurement for this Item shall be per each Reinstatement of Service
associated with the sev�rer main being rehabilitated by a trenchless method.
b. Payment
1} The work performed and materials fiunished in accordance witl� this item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Sewer Service, Reinstatement" for:
a) Various sizes
a The price bid shall include:
1) Tap to existing main {if required}
2) Pavemeni removal
3) Excavation
4j Hauling
5) Disposal of excess material
6) Tee connection to main
7) Service line (if required)
$) Fittings
9) Purnishing, placing and compaction of embedment and backfll
10) Clean-up -- surface restaration, excluding grass {seeding, sodding or hydro-
mulch paid separately)references
CTTY OF FORT WORTH
STANDAItb CpNSTRUCTIQN SPECIFICATION DOCiJMENTS
Re�ised Apri125, 2073
2018 Bond Year 2, Contract 14
C`ity Project No. 101475-2
333150-5
SANITARY SEWER SERV7CE CONNECTIONS AND SER'VICE L1NE
Page 5 of 10
1 B. Deiinitions
2 l. New Service
3 a. New service applies to the installation of a s�rvice with connection to a new or
4 existing sewer main.
5 b. The service materials would include service line, fittings and cleanout.
6 2. Sared Service
7 a. Bored service applies to the installation of a service witl� connect�on to a new or
S existing sewer main includ�ng a bore under an existing road.
9 b. The sen+ice materials would include service line, fittings and cleanout.
10 3.
11
12
13
14
15 4.
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
Private Service Relocation
a. Private service relocation applies to the replacement o�the existing sewer
service line on pr�vate property typicalIy associated with the relocation of the
existing main.
b. Typical main relocaiion will be frorn a rear �ot easement or alley to the street.
Serviee Reanstatement
a. Service reinstatement applies to the reconnectfon af an existing service to an
existing main that has been rehabilitated by trenchless methods such as pipe
enlargement (pipe burst�ng), slip lining or CIPP.
C. Reference 5tandards
1
2.
3
Aeference standards cited in this Specif cation refer to the current re%rence
standard published at the tirne of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
A�TM International (ASTM):
a. ASTM D3034 Standard Specification for Type PSM Po1y (Viny� Chloride}
(PVC) Sewer Pipe and Fittings
b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic
Pipe, Schedules 40, 80 and 120.
c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic
Pipe for Sewers and Other Gravity-�'low Applications
d. ASTM D2412 Standard Test Method for Determination of External Loading
Characteristics of Plastic Pipe by Parallel-Plate Loading
e. ASTM D3212 Standard Speci�cation for Joinis for Drain and Sewer Plastic
Pipes Using Flexible Elastomeric Sea1s
Texas Commission on Environrnental Quality
a. Titie 30, Part I, Chapter 217, St�bchapter C, Rule 217.54 — Criteria for Laying
Pipe and Rule
b. Titte 30, Part I, C�apter 217, Subchapter C, 217.55 -- Manholes and Related
Structures
39 1.3 ADMIIVISTRATIVE REQUIREMENTS
40 A. Scheduling
41 1. Provide advance notice for service interruption to property owner and meet
42 requirements of Division 0.
CITY OF FORT WORTH
STAIVDARD CQNSTRUCTION SFECIFICATIOIV DOCUMEIVTS 20I8 Bond Year 2, Contract 14
Rev�sed Apri126, 2013 City Project Na. 101475-2
33 31 50 - b
SANITARY SEWER SERViCE CONNECI'fONS ANL) SERVICE LIIrIB
Page 6 of TO
1 1.4 SUBMITTALS
2 A. 5ubmittals shall be in accordance with Section 01 33 00.
3 B. AIl submit�als shall be approved by the City prior io delivery.
4 1.5 ACTION SUBMITTALS/INFOItMATYONAL SUBMITTALS
S
6
7
S
9
10
11
12 1.6
A. Product data shall inciude, if applicable:
1. Tee connection or saddle
2. Fittings (including type of cleanout)
3. �er�ice line
B. Certificates
1. Furnish an affidavit certifying that service line and fittings rneet tk�e provisions of
this �ection.
CLOSEOUT SUBMITTALS [NOT USED]
l 3 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED�
14 1.8 QUALITY ASSURANCE [NOT USED]
15 1.9 DELIVERY, STQRAGE, AND HANDLrNG
16
17
18
19
20
21
22
23
24
25
26
27
28
29
A. Storage and Handling Reqnirernents
1. Gravity pipe shal� be stored and handled in accardance with the manufacturer's
guidelines.
2. Protect all parts such that no damage ar deteriaration will occur during a prolongcd
delay from the tirne of shipment until installation is completed and the units and
equipment are ready for operation.
3. Protect all equipment and parts against any damage during a prolonged period at the
site.
4. Prevent plastic and similar brittle items from being directly exposed to sunlight or
extremes in temperature.
S. Secure and maintain a location to store the material in accordance with Section O1
C6 00.
1.10 FIELD [SITE] CONDITIONS [NOT USED�
111 WARRANTY [NOT USED]
3� PART � - PRODUCTS
31 �.1 OWNER-FURNISHED [NOT USED]
32
33
34
35
2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
A. Manufacturers
1. Only the rnanufacturers as listed on the City's Standard Products List will be
considered as shown in Section O1 b0 00.
ci� oF �oxT wax�
STANDARD CONSTRUCTIpN SP�.CIFICATION DdCLTMENTS 2018 Sond Year 2, Contract 14
Revised Apri126, 20i3 City Project IVo. 101475-2
33 31 50 - 7
SANITARY SEWER SERVICE CONNECTIaNS AND SERVICE LINE
Page 7 of 1p
1 a. The manuiacturer must comply with this Specification and related Sections.
2 2. Any product that is not listed an the Standard Products List is considered a
3 substitution and shall be submitted in accordance with Section O1 25 �0.
4
5
6
7
8
9
10
11
12
13
14
15
16
�7
18
19
20
2�
22
23
24
25
26
27
28
29
30
31
32
3. The services and appurtenances sk�all be new and the product of a manufaciurer
xegularty engaged in the man�xfacturing of services and appurtenances having
si�nilar service and size.
B. Materials/Design Criteria
3
�
l. Service Line and Fittings {including te� connections)
a. PVC pipe and fittings on public property shall be in accordance with Section 33
31 20.
b. PVC pipe and fittings on privat� property shali be Schedule 4fl in aceordance
with ASTM D]785.
c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance
with 5ection 33 � 1 10 and Sect�on 33 11 11.
2. Service saddle
a. Service saddles shall only be allowed wl�en cannecting a new service to an
existing sanitary sewer main and shall:
1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, w�ith
neoprene gasket for seal against main
2) Use saddle to fit outside diameter of zxzain
3) Use saddle with grooves to retain band clamps
4) Use at least 2 stainless steel band clarnps for secur�ng saddles to the main
b. Inserta tees sexvice connections may not be used.
Cleanout
a. Cleanout stack material should be in accordance with Ciry Standard Details ar
as shown on Drawings.
b. Far paved areas, provide a cast iron c�eanout and cast iron lid.
c. �'or unpaved areas, provide PVC cleanQut and polyethylene lid.
Coupling
a. For connections between new PVC pipe stub aut and exis�ing service line, use
rubber sleeve couplings with stainless steel double-band repair sleeves to
connect to the line.
33 2.3 ACCESSORIES [NOT USED]
34 2.4 �OURCE QUALITY CONTROL [NOT USED]
35 PART 3- EXECUTION [NOT USED]
3b 3.1 �NSTALLERS
37 A. A licensed plumber is required far insta.11ations of the service line on private property.
CITY OF F012T WORTH
STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS 201$ Bond Year 2, Contract f4
Revised ApriI 26, 2013 Ciry Project No. 141475-2
333150-8
SANITARY SEWER SERVIC� CO�VN�CTIpN,� At�D SERV[CE. LINE
Page 8 of 10
1 3.2 EXAMINATION [NOT USED]
2 3.3 PREPARATjON [NQT USED]
3 3.4 INSTALLATION
4
5
b
7
S
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
A. General
1. Install service line, fittings and cieanout as specified h�r�in, as speciiied in Section
33 OS 10 and in accordance with the pipe manufacturer's recornxnenc�ations.
B. Handling
1. Haul and distribute service lines, fittings and cleanouts at the project site and handle
with care to avoid damage,
a. Inspect each segrnent of service line and reject or repair any danaaged pipe
prior to lowering into the trench.
2. Do not handle the pipe in such a way that will damage the pipe.
C. Service Line
l. Lay service line at a minimum grade af 2 percent, as shown on City Siandard
details, or at lines and grades as indicated in the Drawings.
2. If service line is installed by bore as an alternative to open cut, the cast assaciated
with open cut insta�lation, such as pavement removal, trenching, embedment and
backfill and paveme nt patch will not be included as part of the bore installation.
3. Excavate and backfill trenches in accordance with 33 OS 10.
4. Embed PVC Pipe in accordance with 33 OS 10.
D. Cleanout
1. Install out of traff c areas such as driveways, streets and sidewalks w�enever
possible.
a. When not �ossible, install cast iron cleanout stack and cap.
2. InstaIl 2-way cleanaut in non-pa�ed areas in accordance with City Standard Details.
3. Install 2-way cleanout in paved areas in accordance with City Standard Details.
E. Serv�ce line connection to main
1. New service on new or replacement main
a. Determine location of service connections before main installation so the
service fittings can be installed during main installation.
b. Connect service line to main with a molded or fabricated tee fitting.
2. Reconnection to main after pipe enlargement
a. Tapping the existing main and installing a strap on tee connection may be used.
b. Allow the new rx�ain to recover from imposed stretch before tapping and service
instal�ation.
l) Follow manufacturer's recommendation for the length of tim� needed.
c. Tap main at 45 degree angle to horizontal when possible.
1) Avoid tapping the top of main.
d. Extez�d service line from main to property line or easernent line before
connecting to the existing service line.
3. New service on existing main
a. Connect service line to main with a molded or fabricated tee fi�ting if possible.
C1TY OF FORT WORTH
STANDAIiD CQNSTRUCTION SPECIFICATIOIV DpCUMEIV7 S 20l & Bond Year 2, Contract 14
Revised Apri126, 2013 City Project No. 101475-2
333l54-9
SAA]ITARY SEWER SERVICE CONNECTIONS AND 3Ei2VICE LINE
Page 9 of 10
1
2
3
4
5
6
7
S
9
10
ll
12
13
b. Tapping the existing main and installing a strap on tee cannection may be used.
F. Private Service Relocation
1. Requirements for the relocation of service line on private property
a. A lieensed plumber must be used to install service line on private property.
b. Obtain permii fram the Developnaent Department for work on private property.
c. Pay %r any inspection or permit #'ees associated with work on private property.
d.. Verify (by Exploratory Excavation of Exisiing Utilities) the elevations at the
building cleanout and compare to data on the Drawings before beginning
service installation.
e. Submit elevation information to the City inspector.
f. Verify that tY�e 2 percent slope instaliat�on requirement can be met.
l) If the 2 percent slope cannot be met, verify with the Engineer that line may
be installed at the lesser slope.
14 3.� REPAIR / RESTORATIDN [NOT USED]
15 3.6 RE-INSTALLAT�ON
16 A. Service Relocation
17 1. All re�acations that are not installed as designed or fail to meet the City code shall
18 be reinstalled at the Cantractor's expense.
19 3.7 FIELD QUALITY CONTROL
20 A. Inspections
21 1. Private property service line requires approval by the City plurnbing inspector
22 before ffnal acceptance.
23 3.$ SYSTEM STARTUP [NOT USED]
24 3.9 ADJUSTING [NOT USED]
25
26
27
28
29
30
3.10 CLEAN�NG [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
312 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENT� [NOT USED]
END OF SECTION
CITY OF FORT WORTH
STANDAItD CONSTRUCTION SPECIFICATION DOCiTMEN'I'5 2018 Bond Year 2, Contract 1�4
Revised April 26, 2p13 City Project No. 101475-2
33 31 50 - 10
SAIVITARY SEWER SERVICE CONNECTIpNS AND SERVICE LINE
Page 10 of 10
Revision Log
DATE NAME SUMMARY OF CHANGE
Throughout — Deep Sewer 5ervice was remo�ed
1.2 — Measurement and Payment Items were re�ised to include relocation and
12/20/2o12 D. Johnson reconnection; Blue text was added for guidaxice in applying the bid Items; Price bid
lists revised fo include ctean-out caps, pads and surface restoratian.
Added the phrase `, including grass' to lines;
Part 1, 1.2.A.I.c.9, Partl, 1.2.A.2.c.9, Part 1,1.2.A.5.c.8, Part1, 1.2.A.6.c.4
Added the phrase `- surface resioration, including grass' to lines;
2/13/2013 F. Griffin Part 1, 1.2.A.4.c.1 Z, Part 1, 1.2.A.7.10
Removed the phrase `surrounding 2-way cleanout' from lines;
Part 1, 1.2.A.1.c.9, Part ], 1.2.A.2.c9, Part 1, 1.2.A.b.c.4
Revised lines with `including grass' replacing with `excluding grass (seeding,
sodding or hydromulching paid separateiy)'
4/2b/2013 F. Griffin Included in Part 1 12 A 1 c 9• Parf 1 1.2 A 2 c, 9; Part 1, ].2, A, 4, c, 11; Part 1
J ) ) } ] 5 f ) ] f J
1.2, A, 5, c, $; Part 1, 1.2, A, 6, c, 4; Part I, 1.2, A, 7, c, 10
C17`Y OF FORT WOR'I'H
STANDAItD CONSTRUCTION SPECIFICATIpN DpCUMENTS 2018 Sond Year 2, ContracE 14
Rerlised April 26, 2D13 Ciry Projecc No. 101475-2
33391p-1
CAST-IN-PLACE COAICRETE 11+lANHOLE
Page 1 of 7
SECTION 33 3910
CAST-IN-PLACE CONCRETE MANHOLE
PART1- GENERAL
11 SUMMARY
A. Section Includes:
1. Sanitary Sewer Cast-in-Place Concrete Manholes
B. Deviations frofn this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include but are not necessarily li�nited ta:
1. Divisian 0— Bidding Requirements, Contract Forms, and Canditions of the
Contract
2. Division 1— General Requirements
3. Section 03 30 00 — Cast-In-Place Concrete
4. Section 03 80 00 — Modifications to Existing Concrete Skructures
5. Section 33 Qi 30 — Sewer atld Manhole Tesiing
6. Section 33 OS 13 — Frame, Cover, and Grade Rings
7. Sectian 33 39 60 — Epoxy Liners far Sanitary Sewer Structures
1.2 PRICE AND PAYII�NT PROCEDURES
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 materia]s furnished in accordance with this
Item shall be paid for at the unii price bid per each "Manhole" installed for:
a) Various sizes
b) Vario�as types
c. The price bid will include:
1) Manhole structure complete in place
2) Excavation
3) Forms
4) Concrete
5} Backfiil
6) Faundation
7) Drop pipe
8) Stubs
9} Frame
10) Cover
11) Grade rings
12) Pipe cannections
13) Pavement removal
CTI'Y OF FORT WORTI-I 2p18 Bond Year 2, Contract 14
STANDAILD CONSTRUCTION SPECIFICATION bOCL]MENTS City Project No. 101475-2
Revised December 20, 2012
333910-2
CAST-IN-PLACE CONCRE'1`E MA�iI-IOLE
14) Hauling
1 S) Disposal of excess material
16) Placement azld compact�nn of backf'ill
17) Clean-up
Page 2 of 7
Z. Extra Depth Manhole
a. Measurement
1) Measurement for added depth beyond 6%et wiIl 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" speci�ed for;
a) Va�ous sizes
c. The price bid will include:
1} Manhole struciure complete in place
2} Excaaatron
3) Forms
4) Reiz�forcing 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 �naterial
17) Placement and campaction of backfill
18j Clean-up
3. Sanitary Sewer Junction Structure
a. Measurement
1) Measurement for this Item will be per each Sewer Junction Structure being
installed.
b. Payment
1) The work performed and materials furnished in accordance with t�iis Item
and measur�d as pravided under "Measurement" shall be paid for at the
lump sum bid per each "Sewer Junction Structure" location.
c. Price bid will include:
1) Junction St�ucture complete in place
2) Excavation
3) Forms
4) Reinforcing steel {if required)
5) Concrete
6) Backfill
7) Foundation
$) Drop pipe
C1TY OF FORT WOATH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTIpN SPEGIFICATION D4CLTMENTS City Project No. 141475-2
Revised December 20, 2012
333910-3
CA5T-IN-PLACE CONCRETE MANHqLE
Page 3 of 7
9� .�tLl�JS
10) Frame
11 } Cover
12) Grade rings
13) Pipe cnnnections
14) Pavement removal
15) Hauling
i 6) Disposal of excess mater�al
17) Place�nent and compaction of backfill
18) Clean-up
1.3 REFERENCES
A. Definitions
1. Manhole Type
a. Standard Manhole (See City Standard Details}
1) Greater than 4 feet deep up to 6 feet deep
b. Standard Drap Manhole (See City �tandard DetazIs)
1) Same as Standard Manhale with external drop connection (s}
c. Type "A" Manhole (See City Standa�rd Details)
1) Manhole set on a rein%rced concrete block placed around 39-ix�ch and
larger sewer pipe
d. Shallaw Manhole (S�e City Standard Details)
1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller
than 39-inch
2. Maz�hole Size
a. 4 foot diameter
I) Used with pipe ranging from 8-inch to 15-inch
b. 5 foot diameter
1} Used with pipe ranging from 1$-znch to 36anch
c. See specific manhole design on Drawings for pipes larger than 36-inch.
B. Reference Standards
1. Reference standards cited i�n this Specif cation refer to the cvrrent reference
standard published at the time of the latest revision date Iogged at the end of this
Specification, unless a date is specifically cited.
2. ASTM International (ASTN�:
a. D425$, Standard Practice for Surface Cleaning Concrete for Coating.
b. D42S9, Standard Practice for Abrading Concrete.
1.4 ADNIIIVISTRATIVE REQi1IREMENTS [NOT USED]
f.� SUBMITTAL�
A. Submittals shall be in accordance wi�h Section O1 33 00.
B. All submittals shalI be approved by the City prior to delivery.
1.6 ACTION SUSNIITTALS/INFORMATIONAL SUBNIITTALS
A. Product Data
1. Drop connection materials
C1TY OF FORT WORTH 2OI8 Bond Year 2, Contract 14
STANDARD CONSTRUCTION 5PECIFICATION DOCITM�NTS City Project No, 10I475-2
Revised Iaecember 20, 2012
333910-9
CAST-IN-PLACE CONCRETE MANHpLE
Page 4 of 7
2. Pipe connections at manhole walls
3. Stubs and stub plugs
�4. Admi�ctures
5. Concrete Mix Design
1.9 CLOSEQUT SUBNIITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED�
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
11� WARR.ANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
�.� EQUIPMENT, PRQDUCT TYPES, MATERIALS
A. Manufacturers
1. Only the manufacturers as listed on the City's Standard Pz'oducts List will be
considered as shown in Section 01 b0 00.
a. 'T�ie manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on tlie Standard Products List is considered a
substitution and shall be submitted in accordance with Section O1 25 00.
B. Materials
1. Concrete — Canform to Section 03 30 00.
2. Reinfoxcing Steel — Conforrn to Section 03 21 00.
3. Frame and Cover — Confarm to Section 33 OS 13.
4. Grade Ring — Conform to Section 33 OS 13.
5. Pipe Connections
a. Pipe connections can be premalded pipe adapter, flexible locked-in boot
adapter, or integrally cast gasket chat�nel and gasket.
6. Interior Coa�ing or Liner — Conform ta Section 33 39 60, if required.
7. Exterior Coating
a. Use Coal Tar Bitumastic for below grade damp proofing.
b. Dry film tliickness shall ba no less thanl2 nnils and no greater than 30 rnils.
c. Solic�s conten.t is 68 percent by volume f 2 percent.
CTTY OR FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPBCI�'TCATION DpCUME.NTS City Fraject No. 101475-2
Revised December 20, 2012
333910-5
CAST-IN-PLACE CONCRETE MAN�iOLE
Page S of 7
�.3 ACCE�SORIES [NOT USED]
3�.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION
A. E�aluation and Assessment
1. Verify lines and grades are in accordance to the Drawings.
3.3 PREPAItATION
A. Foundation Prepara�ion
1. Excavate 8 inches belo�v rnanhole faundation.
2. Replace excavated soiZ witil course aggregate, creating a stable base for the
manhole construction.
a. If soiI conditions or ground water prevent us� of course aggregate base a 2-inch
mud slab may be substituted.
3.4 INSTALLATION
A. Manhole
1. Construct manhole to dimensions shown on Drawings.
2. Cast rnanhole foundation and wa.11 monolithically.
a. A cold joint wit� watex stop is allawec� wnen ihe manhale depfih exceeds 12
feet.
b. No other joints are allowed unless shown on Drawings.
3. Place, finish and cure concrete according to Section 03 30 00.
a. Manholes must cure 3 days before hacicfilling around structure.
B. Pipe connection at Manhole
1. Do not construct joints of sewer pipe within wa11 sections of manhoIe.
C. Invert
1. Construct invert channels to provide a smooth waterway with no disruption of flow
at pipe-manhole connections.
2. For direction changes of mains, construct channels tangent ta mains with malciznutn
possible radius of curvature.
a. Pravide curves for side inlets.
3. Sewer pipe may be laid through the manhole and the top '/z ofthe pipe removed to
facilitate manho�e canstruction.
4. For all standard manholes provide full depth invert.
5. For example, if 8-inch pipe is connected to manhole, constxuct the invert to fu118
inches in depth.
D. Drop Manhole Connection
CITY OF FORT WORTH 2O18 Bond Year 2, Contract i4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pzoject IVo. 1D1475-2
Revised December 2p, 20i2
33 39 1 p- 6
CAST-IAI-PLACE CONCRET'E MANHOLE
Page 6 of 7
1. Install drop connection when sewer Iine enters manhole higher tl�an 24 inches
above the invert.
E. Fina] Rirn Ele�aiion
1. Install concrete grade r�ngs for height adjustment.
a. Construct grade ring on laad bearing shoulder of manhole.
b. Use sealant between rings as shown on Drawings.
2. Set frame on top of manhole or grade rings using continuaus r�vater sealant.
3. Remove debris, stones and dirt to ensure a watertight seal.
4. Do not use steel shims, wood, stones or other unspecified matez�al to obtain ihe
f�n,aI surface elevation of the manhole frame.
F. Internal coating
l. Internal coating application will conform to Section 33 39 60, if required by
Drawings.
G. External coating
1. Remove dirt, dust, oil and other contaminants that could interFere with adhesion of
the coating.
2. Cure for 3 days before bac�filling around structure.
3. Coat ihe same date the for�ns are removed.
4. Prepare surface in accordance with ASTM D4258 and ASTM D4259.
5. Application will follow manuiacturer's recommendation.
H. Modifications and Pipe Penetrations
1. Conform io Section 03 80 p0.
I. J�nction Structures
1. A11 structures shall be installed as speci�ed in Drawings.
3.� REPAIR I RESTORATION [NOT USED]
3.b RE�INSTALLATION [NOT USED]
3.'� FIELD QUALITY CONTROL
A. Field Tests and Inspections
1. Perform vacu�m test in accordance with Section 33 O1 30.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.1� PROTECTIDN [NOT USED]
3.13 MAIlVTEIiTANCE (NOT USED]
314� ATTACHMENTS [NOT U�ED]
C]T'Y OF FORT WORTH 2O18 Bond Year 2, Contract 14
ST1tNDARD CONSTRUCTIQN SPEC]FICATION DOCUMENTS City Praject No. 101475-2
Revised December 20, 2Q72
333910-7
CAST-IN-PLACE CONCRETE MAI+IHQLE
END OF SECTION
Page 7 of 7
Revision Log
DATE NAME SU1VfI�rIARY OF CHANGE
12/20/2012 D. Johnson 1.2.A.l.c. — reinforcing steel remo�ed from items to be included in price bid
CITY OF FORT WORTH 201 S Bond Yesr 2, Contract 14
STANDARb CONSTRUCTION SPECIFICA1TpN DOGUfv1ENTS C`ity Project No, 1Q1475-2
Revised December 20, 2012
33 39 20 - 1
PR�CAST CONCRETE MANHOLE
Page 1 of 6
SECTION 33 39 24
PRECAST CONCRETE MANHOLE
PART1- GENERAL
l.i SUMMARY
A. Section Includes:
1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast
Concrete ManIaoles
B. Deviations from this City of Port Worth Standard Speciiicatian
1. None.
C. Related 5pecification �eetions include, but are not necessarily lirnited to:
1. Division 0— Bidding Requirements, Contract Forms, and Canditions of the
Contract
2. Division 1— General Requirements
3. Section 03 30 00 — Cast-in-Place Concrete
4. Section 03 80 00 — Modificaiions to Existing Concrete Structures
5. Section 33 O 1 30 — Sewer and Manhole Testing
6. Section 33 p5 13 — Frame, Cover, and Grade Rings
7. Sectian 33 39 60 — Epoxy Liners for Sanitary Sewer Structures
1.� PRICE AND PAYIV�NT PROCEDURES
A. Measurement and Fayment
1. Manhole
a. Measurement
1) Measurement for this Item sha11 be per each concrete znazihole installed.
�. 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 "Manhoie" installed �or:
a) Various sizes
b) Various iypes
c. The price bid will include:
1) Manhole structure complete in place
2) Excavation
3) Forms
4) Reinforcing steel (if required}
5) Concrete
6) Back�ll
'1) Foundation
8) Drop pipe
9) Stubs
10) Frame
lI) Cover
� 2) Grade rings
GI'I`Y QP FORT WORTH 2O18 Bond Year 2, Contract l4
STANDARD GONSTRUCTION SPECIFICATION DOCiJMENTS City Praject No. 101475-2
Revised Decernber 20, 2012
333920-2
PRECAST CONCRETE MANHOLE
I �� P1�7B C01711�CttDI7S
14) Pavement removal
15) Haulzng
1 b) Disposal af excess znaterial
17) Placernent and compaction of backfill
18) C1ean-up
Page 2 nf b
2. Extra Dept�i Manhole
a. Measurement
1) Measurement for added depth beyond 6 feet will be per vertical foot,
measured to the nearest 1/10 foot.
�
c.
Payrrient
1} The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurerment" wilI be paid for at the unit
price bid per vertical foot %r "Extra Depth Manhole" speci�ed for:
a) Various sizes
The price bid will include:
1) Manhole structure complete in place
2} Excavation
3) Forms
4} Reinforcing steel {if required)
S) Concrete
6) Backfill
7) Foundation
S) Drop pipe
9) Stubs
10) Frame
11) Cover
12) Grade rings
13) Pipe connections
14) Pa�ernent rernoval
15} Hauling
16} Disposal of excess material
17) Placement and compaction af backfill
18) Clean-up
1.3 REFERENCES
A. De�nitions
Manhole Type
a. Standard Manhole (See City Standard Details)
1) Greater than 4 feet deep up to 6 feet deep
b. Standard Drop Manhal� (See City Standard Details)
1) Same as Standard Manhole with external drop connection(s)
c. Type "A" Manhole (See City Standard Details)
1) Manhole set on a reinforced concrete block placed around 39-inch and
larger sewer pipe.
d. Shallow Manhole {See City Standard Details)
1) Less than four 4 deep with formed invert for sewer pipe diameters smaller
than 39-inch
2. Manhole Size
CITY O�' FOR3' WORTH 2Q18 Band Year 2, Contract 14
STANDARD G�NS'FRUCTI�N SPECIFICATION BOCiTMENTS City Praject No. 101475-2
Revised December 20, 2012
333920-3
PRECAST CONCRETE MAAFHOLE
Page 3 of 6
a. 4 foot diameter
1) Used with pipe ranging from 8-inch to 15-inch
b. 5 foot diameter
1) Used with pipe ranging from 1 S-inch to 36-inch
2) See specific manhole design on Drawings for pipes larger than 36-inch.
B. Reference Standards
1
2.
Reference standards cited in this Specification refer to the current reFerence
standard pubIished at the time of the latest revision ciate logged at the end of this
5pecifcation, unless a date is specifically cited.
ASTM Internat�onal {AST1Vn:
a. C443, Siandard Specification for 7oint for Concrete Pipe and Manholes, Using
Rubber Gaskets
b. C478, Standard Specification for Precast Reinforced Concrete Manhole
Sections.
c. C923, 5tandard 5pecification for Resilient Connectors Between Reinforced
Concrete Manholes Struciures, Pipes, and Late:rals.
d. D1187, Standard Specification for Asphalt-Base Emulsion for Use as Protective
Coatings for Metal
e. D1227, Standard Specification for Emulsified Asphalt Used as a Protec�ive
Coating for Rooiing
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.� SUBMITTALS
A. Submittals shall be in accordance with Section O1 33 0�.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACT�ON SUBMITTALS/INFORMATIONAL SUBNIITTALS
A. Product Data
1. Precast Concrete Manhola
2. Drop connection materials
3. Pipe connections at znanhole wa11s
4. Stubs and stub plugs
5. Admixtures
6. Concrete Mix Design
Li CLOSEOUT SUBMITTALS [NOT USED]
1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [�YTE] C011iDITIONS [NOT USED]
2. � 2 WARRANTY
A. Manufacturer Warranty
CITY OF FORT WOR7'H 2O18 Bond Year 2, Contract 14
STAT�IaARD GaNSTRUCTTON SPECIFICA'I'ION DOCUMENTS C`ity Praject No. 101475-2
Revised I)ecember 20, 2012
333920-4
PRECAST COIICRETE MAt�HOLE
1. Manufacturer's Warranty shall be in accordance with Division 1.
PART�- PRODUCTS
Page 4 of 6
�.1 OWNER�FURNISHED �oR] OWNER-SUPPLIED PRODUCTS [NOT USED�
2,2 EQUIPMENT, PRODUCT TYPE5, AND MATERIALS
A. Manufactuxers
1. Only the manufacturers as list�d on tl�e City's Standard Pxoducts Lisi wi11 be
considered as s�iown in Section O 1 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not �ist�d on the Standard Prodncts List is considered a
substitution and shall be su�bmitted in accordance with Sec�ion O1 25 00.
B. Materials
1. Precast Reinforced Concrete Sections — Conform to ASTM C478.
2. Precast 7oints
a. Provide gasketed joints in accordance with ASTM C443.
b. Minimize number of segments.
c. Use long joints at the k�oitom and shorter joints towarc� the top.
d. Include manufacturer's stamp on each sec�ion.
3. Lifting Devices
a. Manhole sections and canes may be iurnished wi#h lift lugs or lift holes.
1) Iflift lugs are provided, place 1$0 degrees apart.
2} If lift hoies are provided, place 180 degrees apart and grout during manhole
installation.
4. Frame and Cover — Confonn to �ection 33 OS 13.
5. Grade Ring — Conform to Section 33 OS 13 and ASTM C478.
b. Pipe Connections
a. Utilize either an integally cast embedded pipe connector or a boot-type
connector installed in a circular hlock out opening conforming to ASTM C923.
7. Steps
a. No steps are allowed.
8. Interior Coating or Liner — Conform to Section 33 39 6U.
9. Exterior Coating
a. Coat with non-fibered asphaltic emulsion in accardance with ASTM D1187
Type I and ASTM D1227 Type III Class I.
�.3 ACCESSORIES [NOT USED]
2.4 S�URCE QUALITY CONTROL [NQT USED]
CTPY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD GQN6TRUCTION SPECIRICATION bOC�JMENTS City Project No. 101475-2
Revised December 20, 2012
333920-5
PRECAST CONCRETE MANIiOLE
Fage 5 of 6
PART 3 � EXECUTION
31 INSTALLERS [NOT U$ED]
3.� EXANIINATION
A. Evaluation and Assessment
1. Verify lines and gades are in accordance to the Drawings.
3.3 PREPARATION
A. Foundation �repaxation
1. Excavate 8 inches below naanhole fozandation.
2. RepIace excavated soil with course aggregate; creating a stable base far manhole
construction.
a. If sail conditions or ground water prevent use of course aggegate base a 2-inch
mud slab may be subs�ituted.
3.4 INSTALLATION
A. Manhole
1. Construct manhoIe to dimensions shown o:n Drawings.
2. Precast Sections
a. Provide bell-and-spigot design incorporating a premolded joint sealing
compound for wastewater use.
b. Clea�n beIl spigot and gaskets, lubricate and join.
c. Minimize number of segments.
d. Use lang joints used at the bottom and sharter joints toward the top.
B. Invert
1. Construct invert chanz�els to provide a smooth waterway with no disruption of flaw
at pipe-manhole connections.
2. For direction changes of mains, construct channels tange�at to mains wiih maxunum
possible radius of curvature.
a. Provide curves for side inlets.
3. For all standard manholes provide full depth invert.
4. For example, if 8-inch pipe in connected to manhole canstruct the invert to fu118
inches in depth.
C. Drop Manl�ole Connection
1. Install drop connection when sewer line enters manhole higher than 24 inches
above the invert.
D. Final Rim Elevation
1. Instali concrete grade rings for height adjustment.
a. Construct grade ring on load bearing shoulder of manhole.
b. Use sealant between rings as shown on Drawings.
2. Set frame on top of manhole ar grade rings using continuous water sealant.
3. Remove debris, stones and dirt to ensure a watertight seal.
CITY pF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDAAD CONSTRUGTIpN SYECIFICATION DOCUMENTS Ciry Project No. 101475-2
Revised December 20, 2012
333920-6
PRECAST CONCRP,TE MANf�OI�E
Page 6 pf 6
4. Do not use steel shims, wood, stones or other unspecified material to obtain the
final surface elevation of the manhole frame.
E. Internal coating
1. Internal coating application will conform to Section 33 39 b0, if required by
Drawings.
F. External coating
1. Remove dirt, dust, oil and other contaminants that could in#erfere with acihesion of
the coating.
2. Cure manhole for 3 days before backfilling a,rounci the structure.
3. Application will follow manufaciurer's recommendation.
G. Modifications and Pipe Penetrations
1. Confarm to Section 03 $0 00.
3.� REPAIR / RESTORATION [NOT USED]
3.6 RE�INSTALLATION [NOT USED]
3.i FIELD QUALITY CONTROL
A. Field Tests and Inspections
1. Perform vacuum test in accordance with Seetion 33 O1 30.
3.� SY�TEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
310 CLEANING [NOT USEDj
3.11 CLOSEOIIT ACTIVITIES [NOT USED]
3.13 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.�4 ATTACHMENTS [NOT USED]
END OF SECTION
Re�ision I.ag
DATE NAME SCTMMARY OF CHANGE
].1.A.1 — Modi�ied to include precast manholes for water and reclaimed water
applications
]2/20/2012 D. 7ohnson 1.3.8.2 —Madified to include ASTM C443, D1I87 and D1227 as references
2.2.B.1-3 — Modified in accordance with new ASTM references
2.2,B.10 — Modified in accordance with new ASTM references
CPPY pF FORT WORTH 20] S Bond Year 2, Contract IA
STANDARD GONSTRUCTION SPECIFICATION bQCi.]MENTS City Project No. 101475-2
Revised December 20, 2012
333960-1
LINERS POR 5ANITARY SEWER STRiTCTURES
Page 1 of 12
1
2
SECTION 33 39 60
LINERS FOR �ANITARY SEVVER STRUCTi.JRE�S
3 PART 1 - GENIItAL
4 1.1 SUNIlI7ARY
5 A. Section Includes:
b 1.
7
8
9
10
11 2.
12
13
14 3.
15
Application of a high-builc� epoxy coatir�g system (or modified polymer liner
system, i.e. SpectraShield) to concrete utility structures such as manholes, lift
station wet wells, junction boxes or ot�er concrete facili�ies that may need
protection fram corrosive materials. This covers rehabilitation of existing sanitary
sewer structures and newly installed sanitary sewer structures.
For sanitary sewer mains S-inch diart�eter and larger, use of a structural liner
system, Warren Environmental System 301, ARC S 1 HB by A. W. Cheste�an
Company, is acceptable.
For sanitary sewer mau�s S-inch diameter and smaller, and less iha� 6-feei m depth,
use of a liner system, SpeciraShield, is acceptable.
16 B. Deviations from this City of Fort Worth Standard Specification
17 1. None.
18 C. Reiated Specification Sections include but are not necessarily ]imited to:
19 1. Division 0— Bidc�f'uig Requirements, Contract Farms, and Conditions of the
20 Contract
2i 2. Division 1— General Requiz-ements
22 3. �ection 33 O1 30 — Sewer and Manhole Testing
23 1.2 PRICE AND PAYMEN'I` PROCIDURF�S
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
A Measurement and Payment
1. ManhaIes
a. Measurement
1) Measureme�t for this Item shall be per vertica� foot of coating as measured
from 2-inches below the bottom of the removable cover (not frame) to the top
of the bench. iiis ineludes lining of all expased concrete, the �ench and
invert, thru the use of flow control devices (i.e. temporary plugs, �and
bags), fo temp�rarily block flow However, as a last resort and with prior
written approval from Water �ield D�rations, if the flow can not b�
blocked ternporarily, then the lining would stop 3�inches from the edge af
the water in the pipe. Th�s item covers the total vertical footage far the
specific bid items of various manhole sizes (i.e. 4 fooi diazneter, 5 foot
diameter, Speci�c Manhole Designs for lines larger than 36-inch, etc.) and
specific types (Standard Manhole, Drop ManhoIe, Type "A" Manhole,
Shallow Manhole, incluc�ing additional depth beyond 6 foot).
b. Payment
CITY OF FORT WORTH 2O18 $ond Year 2, Cantract 14
STANDARD CONSTRiTGTIQN SPEC]FiGATIQIV DOCUMENTS Ciry Project No. 101�475-2
Revised Septernber 23, 2020
33 39 60 - 2
I.ENERS FOR SATII'FARY SEWER STRUCTURES
Page 2 of 12
1 1) The work performed, and materials furnished 'm accordaz�ce with this Ite�
2 and measured as pro�ided under "Measurement" will be paid for at the unit
3 price bid per �ertical foot of "Manhole Liner" applied.
4 c. The price bid shall include:
5 1} Remo�al ofroots
6 2} Removal of existing coatings
7 3) Eliminating any leaks
S 4j Rerraoval of steps
9 5) Repair/seal connection of the existing frame to chi�nney
10 b) Repairs of any cracks in the existing structure chim�aey, corbel (cone), wall,
11 bench, including any re�lacernent of damaged rebar, pipe
12 7) �urface cleaning
13 8) Furnishing and installing Liner as specified by the Drawings
l�# 9) Hauling
1S 10) Disposal of excess �aterial
16 11} Sxte Clean�up
l7 12} Manhole and I�vert C�eanin�
18 13) Testing
19 14) Re�Testing
20
21
22
23
24
25
26
2�
28
29
30
31
32
33
34
35
3b
37
38
39
40
4i
42
43
2. Non-Manhole Structures
a. Measurernent
1) Measurernent for �Iiis Item shall be per square foot af area where the
coating �s app�ied.
b. Payment
1) The wark performed, and materials furnished in accordance with this Item
and measured as provided under "Measurement" sha�l be paid for at the unit
price bid per square foot of "Structure Liner" applied.
c. The price bid shall include:
1) Removal oiroots
2) Removal of existing coatings
3) Elimina#ing any 3eaks
4) Removal of steps
5) Repair/seal connection of the existing frame to chimney
6) Repairs of any cracks in the existing structu,re chimney, corbel (cone), wall,
bench, including any replacement of damaged rebar, pipe
7) Surface cleaning
8) Furnishing and installing Liner as specified by the Drawings
9) Hauling
10) Disposal of excess material
11) �ite Clean�up
1�,) Manhole andInvert Cleaning
13) Testing
I4) Re-Testing
44 1.3 REFIItINCF,S
45 A. Reference Standards
46 1. Reference standards cited in this Specification refer to the current reference
47 s#andard pubIished at the time of the laxest revision date logged at the end of this
48 Specification, unless a date is specifically cited.
CITY OF FORT WOR"�'H 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFICATION bOCUMENTS City Projeci No. 10I475-2
Revised 3eptember 23, 2020
33 39 60 -3
LINERS FOR SANITARY SEWER 5TRUCTURES
Page3ofl2
I
2
3
4
5
6
7
S
9
10
11
12
13
14
]5
I6
17
18
19
20
2�
z2
23
24
25
26
27
28
29
30
31
2. ASTM International(AST1V�:
a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical
Reagents.
b. D638, Standard Test Method for Tens�le Properties of Plastics.
c. D695, Standard Test Method for Compressive Properties of Rigid Plastics.
d. D790, Standard Test Methods for Flexural Properties of Unreinforced and
Reinforced Plastics and Electrical Insulating Materials.
e. D4Q60, Standard Test Method for Abrasion Resistance of Organic Coatings by
the Taber Abraser.
% D4414, Standard Practice for Measurerr�ent of Wet Film Thickness by Notch
Gages.
g. D7234, Stand Test Method for PuII-Off Adhesion strength of Coatings on
Concrete Using Portable Pull Off Adhesion Testers.
3. Environrnenial Protection Agency {EPA}.
4. NACE Internafional (NACE}. Published standards from the National
Association of Corrosion �►gineers
5. Occupational Safety and Health Adminisiration {OSHA). bnploy a trench
safety system in accordance with Section
6. Reso�xrce Conservation and Recovery Act, (RCRA).
7. The Society for Protective Coatings/NACE International (SSPC/NAC�:
a. SP 13/NACE No, b, Surface Preparation of Concrete. 'Ii�is includes
m�nit�ring for hydrogen sulfide, methane, or lowozygen. Alsoincludes
fiow control equipment. Suriace preparafion equipment may xnclnde high
pressure water cleaning (3�0� psi} and shall be sirited to provide a surface
compatiblc for �nstallation of the liner systern. Surface preparation shail
produce a c�ean, abraded, and souz�d �urface, with no evidence of Ioose
concrete, loose brick, loose mortar, oil, grease, rust, scale, other
contaminants or debris, and shall display a surface profile suitable for
application of the liner system.
b. SPd1$$, Discantinuity (Holiday) Testing ofNew Protective Coatings on
Conductive Substrates
32 1.4 ADNIINISTRATIVE REQUIREIV�IVTS [NOT iTSID]
33 l.5 SUBMITTALS
34 A. SubmittaIs shall be in accordance with Section �1 33 00.
35 B. All submittals shall be approved by the City prior to delivery.
36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
37
38
39
40
41
�42
43
44
A. Product Data
1. Technical data sheet on each product used
2. Material Safety Data Sheet (MSDS) for each product used
3. Copies of independent testir�g performed on the coating product indicating the
product meets the reyuirements as specified herein
4. Technical data sheet a�d project specific data for repair materials to be topcoated
with the coating product including application, cure time and surface preparation
procedures
CITY OF FORT VWORTH 2O18 Bond Yeaz 2, Coniract 14
STANDARD CONSTRUCTION SP�C)FICATION DOCI7MENTS City Project No. 101475-2
Revised September23, 2020
33 39 60 - 4
LINERS FOR SANITARY SEWER STRLTCTURP,S
Page 4 of 72
1 5. Material and mefhod for repair of leaks or cracks in the s�ructure. This
2 applies to repair work on both existing s�-uct�-es, manholes and newinstalled
3 manholes (inc�udin� Der�eloper projects} that have �en identtifiedwith cracks,
4 voitls, s�gns of infiltration, o�her structural defects or other related
5 construction daxnage.
6
7
8
9
10
ll
I2
13
14
15
16
17
18
19
20
21
22
23
�
25
26
27
2,8
29
30
B. Contractor Data
1. Current docurnentation from coating product rnanuiacturer certifying Cantractor's
#raining (and/or licensed} as an approved instalIer and equipment complies with the
Quality Assurance requirernents specified herein
2. 5 recent references of Contractor indicating successful applicatian aicoating
product{s} afthe same material type as specified herein, applied by spray
application within the municipal wastewater environment. References shall inolude
at least tiie following: owner narne, City mspectar name and phone numbex, project
name/number, size and linear footage of sanitary sewer main, manhole diameter,
struchu�e dimensions and number of each, sq�aas-e feet {ar vertical feet) of product
installed, contract cos� and contract duration. Contractarmustdemanstrate a
successful history of installing the product in structures of sirrzilar size and scope
and update t�is each time the con�ractor applies for and renews its Prequalification
for the Water Department.
3. For Develog2r Projects — at the time of Contractar selection, the
PrequaZificafian Statement, Secfion QO 4512 shall be submitted to the Cify,
clearly indicating the contr$ctor prequalified far ins#allation af
structurelmanhole liner. No ather bid submittals shaIl � accepted that
include lining contractors whose prequalifica�ion term has expiret� ar is not on
the active contrac�or lis# at the tixne oi Contractor selection. If the submitted
farms for �his projeet nut acceptable, the City will refer to the carrent ac�ive
contractor prequali�cation list, and the Contractor shall select the appropriate
manhole liningsubcontractor based an the pru,jec� scope of work. The
Contractor shall then provide the re�ised Prequalification Sta�ement Sec�ion
00 4� 12 for rerviewand acceptance.
31 4. This �pecification {along with tl�e CCTV Specification) andthe associated
32 submittals including �he work plan, QA/QC, testing, closeout docaments, etc.
33 shall b� discussed as part of the Pre-Construction Agenda for each project
34 {De�elaper projects included).
35
36
37
38
39
40
�. For any project, Developer projects included - If the Contractor proceeds with
application uf an unapproved lining product andlor �sing an unqualified
subcontractor for lining, the City shall recommend ei�her repair and/or
removal of any defecti�e lining materiial and have the Contractor select an
approved subcontractor that can apply the approved lining rnaterials. 'Fhis
wor� shall be at no additional cost to �he City.
CTTY OF FORT WORTI� 2018 Band Xear 2, Contract 14
STAIVDA1tD CO�ISTRUGTIpN SPECIFICATION DOCLTMENTS City Project No. ]01475-2
Revised Septemher 23, 2020
33 39 6U - 5
LWERS FOR SATY�TARY SEWER STRUCTURES
2
3
4
7
8
9
10
12
12
13
14
15
16
17
18
19
20
21
22
23
2�}
25
2b
27
28
29
30
31
32
33
Page 5 of 12
b. Schedule and Sequence nf Constraction— Considering this is a specialized
installation perfarmed by only certified appiicators, the schedule for this work
has a lead time that shail �e included in the Contractor's schedule. If the
Contractor docs not provide written notification anaVor fails �o schedu�e the
sui�ontractor in advance, �he City shall not be responsible for any additio�nal
costs andlor delays caused by the Contractar. Contractor shall provide the
updated canstr�ction schedule and wark plan {including manhole preparation,
repairs, lining, testing, etc.) in accordance with Sectian Ol 321b at least 1 week
prior to start of lining activities to fhe City Inspector, City Project Manager,
Water Field Og�rations, and Water Capital Projects. Equipment shaIl be an�
site and in warking arder for �he testing. Iithe Contractor is unable to have
equipment ready for testing, the test date shall be rescheduled accordingly
with the Inspector. The updatedcanstruction schedule shallcIearlyindicate
all related constrtrction activities at the manizales k�fore and after lining Al�
paving activities, including any finai �rade adjastments for manholes outside
pavernent, shall be completed uefore Contractor be�ins lining work. After
Iiner installation, Con�ractor shali wait a minimum af �8 hours tu allow the
liner material to iully cure l�fare retur�ring the system to normal service.
CCTV per Sec�ion 33 0131 shal� be scheduled after the lining nas been
completed to ciocument and confirm the manholes have been lined
1.7 CLOSEOiJT SUBMiTTA.LS
A_ Testing Documentation
1. Provide test results required in Section 2.4 and �ection 3.7 to City.
a. Include the followirng �anhole or structure location in%rmation:
1) E�isting sanitary sewer main/�ateral numl�r. For Develo�r Projects,
pravide proposed sanitary sewer line number as desigr�ated on the plans
and provide the existing sanitary sewer mainllaterai number at
connection� to the existin� manhole {ff appIicable).
2) Station nurr�ber
3) GI� ID number (if provided during construction}.
b. Ins�ction report of each manhole/structure tested {See attached sample
re�nrts to be �sed for Wet FYIm Thickness, Manhale Holiday/Spar�
Detect�on, and Manhole Adhesion Test).
34 1.8 MAIN'IE1�IANCE MATERiAL SUBNIITTALS [NOT LTSID]
35
36
37
38
39
40
41
42
43
1.9 QUALITY ASSiIRANCE
A. Qualifications
1. Contractor
a. Be trained by, ox have training approved and certified by, the coatingproduct
manufacturer far the hanc�ling, mixing, application and 'mspection of the coating
product(s) to be used as specified herein
b. Initiate and enforce quality control procedures consistent with the coating
product(s) inanuEacturer recommendations and appficable NACE or SSPC
standards as referenced herein
44 1.10 DEL�VERY, S'PORAGE, AND HAI�IDLII�G
45 A. Keep materials dry, protected from weather and stvred under cover.
CITX OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONSTRUGTION SPEC]FICATION DOCUMENTS City Project Na 10i475-2 "
Revised September23, 2Q20
33 39 60 - 6
LINERS FOR SAIVITARYSEWER STRUCTURES
Page 6 of 12
1
2
3
4
5
6
7
B. Store coating materiaLs between 50 degtees F and 90 degrees F.
C. Do not stare near flame, heat or strong oxidants.
D. Handle coating materials according to thei� material safety data sheets.
1.11 FIELD [SITE] CONDITIONS
A. Provide canfined space entcy, flow diversion and/or bypass plans a� necessary to
perform the spec�ed work. Active flaws shal�be diverted with flow through plugs as
required to ensure that flow is maintained off the s�arfaces ta be lined.
S 1.1� WARRA�iTY
9 A. C�ntractor Warranty
l0 l. Contractor's Warranty shallbe ir� accordance with Division 0.
11 PART 2 - PRODUCTS
12 �.1 OWN�.'R�FLIRNIS�III) �oR] OWNER SLJPPLIID PRODUCTS [NOT IISID]
13 �.2 EQLTIP�I�III�TT, PRODUCT TYPES, MATERIALS
14
15
16
17
18
19
2fl
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Repa�r and Resuriacing Products
1. Compat��le with the specified coating product(s) in order to bond effectively, thus
foxming a composite system
2. Used and app�ied in accordance with the manttfacturer's recomdnendations
3. The repair and resurfacing products mustmeet the following:
a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy
topcoating compaiibi�ity
b. Factory blended, rapid setting, high early strength, fiber reinforced, non-shrink
repaa mortar that can be toweled or pneumatically spray applied and
specifically formulated to be suitable for topcoating with the specified coating
productused
B. Coatmg Product
1. Capable of being instaIled and curing properly within a manhole or c oncrete utility
environment
2. Resistant to all forms of chemical or bacteriological attack found in municipal
sanitary sewer systems; and, capable o� adhering to typical manl�ole struci�rY'e
substrates
3. The 100 percent soJ�ds, solvent-free ultra high-build epoxy system shali exhibit the
following characteristics:
a. Applica�ion Ternperature— SQ degrees F, minimum
b. Thickness —125 mils mulimum for newly imstalled structures; 250 mils
minimum for rehabilitation of existing structut'es (Warren Environmental
System 301, ARC S 1 HB by A. W. Chesterton Company)
c. Color — White, Light Bl�e, or Beige
d. Compressive �trength (per ASTM D695) — 8,$00 psi minimum
e. Tensile Strength {per ASTM D638} — 7,500 psi minimum
f, Hardness, Shore D(per ASTM D4541) — 70 rr�inimum
C1TY OF FORT WORTH 2O18 Bo�d Year 2, Contract 14
STANDAR.D CpNSTRUCTION 3PECIRICATION DOCUMENTS City Praject No. 101475-2
Revised Sep#ember23, 2020
33 39 60 - 7
I.INERS POR SANITARY SEWER STRUCTLIRES
2
3
4
7
S
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
2$
29
30
31
Aage 7 of 12
g. Abrasion Resistance (per ASTM D�4060 CS 17F Wheel) — 80 mg loss
maximum
h. Flexural Modulus (per ASTM D790) — 400,000 psiminimum
i Flexural Strength (per ASTM D790) —12,000 psi minimum
j. Adhesian to Concrete, mode of Failure (ASTM D4541): Substrate (concrete)
failure
k. Chemical Resistance (per ASTM D543/G20) all types of service for:
1} Municipal sanitary sewer environment
2) Sulfuric acid, 70 percent
3) Sodium hydroxide, 20 percent
4. Or, th� multi layer modified polyurea and polyurethane shalI exhibit the following
characteristics:
a. Application Temperature — 50 degrees F, minimum
�_ Thickness — 500 mils minimum (SpectraShield)
c. Moisture Barrier and Final Corrosion Barrier
1 j Color — Pink
2) Tensile Strength (per ASTM D412) — 2550 psi mir�imu�n
3) Hardness, Shore D{per ASTM D2240) — 56 m�nimum
4) Abrasion Resistance (per A�TM D4060) — 20 mg loss maximum
5) Percent Elongation (per ASTM D412) — 269
d. Surfacer
1) Compressive Strength (per ASTM D1621) — l OQ psi minimtun
2) Density (per ASTM D1622) — 5lbs/cu ft minimum
3) Shear Strength (per ASTM C273) — 230 psi minimum
4) Closed Cell Content {per ASTM D 1940) —�95%
C. Coating Application Equipment
1. Manufacturer approved heated plural component spray equipment
2. Hard to reach areas, primer application and touch-up may be performed using hand
tools.
3. Applica�or shall use approved specialty equipment that is adequate in size, capacity,
and number sufficient to accomplish the work in a timely manner.
32 2.3 ACCESSOR�FS [NOT USID]
33 2.4 SOURCE QUALITY CONTROL
34
35
36
37
38
39
A. Coating Thickness Testing
1. Film Thickness Testing for epaxy systenas
a. Take wet film thic�'iess gauge measurements per A�STM D4414 — Standard
Practice for Measurernent of Wet Filrn Thickness by Notch Gages at 3locations
w�ith�n t,kxe manhole, 2 spaced ec�ually apart along the wall and 1 an the bench.
1} Docunaent azid attest measurements and provide to the City.
40 2. Thickness Testing for modified polymer liner system
�l a. Upon installation of the Fina1 Corrosion Barrier insert probe into substrate for
42 depih of system measuremeni at 31oca#ions wi�hin ihe mar�hole, 2 spaced
43 equally apart along the wa.il and 3 on the bench.
44
45
3. Document all testing results and provide to the City.
B. Non-Conforming Work
CITY OF FORT WORTH 2O18 �ond Year 2, Contract 14
STANDARD CONSTAUCI'ION SPHCIFICATION DOCi7MENT� City Projecc No. 101475-2
Revised September 23, 2020
33 39 60 - 8
LIIVER3 F4R SANITAIZY SEWER STRUCTURES
Page 8 of 12
1 1. City reserves the right to require additional testing depending a� the rate of failure_
2 2. City wi11 select testing lacations.
3 C. Testing Frequency
4 1. Projects with 10 or less manholes andlor structures testall.
5 2. Projects with greater than 3 Q�nanholes and/or structures, test at Ieast 10 and test 25
6 percent of manholes and/or structures after the first 10.
7 3. City wilI select the manho�es az�d/or structlu-es tfl be tested.
8 PART 3 - EXF�CUTION
9 3.1 INSTALLERS
10 A. All iristallers shall be certified applicators approved by the manufact�uers. Applicator
11 shall use adequate number af skiiled workcnen #�aat ha�ve been trained and experienced far
12 the approved product.
13
14 3.2 EXANIINATION jNOT iTSID]
15 3.3 PREPAItATION
16 A Manhole Preparation
17 1. Stop active flows via damming, plugging or diverting as requ�red to ensure all
i8 liquids ate maintained below or away from the surfaces to be coated.
19 2. Maintain tem�erature of the surface to be coated beiween 40 and 120 degrees F.
20 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat
21 source.
22 a. Where va�ying surface temperatures do exast, coating installation should be
23 scheduled when the iemperature is falling versus rising.
24 B. Surface Preparation
25 1. Remove oiLs, roots, grease, incompat�ble exisiing coatings, w�es, formrelease,
26 curing cornpounds, efflorescence, sealers, salts or other contaminants which may
27 affect the perforrnance and adhesion of the caating to the substrate. Remove any
28 steps found in the structure.
29 2. Remo�e concrete andlor mortar damaged by corrosion, ch�mical attack or other
30 means of degraciatian so that only sound substrate remains.
31 3. Surface preparation method, ar combination of inethods, that rnay be used 'mclude
32 high pressure water cleanir�g, high pressure water jetting, abrasive blasting,
33 shotblasting, grinding, scarifying, detergent water cleaning, hot water �lasting and
34 others as described in SSPC SP 13/NACENo. 6.
35 4. All methot�s used shall be p�rformed in a ma.nner that provides a unifarrn, sflund,
3G clean, neutralized, surface suitable far the specified coating product.
37 5. After coxnpletion of surface preparation, inspect for leaks, cracks, holes, exposed
38 rebar, ring and cover con�ion, invert condition, and inlet/outlet pipe conditian.
CITY OF FORT WORTH 2O18 Bond Year 2, Gontract 14
STANDARD CONSTRUCTION SPECIFICATION I�OCUMENTS City Project No. 1p1475-2
Revised Septembe�'23, 2020
33 39 60 - 9
LINERS FOR SAMITARY SEWER STRLTCT[TRES
Page 9 of 12
1 C. After defects in the stxucture have been identified, seal cracks, repair exposed rebar
2 with new rebar to match exisiing, repair leaks and cracks with grout or other
3 rnethods approved by the Manufacturer. All new rebar shaII be embedded in 1 1/z
4 inch epoxy rnastic. Replace/seal connection hetween existing frame and chimney if
S it is found loose or not attached.
6
7
$
9
1U
11
12
13
14
15
16
17
18
19
7. The repair �naterials shall be trawel. or spray applied by the lining Contr�ctor
utiilizing prop�r equipment a� to s�crt'icd surfaces. �e equipment shalll�
specially designedto acc�ratelyratio and apply the specifed mate�-ials and
shall be regularly maintained and in proper working ordcr. The repair
martar and epaxy topcoat m�st share the same egaxy rnati-iat to ensure a
bonded weld No cementitious repair material, quick settinghigh strength
concrete with latex or curing agent additives, or qvick set mortars wili be
allowed. Propersurface preparation procedures mustbe followedto ensure
adequate t�nd strength to any surface to be coated. New ceme�t cure time is
at least 30 days prior to coafin�.liie repair materials as s�cified in �his
Section shall apply ta bath existing structures and newinstalled structures,
"Ii►is includes Develo�r projects, in which newinstalled structures/manholes
have been identified with either cracks, voids, signs of infiltration, other
structural defects or other related construction damage.
20 3.4 INSTALLATION
21
22
23
24
25
26
27
A. General
1. Perforrri coating after the sewer line replacement/repairs, grade adjustments and
grouting are complete.
2. Perform applica�ion procedures per recommendations ofthe coating product
manufacturer, including environrnental controls, prnduct handling, mixfng and
application.
B. Te�nperature
28 1. Only perfarm application if surface tennperature is between 40 and 120 degrees F.
29 2. Make no application if freezmg is expected to occur inside the manhole within 24
30 hours after application.
31
32
33
34
35
36
37
C. Coating
1. Spray apply per manufacturer's recommendation at a minimum film thickness as
noted in Section 2.2.B.
2. App1y coating from battom of manhole frame to the bench/trough, including the
bench/trough.
3. After wal�s are coated, remove bench covers and spray bench/trough to at least the
same thickness as the walls.
38 4. Apply any topcoat or additional coats within the product's recoat window.
39 a. Additional surface preparation is required if the recoat window is exceeded.
�0 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating
41 flow.
CITY OF FORT WORTH 2O18 Bond Year 2, ContracY 14
STANDARD CONS'I`RUGTION SPECIFICATION I30CLTMENTS Ciry Project No. 101475-2
Revised September 23, 2D20
33 39 60-10
LINERS FOR SAI�ITARY SEWER STRUCTi3RE5
3.� REPAIR / RES'PQRA.TION [li'OT LTSID]
2 3.6 R�IIi�STALLAT�ON [NOT USID]
3.7 FIELD QUALITY CONTROL
Fage 10 of 12
4 A_ Each structure wiIl be visually inspected by the Ciiy the same day following the
5 applicatian.
6 B. Groundwater infiltration of the system shallbe zero.
7 C. AIl pipe connectians shallbe open and clear.
8 D. The inspector wi11 chec�C for deficiencies, pinholes, voids, cracks, uncured spots,
9 delamination, and thin spots. Any defciencies in the liner shall be marked and repaired
10 according to the procedures outlined by the Mannfacturer.
11
12
13
I4
15
16
17
1$
19
20
21
22
23
24
25
26
27
28
29
E_ If leaks are detected they will be chipped back, plugged and coated immediately with
protective epoxy resin coating.
1. Make repair 24 h�urs after leak c�etection.
F. Post Installation Coating Tests
1. After liner installation, conduct past�CCTV in accordance with Section 33 Q1
31. Video camera shallbe lowered from the top of the manhole tu the invert,
to videa all lined surfaces, prior to b�ginnin� post-CC1`'V of the main.
Payment for this work is subsidiary to the cost for the pmst�CCTi� of the main.
2. Holiday Detection Testing
a. Holiday Detection test the �iner per NACE SP4188 �- Discontinuity (Holiday)
Testing of New Pratective Caatings on Conductive Substrates. Mark all
detected holidays. Repair all holidays in accordance to coat�ing manufacturer's
recommendations.
�) Document and attest all test resulfs repairs made and provide to the
City (see attached sarnple structure/manhole report).
�) For example, the typical testing requiremen#s are 100 volts p�r mil to
1�,500 volts to test 12� mils. Contractor shall mark any location that
shows a spark or potential for a pinhole and repair these locations per
manufacturer recommendations.
30 3. Adhesion Testing
31 a. Acihesion test the liner at a minimum of three Iocations (cone area, mid-section,
32 arid bottom af the structure). For structures exceed'mg b-feet add one additional
33 test for every additional6-feet. Far �ample: b-foot manhole — 3 tests. 6-feet, 1-
3�# inch manhole thru 11-feet, 11-inch manhole — 4 tests, 12-foot manhale — 5 tests.
3S Etc .. . Tests performed per ASTM D7234 — Standard Test Method far Pull-Off
36 Adl�esian Strength of Coatings on Concrete Using Portab�e Pull-OfiAdhesion
3'7 Testers.
38 1) The adhesi�e used to attach the dollies shall have a tensile strength greai�r
39 that t1�e lmer.
40 2) Faihxre of the dolly adhesive is deemed a non-tesi and requires retesting.
41 3) 2/3rds of the pulls shall exceed 3�0 psi or concrete failure with more than
42 Sa% of the subsurface adhered to the coating. If over 1/3� iail, additional tests
43 may be required by the City. If additional tests fail the City may require
44 removal and replacement of the liner at the contractor's expense.
CITY OF FORT WpRTH 2Q18 Band Year 2, Contract 14
STANDARD GOTiB'�`RUCI'ION SPEC]FICATION bOCI1MENTS City Projact No. 101475-2
Rc�ised September 23, 2020
33 39 60 -11
LINERS FOR 31�NITARY SEWER STRi3CTiIRES
Pagellofl2
I 4. A bonded third-party test�g company shallperform the testing.
2 5. Or Contractor may perform tests i�#'witnessed by representative of the coating
3 rrianufacturer. Coaiing manufacturerrepresentative to provide certifi"ication that
�4 Contractor performed tests in accordance with noted standards.
5
6
7
8
9
10
11
12
13
G. Non-Conforming Work
1. Ciity reserves ihe right io require additional testing depending on the rate oi failure_
2. City will select testing locations.
3. Repair all defects accordzng to the manufacturer's recommendations.
�L Testing Frequency
1. Projects wi�th 10 or less manholes and/or s�-uct�-es test all
2. Projects with greater thart 10 manholes and/or sh-uctures, test at least 10 and test 25
percent ofmanholes and/or structures afier the first 1p.
3. City will select the manholes and/or structures to be tested.
14 I. Test manhole for fina� acceptance according to Section 33 O1 30.
15 3.� SYSTIIVI STARTUP [NOT IISID]
16 3.9 ADJiTSTING [NOT USID]
17 3.10 CLEANING jNOT USID]
l8 3.�1 CLOSEOUT ACTIVITIES
19 A Provide ai� test results frorn testing per SecLion 2.4 and applicator certifications per
20 Section 3.1. and in accordance with Section 1.7.
2I B. Upon fu�al completion of the work, the manufacturer and/arthe testing firm will
22 provide a written certification of proper application to the City.
23 C. The certification will confirm that the deficient areas were repaired in accordance with
24 the procedure set forth in this Spec�cation. The final report will detail the location of the
25 repa�rs in the structure and description of tne repairs. 5ee attached testing forms.
26
27
3.1� PROTECTION [NOT USID]
3.13 MAIN'1'E1�TANCE [NOT IISID]
28 3.14 ATTAC�IlI�IENTS
29 A, Post Installation Inspection Form -�- Vacuum Test
30
31
32
33
34
35
B. Post Installation Inspection Form — Wet Film Thickness
C. Post Installation Inspection Form — Holiday/Spark Detection
D. Post Installation Inspection Forrn — Manhole Adhesion Test
IND OF SECTION
CTTY OF FQRT WQRTH 2O18 Sond Yeaz 2, Contract 14
STANDARD CONSTRUCI'ION SAECIFICATION DOCUMENTS Ciry Project No. 101475-2
Aevised 8eptember 23, 2020
33 39 60 -12
LINERS FOR SANI'I'AiZYSEWElt STIiUCTURES
Page ] 2 of 12
� Revision Log
DATE NAME SUMMARYOF CT�ANGE
Further clarification on the sizes and types of manholes under Fart 1.2. Removal of
Raven Liningsystem and incIusion of �ectra5hield and Warren Environmenta]
09-23-2020 7. Kasavic}a �'stem 301, andARC 51HB by A.W. Chesterton �ompany. Additional source
quality control and�eid quality control test requirernents. Added testingformsfor
Wet Film Thickness, Manhole HolidaylSgark Detection, and Manhole Adhesion
Test,
CITY O�' FORT WOR'I'�T 201$ Bond Year 2, Contract 14
STANDARb CONSTRUGTIDN SPECIF'ICATION DOCUMENTS Ciry Project No, 101475-2
Revised Septetnber 23, 2020
PosT i�vsr,���.a��o�
�n,�n����E �Acuun� r�sT �o�nn
Company Name.
Address:
�hvne #: Cell:
Coa4ing Uaie:
Projec� f�arne:
Con�rac�ar:
Owner;
lndicaie Pass/�ail:
Lacation o� S�ruc��re:
�anhole �our or Placemenc Da�e:
line 8a Sia�ian #:
Stru�ure Y�pe: (check one�
IlVork:
Cre►n+ Leader:
ct #:
Otl�er:
4'�IN�H
5' DI i�Fi
6' �I f►!I H
7'blf�iH
TY�E A Ff��1i� DIV BO�
TY�� � �LD� �IV ��X
JUIi�CT'ION �OX
SPbIPbOfV �IV�'RY ��X
11��7'�RIiVG STATI�IIE
��CI�UfY1 ���� R�'��J���
��
2018 Bond Year 2, Contract i4
Ciry Project No. i 01475-2
POST ��ISTAL.LAiI�R�
MAiVHQLE �IiV�R INSP�CTIOfV �ORM
W�T FILM THICKNE55
Company hfarne:
Address:
Phone #�: �ell:
C�ating �aie:
�rojeci� iVame:
Confrac�or:
�wner:
ihicl�ness of Caating:
Loca�ivn of S4rucfure:
f�b �epth:
�fiH lhlid�h:
��r���:
i�il (�auge)
It��eCt (Sprayed)
IMork:
Cre►nr �eader:
Projec� #:
MAf�#liCI�E 111�FQRMA�iDN
Line & S�atian #:T Oicher: _ ..
SEructure �ype: (chec�C one) 4' DI I�IF1 TY��,� FLDIiV �l1/ �Ox
�' �I fl�iFf TYP� B �LDIIf4! �IIA BtlX
6' DI flfiH JUI���I�� �AX
7' DI �H �PF�IPH�fi� �f�iRY ��3t
il�ETERIf�G Si�,T'iOAE
��'� �rI�Fi1 ��11C�t�1��� �g�����1'�i�i��5
1�#!et �ilm ihicl�ness Gauge per ASYIl� D��� af 3 Locations IAliti�in the Nianhole
�'varo (2) Spaced �quafly Apa�i Along �he V4�all and Qne (1) on the 8ench
��: YeS � No
���r� M�t�r�i�l:
Li�nir�� 11/�aterial:
���rtr� er���:
�I� i�e, Jusiify
�`��� �'c���x
Yes / N�
��5 / �50
lf�� / �`��
Indi�at� ���s�r���r�irs or� th� �i�,�rar� �b��+e
2018 Bond Year 2, Contract 14
CiTy Project Na. 101�}75-2
POST fNSTALLATI�iV ����' �C��T��
MA�IF�QLE i�QLIDAY/SPARK DET�CTI�iV T�ST FORM
�ompany Name:
Address:
�hone #: Cell:
Caa�ing Da��:
�rojec� Name:
Confra�or:
�wner:
ThicG�ness of �oa�ing:
�oca�ion o� Sfruc�ure:
Cre►nr �eader:
1�lor�:
�rojecf #:
IVIANHQL� IN�OfiNiA71�11k
Line 8a 5ta�ion #:
Siruciure �ype: (check anej
Liner i�a�erial:
Sparic Tester Serial #:
Vol�age Se��ing:
fnspection �ate:
Inspec�ion Gompany:
lnspec�or R�ame:
�epair �ate:
Commen�s:
��he r:
4' pl fi�a
s� �i nna
s� �� �na
�' �I 11�IH
�r�� �► ���va� �i� �ox
�r�� B ��.�w �i� �ox
JUN�IOf� ��X
SPHIPFiOf� ENiRY BOX
MEiERIRlG STATIOI�
H�li�1�y ��t���i��r Tes� R�sul��
(RlAC� SP0188)
' Ir�di�a#e d�fec# lo�at�ons or� dr�vu�n�
*�I on-Manhole Struciures may require add�tionaf sketches to
indicate testinglocation for alltestingpraceci�res. Include
addi�ional slsetches as needed.
2018 Bonr� Yeaz 2, Contract 74
City Project No. 101475-2
PosY i�sT�L�,r�o�v
11�AIV�i�L� ADH�51QiV T�ST F�RiVI
Company Name:
�ddress:
Phone #: Gell:
�oatiing �a�e:
Prajeci R�ame:
C�niraci�r:
Owner:
Thic�ness af �poxy Goating:
�ocatign of 5fruc3�ure:
�ine &� S�a'rion #:
Sfruc4ure iype: (check one)
lNorE�:
���� �����j
Crew Leader:
C� #:
MAII�HOLE I�1FOfRMA�'�ON
D�her:
4�' 91 Il�H lY�� �► �LDUV �IV BOX
�' �I Il�H TY�� � �L�l�lll �Il� �OX
6' �I fl�Fi JIJNC�ION ���
7' pl f�ib SPHIPHOf� �(�iRY �OX
IV���RIF�G Si�i10l�i
�adhesi�r� T�s� R��ul�s
(AS7F�1 D7234)
inspen:ian �a�e:
Inspecgion Com�aany:
Inspec�or �lame:
il�anhole Dept�:
i�umber of �esis:
ies� Results:
Comments:
*Non-Manhole Strucxt�res may require additional sketchesto
indicafie tesfing location far all testingprocedures. lnclude
adr�itional sketches as needed.
111�IC�#� ���� �OCB�IQ�'IS QI"1 [���1N1�1g
2018 Bond Year 2, Contract 14
City Project No. 101475-2
33 46 00 - 1
SUBDRAINI�GE
Page 1 of 6
SECTION 33 46 00
SUBDRAINAGE
PARTI- GENERAL
1.1 SUMMARY
A. Sectian Includes:
1. Installatian of pipe subdrains at the locations, lines and grades shown on the
Drawings.
a. If details are not shown on the Drawings, construct the subdrain in accordance
with this Section arnd standard storrn drain details.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily lirnited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1-- General Requirements
3. Section 31 37 00 — Riprap
4. Section 32 91 19 — Topsoil Placement and Finishing af Parkways
5. 5ection 32 92 13 — Hydro-Mulching, Seeding and 5odding
6. Section 33 OS 10 - Utility Trench Excavation, Embedment and Backfill
1.� PRICE AND PAYNIENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measured by the linear foot along the top of the pipe and includes the length of
elbows, wyes, tees, and cleannuts
2. Payment
a. The work performed and material furnished in accordance witl� �this Item and
rneasured as provided under "Measurement" will b� paid for at the unit price
bid per lineaz� foot of "Pipe Underdrain" ir�stalled for:
1) Various types
2) Various sizes
b. The pr�ce bid sha11 include:
1) Fumishing and installing the specified Underdrain
2) Pipe
3) Couplers
4) Plugs
5} �creens
6) Filter material
7) Fi�ter fabric
8) Excavation
9} Hauling
10} Disposal of excess materials
11) Connection to exzsting structures
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD COTISTRUCTION SPECIFICATION DOCUMENTS City Project No. 101475-2
�ievised December 20, 2012
334600-2
SUBDRAINAGE
Page 2 of 6
l2) Riprap
13) Furnishing, placing and compactian of embedment
14) Fu�-nishing, placing and compactian of backfill
15) Clean-up
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in �is Specif ca�ion refer to the current reference
standard published at tlie time of the latest revision date logged at the end of this
Specificatian, unless a date is sp�cifically cited.
2. American Association of State Highway and Transportation Officiais (AASHTO):
a. M36, Corrugated Steel Pipe, Metallic-Coated, for Sewers and Drains.
b. M190, Standard Specification for Bittuninous-Coated Co�rugated Metal Culvert
Pipe and Pipe Arches
c. M196, Corrugated Aluminuxn Pipe for Sewers and Drains.
d. M252, Standard Specificatian for Corrugated Polyethylene Drainage Pipe.
e. M278, Standard Specification for C1ass PS46 Polyvinyl Chloride (PVC) Pipe.
3. ASTM Itaternational (AS'I"M):
a. C33, S�andard Speeification for Concrete Aggregates.
b. D448, Standard Classification for Sizes of Aggregate for Road and Bridge
Cons�-uction,
c. D275I, Standard Specification for Acrylonitrile-Butadiene-Styrene (ABS}
Sewer Pipe and Fittings.
d. F949, Standard 5pecification for Poly(Vinyl Chloride} {PVC) Corrugated
5ewer Pipe With a Smooth Interior and Fittings.
4. Texas Department of Transportation (TxDOT):
a. Departmental Materials �pecification (DMS):
1) DMS b200, Filter Fabric.
1.4 ADMINISTRATIVE REQUIREMENTS �NOT USED]
1.� SUBNIITTALS [NOT USED]
1.6 ACTION SUBNIITTALSIINFORMATIONAL SUBMITTALS
A. Product Data — Submit the following information in accardance with Section O I 33 00.
i. Subdrain pipe materia� to be used.
2. Filter fabric material to be used.
3. Sieve Analysia for filter material to be used.
l.i CLQSEOUT SUBMITTALS [NOT U�ED]
1.R MAINTEIiiANCE MATERIAi. SUBMITTALS [NOT USED]
1.9 QUALITY ASS[]RANCE �NOT USED]
1.10 DELIVERY, STORAGE, Ali�D HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
L12 WARRANTY [NOT USED]
CIT'Y �F FORT WpRTH 2D18 Bond Year 2, Contract 14
STANDARb CONSTRUCTION SPECIFICATdON DdCLJMENT5 City Project No. 101475-2
Revised December 20, 2012
33464p-3
SUBbR.AINAGE
Page 3 0£ 6
PART � - PRODUCTS
2.1 OWNER-FURNISHED �oa] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 MATERIALS
A. Pipe
1. Use only 1 type of pipe for any subdrain system on the project,
a. Use perforated pipe in areas ta be drained and non-perforated pipe between the
perforated pipe and the autfall.
2. Type 1
a. Corr�agated steel pipe confornung to any type specified in AASHTO M36,
fabricated from corrugated galvanized sheet.
3. Type 2
a. Corrugated aluminum pipe conforming to AASHTO M196, Type I ar IA,
fabricated from corrugated sheet.
4. Type 3
a. Bituminaus-coated corrugated steel pipe conforrning to the requirements of
Type 1 and unifoz-t�ly coated inside and out with a minixnum thickness of 0.05
inches with a bitumino�xs material meei7ng the requirennents of AASHTO
M190.
5. Type 4
a. Bituminous-coated corrugated aluminum pipe conforming to the requirement of
Type 2 and �aniforrnly coated inside and out with a minimum thickness of 0.05
inches with a bituminous mater�al meeting the requirements of AASHTO
M190.
6. Type 5
a. Acrylonitrile-butadiene-styrene pipe conforming to ASTM D2751, SDR-35
b. Perforations rnust rneet the requirements of AASHTO M278.
7. Type 6
a. Corrugated poiyethylene plastic tubing conforming to ASTM M252.
S. Type 7
a. Corrugated polyvinyl chlaride (PVC) pipe conforming to ASTM F949.
9. Type 8
a. Srnooth-wall PVC pip� conforming to AA5HT0 M278, Class PS 46.
B. Filter Materiai
1. �'urnish Crushed Rock in accordance with Section 33 OS 10.
2. Use only 1 type of filter material for any subdrain system on a proj ect.
C. Fiiter Fabr�c
1. Use filter fabric that meets the requirements of DMS-6200, "Filter Fabric," Type 1.
D. Riprap
1. When reyuired, provide concrete ripz-ap in accordanc� with Seciion 31 37 00.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 1�
STANDARD CONSTRUCTION SPECIFICATION DQC[JMENTS Ciry Project No. 101475-2
Revised December 20, 2072
3345R0-4
SUBbRAINAGE
Page 4 of 6
PART 3 � EXECUTION
3.1 INSTALLERS [NOT U�ED]
3.2 EXAMINATION [NQT USED]
3.3 PREPARATIQN [NOT USED]
3.4 INSTALLATION
A. Excavation
1, Begin excavation of the trench at the outfall and proceed toward its upper end,
following t�e lines and grades shown on �he Drawings or as directed by the
Engineer.
2. Hold the rninimum horizontal limits of excavation for filter rnaterial to the
dimensions shown in Table 3 or as shown on the Drawings.
Minimum Ho
Depth of Trench
Oto6
Over 6 to 10
Over 10 to 15
Over 15
B. Filter Fabric
19
25
31
37
1. In areas to be drained, place �lter fabrie in the bottom and sides of the trench before
placing pipe or filter rnaterial.
2. Provide enough width of fabric to overlap on top of the filter material.
C. Subdrain Pipe
1. Center perforated pipe in the excavated ditch with the perforaiions below t�e
horizo�ntal axis.
2. Lay pi�e according to Drawing Details with the perforations on �lae underside of the
pipe, unless otherwise directed by the Engineer.
3. Join the pipe with appropriate couplers in accordance with the manufacturer's
recommendations.
4. Install non-perforated pipe sections between the perforated pipe and the outfall.
a. The sections of non-perforated pipe do not require filter fabric or filter material.
5. Place a2-inch layer of filter material as a bottam course.
6. Fiimly ambed the subdrain pipe in the filter material.
7. Install cleanouts at the upstream end of ihe line, at approximately 200-foot spacing,
at bends and other locations shown on the Drawings, and in accordance wit� City
Standard Details.
8. Place plugs recommended by the pipe �nanufacturer in the upperr ends of all pipe.
D. Filter Material
Table 3
Lx�nnits of Egcavation for Filter MaEeriai
Trench Width
CTTY OF FORT WORTH 2O18 Bond Year 2, Coniract 14
STANTJARD CO3VSTRUCTION SPECIFICATION DOC[JM�NTS City Project No. 10T475-2
Revised December 20, 2Q12
334600-5
SUSDRADVAGE
Page 5 of 6
l. Place filter material at least 10 inches abave th� top of the pipe or as shown on the
Drawings.
2. Do not allow fiiter material to displace the pipe.
3. After placing pipe and filter material, lap �lter fabric over the top of the filter
material according to the manufacturer's recornrnendation or as shown on the
Drawings.
E. Connection to Existing Siructures
1. Storm Drain St�-uctures
a. Coxe hole in drainage st7-r.tctures such as inlets, manholes and junction boxes
and connect downstream end of subdrain pipe.
b. Seal connection with non-shrink gout.
2. Drainage Channels
a. Where the subdrain discharges into a drainage channel, center the pipe outlet in
a 2-%ot by 2-foot concrete riprap pad.
b. P1ace the riprap to match the contour and grade of the embankment slope.
c. Cut the pipe to the slope of the riprap.
3. Retaining Walls
a. Where the subdrain discharges through the face af a retaining wall, cut pipe to
be flush with the face of wall.
F. Backfi"�11
1. Place bacl�Il over the pipe in accordance with City Standard Details and Section
33 OS 10 ar as shown on the Drawings
3.� RESTORATION
A. Surface Restoration
1. Tn unpaved areas, restore surface in accordance with Section 32 91 19 and Section
32 92 13, as appropriate.
3.6 RE-INSTALLATION [NOT USED�
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.$ SYSTEM STARTUP [NOT USEDJ
3.9 ADJ[JSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.1� PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS jNOT USEDJ
END OF SECTION
CTI'Y OF FORT WORTT� 2015 Bond Yeaz 2, Contract 14
STANDI�RD CO�VSTRUCTION SPBCIFICATIOT�3 DpCi.]NIENTS Ciry Project No. 101475-2
Revised December 20, 2012
33460Q-6
SUSDRAINAGE
Fage 6 af 6
Revision Log
DATE NAME SLTMMAItY OF CHANGE
12/20/2012 D. Johnson �•2•B — Bid Item name updated to match Bid List
2.2.8 — Updated reference for Filter Material
CI'TY OF FORT WORTH 2p18 Band Year 2, Contract 14
STANDARD CONSTRUCTI0�1 SPECIFICATJO�T DQCUMEl�TTS Ciry Project No. 101475-2
Revised Decennber 20, 2Q12
334910-1
CAST-]N PLACE STORNf DRAIN MANHOLES AI�FD JUNCTION BOXES
Fage 1 of 5
SECTION 33 491U
CAST-TN-PLACE STORM DR.AIN MANHOLES AND JUNCTiON BOXE5
PART 1- GENERAi=
1.1 SUMMA�tY
A. Section Includes:
1. Storrn drain cast-in-place concrete manholes and junction boxes
B. Deviations from this City of Fort Worth Standard 5pecification
1. None.
C. ReIated Specification Sections include, but are not necessarily li�nited to:
1. Division 0— Bfdding Requirements, Contract Forms, and Conditions of the
Contract
2. Division. 1— General Requirem�nts
3. Division 3 — Cancrete
4. Section 03 30 00 — Cast-In-Place Concreie
5. Section 31 23 16 — Unclassified Excavation
6. Sec�ion 31 50 00 --Excavation Support and Protection
7. Sectian 33 OS 10 — Utility Trench Exca�ation, Erribedment and Backfill
8. Section 33 05 13 —�'rame, Cover and Grade Rings
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Storm Drain Manhole Risers
a. Measuremeni
1) Measurement far this Iterr� shall be per each Manhole Riser complete, or
completed to the stage of construction required by Drawings.
b. Payment
1) The woric performed and materials fixraaished in accordance with this Ttem
and will be paid for at the unit price bid per each "Manhole Riser" insta�led
for:
a) Various Sizes
c. The price bid shall include:
1) Mobilization
2) Excavation
3) Hauling
4) Disposal of excess materials
5) Furnishing, pIacement and compaction af embec�ment
6} Furnishing, placement and compaction of backfill
7) Manhoie construction
8) Manhole frames
9) Steps
10) Ring and Cover
11) Clean up
CITY OF FORT WORTH 201 S Bond Ye�r 2, Contract lA
STANI3ARD GONSTRUCTION SPECIFICATION DOCUMENTS City Projeci No. 101475-2
Revised December 20, 2012
33441�-2
CAST-IN-PLACE STQRM DRAIN MANI IaLES ANb JUNCTIQN BOXES
2. Storm Junction Boxes
Page 2 af b
a. Measurement
1) Measurement for t1�is Item shall be per each Junction Box complete, or
completed to the stage of construuction required by Ih�awings.
b. Payment
1} The work performed and materials furnished in accordance with this Item
wiIl be paid for at the uxaat price bid per each "Storm ]unction Box"
installed for:
a) Various sizes
c. The price bid shall include:
1) Mobilization
2} Excavation
3) Hauling
4) Disposal af excess materials
5j Furnishing, placement and compaction of ernheciment
6) Furnishing, placement and coanpaction of backfill
7) Junction Box construction
8) Junction Box frames
9) Steps
10) Ring and Cover
11} Clean-up
3. Storrri JurFction Stnxcture
a. Measurement
1} Measurement for this Itezn shall be per each Junction Structure complete, or
completed to the stage of construct�on requi�red by Drawings.
b. Payment
1} The r�vark performed and materials furnished in accordance with this Item
will be paid for at �e lump surn price bid per each "Storm Junction
Structure" location.
c. The price bid shaIl include:
I) Mohilization
2) Excavation
3) Hauling
4} Disposal of excess materials
5) Furnishing, placement and compaction of e�nbedment
6} Furnishing, piacement and compaction of backfill
7} Junction Bax construc�ion
8} Junction Box frames
9) Steps
10) Ring and Cover
11) Clean-up
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Speci�cation 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 speci�cally cited.
2, ASTM International (ASTM):
CITY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDART] CONSTRUCTI0�1 SPECIFICATION DOCiJM�NT5 City Project No. 101475-2
Revised DecemUer 20, 2Q12
334914-3
CAST-II�i-PLACE STORM DRAIN MANHOLES ANA JUNCTION BOXES
Page 3 of 6
a. C478, Standard Specification %r Precast Reinforced Concrete Manhole
Sections.
b. D4101, Standard Specification for Polypropylene Injectian and Extnasion
Materials.
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.� SUBNIITTALS
A. Submittals sl�all be in accordance with Section QJ 33 D0.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS/INFORMATION SUBNIITTALS
A. Certificates
1. Furnash manufacturer's certificate of compliance that their product rt�eet� the
physica� tes�ing requirements of this Specification for the materials referenced.
1.7 CLOSEOUT SUSMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALYTY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND �IANDLING [NOT USED]
111 FIELD [$ITE] CONDIT�ONS [NOT USEDJ
1.1� WARRANTY [NOT USED]
PART � - PRODUCTS
2.1 QWNER�FURNISHED �ox] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A. Concrete
1. Furnish concrete that canforins to the provz�ions of Section 03 30 00.
B. Reinforcing Steel
1. F�rnish reinforcing steel that conforms ta the requirements of Section 03 30 00.
C. Frames, Grates, Rings, and Covers
1. Provide frames, grates, rings and covers that conform to dimensians and materials
shown on Drawings and Section 33 OS 13.
2. Ensure that covers and grates �t properly into frames and seat uniformly and
soIidly.
D. Steps
1. Provide polypropylene supports and steps ta tlie shape and dimensions shown on
Drawings that meet the requirements of ASTM D4101 and A�TM C478, Section
16, "Steps and Ladders."
C]TY OF FORT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CONS'I`RiJCTION SPECIFICATION DOCiJMENTS City Project No. 101475-2
Revised Decemher 20, 20i2
��ag �o-a
CAST-IN-PLACE 5TQRM 17RAIN MANIIOLES AN17 .TLTNCTTON BOXES
Page 4 of G
�.3 ACCESSORIES [NOT USED]
3�.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
31 INSTA.LLERS [NOT USED]
3.� EXA,MINATION [NOT USED]
3.3 PREPARATION �NOT USED]
3.4 INSTALLATION
A. General
1. Perform all concrete wark in accordance with Division 3.
2. Use of fortns is required for a11 concrete walls, except where ihe nature of the
surrounding materiai is such that it can be trimmed to a smaoih vertical face
a. Outsid� form for concrete bases supporting brick wa11s may be omitted with
approval from the Engir�eer.
3. Cast polypropylene supports and steps ir�to eoncrete walls when concrete is piaced
or drill and grout steps in place after concrete piacement.
B. Excavation and Embedment
l. Conform to the requirements of Section 31 23 16, Sec�ion 31 50 40 and Section 33
OS 10, where agplicable.
C. Manholes for Precast Concrete Drain Pipes
1. Construct manholes for precast concrete pipe c�-ains as soon as is practicable after
drain lines into or through the manhole locations are completed.
2. Neatly cut all drain pipes at the inside face of tke walls of the manhole and point up
with mortar.
D. Manholes for Monolithic Drain Pipes
1. Construct bases for manholes on manolithic drain pipes either monoliYhically with
the drain pipe or after the pipe is constructed.
E. Manholes for Box Drains
1. Cast bases for nnanholes for box drains as an integral pari of the drainage system.
2. Manholes may be constructed priar to backf lling or, if the Contractor so elects,
manhole opening may be temporarily covered with t�mber to facilitate compaction
of backfill for the pipe system as a whole with tractor equipment.
a. Perform required excavation for rnanhole, construct manhole and backfill in
accordance with Drawings.
3. For ma�holes that are over S-feet deep, include a11 manhole sieps required in the
wall of the box c�rain.
F. Junc�ion Structures
1. All structures shall be installed as specified in Drawings.
G. Inverts
CTI'Y OF FORT WORTH 2O18 Rond Year 2, Contract 14
STANDARD CON5TRUCITON SP�CIFICATION DOCUMENTS City Project No. 101475-2
Revised December 20, 2072
334910-5
CAST-IN-FLACE S'FORM DRAIN MAt�!}IOT,ES AI�D SUIVC'TIQN BpXES
Page 5 of 6
l. Shape and route flaor inverts passing out or through the rnanhole as shown on the
Drawings.
2. Shape by adding and shaping mortar or concrete after the base is cast ar by pIacing
the required additional material with the base.
H. Curing
l. G�re all exposed concrete as required in Divisio� 3
I. Finishing
1. Finish all concrete as reyuired in Division 3.
7. Form Removal
1. Remove concrete form as required in Division 3.
K. Placement and Treatment of Castings, Fraznes, and Fittings
1. Place castings, frames and fittings in positions indicated on Drawzngs or as directed
by Engineer, true to line and correct elevation.
2. Frames ar fittings set in z�ew concrete or rnortar
a. Place and position anchors or bolts before concrete mortar is placed.
b. Do not clisturb unit until mortar or concrete has set.
3. Frames ar fittings placed upon previous�y consEructed masonry
a. Bring bearing surface or masonry true to line and grade, and present an even
bearing surFace, so that entire face or back of unit will come in contact with
masonry.
b. Set unit in mortar beds or anchor to masanry, as indicated on Drawings or as
directed and approved by the Engineer.
4. Ensure that units are set firm and secure.
5. Allow concre�e or mortar to harden for a minimum 7 days.
6. Replace and fasten down grates or covers.
3.5 REPAIR 1 RESTORATION [NOT USED)
3.6 RE-INSTALLATION [NOT USED]
3.'� FIELD [ox] SITE QUALITY CONTROL [NOT USED]
3.� SYSTEM �TARTUP [NOT iTSED]
3.9 ADJUSTING [NOT USED]
3.10 CLEAPTING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED�
3.12 PROTECTION [NOT USED]
3.13 MAIliiTENANCE [NQT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CIT'Y OF FdRT WORTH 2O18 Bond Year 2, Contract 14
STANDARb CONSTRIJCTTO�I SPECIFICA1iON DOCi]MENTS Ciry Project No. 101475-2
Revised December 20, 2012
334910-6
CAST-IN-PLACE STOILM FJRATN MANHOLES AND .TUNCTIOIV BOXES
Page 6 of b
Re�ision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTFI 2018 Bond Year 2, Cantract 14
STANDARD CONSTRUCTION SPECIFICATI�N DQCL]Ntk;NTS City Project Na, 101475-2
Revised December 2p, 2p12
334920-1
CUItB AND DROP INLETS
Page 1 af 5
SECTION 33 49 �0
CURB AND DROP INLETS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Consmzction of inlets, complete in place or to the stage detailed
a. Including f�rnishing and installing frames, grates, rings and covers
B. Devlations frorni tt�is City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract For�ns and Conditions of the Contract
2. Division 1— General Require�nents
3. Division 3 — Concrete
�. Section 02 4I 13 — Selective Site Demolition
5. Section 03 30 00 — Cast-In-Place Concrete
6. Section 03 80 00 --- Modifications to Exis�ing Concrete 5tructures
7. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
8. Section 33 fl5 13 — Frame, Cover and Grade Rings
9. Section 33 05 14 — Adjusting Manholes, Inlets, VaIve Boxes and Otlaer Structures
to Grade
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurernent and Payment
1. Measurement
a. Measurement for tlus Item shall be per each inlet complete in place.
2. Payment
a. The wor� performed and the materials furnished in accordance with this Item
shall be paid for at t1�e unit price bid per each "Inlet" installed for:
1) Various types
2) Various sizes
3. The price bid shall incIude:
a. Furnisning and instaZling the specified Inlet
b. Mobilization
c. Excavation
d. Hauling
e. Disposal of excess materials
f. Furnishing, placement and compaction af embedment
g. Furnishing, placement and compaction ofbackiill
h. Concrete
i. Reinforcing steel
j . Mortar
CITY OF FORT WORTH 201$ Bond Year 2, Contract L4
STANDI�RD CONSTRUCTION SPBCIFICATION DOCCTMENTS Ciry Projecl No. t01475-2
Revised December 2Q, 2012
334920-2
CURB AND DROP INLETS
Fage 2 of 5
k. Aluminum and castings
1. Frames
rn. Grates
n. Rings and covers
o_ Clean-up
1.3 REFERENCE�
A. Reference Standards
1. Reference standards cited in this �pecification refer to the cu�rent reference
standard published at the time of the latest revision date lagged at the end af this
Specificatzon, unless a date is specifically cited.
2. ASTM Internationa� {ASTM):
a. C478, Standard Specification for Fz�ecast Reinforced Concrete Manhole and
Inlet Sectians.
b. D4101, Standard Speci�cation for Polypropylene Injection and Extrusian
Materials.
c. C309, Standard Specification for Liquid Membrane-Fornung Compounds far
Curing Concrete.
3. Texas Departrnent of Transportation (T�O'T).
a. Departmental Materials Specification {DM5):
1) 7340, Qualification Procedure for Multi-Project Fabrication Plants of
Frecast Concrete Manholes and Inlets.
1.4 ADNIINISTRATIVE REQUIREMENT [NOT USED]
1.� SUBNIITTALS
A. Submittals sl�all be in accordance with Section O1 33 00.
B. AIl submittals shall be appro�ed by the City prior to delivery.
1.6 ACTION SUBMITTALS/INFaRMATIONAL SUBMITTALS
A. Product Data
1. Precast Concrete Inlet
2. Pipe cannections at inlet walls
3. 5tubs and stub plugs
4. Admixtures
5. Concrete Mix Design
�.i CLOSEOUT SUENIITTALS [NOT USED]
1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY A�SURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HAN�LING [NOT USED]
1.11 FIELD [SITE] CONDITTOl�TS [N�T USED]
1.12 WARRANTY [NOT USED�
CITY OR FDRT WORT�3 2p18 �ond Year 2, Contract 14
STANDt1RD CONSTRUCT1aN SPECIFiCATIQN DOCUMENTS City Project No. 101475-2
Revised December 20, 2012
33492p-3
CURB AND DROP TNLE'I'S
Page 3 of 5
PART 2 - PRODUCTS
�.1 OWNER-FURNISHED �ox] OWNER-SUPPLIEDPRODUCTS [NOT USED]
�.2 EQUIPMENT, PRODUCT TYPES AND MATERIAL�
A. Materials
1. Concrete
a. Fuxnish cancrete that conforms to the provisions of Section 03 30 D0.
2. Reinforcing Steel
a. Furnish reinforcing steeI tliat conforms to the requirements of Section 03 30 00.
3. Mortar
a. Furnish mortar p�r Section 03 SO 00.
4. Steps
a. Provide palypropylene supports and steps canforrning to the shape and
dimensions shown on the Drawings tI�at meet the requirements of ASTM
D4101 and ASTM C478, Section 1b, "Staps and Ladders."
5. Czu-ing Materials
a. G�ring materials shall conform to the provisions of Division 3.
6. Frarnes, Grates, Rings and Cnvars
a. Provide frames, grates, rings and covers that conforrn to dirnensions and
materials shown on Drawings and Section 33 OS 13.
b. Ensure that covers and grates �t praperly inio frames and seat uniformly and
salidly.
�.3 ACCESSORIES [NOT USED]
�.4 S�URCE QUALITY CONTROL [NOT USED]
PART 3 � EXECUTION
3.1 INSTALLERS [NOT USED�
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION
A. Removal
1. Remove all or portions of existing structures in accordance with Section 02 41 13.
2_ Dri11, dowel, and grout in accorciance with Section 03 30 00.
3.4 INSTALLATION
A. Interface with Other Work
1. All types of inlets may be built either in 1 stage or in 2 siages, described as Stage I
and Stage II.
a. Build inlets designed to match the final roadway surface in stages.
2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in
this Section.
a. �urnish and instali a temporary cover as approved by the Engineer.
CTd'Y OF FDRT WORTH 2O18 Bond Year 2, Contract 14
STANDARD CQNSTRUCTION $PECIFICATION DpCLJMENTS City Project ]Va. 101475-2
Revised December 20, 2Q12
�aa�zo-a
CiJR$ ANb bROP II�LETS
Page 4 of 5
3. Construct Stage II after the pavement structure is substantially cornplete unless
otherwise approved by the Engineer.
a. For Stage II, consiruct tl�e remaining wall laeight and top of inlet and fiunish
and install any frames, gates, rings and covers, manhole steps, curb beams ar
colleciing basins required.
B. Cast-In-Place Inlets
�. Construct cast-in-place inlets in accordanee wittx Section 03 30 00.
a. Forms will be required for all concrete walis.
b. Outside wall forms for cast-in-place concrete may be omitte� with the appraval
of the Engineer if the surraunding material can be trinnmed to a srnonth vertical
face.
2. Cast polypropylene steps into the concrete walls when the concrete is placed, or
drill and grout steps in place after concrete placement.
C. Inlets for Pxecast Concrete Drain Pipes
1. Construct inlets for precasf concrete drain pipes as soon as is practicable after storm
drain lines into or through the inlet locations are completed.
a, Neatly cut all pipes at the inside face of the wa11s of the inlet and pain� up with
mortar.
D. Inlets for Monolithic Drain Pipes
1. Construct bases far inlets on monolithic drain pipes ei�er monolithically with the
storm drain ar afier the storm drain is constriacted.
E. Inverts
1. Shape and route floor inverts passing out or through the inlet as shown on the
Drawings.
2. Shape by adding and shaping mortar or concrete after t�e base is cast or by placing
the required additional material with the base.
F. Finishing Complete Inlets
1. Ca�nplete inlets in accordance with the Drawings.
2. Backfill to original gound elevatian in accordance with Sec�ion 33 OS 10.
G. Finishing Stage I Constructian
Complete Stage I construction by constructing the walls to the elevatians shown on
the Drawings and bacicfilling to required elevations in accorc�ance with Section 33
OS 10.
H. Stage II Construction
1. Construct subgrade and base course or concrete pavernent construction over Stage I
inlet canstructian, unless otherwise approved by �he Engineer.
2. Excavate to expase the top of Stage I construction and camplete the inlet in
accordance with the Drawings and these Specifica�ions, including backfill and
cleaning of all debris from ��e bottom of the manhole or inlet.
L Form Removal
1. Forms used in the const�-Ezetion of "InIets" which support vertical loads wil� remain
in place at least 24 hours af�er the concretc is placed.
CTTY QF PflRT WORTH 201$ Bond Yeaz 2, Conuact 14
STANDARD CONSTRUCTION SPECIFICATION bOC[IFVIENTS Ciry Project No. 10�475-2
ILevised Becember 20, 2012
334920-5
CURB AND D120P IlVLETS
Page 5 of 5
2. Other forms shall remain in place for a minimum time 24 hours after concrete is
placed, unless otherwise directed by tne Engineer.
J. Curing
1. Cure aIl exposed conerete as required in Section 03 30 00.
K. Finishing
1. Conforrn to Section 03 30 00.
3.5 REPAIR [NOT USEDj
3.b RE��NSTALLATION [NOT USED]
3.� FIELD �o�j SITE QUALITY CONTROL [NOT USED]
3.8 �YSTEM STARTUP [NOT USED]
3.9 ADJUSTING
A. Refer ta Section 33 OS 14.
3.10 CLEAIVING [N4T USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
312 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revisian Log
DATE NAME SiJ1VIMARY OF CHANGE
CTI'Y OF FORT WORTT� 201$ Bond Year 2, Contract 14
STANDARD CONSTRUCTION SPECIFTCATION DOCL]MENTS Ciry Project No. 101475-2
Revised December 20, 2012 �
APPENDIX
GC-4.01 Availability of Lands
�:u.. �m�,at �tU.;umen.�, , �.. �, u�.,
F.v;'�.-;�ent e.�h�hi�s nr�-�,�m��s�e� ir thr r..,,,etr-urtior� pl[I71 �
GC-4.02 Subsurface and Physical Conditions
t)e�]l._GIli1�. •ae • !3i �' r cnG.)
GC-4.04 Underground Facilities
�iCFi,ii.z!7(L��. (..:ii2��� '��.��lsi..._NI71g �C�lt..�L- r�i�c r!i �a,ldCC� �i6 �%i� 4U�.,i! 14< TT�lll jJt4lY1.'
GC-4.Ob Hazardous Enviranrnental Condition at Site
,
..,.te
GC-6.06.D Minority and Women Qwned Bus�ness Enterprise Campliance
� ?�1WB� Tot-rr�� (CQ�rD-1y�tlitf•�;'.;
GC-6.07 Wage Rates
»�? 3 Pt'e vClll�r�x Yb u�E �?uiEs, f u�' 1-�'t4lv'� ran� High■��a�' Gurt� *.rucaavn F�'vrec.'*�
GC-6.09 Permits and Utilities
Ti _.s Rei�evyu! Yer�rei:
GC-6.24 Nondiscri�n�nation
rU�t<
GR-O 1 60 00 Product Requirements
a. L'1;1vf L�ME Teclanica! Data
b. Ci1y of Fort Worth Water Department S�andard Prodttcts Ltst
c. City of Fart Warth, TPW Stormvvater Standard P�-oducts List
d. Pre-approved Concrete Mix Designs
e. Pre-appraved HMAC Mix Designs
C1TY OF FORT WOR'I'I�
STANDARD CdNSTRUCTiON SPECIFICATION DOCUM ENTS 2018 Bond Year 2, Contract 14
Revised 7u�y 1, 2011 City Praject No. T01475-2
��-�o��. Avai��.���i$y �� ��.n�ls
THIS ��GE ]LEFT I�TEl�T'�'��l\TA]�I,� ��Al�TI�
C1TY OF FOAT WORTH
STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS 2018 Bond Year 2, Contract 14
Revised July 1, 2D11 City Project No. 101475-2
Page 9 of �
D220067'526 3l23f20208:54A�1 pGS 7 F��: 543.00 Su6mitter: ,�V�IV�1
�IectFonicaEly Recorded by Tarrant County Clerk in Official Public Recards ...�, -���
Mary Louise Nicholson
�01� CIf� YE�� i � � ��i��'�4�`� �13 � �4
�i�'cR�EL � 3
�li� k�1��Ci Ai�. �0��7�
���i tiR�l��i��ld� �Nl�, ��1J�X ifl�171tTb, 'F� i�i�i
b�T �, ����K �, i�CI�N�����U�H �iGi�i��'� dE]I�YTE��
1f'�I��M �. CEi1�1+EEFt �U�Y, AB�'1'�6,�.i W�. 3�4
�IiY �� ��R't" 1f�RT�1, 'Tlk�tAl�i ��LfN'�'v, ��,�
�arr �� �� ���r�
����aar ��w�rRu��ca� ���a��
a�,�: c�c����� �, �a�s
�t�ro�: �►s���, n+�v �
i�fA���RS, K�IYH
t��Pfi��t'S R�41�.ING AC7DR�SS Crrciudir[� Coun#�a):
37�1 11�AfiF�t�UF�N �11�
��RT L�R�O�! b, TARRI�hI'�" �011�lY, TX 7G1��-4045
C�I�ioliTE�: �litT Ql� �A�i *��RTW
�RA#�IT��'S �IJIAfLEPd� At]9F��SS (inclucii�� Cour�fy):
�e r�� ��.
�'�Ri ��RTFIs i,��i�i ��tli�T�i', T?� i�q��
.�
CClAI�II��F�AT10N: 7en Doll�r� (�?Q.04} �nti at��r go�i and var�a�l� cansiai�ra�inn, fh�
�ca�ipt and ��ffictie�cy �� whiei� i� t�ee��y at�rovvl�g�d.
PR�p��:
B�ir� a 1,00� squ�r� f��� {a.�30 acres) t�et nF i�d (t�r�rpo�� can�#ru�tion �as�m�nt)
si��ate� i� €ii� W�lliam D. Canr�r S�rv�y, J�i�sfr�a� I�a. ���. ��y � F�rt 1N�r�, T�rr��i C�atnf,+,
T�xas, b�ng p�� �f L�t 7, Bl�ck 5, Qu�ensbor���h b��ghts Ada�iti��, an ad�i�ar� to the �fy of
Fari U11or�i�, Tarr�nt Ca�arrty, Texa� �cc�r�fifl� te the �rEaE recardszi in Vol�tme 31�, P�gu �4, #�l�f
R�r�s, Tarranf C�ur�#�, T�xas, b�ing a poriian s� a fi��t af land �1��ribed in G�r�eral
�iamanty �eci i�a �ith A_ f�la�rs r�vrd�d in Instrurr��rrE Al�mb�P �2'i ��677, ��d
�nd�j ��mant Coun�y, i�xa�, and ��in� nnor� par#icul��l� ciescrib�d it� Exhibii� "A" r7RLi °B°.
Grarrtflr, fiar tite e�r�sider�ti�� ��� to Grar�t,�r� h�re�ay grar�t, b�rgain an� cc�n+rey ur� Grarrtee,
iis su�ssot� �r�s! �ss78ns, t#�� u�� �r�t[ pass�e ir�, over, ant� across, l�low ar�r} alortg f�1e
�asemen� �r�p�r�y situa�d in Tarrant Coun[y, T�s, in acr�Pdar�c� witFi th� ����1 descrip�i�n
h�reta attached as €����t A9, and ingr�ss a�� egr� �ver Granfor"� pra�pert�,+ � th� �as�mant
as siho�m �r� Exhi�it a8'°.
xaoParny Coasnr�n $�ncai
OSf18flDI7
��
Page � of 7
�# is ivrther a�r�er� ��r! un��e�'�a�d tFi�t �r'arrte� wili b� �aermi�d �� u� of �,iti ��semenfi
Pr�p��y fi�r tF« put�pa.;� �f �rading ��� fo ir�f�#ion vf si�ewalk i�iproveme�. Upon
cn��l�ion af i�p�verr�er� and i�s �����nce by Gr�rrte�, �Il right� grar�ie�l wiihin the
�iescr�be� Temporar� Ct�risfr��€an �as�m�rYk shall ce�se.
TD HA1fE AN� TO H�L� �� abnve a€��ribed E�rrr�rit P�P�r�Y, ���fh�r wi�i, �lI �rld
s�gul�e, ��ight� ar�� appurkerranees �h�fo in arryway b�l�r r��rrg �ntta ��rtee, a��1
Grari�ee's ��ccessars and �ssigns u�i] th� onrr�pfefiofl � co�str��an and a��nce by
G�ant�e. �r�r�tor hereby �inc! t#�errnselv�s, tF��ir hei�, s�c�ssors, �n� ��n�, #a v�mar�t and
���rl, �il ar�d sir�g�l�r, �a�d �se��t untv ��tee, i�ks su�ssors a�r� ��signs, a�g�ir�s� ev�ry
��rs�ri wtroms�e�r iaw�[ly r,lairning vr 40 �Eaim t� �m�, or �Ry p�arf thereof.
jSxG�A�E� A,�*P� Ol�' TS� FUI�.(3�I�TG PAGE]
.t
r� c���
ouastzul�
Fo�
�age 3 of 7
��T�R: � � I
� ��;r�..�
����- � 9 ��S
/�'_ 1f � � '
/
�iA�� �� T��
G0�1�IT'1� �� fA�i�►iWT
..�� i �fi' s � � ; '
GRAM1iT� � ity af Fnr� Vt{or�h
19y (5igaa€�re);� �
(Prinf 1�Tar��} � 1l��n ��e�lt �1��
APPR�VFD AS T9 �'dF�49 AWD l�G�ITY
(Signat�are}
(�"ri�nt Name] Y '�`itie ��s�_�c,, �
A��4 ���M���'
�
�
BE�CiRI� {4��, fhr� r���i� �d a�athurity, � Al�fiary Pub�ic fn d i�r tit� State �f Tex�s,
or� #�iis day p�r�anally ��e�r�d � �.,�'�v� io rn� tv i� the
s�me �erson u+hase n�rne is �uEascribed f f�e fo�oir�g instr�.une�ir, �nd �cEcr�o�u�ec��ed fa rn�
E��ic �n� sam� v+r�s ��� act of ar�d that h�/she �x�e�fec�
the sam� �s �f�e ac# of s� id . 1 t� �-t fi�r �� puFpases
and csnsicl�raofiian iher�r� expre��ed and irr �e capaci#y ���in �d.
Giil�1� Uh�� ISII`! FfRA�9 AF�D SF.�, OF a�iCE ihis �� ay oP
���uY��iIY �9 `''�
4111gfZ0]7 ��a�ae�t
�titiitiiirlrrr
i
� � �' a��`'i�i
�RY PG�'�y �'-:
��. r� �
�� �
+�
�� �� ����� �
•�322i3�4.�� ,\`#�
' ro-�7-�°��,j`,
�Ilifflli5ill���
��
Page � of 7
�+��s����Dc����ri
�a�� �F �r�s
��u� �� r��wr
�
��
`J
��F�RE [�tE, th� und�t�ig ed autl�o�iEy, � Noi�ry I��b[ic in �nd f�r fii�� �e �%x�s,
on this day �rsanally ���ared -�i -�'i.� f�� '-�r�--.�__ �movfm �o Pn� ta 6� ��
sarn� per3on wi�s� name i� sub�c�i�d io the fv�goir�,c� ihstrurnertt, and �iviow[ec�qed to ��
th�t il� �ame w�s the act vf �"'�-�' �r�d tFia� �eJsf�e �x�cu#eci
th� ���e as t�e a�i �f said q_��� c-tf9��-- for t[�e p�r��es
and c�r�sit�eratian Eh��in expr��� an in the �tpacify tMereir� sta�_
Cf1l�N UPID�,R f4�Y FfI�ND APli3 SF.�� �F t��'�1G� this �� a�
�t�
�!� ���g
i�1tit�►i1H�rr�
�`�������� A G p� ��i� f
p j.
1 ��� 1�p�Y I"�• `w �l
� 1 �
r � • ��1T ��CI,,,�• y �'�
v'% � �r a
W�ary Pt�fr�ic fn afl� �o� � state of i�xas 1 �� �- =
"•:�a�a��`��-� �
%� {��'•f32213�iY.�� ```�.
d,�I4N�d���GEiA�i�l�T ����'fr�?rrj�Q� i���pt��`�,�
�TAT� �}� i�� �
���IhiiY O� �pFt�AMT �
���OR� i�E, Ehe �rrs�erFign�d aukh��fy, � oiary � bli� in and f$r �� St�e � iexa�,
a� this y p��on�l�y appeared �r�, �
i'�. � 1� �� th� City of F�� lhrarEh, kri�nrn t� m� �o b� if�e r�r� person
��gm� iis sub��rib� to th� f�ra�si�� instrurn�nt, �nd a�c�vl�dged #a r�e fih�i fihe same
v+ras �he acf af t�re City � Fori War�h and �h�t h�lsire e�a�d khe sam� � Fhe a�t ag fhe �iiy of
�'t►rt W�rth f�r fh� pvrpases �nd considera#inn tfier�in express� and in th� c�pacity therein
sta4�d.
GIV�l� U�fL�ER R�1� N�►f�� Ai�l� S�. 9�' DF�ICE ihis �� day oi
��-b��a.�P 2�� .
-- _��� �
�=, �-�...
`���,���'�►.��'����rriii�rE ff p�tbfic �n afl the �l�fB �f �'�s
�„�`*�•��a �Y ��?'r�'`•
�
=T ' �� y�'•r(�jf:�
T�p�y Cw�octioald�-imaestt E�, �, j� ),p � i� p��' ``�.~
OIII8J2�17 .,� � � •
/'`'',/� ! F�_i � 7s l�� S� `�`\ FOSi'�R1�i.
�
�age � of 7
C�H[E�li •'�"
�d' i�P�F�F�Y
(;QRl�TRUGT'�(yf� ���fi��R�
L�i �, ���GF� � G�I���i�S�Q�OUCf� H�1�1�17°S ���l�'I�1�
YR�iGLf,�l�l �. ��F��I�� ��I��Y, A,B:�i��7` �f�. ��9
G11Y �� ���i'�I�TH, i�R��f� C����, i�?��
���� �IP 1�°rR � 86 � ��i�lTi l��T �� � ��
�li` PR�J1��T �lO.. fi�4�i�a
���g a�,000 sq�Ye faafi ��.02� acras) frac�F c� land sii�aaie� in the WilJiarr� D_ C�9nner SuTveyr,
J�Er�fr�# No. 3fl1, C�y a�f �or# VVorth, Tar�r'�t �au�Ly, 7�xas, befr� part vf ��, �[ack 5,
�ueensE�arough Hel�f�fs �ci'rfa�, ��dsliClon ta ti�e City of Fo�# W�rt�. T�rra rnt G�U�}r, Texa�
ac�ordlr+g tb the plat r��cl�si in Volurn� 3i[i, �e 54, FI�t R�rr�s, 7arrant Gaunty, Texas, I�ir�g a
p��iion of � tr� o� !�d c�ribed i� Gerteral Wa.n�1t� Dae� ta Keath � Masters recordEt4 in
�r�strum�rrt Wumi��� �2102�7677, �eed Rea�rds, Tarrarrt �aunty, 1"exas, ��� being mare �a�xic�l�fy
d�crihed as fuilorars:
��1Wf�1N� at a paint at tha irrtersee#ion of fh� scsutlr�r°Iy nghf-�ofanray li�e of VEfashb�rrr� Avehpe (�0'
r�qht-md-aaray) en� tts� westerty li�e af DK+�ssa Aven�e (a�' rigFrt��.�y� for the riott�i�ast c�mer of s�id
bot f, frnm whiek�r a�ota�� �1�" ir�n rgd NmrtH '!2" 2.3' 33" West a�I�Ear�+c� of 0.33 fe�
iF�t�6L� �o�Eh QD° 4Q' 2$" �asf, �I�ng the common line �ad sa�� C3�sss Avenue and s�i� L�t
7, a distarr�e of�.OQ �#ct � p�irtt far cor��
YH�1�� ]r�art{� �9' 42' 3�" West, �Mer � aoross saisi l,at 1, a�isi�ce of 50.041 f�'bo a�gint on the
�mmo� lin� beisve�n s�i� Lat 9 arrd Lot �, �Iflck 5, said Qrsees�stjo�au�H iieigi9ts A�rli#�en;
���'N� Nw�hr �A" 40' 28" 1tV�st, afar�,q the co�nr�on il�� �e�r� s,aid l,et 4�rrd �id Lot �. a di�ce
af 20_pA {�et � s� peil� a� tl�e �k�r�}r r[�ht of�vay lir� af WasFi�utr� Avenu� fpr th� fl�rthwest co�rter
o� !At 1 arrd tlia r�atii�eas# eom�,r of said �St 2, fr� wrhich a�I t�" ir�n t�d fio�nd bears NartFe ��° 42'
38" FdVesf a�istan�e a� 50.00 feet fvr th� r�rth�:rest c+or�rer c+� L,at 2� t�E north�st c�nzer � Lut 3,
�1odc 5, s�fd Qu�s��gh i�elgtEfs AdafiiiQn a�� hom vrt�ich a 11i" 3rqn rad foun� be�s No�tfi �9°
�42` 38° Vif�k a distsnce of 16�.b(l f�t for th� na�iw�sE cn�ter nf Lat 4 artd #i�e norfh� cam�r oF L,at
g, Bior� 5, sai� Queensis;ntnugh Heights A��litim�;
iFi�NG� So�th �9" �' 3�" VilesE, alar�g t�e c�rnr�an line batWe�tf said UVashbu�n Ave�e�� ar� sai,�
Lat 1, � r�stanc;e � s�_oQ feer �o ��N�r a� �����r��, co�irur�q 9,044 sc{uare feet ar 0.0234
ecr�es, rnor� a� iess.
�asis oF Eaari[�qs: %xas Cnor�¢ins� Sys� c�# 19�3, Nor�h Certtrai �ane, NA� S3 (�07i) �P�Gfi
20f�].�30, E�a� ar� Kteai-Ti�� f�r�ema[ic Obsenfati�orls tafili�i�� AllEerra Urfival Referer�e Net�unrk. Alf
dTm�sla�s shown are s� u#ilixir�g a g�id to s�r�ce facte� of 1.ODf2�1�.
'�l separate plai of even survey date acxampatties #his leg�l descr�ptioe�. .� _..O ��,= �
� � � � r��, ��
��3�/�11� �!�➢���7��i�
� k. �. E�P�WY ��d}
i3R�[J�� TJt 7r52� �
�-�7'�-�'1f� k�k.�1,Ci�i�,ODl�I
-re���
�����
.�� � `4-:'a
6RtA13 A. WAf]�
. A � 6[}96..a.,
�rian R V1�
9ao���1s
Sbe�i i of 1
���� � O� �
Q 7 C3 2 0 ��
-- �
{FEET�
� inel� = 20 f-�_
1/2'°IRF
(Cr�1�
t��Sf�E�Uf�N A �
C�' RIG�iT—O,F=1i',4 Y)
.q
r'8'yy 1�2 "IRF
15� OlJ'
SQ.OD' .. �Y
k��.t " �
_ a
. 4,,
��� �
..
p'�`�t`�
���� �
: �a� �
�
� � �
�
�
I��
' i� ;
i�
1
� � :
�� �
. . 3� 00' . .
t°
, �
—�
�
a
.. �
P�'C
2D' T��aR,4RY---�
CQJU�'iR�CT1�1V �AS��rI�N�
7, �OD ,�`G1UAf�� ��i
0.lJ2`,�0 ACRES
�a
PA 1�71IEJ,fT
,5/8"lRF BfAf�S .
N12:2..3'33"!?/ Q .33��
L�
PR �3
.,
PFC
r ;�,
PF�' ��
�~
� �
�
LQT f � �.
MAI�?Y E & K�1TH �y
�� �
�t'��j LD�2 D2 0��77 �
��u �, � � LARRY F LAND �0. h'. T. G: T. �i
� � � � � 37�5 �+YR,S��CIRN A i/£ � 3701 Y,�AS�+BURN � Y�' c �
�v�t4� :`� o �
0� � � �
Q , � �
_ � � ..
N =3 �
'.�� &LOCI� 5 � �
z QUE'ENSBUf?OUGN H�lGNTS` o �
- �1O1JIT10/V �= a •
l/aL .�10 1'G. 5� � �
P.R. T. C. T_
9AS/S DF BEARINGS Texas Coordrna#e
5ystem cf 1��3, h�ortfi Cer�#ra1 �an� NAD
�.� ��arr� �flc� zo�a.aa, �Q�d �
R�7'rme Xfr�ematrc Observat�ons ut!l��ing
AlJterrQ t�r�tu� Referenc� Nehrark.
CQNT/7OLL�IYG MONUAI�AI7S- A5 .�iY01l9V
�
1F' $a - � . �J
� � x—�' —S
PR,�'PA1�D 1F'DR: ��" .4l[Er l:s��.��7�� �� � n
�����i ��' �������
��.���������.� ��������
��� �, ��,�c.� � q�r�����o�����
r.� 4� �ox� �a�� 1�'���.��'� .�.D�l �'�'Q.�1 �
�oad ��oc,t�rme�ox s�.s� �yIL�A.A� D. CONNER SURV�`Y, A�ST�2.4CT N'�. 309
�a�T �aR7�r, T��s �s r o,z
B�'" CI?'Y [7�' F�R�' yYORfiH, TARi�ANx" COU,NTY, 2"EXAS
R,�Y�dO1V'D L. GOf1DSON JR., �N�'. .2qi8 CI� YEAR 1& 2 CONT�4CT 13 �fc 94
r,zoo � N. �N�� �.�; s�s �00 CITY PRQ,T.EC�` NO.: �� 9�75
I�I.LAS, 77f 9524�
.2i4-7S9-870a
����� SCALE T'° � 2�' DATF 10�P1/2Q�9 SH�� 7 CJF 2
�'�X�ss p.� .r�'� �-4ss
�BP�s .�� �rr�v��t�oo JOB NO. �991.QP0 F-FIL.�' .�Tai►s�b�rn DWG NO. 27,204X
Page � of �
LE�'�ND
.. ......._ �*�aearrr r.u��nr�v �rr,�o,�
_,,..._ cor t.a�-
1lI///%l�I/� ._�W �
�_— � � � ._.. A�+Fii1�CT
�-� � Kry w.�� �IE
-� x �-- x — x --� ---• � �
� �..._ �o� �€
� ...�... ,�av
�o ..,..... �Ss .i�
�e ........ -�4�17 Otll
--� �� __,... a�aa Pa�
� ..,r.. �vr o� �src
�' ........ �4qw r,�Xi �;{d
�/ �' ...,... �D �'" .S�T � Fl�G4'17J
� ._.... �+r� c�de�
f�*J _..._ �i7�M1� ,�qNG�gv1'
uxx�x .,.,-. � � Ti4lF13ANT G1FJIrimlv7Y, ix
v.�zcr. ....�„ Pu71�£ 7'ql�i"rtN7'[YXHv7Y 7�1'
� _.._.., rS�'
LINE �A�LE"
UNE' BF.4Rln+G Lf�VGiN
L� �Tvi�p� �Y V��
!2 IV89 42 ;3&`W 5Q d[7'
t.� N�4D'28"jY 2Qa0'
L4 S88 42:38� � Ol�'
+-� � -q�x
:Q
�R�A 849 ADE
1C3/01,20f9
PREP�H�'D �4�:
Jl. V1V. ���
CITY DF F�R� 3�[1,Rif�
10t70 �T�IOC�f�R4bN STR�'T'
�tlRT �ORT.iy; T�'JY,�S 76f0�
�Y.•
�il'MUiMf� L. GOODSO� JR_, IN'
r�aot � c�x�.� ��; ,��� soa
�rsrr.es. � �sz�
,3���-�'39—BiDO�
rl��riga�, co�n,
�'E72'A3 PE' RLC �'�493
TBPi�' it�G �f00341—Ad
������d as � �s
�r �p �Q� ���p��.�.��
4 ���*��� ��d l VdY ���I_'a�Y��dl� l
�o� �, �.�o�� � �����r,��o.�or�G�-r
������� ��������
�'I,LiIA� D. C0IVNER ,SURVEY, t�BS'7'I�AC?' NQ. 3i09
cr�- o� .�ox� �oR��, ��,��v� coUx�; ��s
� ,�ois cr� ��x � a� 2 efl.��c� �� ���a
CITY' ,F'.�40JI's'C�' N�.: i 0� 475
SCALE 1"= 2D' OA lE 1!J/07/2019 SHEET 2 t�F 2
JOB NO. 7991. �fo E—FILE' 37axwashb�rr� Dt�YG NO. 27,2o4X
Page 9 of 7
�220022687 1l30l20208:3�A�JI PGS 7 Fee: 343.00 Submitter: AVENU
Electronicalfy Recordeci by Tarrant County Clerk in Officiaf Public Records �,�,� .�. �����
• Mary Louise Nicholson
�@9� �l� Y�R � � � �fiN�R��i� i� ,�. �4
PA����, � 1
�[TY PR�.I��i I�0►. 9��4��
�� �Al.��#��L�R� A�, F�T' �RTCiRTFi, '�J� �'���i
1�C�i i�, BL�� �, Q���l��B�R��Gi� i�fE1t�HY� 1����i'I�Af
1�ifrl��f1�� �, �f�N��� �L��F,f�Y, ��Y�dGT �3Q. ��9
�1'TY [�F �B�i ��RTH, Y�iiR�li�i ���[��, iE��
�f� �� �(]!li iA�Ril�
T��YI�F�f�i' �#�� f�U�T1�W �1� R1T
E�►��: OCTO��R �, 2fi19
CRAi�tTOR: @�I�i�R..FH�ul�S �
��#[V�9�'S �A1LII�G �D��SS (i�c�ucffrsg �unty):
�2�� LAfC�i1C][iD �R.
F�`3FtT WORTH, TP.RV�AMT �OUI�f'iY, TX i613�-2704
Gf�1T��: �1TY �� FAF�3'i 119Cf��iT�l
GRAPlTEE'S i�AfLiNG P�DFt��.S {ir��ucfing �e�rrty):
��� T�� �'T.
��i�T If�f�� f#,f, TA►Rf�►W� �U�1ET�Y, f7� 7�9��
�
G�iii ;1�EI�A�l�N. Ten Doqar� (�9�.aD) and otY�er g�d anci valu�k�le �r�sid�rati�n, the
r�celpt and �uf��ier�cy a�Fwhiah is 1��e��ay acknowle�g�d.
I'�RCIPERTY:
��ing � 5(T� s��are it�ak (�.a� � s�cr�� �r�� o� rar,� tt��,��ry co�s�,uc�or� �sem�r�y si��ate�
in th� F�illi�,rt� D. Got��er Survey. A�tr��t Nc►. �D�, Gify of �ort War�h, farr�� C�ut�iy, 7$xas.
��irtg part of Lo� g2, 81c��k �: @u�en�arou�F� Hei�hts Addi�ion, an adaiition ts f�e �it�r �f FQr�
1d1d��, Tarrar�t Count�y, Tex�s acaordir�g �o tf�e �ai�t re�r�ed in Volutv�� �'f D, Pag� �4, Pia#
R�cords, Tarr�r�f Ca�y, �exas, ��ir�g � portivrr of tFie fir�+� df f�trd descri��d i� �rr�r�iy �eed
i� Jam�s F_ Mi�ler r�c;��i�d in ]�sirurr�enf f�u�rnb�r �?9�39�734�, De� R��ards, %ta�k �a�r�#y,
Tex�s, �rrc1 t���r�g mar� p�r�i�ul�rf� de���ib�d in Ea:hi�its °A' a�� °�".
�rarrtor, for the �onsideration �aaid to �r�rrtor, i�ere�y �rar�t, �argain and conv�� unta ��ar�t�,
iii� s��ars $nd �igns, the u�� �� 1 p�s�e in� a��r, �n� �crass, f�elava+ �tr� �lar� YFi�
Ea�emen# �ra�riy siiusifie� ir� iarrant Caunty Texas, in acco��c�e wii+h the F�s�al �1e�cripti��t
hel�to �i#ached as �xF�i�it "A'°, and irlgCess art� +�gres�s caver t�rant��s praperty ta the �semerrt
�s shau�r� o� �arFtJbi� �B".
x� c�a� a���
61,/lSll�p17
��!'�0
�age � r�f 7
!t is fi.�rtk��r ���� an� un�ersior��1 �riat Gran� will b� p�r�mif�d fh� u�� vf said �as�mer�t
Pr�petiy f�r t�� puepos� �f �Iradi� due ka i��4a11a�i�� t�� �id�walk i�prrgvem��s. �I�An
cati���et�a� �i irnprov�rnsrrts a�al it� �ccep�� t�y �rar�t��, a�l r�Frts grarrted wi�Min the
d�scribed i�rn��ry ���sE�uctic�n €�ment shali c�ase.
Tt� Fi�4VE AN� TO HC?6D t[�� �bove cles�ri�ril �as�rrt�r►k Pro�erty, t�ge�er with, �i[ and
singular, irh� rigE�ts and ap�a�rt�n��s f��r�t� iq any��y b����ing u��o �rar�t�� arrid
Graettee's sus�cess�rs and as�3gns uniiI �he C019i�I�[Q�i Of C�Fl�YPIJC�iO�I atrd acc�ptance E�y
C9ran�ee. Car�ri�ar h��y �i� 4hem��iv��, �eir h�ir�, su�c�ssti�, �nd assig��, t� w��r�# �nd
d�r'�nd, aff an� sing�lar, s�id �as�mer� u�� �r��, i�s sucaessars �rtd �ig�s, �gairrst ev�ry
p�rsan w�v�ns�ever I�nful�y clair�ir� �r ta �I�im tF�� ��me, �r ar�y p�rt ti�ereaf.
[�TGP�AT[]R�`.� �aPPTs�aR ORi'��E :l�'ULLO�l�TG PA��]
�����
a�i�nnz�
�Rl'�PD�.
�
Page 3 of �
GRANTOR: Jarrees F. f�Pilfer
�Y� '`t ,
J sF. iller, ]ndiuidual
GF�ANTEE: City�f-.F'ort
7
By {Signature}: !t-� �
�f �
(Pri�t Name) �v� ��±n�� ��9� �����r-
APPRflVED AS TD FORM AND LEGALI�'Y
By (Signafure): �
(Print Narne} �zc �,r , Titfe ,�ss�srr�*r G�ry ��a��+
ACK�d��I.�D����IV f
SYATE (J� T��,po� §
COE1PlTY O� �ARR�WT' §
BEFORE ME, th� undersigned authority, a Notary Public in and for the State of Texas,
on t�is day personally appeared_7ames F Miller, Jndi�idual, kr�own to me to be the sarne person
►rvhose name is subscribed to the foregoing ins#rument, and acknowledged fo me that the same
was the act of James �` MiIler and tha� he/she executed the same as the act o� said Ir�dividual
for the purposes and consicleratron therein expressed and m the capacity the fein stated.
� �1
GIVEN UNDER MY HAND AND SEAL OF OFF E this _ �� day af
�G�.�� v�� , 20 �
►i� - �
`\��.�+�'���� � lic ir� and �o ate a�TexaS
� � ,� �,.., .
� �+���i��y �G. � �if`` ```���11511fIFfflill/`�1
a'��'�,� �� �. �� ���` @l� � �Qj��ii
� �+ ` `�°+ Cy � � "' '���,�`��,•Q't�r,'�,Y �J�VD,� C�� r�S�
� t ��� �,�Q. • ± � • 2 _ �� '•. � �
. :� FOfS gr - � w N �
��r � •j3z213�0;. 5 9 � �
���'�ii�p �0-17 � �+~ � .�'•`Oi�4JF ��� �
���%Jlrl y ••32213��''� �`
1 � I f 1 �r�j C�-1^,p � �j y\1
i
!`,�f`��rr��rill �y�o����`�
Temporary Construc�ioR Easement
Fiev. 20190609
Page 4 of i
ACKR�B'�h{LED�EN➢�i�T
STA,T� O�' T�XA� §
CQUIVTY O� `�ARRAI�T §
�EFaRE ME, the unde�rsigned autharity, a Notary Public ' r�d for the Stafe of Texas, �
on fhis day �ersonaEIy appearec� d- ��
���.� of the Gity flf Fart W rth, k own to me be
the sarne p�rsan whose name is subscribed �o the #oregai�g instrumen#, and acknowiedged
#o me that the sarne w�s the act of the City of Fort Worth and th�t helshe executed the same
as the act of the Ci#y of Far# Worth for the purposes and cons�deration th�rein expressed and
in the ca�acity therein stafied. �
G]VEN Ui�DER MY HANQ ANa SEAL QF OFFIGE this ��� day of
��
rdv 1�If9� , 20 �� '/{1 //��
�I� � li Il / '
ic in and f�ktt��ate of Texas
�•`���� rG�T 0 G` "`'�i�
``� �0 ''� PR 1' AG ��L� �
�� :'yQ ��; m►
'�j, � c'� � =
� ��:o FQx iE�'� ?
�'G�-f,s,����21370A.��. `�:
',f•'f /f ����111 F I 1 �4�3`1,`,`��
Temporary ConshucEion Easement
Rsv.2a19oev9
Page 5 of �
�GbI�IT' ",A"
9�` Y�Y�1��Y
�fl��i�u�i�a� �A�Gi���i
��Y ��, �LO�K � Q��R1���I�Q�I� ���CHT� �D�1TI�AQ
�i���rri� �. �i�i���� ����r ��r��� ��. ��'�
ra� �� ���r �u��ara, �����r �����, ��►s
��� � ��� i'�it 9 � � �i�TR��� 7 3 � 9 �
�r�r ���.r��� r��.. ������
Being a 600 squ�re fnmk (A.cli 7s acres) tr�ct �f land sikuat� in the �il�Eam �. Canner Si�r�vey,
ASstra� No. 30t, C�y t�i �o�t V41��, T�rr�nt Gaur�ty, %s, b�i�g par� oi L�i 9�, Block 6r
���en�baro�h Fi�ig�ts A�i�ltiarl, ar� addi�s� to #Fie Gi[y af �a�t Worth, Tarrant Ganttty, Te�qs
accorrting to th� pl�t re�r�e� i� Vaur�e ��0, (�ag�: �4, Plat ��v�s, Tamant Cour�i.jr, ;exas,
being a pr,�rtian of t�t� tracF of la�d d�ribed in UVarrarif�r D�ec! to .fa�nes F Mill�r r�icarde� i�
fnstru�e�t �inrnb�r I}1937413��, aeed ��rt�1s, 7'arr�nt Co�rtiy, T�s, �a� ]aein$ rncsr�
par�+c�larly d�sCribed �S foflouv�
E���iF�A31A�� at a�18" ircan roci fi�und at t�e inters�ctic� ef t�� ss3u�erly rig�i-of-syay lin� oP
Was��urn Ar►e�ue (�0� right-�f w�y) and tt�e easterPy �ght of vsr�y lin� of �vrassa Avenue
(5a' �ight�� wayj, for the na�w�si �orrr�r of sai� L�t 1�;
TH�i��E So�tt� €t�° 42' 3�" East, along #he corrirnan lin� k��een s�id Wa�hbu�n Ave�ue, and
sai�1 �pt �2, ��is�� at 50.Cl� fe�t to � 1!2" irofl rad f�und at tF�� no�ifieas� �ame� of Lat i� and
fhr e no�t�we�t �mer ot I�at 14, Blaak 6� said Queen�rossgi� Hes�� Acidi�o�►, ��n whi�h a
chis�led "X� found in cancr� Es�ars Sou�h 8�° 42' �" F�t a di�ar�� af 50.00 feet far W�
northea�st cor�er af said �i 'i'! �nd ti�e �orti�w�st co�er of Lot 7 0, �le�k S, s�i� �zesr�batough
HePgHts �di6��n;
Ti��N�� Souih Oti° 40' �S" �� a(ong #it� camrr[oR �ine between said Lot 1� and Lot 11, a
�isharrce af 7 d.pn f��f ta p�ini for corner,
YM�IaT�� I�vrth �3° 42' 3�" W�s� over �nd acress� said Loi 9�, a��tance of 59.00 feetto � paiht
f�r corner i�t the �ast�riy right-�€-wa� line af s�id �ss� A�ue and in ihe vr�ri� lin� o�F s�id
LoE 92;
iH�1�C� NorfFr 0�' �4Q` 2�" We��, a[or�q #h� corrft't�o� llne i�iiive2n s�id �ss� Ave�u� a�� said
�ot 92, a distanae �f 7 Q.f14 fle�t to � Pf�[IdT �1� ��f�1WhGIRnls, cq,n�aining �QD square fe�t ar
D.09 �5 �s, more or I�ss.
�s og 8�rings. T�xas �ordina� System af 19�3, T]�rEh Cer�iral Zor�e, NA� 83 (20T �€)
�PO�H ZO�O.Oa, b�ed �n R�a�-Tim� F�ne�affc OisservaCions ubpizin,� All#;ert� �rtual R�fenenc�
Ne�+ro�tc. Ati €iirn��siar�s si7own are surfar,� Ufilixing a 9�d to sttrface factor af 1.fid�92
A�
A s�parate �fat of �ve� s�r�y date acoorn�r�i�s #his {�g�l descciption_ ._,� ._O F'... �;-�
BR3A�1 F!. �lVAD�
��� � � � ..`.. �.. B0�$ � �,v.�
���,T�i�7 ��7r�� Fj���F�'SSI����
l.1:.. ". eG_
'f2r?0.� Nt i�1TRJi4 FJfY�fIdY. �3ti�# 8rian f�. �
a�.�s.�rac ��� �t�a�na�g
x��.���roo ��.��.c��a
�� ��
��� ���
S�i�t ,I �� �.
�age�of�
�
_ s� 1 � 2o h0
(��Ei)
7 inch - 2Q ft °L°
PItV�NENT
-• �
4 Pa� � -
L� ���A� .• i
. i �� �., �. , ��
LG . °-
AD'YI£R Fta[.E
Jil7N UG1�IT '
e
��
� �
�
t� ,
� �
O �
.� � L3
l��4�HBU�t� A V�
(�' �c�'r aF xa Y�
7/,2"! F ; ' CMF
[�� . 583 4738 E 5G! 00" ����
25' G34K � -
. .', LC y.V
'4 - � � ..
i � � � � ``�--7�' JE��6Ila�RAr�'Y
canrsr��c��iv F�s��r��
. . . .a�J� SQUAR� ���T
o.���� ac��s
��
��
�����
�o �a.
��,1�'� �Pv�
�n �
� �or r� �, ��� �� '
� JAA�P'E.5' � MILLEf�' o a, Ch+AMGA LL,C
� D19314t3OD � � O2��F2,52f51
o.R r. c r.� �� b .� R r. � r.
_� � �; 3.645 ��I,SH�URN A IIF `� 3647 �fl,,4Sl�'�Cf�'W .4 f/�
�
� � _' .
��
b � o
e ���
m
� � d � 4'
� '�. � .
P1�.�REl3 �'QR:
����
cx� o� �or�� �-or��.�r
��o� ��a������ ����
�oxP �ax�s, �s �s�aa
SCALE
R�Y�pND �. GQO.IIS011� .iR., �NC
rzoai x c�N7�� ��'Y, S� aov
��s, �x ��.�ds
,2s4-a�s-asaa
rlg�ri�ianc.�nm,
Y�iiS` P.� .R�C �--�9�'
�'BFL5' RSG ,�14t7�47—OQ
LOT tQ
363�
v��s��vr�n�
��
BLOCf� � �
QUEENSBOROUGH BASIS OF BE.4RlNG�• �exa� Caordinate
HErGHT� ,41]D(TIO� �J�`tem af 798,1'y North �'errtro/ Zane, hG4O
83 (.2O11) EFDC�,l 20�p.liD, 6ased on
�OL. 310 PG:54 Re�I—ixne Xinemo�ie {A5servatiorrs ufd'r�mg
P.R T. � T. Ailterm �r#crcr! Re%e-e�nc�e Nefiaa�lc_
Ctl�N774'dL1JfVG` MONUMElVxS: sqS` S,H0�941
�
�B� ��i �
/ � ��� �
' t. r.�i S$9'4.2'38 £
��4. Q(J'
95' �fL�Y �_
�V
������d � � �
! F� ��e�1��V�� aP
[.�i.l.L1Ve.]��C����L/.�[1► ,�'��e�l_'i���*�d
i 1,�, B.LC ��'� � Q��s'�'l 1� r,�,� i] V.� 0 U�G�`
�'�'l�I��S' �17���',�D�+.i
7PI�LIA.M D. CDNNER SU.RYE�; .A�,��''R�J.G"T d10. ��f
CI7'Y p.F' F4RT Yf''D�4�� TAI�.�A1l�7' COiTNTY, TEXAS
2�78 C2'P I'E'AR 1& 2 CONT.Rr��T 7,� �c 1�
�.�� PROJE�'2' N�.: T O f�76
�" = 2D' DA TE 1 Q%OJ/2D7� 5'HE'�T 7 OF 2
�o� n�o.� is��.pro ! E—FIL�' �- .��45Yxass�i�um �owc r�o.� ��a�.�x
�age 7 of '�
L���NlJ
..� _..._ n��er c�s�vcnnw �+Q,+rc.+rv�
..r... �ar tr�
����` ���ir ........ �
..... �es�rwcr
�� « w� Y..... c�v�
—x —�x ----� x -- -�.... r� u�
� .., .... � �
� ..,.o.. s�su
� ,,. .. ra9s �,�*
@a ......_ fX�,,�N AfIF
� � ........ 06�4P PA'�7P
� .�,._ A�vT fi� �
� ,....� A4Citi I�QD �(�G9L'�
�! ai� _._.. � �"' s�r j �
+°+� ....._ Pa�tr r�ax �
l�J _._.. �ravc �ra�x�vr
QR.LGT, ........ AffD AECG1�7,� i�PA7�lT C�i971; TX
P�ieT�lC _�.� PY..ATAdE'G�Qn'�y 7"ilRi4AN?"CDYbSfll; PX
� ........ 7J�
Pl�`p�.R�'D F014:
�c���oR�
Cl�'I' �F FO�'T i�0}t�i*
1 A00 �'ROCB�fDR?`ON S�°l�E�'�'
FOR7' �F'OitTH, ��s �eioz
8Y-
��o�r� .�. �ac�.�s�.� .��., ��c.
� �,soa� � c�� �r s� sao
� D�e4S. 7� 75,243
� �r�€ -�ss--��oa
� ����. �om
' ��x�s �� �c � �
3"�P.LS R�G �1DD�34i—QO ,
.....ur�F rAB�'
GfN� �EARlNG ifNG7N
�tr .s�,��.z�e� saaa°
�z sQa�a2a'•E �aQo•
E,3 Nas42:3��Y 5o,0a'
L4 r100%40'ZB�Iy 1D DQ'
�11���1� � st �rr
� � + ������ �
�r��['��d�V�,d��� �d��l�a.di�I:��.L
,S��J� / ,G� ���Lr� U �, L1�.�r1Ys7�[J��V Cr�l
���U'���3 �������d V
]�YI'�L�'A�i D. CC��7�V'�� �'i}�T�`Y; s4..�S7'3�ACT iYO. 30�!
c.�� a.� �o�r� �o.r��x, �.�x�'r eatrlv� ��x�s
,�o�s c.r� r�'�x r� 2 ca���c� �a ���
CITY PRD.rEC� N�..: f� 147� ..
�age 1 of i
�220067533 3l23l2Q208:5AAM PGS 7 Fee: $43.00 5ubmitter: AV�Nl1
Electronically Recorded by Tarra�t County Clerk in OfFicial I�ublic Records ,_.�,�$,",� �j ���
Mary Louise Nicholson
N�TIC� ��' G�fVFi��N�1�►eLE�'�i' filCsW f5: IF' Y��! AR� �a [V��URAL ��R��A�, Y4�1 �SV,�Y
���V� QR �iRIFiE �4�IY C�R �� �F TFI� I�tiLi.�IdIdIP�C3 l�lFB�tf�A�I�N F�BAA �I�
IWSiRUi��F�E� ������ li [S �I���1 �CJI� R�CDR� !W iH� �U�Li� R�CURC�S: Y��IR
���IAL ��CURITY iVIJMBER �R Y�UR ��IV�R'� �E��i�S� F�l�lk�l���t.
CFW Project No. 101.4i� �Q1$ CIP year 1&�, Cnn#ract 13 &�4
�ARCEL 1�TQ. 2 TEMPOR.ARY CONSTRUCTlON EASEII�YENT
3Cr�1 Washburn Avel�ae, Fort Wnrt& Te�as 76107
Queensbaroug� Heights Addn. Lot 11 Bloek 6
cr-r�� �� ���r ►r�►����
7�It�P��RY CONSi�U�il�F� �AS�MENT
�
DATE: �!� f����
GRANTQR: CHA.NGA �,a.,C.
GFtANTOR'S MAI�ING ADDRES� (inc�uding Coun#y):
45Q� Wi��iams Road
Fort �orth, Tarrant Texas 76116
GRAAITE�: CITY p� ���i 11�8R�H
GRANTEE'S MAILING ADDR�SS (including Cnuntyj:
200 i��iq� Si�t�Ei
�B�f L+V�RiFi, i�,��AT��' ��UPdiY, `�X i6'f0�
CONSIQERATEON: Ten Dollars t$'�0.00} and other good and �aluable cansideration, the
reeeipt and sufficiency of whicf� is hereby acknowiedged.
PROPERTY; BEiN{3 m�re partieul�rly de�Crib�r� i� the attached �xhi�ifs "�.,' and "�".
Grantor, for the consideratian paid to Granior, hereby g�nt, bar�ain and can��y unto Grantee,
its successors �nd assigns, the use �nd �assage in, o�er, and across, belaw and along the
€asement Praperty sit�a#ed in Tarrant County, Texas, as described and depicted in
aecardance wifF� �xhibits �A" and "�", attached hereto and made a part �ereaf, and ingeess
and �gress avef Grartiar's �roperty to i�e �aserr�ent Property.
ft is further agreed and understpod ih�t Grantee uri[i be perr►-�itEed the use of said Easement
Property for the purpose �f construcfing street and sidewalk improvement. . Upon completian
7emporary Construc6nn Easement
Rev.201906tl8
Page 2 of X
of improvemen� and its acceptance by Grantee, all rights granted wit�in ths described
Tern�orary Construc�ian �asemen# shal[ cease,
T� HAV� AND T� HOLD the abnve described E�semen# Property, together with, a11 and
s+ngular, the righ�s ancf appvrte�ances thereto in anyway belvnging unto Grantee, and
Grantee's successors ancf assigns until the camp[etion of canstruction and acceptance by
Grantee. Grantar hereby bind themselves, their heirs, su��ssors, and assigns, to warrant and
defend, all and singular, said easerrtent unto Grantee, its success4rs and assigns, against
every p�rson whamsnever fawfufly claiming or ta elairrz t}�� same, or any part thereof.
This document may be execut�d in rnuffiple counterparts, each of which will bs cie�med an
original, but which iogether will cons#itute one instrurr�ent. Wher� the contexk requires, �ingular
nouns and �ronouns includ� tf�e plural.
[Sl�h[�aTUR�� AP��� QW il-f� �'O�L��IP�� P�1C9E]
Temporary Cnnstructlon Easement
�tea. 2� 19D6p8
�age 3 of 'T
C9FiANTOR CH►IIIWfgA, L,LC,
a Texas Limited Liability Corparation
��
/�f f..-
By: �, _ _ r"'--��
�_Gaii' �lolmes�.�i�[en;�?@;weier:
GRANTE�: City .o, n�t�
By (Signa#ure):
�"'� 1�l�S"'°e`,��a�"'`"�
(Print Name) Title �
APPROVED AS TO FORM AND LEGA�ITY
By (Sign�tur�): �
�Pr�r�i Name) J�x.� ta►�.�v , Title _���.,� C�rr /�-��v
�1GFtR�OId9�L. �� � ��A � EE �
�i�i� ti� r��� �
�au�a�tr �� �A�t��� §
SE�OR� M�, the undersigned auti�ority, a IVotary public in and far th� SfaYe af�exas,
on this day persanaify appeared Gail Halmes Alle� owner of C�AN�A ��C knawr� to me
#o be the same person v�r�ose name is subscribed to the faregaing ir�str�ar,�ent, ar�d
acknowiedged to rne that the same was the act of �ail Hol mes Ail�n_ and that helsHe execu#ed
tF�e same as the act af sa9d CHANGAr LLC for the purposes and aonsideration iherein
expressed and in fhe c�pacity fherein stated.
i'�'t
GlV�N IJND�R MY HAND ANL7 SEA� OF OFFIC� t�is �� day of
��b�ua�- ,�o�zU
�
�� ����� �� . Nnt PUbi' in �nd for the 5tate of �'exas
,� � I�FDTAFN Fif&.dC S'�A7� oF T�,B
'9 g MY COMM_ FXP. 1?J05J2G'23
4 af�'� h10iAl9Y fD 13U4594%6
7empararyCopr�Wdlon Eesement
FteY. 291906U8
Page � of 7
S7 A�T� �� ��3�A�
C�Ui��( �F �AR��i
ACKNOIAIL�D����idi
�
�
BEFORE ME, the undersigned au ori�y, Notary Public in and for the State of Texa ,
on this day personalky appeared v �,L�.. �.
� af ti�e City of �'ort Wort , known f e to be
the same person whose name is subscribed ta the foregoing ir�strument, and acknaw[edged
to me �at the same vvas the act of the City of Fort Worth and that helshe execut�d the same
as the act b� the City af Fort Wvrih for the pur�oses and consideratian therein expressed and
in the capacify thereirt stated.
G1VEN UNQER MY HAN� AND SEAL O� 0
�� r�` , �o��
1:
��
IC� this � day of
c irt
Texas
����1Nu��..�r�ir�� ��i
r��`\`�7��= O ��� fi�r�i
�� �. , .;`PRY Fi�• _ •�
�� �2� �n?��=
o h � � � _
Jy` ��Q��p33 o�P i��
'J,J�+� �rrr�ri� �i��4���\`�.
7emporary Censtrudion Eagement
Rev.2Q99osas
�age � of �
�Il�t�" �'�1�
'��' T��A��?�l�V
�i�TRU�i1�i� ����°
�C�� '�'�, ��I� 6 �,i���W��#J�H H�IC� �'C1�1
'I��.L�N� I�. �I�W�� �U��Y', ��T'��T ��. �D9
�i'iY fl►� F�4R�' ��'iH, 3'e�R�1t�' �[��r,i3'�, Y�
�1� �IF� �� � �. � ��lR�`! �C'� �� � 9�4
�1i�P ����71�G.: '��9Q3�
�' a��� s�� i� (A �� 9��s) #r� af �cf s�� It� t�� �ft�sm �. � S�, �
�c�. �9, City � �`ort Wf��, i� ��}� Y�x�,, beir� � c�F iao�t 'li. �I�Ic �, �h
li�i�ts R+�tis�, ��itior� #a f!� �it� � F� fl�tii�, %n�r� Gktu�, 'fta� �t� tv �» plat
i�� i�v�i[�ni� 3t�� ��� �4, �� �� �'�m�� �'�r�E3". T�as, � a �r�run �� �' �
i�nd �I�d ir� �'t�al �at�y�y i�d � Gh�r�� �LL� �ca� 7� 1� N���•
�'t�2�2'��9r ��ed �. Y� C.t��, i�, �d b�Bitag tr7� pm�i�w'�y de�i�i1 ��fdl�:
��FEi��� � a 7t�°� !r� r�1 rn�na �t th� so�heny ei�-��y ��� �t �sF�burtt ��ue (5� �
�Y) far the rr�n� c� ot I.t� !9 gt� t�� n�he�t eonz�r a,f �o� 12, ��dc 6� �i�
latae�rr�ar�l� �oc�, f�ram r�tti�i � �" irr�t e�d �aa�i E�As Naaf� �9" �' �"` 1�1� � �'� �
�.i� ��r f��a iitr�e�se� c�` ���v rf�af-�+ (i�e oi s� t�a�tr� �� � tt�
�y �i��y lin� �it3�� Av�� �5�' 1�-���aay� �t #i�� � oosn+�r a��� i.� 1�;
��i�6'F� �et�6h #i�° 4�` 3$"a Ea,s�. �l� ift� t�r�on t� �rri �d l�xi Ae�u.�+� �.# sa�� �k
� �, � � of ��i_�0 i�# to a citis+�ed :�" in �te iiourtd � � f�o� c�r � � 9 � �r�d
�� s�ar�r €� F�ai 3�1, I�I�c F�, �d t���ns6�ro�h He�ts #��, fi�n1 yt�rl � tf� �r�re
rz� �ur� i�€s � SS° �` �' � � �i�ce t� �.A9 f� �or #�e rn� o�r� o� �id �ot 10
�F�tl F� �� €�IT�P �rP -� � � �: �d C�t�e�t��1� H�lgl1#� ��;
'�°�N� Sa� �� 4IY 28" �aQt, aI� � a�m� lir� �r�ar� �d io� 9i and Lot 1t7, ��I�tan�
�f �t� �%et t� �r� i�r �r.
�'k�1�, ��tf�h ��" �,2' � � c�v� att�d s�ro� s�id � i9, � rii�n� � �.Ct� fe�t �n � �ait�t fi5r
�adt3�r o� �e c�rriT�� lit� b�r� ��` �.e� 1 � �r� �'!�:
'ii��f�4� P��ih GO° �' ��� 1!ila�it. ��ng ��ry�on I'tn� ��id t,� 91 aotrtt L� i�, a di�
a� to.0�t � t� t�� �#rl�i ��' ��6f�Fii�1f�, c�ir�rg ,t�0 $yusine fie�t ar a.tt9'15 �; r�ru��rie�s.
8�� +� ��� �zata6r� �a�n vf 19�, l�ar� G�i T_o►� N�7 �i �'f 1) ��
2�i0.��, � o€� F�1-'i�� fG¢�� O�ua�p�i �3fT�g A[Ib�l'�a Ytfis�l �et� Ii��E1f� Ali
��ne�sYot� sh�vri �te �3rtst� t�xlts� � ge�f ia s� %� rs�f �.(�tit�7�.
� �� � ��►rer� SU� � �c�F� tFHs !B�] �e��t�. ,�Y..� ».�?�
C,_:...EGISTx
:.�WA��
g��8-�..., <
���, ,�%��, -�""`
�SIULi� �f� ��i �i. ttl�
9�'�l��'!9
� i� i�iRJ6i_F7SP�11�, �
� �L 7�
�rl��� ���t�ii�
���
���� ��
�t 1 a£ 1
a
���'°ir� �; � r/z
� t�J «.
� �as 42`�� �n. c�'
ti
� 0 9
■
� � O y
F
� •
�
� �
� ��� ��
�a�`s � �rtt�x
#3f9,�'7413f�1�
� �� ���
3�� �r�,5�lf�L1,�Ni A !�"
� •�
� �
�
�
� �
_ � �� ��F�
� �� ��
� �. �€�
� L�� �
• r �Y
Pag��of�
��
p. �
��
��I ��il� !# � � _ _ . . .. �,
�sn� ;�rr c�� r� � ���
= �i�
::" c��� _< r � �
�.T � C�'�� '���• rr�}
�
�i
.5��2�,3�n�
i�v�
�-_�o� r��i'a����Y
con�s�����r ��s��r
� ����� ��
� �� �� �����
c�.��c���c �
�a2��a��r�r � ,,,� �
L�,�i: T'� �' �
.�Fs�f W��L!#�N si� •_� � � � �
� � ��� � c
�� ����
B�OC� � `' � � ^
Q1/£EI�ISB�RL7Ll�-1 �I�YGY��'S' � �'h
Afa�l�'}Dli� �
�i. ..31� P�: �'� � �
�� �� �
��s�s � ��rr� �� ��
s,�tem of t� N� �b�1 zene, �v�#�
�r`3 t2t#�t� �H 2D'ILti1q �+as� on
�tc�►—Tir� JC"a���i� �06ss+'i�o#ia�s ut�7i�&�g
.Q/f1Ff�lQ i�1i� �$�97£'E' 1�E°�'ii�OE'�f.
ci��a�t�w�' �/c�vt�`J�/�' 1Q.$ .�►n�+
�-
�,�a�sn ��
�����
��� ��
�� ��
�� � � asta�
�r
��c�.�r� �. c��r�sa�r .rr�., �r�
tx�cax �a: c�r,r� a�r, s�� soa
�� �x ���s
�at���s—�r��
�'.���� � � ��9�
� �'� �$!nt#3�7-�F1f1
,����.�� � � �
� �' �'.��,����
G'�.�ii�'?'�������i .�'���°.�.��T�'
��►� i �, ��a��°�' � ������'��.�����'
������� �������
�.� �. ����� ����� �s�� .��. .���
�r�'iT v�' .�'o�� �t�,ttT�`, �a.�� C�U.1�� �".�'.�.�,s
,�n�� c� � � � .� co�r��� �� a� �4
���'Y .�`�OJ�G'�' ,�1�fl : 10947�
�'��IL�" �'" = 2CI �,� � 7�t�1�2af9 ��"FT
JCJB }�T� 1�11.a�0 � f1� .3s�r��� �� �r
�F 2
.27,2D2X
Page 7 of 7
L.E�'�ND
�....a,_..� ,....n, r�•�v�rs�
�.��. r.errt,�
���i.�.�—.�r�r� ....�,. �
—�;�'"'3`� -„�' ��
--- 7C � X � !S — ...... t� tr�'
� .,...o. !�P �
W� ...,.,.. 57491�
�p .�.... f�; �1E7�
�Q ..� Q�:3 dl�'
� � .�..... �i#�4�i ��
+� �_ �xwi c� �
� ........ d�li+ RrOC f�itt�
�`l A�' ........ L�i�2fD '�"'p ,S�T f � '
� _.-... J°Gi'ei1� � �Y61�
l� ...00. t�.*ht�. _t_ '� t�ItT
4dg,�G� <....... � � T,�.1iS� taALi�tll; �X
a.�T.�� �,,.�.. �' T� TAf�a1FI'�il�i; k1C
� ..-__ �
�����
tW� �£4i�lA+� L�Jti�iJ'�
L? 5�942:�8� S+Ct�'
� Sf�4t728`� �0.017'
�J IY�TiG W I7 r!V Wf
�'� �.*OYVLa'� �.ftQO�
7�jt13J2�19
P.�P�RS� �E#R
�����
�77�` ti�` �'DR#' �'Ol�T`8
1 Q� 4�C1�Oi�1lriiU'` 3�Iw'� •
�� �n�� � �8i�
�'_-
.�Y,�ta� L. coo�so� .TR.. �.N�
7F�1 � �l.. �Y, S'7�' �O�J
7]dT��C � "r'S�p,�
�£.'f4»7,Y9�f0�
�'r9��
�S' P.� 1�� 9i8
�.3 i71�'G �5`L��-�b ..
��� � �
1�I�LIA�
C.��'Y t2�'
����
:+ �G � 4O �
•�4��a�w��w��
�FiiRld �i.iiV�
... P. ..............,
'•._-n 809� � �:
������ � ��
� �J 1���,�����
�r�.��d ��V ��.d ���d ��������
��i��.+� v ��?�'i �.LV ��E�l�V ��.r�
.C.I������ ���.d ��d�
�Ja GtlNN�R �UI�V.F'Y, �,���C'7` 1l��. 301
�'O.R�" �''4,��': ��,�ls?` CIrU�T?'�; ?'.�]i�:�'
c�� � �' � a �����c� r� � ��
�.�.i.[ S'3LfJtlFiS/S JY�.i �V�Yl�
GC����� ���s�r��.ce ��� ]P�ysIl��.� �o�rndl�����s
T�i�S �P.A.GE �LE�F'�' ��T'I'EI�T'�'I��TA]L�L�' ]�IC,Al��
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS 2018 Bond Year 2, Contract 14
Revised 7uly 1, 2011 City Project No. 101475-2
���� �����C�
,
City of Fort Worth
Capi�al Delivery Division/Soil Lab
8851 Camp Bowie Blvd #30Q
Fort Worth, TX 76116
Laboraiory Test Results for
A Street Coring Project
6/17/19
Phone: 817-392-7920
Project: W. SS and Paving ITnpravement 2018 CIP YR1 Contract 14 & YR3 Cantract 13
CPN# 101475
Date Tested: 5/16/19 - 6/Q7/19
Requested by: Tony Sl�olola
This repart presents i1�e results of a street coring project far (W. SS and Paving Irriprovement 2018 CIP YRI
Contract 14 & YR 3 Contract 13). Mr. Uday Bangale pert'ormed the cores, and subgrade lab tests. Mr. Zelaiem
Arega r�vievved and approved the results.
f3ellc Yls�ce
�W. 7`�' �t �� �s�tti���t� Avc)
HOLE # 1
LOCATION: 78' N of 1Vlattison Ave (W/4)
6.5�" HMAC
5.50" Brown gray sandy Clay w/Gravel & Stone
4.00" Brawnisk� Garay Clay w/Gravel
ATTERBURG LiMITS: LL:41.b PL:18.4 PI: �._' SHRKG; 14%
HOLE # 2
LOCATION: �3' S oi W 7�' St (E/4)
3.00" HMAC
6.50" Brown gray sandy Clay w/Crravel & Stane
5.50" Pale Brown Sandy Clay w/Stvne
ATTERBURG LIMITS: LL: PL: PY: S�IRKG:
HOLE # 3
LOCATION: 9�' N of Collinwoad Ave (W/4)
1.75" HMAC
9.25" Brown Sandy CZay w/Gravel &�tone
S.SQ" Brown Clay w/Gravel & Stone
ATTERBURG LIMITS: LL: 35.4 PL: 1b.7 PI: 18.7 SHRKG: �2 %
201R Bond Yeaz 2, Contract 14
City Prflject No. 101475-2
Page 2� oi 7
���� �����o
City of Fort Worth
Capital Delivery Division/Soil Lab
$$51 Caxnp Bowie Blvd #300
Fort Worth, TX 76116
Phone: 817-392-7920
1rlatgaeet ��
��'ers Ave tn Gull�n��t��1 �1��
HOLE # 4
LOCATION: 96' S of Byers A�e (W/4)
1.25" HMAC
3.75" Brown Clay w/Grave� & Stone
3.00" Yellowish Brown Clayey Sand �v/Stone
7.00" Gray Clay w/Gravel & Stone
ATTERBURG LIMITS: LL: 36.5 PL: 1&.2 PI: 20.3 SHRKG: 11%
HOLE # 5
LOCATIQN: �3' N of Collinwoad A�e (E/4)
3.50" HMAC
4,50" Brown Sand w/Asphalt & Gravel
5.00" Brown Sandy Clay w/Gravel & Stone
4.SU" Reddish Clay w/Gravel
ATTERBURG LIMITS: LL: 41,5 PL: 17.5 A�; ?4.0 SHRKG: 15%
Sh�licr �l
B e�r�s ��o �o �'er�l�in A�re
HOLE # 6
LQCATI�N: 111' S af Byers Ave {Wl4)
1.25" HMAC
5,75" Pale Brown Sand w/Gravel
9.00" Yellowish Brown Sandy Clay wlGravel & Stflne
AT`TERBURG LIMITS: LL: PL: PI: SHRKG:
HOLE # 7
LOCATION: 99' S of Linden Ave {E/4)
4 .75" HMAC
7.25" Pale Brawn Sand w/gravel
8.50" Brown Sandy Clay w/gravel
ATTERBURG LIMITS: LL: 36_8 PL: 14.8 P1= ��,(? SHRKG: 13°/a
201$ Bvnd Year 2, Contract 14
Ciry Projeci No. 101475-2
Page 2 Of 7
��1�.� ��l�.� �o
---...� - —
City of Fort Worth
Capital Deiivery Division/Soil Lab
8851 Camp Bowie Blvd #300
Fort Worth, TX 76116
Phone: 817-392-7920
HOLE # 8
LOCATION: 96' S of Co�linwood Ave (W/4)
1.00" HMAC
8.00" Pale Brown Sandy Clay w/gravel & stone
7.50" Lt Gray Clay w/gravel & stone
ATTERBURG LIMITS: LL: PL: PI: SHRKG:
HOLE # 9
LQCATION: �.59' l� of Pershing Ave {E14)
1,50" HMAC
7.50" Pale Brown Sandy Clay w graveI
7.00" Brown Clay w/gravel
ATTERBURG LIMITS: : LL: 55.8 PL: 24.3 I'�; 31.5 SHRKG: 17°/a
VVa�l�b�rn �ve
?I�ot�t �mer�r �t t�k �huttea• S�
HOLE # 10
LOCATION: 3R11 Washhurn Ave (S14}
2.00" HMAC
8.OD" Pale Brown Sandy Clay w/Gravel
6.00" Brown Clay w/Gravel
ATTERBURG LIMYTS: LL: 45.0 PL: 20.2 ��; ��.� SHRKG: 14%
HOLE # 1 �
LOCATION: 3iO4 Washburn Ave (liT/4)
3.40" HMAC
6.00" Brawn Clay sand w/gravel
7.50" Lt Gray Sandy Clay w/gravel & stone
ATTERBURG LIMITS: LL: PL: PT: SHRKG: %
HOLE # 12
LOCATIQN: 3633 Washburn Ave (Sl4)
4.25" HMAC
7.75" Yellowish Brown Sand w/gravel & sione
5.00" Pale Brown Sandy C�ay w/grave�
ATTERBURG LIMITS: LL: 35.8 PL: 15.3 PI: 20.5 SHRKG: 12%
2018 Bond Year 2, Contract 14
City Project No. 101475-2
Page � of 7
���T�%��H�
,
City of Fort Worth
Capital Delivery Division/Soil Lab
8$S1 Camp Bowie Bivd #300
Fort Worth, TX 76116
Phone: 517-392-7920
HOLE # 13
LOCATION: 3b10 Washburn Ave (1iT/4)
�.25" HMAC
7.75" Yellowish Brown �and w/gravel, stone & Asphalt Pieces
4.00" Brown Gray Clay w/gra�el & stone
ATTERBURG LIMITS: LL: 43.7 PL: 18.$ PI: 2�,�7 �HRKG: 15%
Harley ,�vc
��vasso �# #o �h��#ter �t
HQLE # 14
LOCATION: 3808 Harley Ave (�T/4)
1.50" HMAC
7.50" Yellowish Brown �and w/gra�vel & stone
b.00" Brown Sandy Clay w/gravel
5.50" Browxiish Gray Sandy Clay w/gravel
ATTERBURG LIM�TS: LL: 33.8 PL: 14.7 PI: �9.1 SHRKG: 10%
HOLE # I S
LOCATIQN: 3709 Harley Ave {5/4}
3.50" HMAC
4.50" Yeliowish Pa1e Brown Sand w/gravel
11.40" Brown Sandy Clay w/gravel
ATTERBURG LIMITS: LL: 25.4 PL: 16.3 PT: 9.10 SHRKG: 5%
Per�tic�at �!
�irehm�n Ave [o � D��d ��td
HOLE # 16
LOCATION: 81' S of Birchman Ave (E/4)
1.00" HMAC
2.00" Yel�owish Brown Sandy Clay w/gravel
3.OD" Brawnish Crray Ciay w/gravel
12.00" Brown Clay w/stone
ATTERBURG LIMITS: LL: PL: PI: SHItKG:
2018 $ond Year 2, Cpntract 14
City Project �To. 1Q147S-2
Page � of 7
���T�����Io
�;i�
City of Fort Worth
Capital Delivery Division/Soil Lab
$851 Camp Bowie BIvd #300
Fort Warth, TX 76116
Phone: S 17-392-7920
HOLE # l7
LOCATION: Sl' N of S Dead End (W/4)
3.25" HMAC
8.75" Brown Sandy Clay w/gravel
6.50" Brawnish Gray Clay w/graveI
ATTERBURG L�MITS: LL:41.9 PL: 18.9 Fi ;�3.�} SHRKG: 14%
I�e�Ee� �t
C:�ro Bowie �#Evd to ��liLn�ob�! �A��
HOLE # 18
LOCATION: I1�' S af Camp Bowie Blvd (E/4)
2.25" HMAC
8.75" Brownish Gray Sandy Clay w/gravel &�tone
5.00" Loose Stone
S.Od" Yellowish Brown Sandy Clay
ATTERBURG LIMITS: LL: PL: PI: SIIRKG:
HOLE # 19
LOCATZON: RO' l�T of Collinwood Ave (W/4)
3.25" HMAC
7.75" Brownish Crray C1ay w/gravel
6.00" Brownish Gray Clay
ATTERBURG LIMITS: LL: 54.1 PL:23.� I'1; 3C1.b SHRKG: 17%
N��►delc��} N'��ce
C�arlc� _4ve to �$rrt Sa�uvie Slvd
HOLE # 20
LOCATION: 1�00 Madelene Place {W14}
1.75" HMAC
8.25" Reddish 8rown Sand w/gravel & Stone
6.00" Brown Ctay
ATTERBURG LIMITS: LL: 44, l PL: l 9.4 �'T:��.7 SHRKG:14%
201 S Bond Year 2, Contract 14
City Project No. 10I475-2
Page a of �
���� ������
City of Fort Worth
Capital Delivery Division/�oil Lab
8851 Camp Bowie Blvd #300
Fort Worth, TX 76 i 16
Phone: 817-392-7920
HOLE # 2 �
LOCATION: 131'� Madetene Piace (E/4)
4.25" HMAC
6.'75" Reddish Brown Sand w/gravel
7.00" Dark Grayish Brown Clay
ATTERBURG LIMITS: LL: 47.7 PL:21.1 Pl:�i,,fa SHRKG:15%
Sa��uinet �I
� er�t �I�c fo �"� C`am o Ave
HOLE # 22
LOCATION: 1�5 N of Co�linwood Ave {W/4}
2.00" HMAC
9.OU" Brownish Gray Sandy C1ay w/grarrel
6.50" Brown Sandy Clay w/gravel & stane
ATTERBURG LIlVIITS: LL:43.5 FL: 19.7 PI- ?3,R G SHRKG: 14%
HOLE # 23
LOCATION: 65' 1!T of El Campo Ave (E14)
1.40" HMAC
6.50" Gray Sandy Clay w/gravel
5.50" Reddish Brown Sandy Clay w/gra�el
4.00" Brown Sandy Ciay w/gravel & stone
ATTERBURG LIMITS: LL: PL: PI: SHRKG:
�w��s� St
ere ��iv� to �almo�f Av�
xoLE # 24
LOCATION: 103' 5 of Byers Ave (W/4)
3.25" HMAC •
5.75" Brown Sandy Clay w Igravel & stone
2.00" Ioose gravel
5.�0" Yellowish Brown Sandy Clay w/grave & stone
3.00" Pale Brown Sandy Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG:
2018 Bond Year 2, Contract 14
City Project No. 101475-2
Page 6 of 7
���� �����C�
City of Fort Wo�-th
Capital Delivery Division/Sail Lab
8851 Carnp Bowie B1vd #300
Fort Worth, TX 76116
Phone: S 17-392-7920
HOLE # 25
LOCATION: 13l' S of Linden Ave (E/�)
1.40" HMAC
11.00" Brown �andy Clay w/gravel & stone
6.00" Pale Brownish Gray Sandy Clay w/gravel
ATTERBURG LIMTT5: LL:30.1 PL:17.8 PI:12.3 SIII�KG: 7%
HOLE # 26
LOCATION: 110' S of Colli�wood Ave {W/4}
1.75" HMAC
10.25" Brown Clayey Sar�d w/grav�l
7.00" Brownrsh Gray Clay w/gravel
ATTERBURG LIMITS: LL: 52.0 PL:20.1 PT 3! ,4? SHRKG: 16%
HQLE # 27
LOCATION: 11Q' S of El Ca�npo Ave (E/4)
2.00" HMAC
10A0" Brown Clayey Sand w/gravel
'1.00" Brownish Gray Clay w/gravel
ATTERBURG LIMIT�: LL: PL: PI: SHRKG:
HOLE # 2$
LOCATIQN: �i4' S of Pershing Ave (W/4) —
Localizet� Concrete, probabiy a trench.
3.50" HMAC Include quantity for removai and specify
�„x�•' �''�,,,�,•�fi� �.� i:i�, �,�,� backfilling with excess POL'd materiaf from
7.25" Brown C�ay w/gravel � other streets.
4.00" Yellowish Pale Brown Clay �_ __ �
ATTERBURG LIMITS: LL:SS.S PL:19.7 �I' :i�.�, SHRKG: 15%
HOLE # 29
LOCATION: 1��' l�T or Calmont Ave (E/4)
3.00" HMAC
5.00" Brownish Gray Clay w/gravel & stor�e
9.50" Grayish Brown Clay
ATTERBURG LIMITS: LL: 53.2 PL:20A PI:33.2 SHRKG: 16°/Q
2018 Bond Year 2, Gontract i4
City Project No. 101475-2
Page 7 0� 7
�C�4o0� �J��e���°�u��l �'a�Il����es
'�'I�IS �P�GIE �LL��� �N�T�T���I�TA��L� l�I,AI�I�
CI'I`Y OF FORT WORTH
STANDARB CONSTRUCTION SPECIFICATIOIV DOCUMENTS 2018 Bond Year 2, Contract 14
Revised luiy 1, 2011 City l�raject Na. 1D1475-2
GC-�o���I) l�I��a��ty ��� W���r� ��v��� ��s an��s
E��erpr�se Cax������ce
7['�[�S �AG� �L�F'�' �I��'El�T��l\TAI���' �I1�iI��
CITY OF FORT WORTH
$TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 201 R Bond Year 2, Convact 14
Re�ised July 1, 20ll Ciry Project No. 1Q1475-2
�� ��������� �e��t
�� �o� �V��l�
2��� �1��' Y"e�r� 2 �����°�c� �.4
��� �rro��t �� �.��47�-�,
��d ��t�� �'e��°�u��' �� ��2�
1VIcC�e�c�o� Con����iar� �ompar�y, Inc
�Ol� �I�"Year 2 Co�t�ct I4
O�itVI��V
T�e folio.�i� $ctioas wen #a�n. bv c�t�o�. Yo ��re IViB� n��tic'rn�tio�:
���rarh�nnty C�i��wy:
Water and Sewer, P�eyualifiec!
lnlet Cons�ctian
Haul-off TPucking
Sadding and Seeding
Ready AR� Concrete
Rebar Supplier
Fuel
Aggre�atelTopsoil
Fort�ble Toiiets
Proje�t Signs, Barricades
Erosion Cont�ol Services
Pavement Stripin�a�kings
Constr�uction Staking
Tre� Removal
Chemical Lime/Cernent
H119�C Paving
Brick Pavers
Guardeail Cons�°uctiun
t�eiioa� 'Tm�ea: F��s�lt:
G�aa1 FaitEt Effar� Na ARBE bids neceived
Ga� Faith Effari IVIBE Pa�icipation
Use only MBE'� A�BE Pa�icipation
Go� Faith Effart MBE Pa�icipatian
Gaad Faith Effort Na MBE bids received
Gafld Faith Effn� No A�iBE bids receiveci
Go� Faith Effarnt No A�IiBE Bfds re�ived
Goqd Faith Effort AIa A�fBE Firms provided
Ga� Faith �ffor� No 11RBE Firms provided
�o�d Faitl� Effort No A�BE Firms provided
Goad Fait#� E�'ort I�o MBE bids received
G�ad F�ith Ef�ort No MBE Bids received
Gafld Faith Effo� 1�o fi�IBE pa�ticipe�tion
Go� �aith Effor4 No MBE bids received
G�d Faith Effor� hio NiBE FiYms �rovided
Go� Faith Effor� �Iln RRBE bids received
Gc�od Faith Effpr� RRBE PaR�cipation
Go� Fsith Effoei No NiBE Aids received
ATTACHMEWT7A
Pa�31 ot 4
�O�T �4RT�
—•��„�„�
�it� �f ��r� �ll��'n
Of��e d� �usi�� �����it�
�IAB� �e���t��t��l� li�� i��i�i��i�� �o�°e�
��F�l�� coA1�AN,r R�A�I�: c�a a�4�� �a to d��tr�o
M��lendon ��ns�r��i�n ��, Inc o�,�� c�
r��o.��cr �: nn�w��sE � r�o�a�uw���
�01$ � I i� Y��� 2 � ��n�ra�� � 4 �'� �'��
February 4, a021
Git�t'u fq� E�ryset �o�f: ���r�ct Coonn�ibr�flt: ���,J��Y M11W@�
� 6 � s � � 01 �75�2
Id����i' al� wt���t���#�r�is��di�r� you wili t�� �� ��i� �r���ct
�r� t� ��l�� in� �m, irr i� �r�tirr�y � r��ed da�r��or►, an�1 r+e�►+�� �y tf� P���h�ir�g
i�i�n no I� 4F��r� �:0� �.m. � tl�� � �� ba� c�y �� bi� �p�eriirr�, �x�lt�i� � bid ��r� �,
r�ui� i� #i� b�' ��n�ide� r�or��e�►ne f� ��tioo��.
u�s�rsiyne�l Or��or �r� to �4�' irrnb ���i a�t�rre�r� with tl� AA� �nfl(�} l� ir� f�s� umi��iarr
�1�. t�iii� �p� �t�� �f � t�ritr� v� fF� Gi�y �f F��r�t E!4l�. � i�t+�Ui�rt�l �tt�� �rtg
�p�ti� �f � i� g�rt�1� ��r ����� of �1��i+�fiivn �� �11 r�aalt in frr� b!d �art�
i�r�d ��i� to b'r� �Yr��s.
Rl���s !i� i�w�rd r��4i�g 4H� �roj� ��� rnus� !� I�t�1 In i'�� si� (6j c,euntr,� mari�eipl��e at fih� iirN� of
�1� or f1�� ��sln� hs�¢ a$�rril�ear�� �u�ir�� �r�nd� in fi#�� NA��le�4pf��. i�0aritstp�ao� is khe getagr�phic
ar�a o�'%rr�nfi. ��Ila�. ��v�. �eF�r��,�r�. ��,,rriicer. a� NAi� r.o�� �.
�r�fir'�c�car.� r�� '�ii� Hy ti� i�l ��ii �E�r��{�t�r�. T'�r: r�� � i� �
��(� �lc�:a #i� �r� �rlr�i�rl���tt�r�t i.�. � di� ��rr�r�fi fr� t#►� prirme ��tr�er� 4� �
tr�ier is �r�i�� 9 � �, a p�yrrt��t tr� � ��r�t�or fo i� �u�,1i�r � �ed 2"� �r. �e �rirr�
��r �� r�t�ii�1� t� pr�9e �r�fi � p�yr�f ��!E �re�' s��or�r�ci�rs iden�t�fied a� a��� �r�d
� ��e dr��ars �ra�� rrtea9� � �ct a�rr�� g��i:
ALL NI� �IAU� E�� ��RTi�l�D ���6�� ���E�I�C'� �►id4�AR�.
��r�1�a�ti�n means those frm�s, Itx�4e� wi�F�in tF�e 14A��Ic�la�. tF�at F�ays k�� d�term�n� to i,� a Exanafide r�ir�ority
�usi�+�s� ��Qer�r�se by the t�or�h Central T�x~as R����I Ge�if�ti� �g�nc�r (P�C7RCA} ar�d #he �a[l�slFo�t Il�ofi�
A�linarity 5up�ii�r Ders�lopmerrt Csu�ci! (�IFIb� AI95DC).
1! Fe�,rirrg �nat� ar� �i1l�d, ir� �r�� �+irl � �i+�r� � � i�� � 4i�e [e��� fi�4� �wn� ao,�
�� �i 1��4 or� i�{Fyv lic�rts�1 �r� �g��afii��l �ett� �� � e�� �r� � c�r��ac�. ift� i��� �r��O !��
�ede� � ��cY¢�� AlQ�� �rm, �r�l�di� Rl��� �w��-��i�. �r�� r��re f�lt Ai4�� ��. ��� Ipl9�� �Ny
� fir��ie� f�n nor�A►1���, i�c��i� �vr���r�, b� w+ll �hly r�+e+e �ra�ifi far fi� f� a�r�1
�rr�E�rr� �rr� �y tF� ��I� a� ov�9ir�a1 in �� a�re�r��4.
i2eu. TJ13d19
FO��T�QRTH AiTACHMENT 1A
—�� T Ps� 2 of 4
Otf�rors ar� res�uired to id�ntify � sui3oor►brac4wslsup�i�rs, regs�dless oF status; i_e., �Wr�r'R� 8� r�o�8�s. MBE firms are to b�
listsd Tirst, uss addi�pnal �s if n�a�asary. Ple�s� n�e �t only �rd�ied �diBEs v�ill be co�r�ted to meet an � goal.
� ---
3!�@AiT RACYOi�I�UPP� a
�or�i�y R� T p� � p �il Ce4�il
Adde� I � � ���oretra�r� $e�� f�11ar �r�oa�t
%I�pF�ned��g � � � 1A��rfc ��e�
��ll P �
�o�Ree4 P�rs�n �
J Rubio Truc�i�g 9 F�aul Of� �69 ,Oi4.00
90Q Cv Rd 5i 3 i�uc�Fng
Alv�rado, TX 76QU9 � �
Juan Rubio
t317l8�Q-371 fi
No Fax
C Gree� S�ping, LP 9 Sod�ing �d5,U8D.�0
�409 Handley Edervilte
Ft Worth, � 7811� � �
Stacy Gei en�i�leP
�'9 �1��7-9299
sg�igenmiller a�gre�nsc�ping.
caorn
C G� Sc�ping, �P � B�iCk ���er�s �8,fi5�.00
2�0'! Handley �de�ilie
�t Worth, iJ� ��� �8 � �
Stacy Geigerrmiller
�1715�a7-9299
sgei�nmilter�gr�nscaping.
com
�Clutr Cor�struction ��,C 2 Inlet� �nd ��5,000.00
P4 Box 9$5 pe�n�nent
K�nned�le, iX 7606U p��ern�nf r�pair
et�ar�es I��u� � � (Thna R&b
817IS61-559'I
charPie�klu�r�nstruction.00 �uf�� �ros)
�
Larry Ramba Trucking 2 I�a�loff ir�cking Ra�k end Sand $�O,OOO.�Q
5Q9 ,411ison (2r�d ti�� tN�v (�r�� ��r ��
Ft lMo�h, �X ifi14(} � � 8u�ns) Bums}
�arry R��bo
�17/��1 �6�39
r�mbot�vcking[c7gmail.com
��� �urns �rothers 1 lll�ater and ��,�8�,426.00
PO Bax �86 $g�g�,
Burfes�n, T?� 7�09i � � Dr�in�ge
Ci�nnie �ums
S 9 �I��-0292
r�f�u msbros�sbcglot�al. net
�ev. '�I1511 s
�OR�
A'fTACHMENT 1A
Pa� 3 pF4
Q�rors are requir�d to identif�,+ � subcon6rst�bprslsu�l�rs, rega�QE� of status; i.e., Rii6norn�v ene� r�n-IYtBEs. MBE $�ens are to be
li8fi�1 first, use ad��al s�� if nBo�ry. �eas� rfnte tijat ae�,y ce�i�e� MBEs �II b� oounE� to m� an � gaa4.
i� �- -
�!�@MiRd�iC�iif�R1��CIfR e
�orr��ny P�m� �' iYi 1f� � �MI �ii
Ad[lfi�� i g � �11�0��� �d�
i��I�Fi�i�r�7S O � � 1�� ��� ��f 1�1�16�f14
��i! � �
�o�� Perr�nn �
RroTex Environmer�tal f S�idP� pl�n �n� ��,���.OU
P� 8ox 15161
�t V1lor�,TX 76119 �7�,�SUi@5
Todd Webster ❑ � �
847I374-47�2
todd{�protexenvironmentaibt.
cam
Steven Ri�o � anstrvction $��s�04.00
�O F�ox i3� takin�
Joshua, TX 760g� � �
81 i1570-����
srco@p�odig�.r�et
HJG �ruckir�g i T'opsoii �1,32O.OQ
�07 Der��ir �t
Ft !l�o�, �'� i69 9 9 � �
8'i7/8�-�'9�1
Co�or�rr� R�ady ��t 9 Ready iWix �143,O�S.dO
PQ �ox 1 fi�327 Conc�ete
�t Wor�h, �k �61 B1 � �
RAax kllrir�
�i 71i�9�� 99 9
m�xc�tot��y�F�oo.com
Bar�so�,lnc 1 ReH�r SuppGer $�1,Fi99.00
5000 �lue Il+i�un� Rd
�t w���, Yx �e� as � � d
��� ��r�g5
���rr�o-Z�oo
9r��b�msc�.csom
i�lariin IRliarietta 1 �emer�t Sl�er� �39,���.00
�� �x 67061 Cem-�ime
��I�as, Tx �5��� ri � �
�n�� Mor�t#� L�
� � �r�a��a���
��. �,�,9
�V�OKTH AT'"f'ACHMEPJT 1A
�� Page 2 of 4
Offerors are requlred to ident�fy �1 SubCttritractor�suppEiers, r+9gardl�s of status; i.B., i�AAir�a�ril�+ ar� ��s. M�E firms are to l�
listed first, use additional st�ests if necessary. Pieas� note that only oerfifi� N7��a wilt t� couMed to m68t 8n � g�l_
�
��I�ON"i'RA�iQi�f�P��t �
Car���y N�rrrtr � y� fl �1i 13�F�I1
Foddw� i � g $Uir�orttr�+etln� ��pilas
Tel�l���1��7¢ o � � i�or'x pu�� f�t►11ir EBteu�unt
��t�fl P �
Gor��t �811 �
RAetroplex �vmt �Ar�ng °I F'�vemenf �1�90.@0
�001 F�enn�9� �n �Id� � hAa�icings
Saginaw, �X i693'� � � �
iro� ti�immon�
Qi���Q0�2��3
Reynolds �sphalt 9 i4sphalt ��ving ��9 2,�9 6.2�
P� Box 3i0
Eutess, TX 7��38 � � �
i�ed Tan�t�rsl�
�97/26i 313�
ntankersl�yQr�ynaldsasphalt
.caorrt
❑ �
❑ �
� �
❑ �
�. �r��i�
�o��
ATTACHMEIYT 1A
Page 4 af 4
Tot�l �oll�r �mounf af M�3� Su�trac�ar�Sup�iier� ��39,8'P 0.40
�vt�! ��Il�r Amour�t �� �1�rr-!�� Subcor�fir�ct�rslSuppli�rs � �,���,�49.�0
i�Tl�l, DOLLA�t ��iMi � I�L �l1��lelTi�a��ORSJSU�P�,lEitS �, 2,59fi,4��.20
�'f� �ror wilf r�ofi rrr��� �d�r��, �r��, Bi �1�0�� f� tF1F5 �1`�Ifi� (i� WI�FiQl�f � pl�P ���i�V�I Og �"1�
�riC� d� ��in� �ire�y �1i�la�h � �u�'1�� � a R�ra�i �i l�pr�v�1 �f �f��r��i���i���
�. A��v u�j���d �fr�� �e d�� ��li � a rrr��i �ch �f e��e4 �i1 r��+ r�ui� ir� �teba��r�4 i�
��d w� 4i� ���1�� ��Ir�ed in �rt� �,rdir��. fi� �r��p �II �rnii � detailed B���ic►ry �f
�a�m �i� �e� ch�n�la�dd�i� er d�ie6i� �ill �i fP� c.�mmiFi�d AAB� ��I. If fh� �il �xpl�r��Qior� is
�oi ���i�ttied, i� v�+iil �f�4 t�� i�l ���li��r� �mninati�ct.
�y �ffi�sing � sign��r� fio tl�is f��rn, f�� ��o� gu�� aigrees t� pro�id�, �i�tly te til� Ci�y u�on P�u�4,
��mplefie �r� �cc�rat+� ir�f�rn�ati� e�g�e�i� �e��aaf w�rr� p�arm� �y �ll �u��t��ior�, �c�c���in� ���(�) �n�
a�r�y s��i�l �aR��me�fi� vk+ifiF� AA���. ��� ��r �Isv agr�� ta �II�+ �n ��difi �r�dJ�� ex�mi��an �fi �ny
��irs, r��rd� ,�r�d �les �I� �}� 4F�ie ���fly. YF� �rer �r� iA �klg+� Qh� 4r�N�r�ission �f infi�nri�w� wifih
o+�ar�r�, �ri�ci�i�, of��r�, �n�l�y€� �nd ap�li�bl� sub�onir�cior�lsuppii�r� p�r��a�tir�g �n th� �r�tr�c# tl��t
wtll �ubs���tia�i� th� �e�u�l w�rk p�n�rm�l i�,+ fi�� fl�g��s} on this co�Qr��4, �y �r� su�i�ori�� �c� �r �m�ifl}+�
�f fF� e�y. Any i�i�t����r��f an�1/�r �r��r� r�E�pr���t�4i�� a� f�e4s will f� gr��nd� for fi�rmina4ing th� 6A�4r��
or ���a�m�n� �r�m �ity va� fer � p�r�� � r�� I� 4h�r� tNro� {3) y�ars �nd for in�iati�� �,tion un�r �e�"er�l,
State or �ec�! lawts co�a�m�n� f�t� s�4��Nf�. �,r�y failur� io com�ly w�h t�i� ��i���� cr��tes � m�eri�l
��°e�ct� �f th� �riir�ct �r�d r��y r�s�lt in � ci�4��nir��tion of �n irre��o�sible �r�r �n� d�i�arm�rrt ftom
p�rQi�ipafiir� in �i#y r�orlc �r a�i�1 �f 4ime r�ot I� 4Fian �ne (1) ye�r.
.� ,�
11I �i�.��_ ` 1 �,�`��
,',;t,: , _ -
.d�a �1 �+� 4 c � � �t� l�
�rirl6iS $��li�
��������6
'�It9!
IVi���E'fld�fi G�P1�fi �C� �rn�
�o��.�� -
�� ��� �99
��
��rl���r�, T3� ��a��
�����
Cwrt�t f�ar�frytl� pf d�)
� � 7i�9�-���� 1 � 1 �l��a�6796
Y�����
��r��r���en�oncon�tru�ii�n. �m
���f ��mm
0�10�1�02 °�
�
�'ice of Busirs�ss �itFsrs6ty
Ema�: rne.�b�ce�fo�hr�rthte�-as.gav
Phon�: (SfTj 392 2G7�4
i�ev. 5A1 �d19
��1� ��P ���r 2 ���tr���i 1�
�n� Pr�je�t �d� 14�4����
��� ���t� �f�o�!'r. �����n��t�on
�Ti�CbR��Wi 9 C
Page 1 �g �
�� '�° ���'��
G� o� ��� �I�I�h
A�inor�� �a���r�s� �r�����p��e
E G�c� ���� �ff�rt ��r�
�f tFi� Iif��ror's m�fi�r�d �� ednnpliance �it#� #h� Wi�� ���I i� lfa� ��� ���e�fr�ior� d� a
"g��1 �aitf� ef�ert", if�� ��f�r��° �vii� hara� th� ��r��rn of ��rr�fiy arrd �c��rat�l� �r�p��+nq �nd
a�u�mltR�n� ii�� �e��rr����4ion r�t�i�� �y �� �i�,+. �amp�f�nc� �iih ��F� i��, °� ihr� 19 �l�v,
�F��1f ���i��,+ th� �� ��i�F� €��et r��ir�rr���4 �b��n� pr��f �f fp��d, i��i�r���enal �ndlo� k��wi��
r�l����rr�ia� r�f �he f�� � i��iio��l �i�acrimir�a�l�� b� ti�e �ri'eroP
�a�lur+� �s �� ti�l� f�m, ir� Fi� �r�ty r�ai� a�ep�rt�rr� ��urmi�r�. �rre�1 r��r�P � t1t�
Pu€�as1r�� �h+lsl�n rre 1� �� �:OD p.m. �r� �Ire ��� Cifiry �i� �� �r b!� ��er�l�e,9. �r��l�ite�
�P l�td �pe�i�� dio�, w�ll n�it [� Q� �id �i� �or�i�6re¢9 ���-��i�+o � 61d �ifie���.
'�.j Pl��e li�t �� arr� �r�+�ry �d��e�fr�r4irr� �n�lor �����I�r o��rr�r��i'�+� gor ih� ��sr�pl�ii�ii og �f�i�
pro}e�, rog��dl�s of w��iit� 1� Is 4b b� ���vi�� �p �o lM9� e� r�o�-IYI�. �T i �
1��� �r� all preJ�� th� !�lFer�r m�st lis� e�ch sut��w��ing a�ed R9P �1l��II�F ���f'llJlil�j/
f�j�fl�@� � tEBp.
�� 84�I�IQIr78/ SiJ/��, ,� 1li�@+35�1j+�
Li�� o� �u�nrtra�ciirt� �p�p�rtur�i�i� l�is4 af �u��all�r Oa�rturrfti�
I��t�� a�d Seue�r Prequali�i�d �eady �Pix ��ncre�e
Ir�l�t �onsfna�fiion �����
Fi��l�� Tr�a��ing F��I
�ri�k Par��� Aggr���fi��ops�il
���3ing and �e�i�� Por��bl� ��ile#s
�r��it�n C�ntrol S��+i�s Proj�c� �igns �nd ��rric���
Pa��rrieni IVoarkir��� an� ���ping �ernn�nf �nd Cem�Lim�
b�AC ��r�i�g C�ar��tr'uc�ion �takingl�u�w�y
C���rdr�il T��e ��mov�l
R�r. �f9$AS�
�� � a� a� � � o�.a���.a � w� ��u� �+ r� � �� �w �.� �g �� ��
�.
�,Y�/1CF�1�PE�' 9�
P�2of4
a.) O#�4ai� ��urt�en� (rt�fi mor� ihi�n 1� �2} r��rhti�� �1� %� 4i� t�i�l ap�n d�) lis� of �Il�� �ubcor�t�ra�for�
�r��lor sup�lier� fror� ihe �ity'� �iPie� of �u�in�s �f�+��sit�.
� �� �� � N�i+i�g _�R7/�024
❑ �
3.} bi� yo� �oli�#t �idffi gr� ��rme, wiihin tt�� s�Lt���trac�i�� ae�di�� �u�pli�r ar�as prewi�u�ly IIs4+�d,
a� I��Q 4�� cat���8p d19y� pti�r to �id �ni�g by tn�ll, ex�lusiv� of g�e d�y ihe bids �� open�d?
� S'�B (iP ys�� i�i� � m1M #eiing tio ir�lutl� nrd� 09 fYrm ars� ad�r�sa �r�d a dnl� ca�yt of f�r m�il�l.j
❑ 11Ed
�.] �fr� �rsu �ali��t i�i� fi�ar� R��� fir�, witNiH tl�e �ub�hfn�6tin� andlar ����li�p a��s pPe�+i�us��y II�,
� I�st 4�ih �lenalwir �ary� ��r tc► blt! o�aer�ir�� by t�I�F�ona, excl��ivg �f !�� ��a t�� L ids are op�ns��
❑ v� i� 3r�s. slLe�h I�t bo I�luds rs� of II� flrm, � aa�c�1, rai�an� ndmbor �nei d�m ar,d ti�� od ca*�et)
� Pl0
�►.j �i,� y�� �oli6it �iida 4�rarrr �A� ��s, �ifl 4�e �u6�onirac�i�� �o�dlorr �uppli�r �r�� p�eia�ly Il�t�,
ai leasf f�rr ea�lend�r da� prfop �o bi� ���i�� ��► 9`�c�il� (fa�€y, e�eiusta� o� �� �1�+ th� �i�s �r�
b�8iFlilG��
� �lB�i
� �d
(ff y�. �h ii�t 0o irr�sl� nom� oi I�� finT�, f�c �wn�P and �i� ar�� � aF cor�ct !n e�hi4�, i� tl�i t�s
i� ��+r�1 �s u^d�Hv�rabMe. #wn fE�t "urrtd�llv�rabla canfim�atlon" �cefail� mwt 6� prin0ed a11n6t1y Tra�f ti�
��fll'� �P �fi+S�� �tNFri�C�a,Si. ��Iltiil �9 �11�F111i; CO�IRriitlOfl �l9��1' ailfi�°i�l1Ye1"�E�IB G01141ttR/RI6R~
dOGYIq6M1�G�9 IUi� F�iP !hi `� i�-���10�.)
�.) ��d �y+'a1d S�[�!f �id� t1+�Y: �11� ��� *s�i�i� tf�� =u�n�r���� ���lor �u��li�� �r�s pr�*aiA��l� li�t�s
�t I�t 4�r� e�lendar �a� prFop to bi� �pe�l�g i�y �rresii, e�el�+e of tt�� day �� i�id� �r� o�en�d�
� Yes
� �0
(If ya�. �fach ��o�flr�n to i�ll�d� rn�_�rt_ 9, of M�� firm, d� arad �. !n �d�€tion, if e� am�lt EB rotam�
as u�liriro€��� �n ii�at "u�d911a�}11� rrn�ilf�W" r�soipt must � prlMid dire�tty fra�n ti� �r�il t�y�bann fG�
Raopor �a�. Gaii�s bo �u�Ik eo�nnWon andlor "undollv�pw m�csmga^ dasunie�tioe� �
randR�r i� Li� ���s+'�-?
#1���: Tfi� lf�E1� fY'i�1� f��1t��1 i�f�*s�� �l� �� �AP !�ll��lf� ��, �d �� � f11�5iR5�1
r��si be. ��� � � ��Ic�b� �1rr�. ihe �r ��e�f c��r��t tl�t �ii�� � I� � �pf�
w� r�� u�ir�g �� tF� f�� ��� ���Q � I� � � r�+� m� �Ir� eat� of
� 4�ur ��fr� Ir� �d�e° td ��� e���ia� �0 4fi� �c� �� �rt �ufr+�n��r��.
iM4i�: T�t! Q+[�sr�D�' nnurg r,er�a�g �1� 1��re 11� 11�4 �rytclPi� R8 �� �tr���fil�� a��1
a�portu�€� � B�► �rr coo� rMtl1 �i�vr� 3�� �.
i.� �i� �r�u �r�t� �al�r�� �n� ��i��tk►r�� � ��rr�i�.l i�A�Es?
❑ Yos
� 1�0
�.j �� yo� ��ti1�9� tFr� i�fo��iofl ��11�g �F�� 1���i�r� of pla�s ��d ��eciflea�lor�� In orc9er fio �sssi��
th� �fl���
�❑ Yes
� Wo
��. ���+��
. ATT�Gi�II��P�T 9�
��� � Af 4
�.) �1� you �rep�r� a ��oi�ti� f�rr tR� I�� �� �i� �� g���ie� ��f�1� � ��i� ��ill ��?
O 1'� �If y�, r��n �li ccpt� aF ��.j
❑ N�7
9g.) YY� 4t� co��� ir���4iA�i ��i �trn� ��tn� IisRinga r�ei v�li��
(H ��� ��h tlti i�n Ei�at wra +w�t r+�lid fry a�dor fia� th� Ail�c� ��I�in� pi��il�v ia ��rr�
� �e� � ��r� �.r
❑ �o
71.j��bnni� �to��nr��tlon FF �II� q�� �a�r� r�e���. Tf�� �ur�a�t�iioH �ubr�ri�a� �#�aul� � in 4F��
��� o� a� �eii, i��luds � c�riiea9 expla��t�in� of w�y �he illl�� was �sj�� e�� a�y ��p���i��
dv��t��rwt3fil� ih� C�r+�� nri�#�� � 6� �rrsid�r�a1 f�y th� Citp. !n ife� �v��t �f ��� fl�e di��e�t�
��H��nllt�� ����. ��ier�r r�ill p�di� �or ����der��l !�-�� s�cess t� a� i�t��4ioh of ahy
['@�tl�nt ���rml���4E�f� �y �ii�l �F�i�1lri.
Pl�er�� J�� �nQia�.h.
��m r� �1�arn� �e l��n� �ar��t P�rra�r� �� of t�Aris R�n �r R�tio�r
��� �ogix, Inc 2i�l�n�t976 �a#�i C)b�suy� ��ie� ��v�r� � � �� �r�as�
�4J Contra�ng LLC �171829-065� E�rner F2�yes �fding and S�ing Pfaf l.c�w B9d-use� amakhar MB�
�Ilia�ce Ceosswices 214199�-65� J�suS L.�j�r� c�,�a s�k�� ana s�r,r�y p►owa�r noe aaro�m�n� w a� aee�
r�� � � zz�a.o�c�x:� o�
tiw reo� c�rrmso,t coaa.
Marshail Lancaster 8 Assoa ���l2ss-�omo AA�rshail Lant�ster �� s�a� and survey ��a.� �c a�ce�,�►� e� ��
6:w'tl on Ssa 2'25�6,UQ4(axi j Mfin T�C
A��iT�A��� rw���Wu►rE�w:
Ple��e p�r�ide ad���al f��arRia� you feel will fu�er ox�liln yo�r gss�1 and h�r�s�� �r� t� ob4�in
�� �riieip�tbn �n 4i�i� �a�J�t.
Al! listed MBE's w� &s1 cont�cded bY lo1wN wMl� an a6tMchmortM �y ep�adRc ii7m�s ai;:ark a m�eiuis� rM�d_ H �n+eY contact voos vr�aum�a�fiA. iexsis w:ae sem1.
H I�ho {�R� hr�! no �maii. srrW o 1ex wCa �er�l, r kd�w �us hs�nt by pastel rivi. Atf psrdr�m MBEh v� con�s� sa�co:�el�y 6y at R-� ma of Bwae� me�o�ei.
Th� ��ror �rth�r agr� t� p���aid�, d��et�� �� tH� �i� �p�vr� r+�qu�si, �ompl�t� �nd
������ ir���t���r� �ga�din� ��al vvarlc p�r�'emPr�d on ihi� �or��c� ��e ��+n�w�n�
t���� �fl� ��y �ro��s�d ehafl�� �� �� oriy�in�l �rrar�g��rerr� s�brr�i�d witi� t�i� laid.
'�h� �rer �I�� �� �u �rlf�w �rrr �u�it ��clfo� �x��i���i�� �fi �r�y ��, r���rrd� an�1
�il�� i�eld Hy FF+�ir ��nrpany f�at v�il ����r�ii�t� ti� �etu�! warrk ����d �r� �hi�
��ngr��t� �� �n ��th��i�d �l��r �r �m�la��� of �t� �ity.
�ny �rt�n�i�n�l �n�lvr i�n�r�ing �i�repr��n�.�or� �f f�� vreill � gr�un�s fi�r
��i��tlfl� �� �er�t��t �r ��b�rr��r�t {'��rn �ii� wo�r�t ��r � �r�ed of r�ot l��� ti��n thr�
�3) �+�e�r� �r� 1 fr�r irrifia�ing ��ti�n und�r Fed��l, �t�� e� Le�sl �aw� ��r�c�rrr�ir�g f�l�
�t��ents. �rni� �it�rr� ���m�l� wi�i �ri� ordinarrc� sh�ll creat� a r���Hal I��a�F� ��
�0��'�C� ��1� �,�]0 ��i�l$ Ifl � CB��iW7Ti1Fi��l�fl �� �fl i�{�(319�l�I� C��POi° �fld ��biRY1���
fr�rfl p�rticip�ting in �igy �r� f�r a�riotl af tirrr�e r�ot I� �riar� An� {� }�cear.
Rev. §l95d99
A1TA�b1YI�PDi 9G
�ge�of�
�Po� ure�l��i�n�d e�rtiti� if��� � in�orr�n�tia� �p�rri��� �r��1 fF�� ���(�) lis�d w+at�l���
�����fed irr g� f�ittr. It i� ur�l���a� fhst a�y ���{�) I�st�1 in A�chrnerrt 9� v�ll b�
corrta�t�d ��d �i� rr�s�ns �� �dt �a�ir�� �ri�m v�+ill !� �o��i��� �� �� C��y'a �1fice
�� '�� 9id��it�.
9�n �AcCiendon
Aut���� �igr�a4�� �p�t� Sigr�i�e� �
�r��id�nt
��i�
i�cGle�don ��n�� Co Ih�
C�m�n� �E�m�
�'� ��� �99
L�dr�
��a�l��or�, �� i'fi�97
c�y►�ts�►�E� - --
�an�ct i��n� a�d Ti�la �tf �if�r+�ni}
� � ����J-°ODs� 817/2J�-fi796
�i��n� R1�mir�r F�� N�rr�ber
d�n�mc.�i��do���s�r���i�n.com
�rn��l l�ddn� � _. -- -
0�10612�� �
� ---
4ffio� c� Business �i�isit�
Emsi1: rn�i�iee�f�roriht�x�s.gtw
F'hone: (�17) 38��2F7�
Raov. $d4�9$
������7 �V'�.�e lZ�.tes
7��IS �A.GE �L��'7� I1�7�E1�T'�'��I�TAI.�Y ��L.��T�
CITY OF FORT WORTH
STANDARD CONSTRUCTIOI�! SPECIFICATION DOCLTMENTS 2fl18 Bond Year 2, Contract I4
Revised July 1, 20l 1 City Project No. 101475-2
20�� 4�R�VAlL.IP�G WAGE R,4i�S
(Heavy and Highway Construction Projectsj
CLASSIFICAiIOfV b�SCRIPiIOi�
Asphalt Distributor O�erator
Asphalt Paving Machine Operator
Asphalt Raker
Broom or 5weeper Operator
Concrete Finisher, Paving and 5tructures
Concrete Pavement Finishing Machine Operator
Concrete 5aw Operator
Crane Operator, Hydrauiic 80 tons or less
Crane Operator, Lattice Baom 80 Tons or Less
Crane Operator, Lattice Boom Over 80 Tans
Crawler 7ractor Operator
Electrician
Exca�ator Operator, 50,000 pounds or less
Excavatar Operator, Over 50,000 pounds
Flagger
Form Builder/Setter, Structures
Farm Setter, Paving & Curb
Foundation Dril! Operator, Crawler Mounted
Foundation Drill Operator, Trucfc Mounted
Front End Loader Operator, 3 CY or Less
Front End Loader �perator, Over 3 CY
Lab�rer, 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 Operatar
Pipelayer
Recfaimer/Pufverizer Operator
Reinfarcing Steel Worker
Rofler Operator, Asphalt
Roller Operator, Other
Scraper Operator
Servicer
Small Slipform Mathine Operator
5preader Box Operator
Truck Driver �owboy-Float
Truck DriverTransit-Mix
Truck Driver, Single Axle
Trucic Driver, Single or Tandem Axle Dump Truck
Truck Driver, Tandem AxEe Tractor with Semi Trailer
Welder
Work Zone Barricade SerUicer
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
�
$
$
$
$
$
S
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
12.69
a.i.�a
Za.�.z
16.05
14.48
1$.12
17.27
20.52
14.07
19.80
17.19
16.99
10.06
13.54
13. �.6
17.99
21.Q7
13.69
14.72
10.72
�2.32
15.18
17,68
14.32
17.19
16.02
12,25
13.63
13.24
1.1.Q1
16.18
13.fl8
11.51
12.9f
14.58
15.96
14.73
Z6.24
14.14
�.2.31
12.6z
12.$6
14.84
11.68
The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the [Jnited States Oepartment of Labor and current as of September 2013. The tftles and descriptions for the
classifications listed are detailed in the AGC of 7exas' Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 1
GC-�g�9 ���r���s a��l �J$il��Iles
7[']H[�� PA.�E ]LIEF� ��T�'�I�T7['I�l�A][�L� �LANK
CITY O�' �'ORT WpRTH
STANDARD CONS7RLICT'ION SPECI�'IGATIpN DOCiJN1ENTS 2018 Bond Year 2, Cvntract 14
Revised July 7, 2011 City Project No. 301475-2
�lL���16� O4 ]P�°�dw��t �teqw���°e�ne�nts
�I�I� PAGIE I.EF� �l�T�El�TI�l�AILI�� �LAl�T�
CITY pF FORT WORTH
STANbARD CONSTRUCTION SPECIFICATIOAi DOCUMENTS 201 S Bond Yeaz 2, Contract 14
Revised July l, 2011 City Project No. 141475-2
����
A Martin Marietta Product
Laboratory testing and paving project results repeatedly show Cem-LimeT""to be ihe reliable and cost-effective
chaice �or clay sails wi�h high Plasticity fr�dex (PI}.
°/a Cem-Lime
- -- -- - - --- �
0
- - -- 4 - -�- - - -
- ---- - 6 - — -
� - ---- - __ _ --- _i
- - -__-------.-_____�
1-Hour � 2-Hour � -Hour
� 2-Hour
� � � . � ------5 ___--
�_O ._._ _._._. � _ __- -- 3 . 1
--- - --- ---
� � -- �_____--� 0 I
r�»� �� soi� ��su��s (eia�r)
- i -
% Cem-�ime 1-Hour 2-Hour 1-Hour
_ .._ _. _ _ _- --- . ____ _
0 43 43 47
v� ��8 12 11 � 14
=� _� ____ _ � O�_ -__�_� � 9 - -- - � 13 __ - __._ _ ___ 1 1 __ __ _ �
I
2-Hour
41
15
8 __�
4 r � s
L�1N �'I ��lL RESl�LTS (CLAYEY SAfUD)
. , - ------ y _-_
°' /o Cem-Lime 1-Day 3-Da� 7-Da � 1-Da 3-Da 7-�a
_ _��-_ Y� Y Y� Y� Y�
.__.....�..��___- I
0 - � - _ _ _ _
--- ----_ _ _ - -� -_ _ _ _ __ - � -- - --
4 111 � 164 23Z 150 225 240
;___ ---- ---- - � - -- --- --
6 � 1�9 � 237 i 309 � 180 245 28Q -
w��r� �� �a�� ���u�,�� (��,�av}
� � - i
%_,Cem-Lime _ 1-Day 3-Day 7W�ay i-Day 3-Day 7-Day
O---_ _— _- _ _
155 -- 185 . �50 _
180 235 295�
8
1D��
i�w �i so�� ������s {��.��r��r s�ra�) i
- - - - - - ;
175 229 271
186 � 26] 254
SuperS�urry.corn SuperSlur��ma�inmarietta.com 97�-�09�3�4�
���a����TM is a cement-based slurry engineered for soil 5tabilization, increasing pH, decreasing soil plasticity and
dramatically increasing the load capacity and strength ofi pavement.
4 12_4
6 1 Z .42
�i�H �i sc�i� ��s���'S ���.��r)
% Cem-Lime pH
� 7.59
8 ' 11.��
10 11.93
Cem�LimeT"' Impro�es
Construttion Conditian��
Plasticity Index in Soif
� AII tests were conducted by
Terracon and Rone
� �ngine�ring, leading
� geatechnical e�gineerirtg and
laboratory testing �firrns.
a�
. 35 - I 15��.i� ted Limc�
r CF#H.-�Y'�L�
y' � r'
V
�
�„
� 5 � � � I
o� sio s�o ioro �
3'o Added To Soil
' �ow �i soit a�su�.Ts �c�av�� s�,r�o�
% Cem-Lime Weight � Moisture
0 i 116 1�.5
4 � 116 13
6 116.4 1�,�
���� �� so�4 a���r,rs {c���r)
% Cem-Lime Weight i Moisture
0 90.7 27.�
8 � 91.2 27.8
� 0 I 91.8 � 26.6
Contact our safes tearn and learn more about how Cem�LimeT"' can
prodide th@ superior solution for yaur next praject.
,�
�
A iViaf#�n f�lYa�ietta Froduct
SuperSiurry.com Super5lurr�y�martinmarietta.com 972-409����0
I �r
��� L �����
���Y �]F' F�R�� �VO�TI�
�A'�'�R ���A�i��EI�T�
ST�T�A� P���DIJC"�' �][ST
�Jpdated: �ctober � 1, �0�0
The Fort Workh Water Department's Standard Products List has been deve�oped io
minimize the submittal review of products which meet the Fort Worth Wat�r
Department's Sta,ndard Specifications during utility consYruction projects. When
Technical Specificaiions for specific products, are included as part of the
Construction Contract Documents, the requirements of th� Technical5peeification
will override the Fort Worth Water Deparrment's Standa.rd Specifications and the
Fort Worth Water Departmen�'s Standard Products List and approval of the
specific products will be based on the requirements of the Technical Specifcation
whether or not the specific product meets ihe Fort Worth Water Deparhnent's
Standard Specifica�tions or is on the Fort Worth Wafer Department's Standard
Products List.
�a�ie oi Conte��
{Click on items to go directly tn the page)
Items
A. Water & Sewer
Page
1. Manholes & Bases/Components ..........................................<................ 1
2. Manholes & Bases/Fiberglass ............................................................... 2
3. Manholes & Bases/Frames & Covers/Rectang�xlar ............................... 3
4. Manholes & Bases/Frames & Covers/Round ............ .................. 4
5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5
b. Manholes & Bases/Precast Concrete .................................................... 6
7. Manholes & Bases/Rehab Systems/Cementitious ................................ 7
8. Manhales & Bases/Rehab Systems/NonCementitious ......................... 8
9. Manhole Insert (Field Operations Use Only) ........................................ 9
10. Pipe Casing Spacer ............................................................................... 10
I 1. Pipes/Ductile Iron ................................................................................. 11
12. Utility Line Marker ...............................................................<............... 12
B. 5ewer
13. Coatings/Epoxy ..................................................................................... 13
14. Coatings/Polyurethane .......................................................................... 14
15. Corr�bination A�r Valves ....................................................................... 15
16. Pipes/Concrete ...................................................................................... 16
17. Pip� Enlargement System {Method) ..................................................... 17
18. Pipes/Fiberglass Reinfarced 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 Diarneter ...................................................... 24
C. Water
25. Appurtenanees ....................................................................................... 25
26. Boits, Nuts, and Gaskets ....................................................................... 26
27. Combination Air Release Valve ........................................................... 27
28. Dry Bazrel Fire Hydrants ...................................................................... 28
29. Meters ........................................................................... . ....................... 29
30. Pipes/PVC (Pressure Water} ................................................................. 34
31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31
32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32
33. Pi�es/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33
34. Poiyethylene Encasement ..................................................................... 34
3 5. Sampling �tations .... ..... .... .... ..... .... ..... ..... .... .... . . ... . .... . .... .... ... . .... . ... . .... . 3 5
36. Automatic Flusher ................................................................................. 36
O
N
O
N
�
N
O
�
�
N
,-.�
(0
�
Q.
�
�
�
h�i � �
� � �
� �
� �rl �
� � �I
� � �
� � �
v � �
�
�
i�
�
�
� -_
�
�
1�
0
�
0
N
�
N
d
T
�
�
�
�
a
�
�
�
�a W E-�
� � �
� W �
w
� � �
� � @
�
�
�
�,
�
�
�
F-+
�
�
0
�
0
N
T
N
O
r
�
Q1
y--.
(B
�
�
�
�
��a
���
���
���
��
���
���
���
�
�
�
�
�
�
�
�
�
�,
O
N
Q
N
r
N
O
�--
�
N
.--�
f�
�
Q
�
�
�
�
�
�
�
�
�
�
GJ
�
�
Fil
�
�
�
�
�
�
�
�
�
�
�
0
�
�
�
�
�
�
�j
i
� '
� h
['"'f
�
�
�
�a �a �a �a �e �a �a �d ti ti �v m m R �a e �a
ti O 4 Ll f� A=a 'a 'n Q A G C] ��1 Ca t] p A
N N N N�� N N��� O O � O
N M M M M O O
�
m
a � e � m �
v o 0 0 0 �
� � � � � ¢
w O O O O o �
o � � � � M o �
w+ �n cn rn rn v� � �1 �
� � � � � � � h �
o E,,,
Qca co co oa � � � ¢
r,°' ¢¢ dd p
m � � � � �
� � � � � �
� ¢ d d 4 ¢
�
G �
'[] V
� a �
� '� '3
� � N ++ �
O O ,,
id s .� v, x
� y
.a v a�i m � U � � � �n
K � � � � � C? s �v °n
.r.' c�v � � ,� c�v � � Q � � � � a'� `� '� � w M �o c
.�
� � � �
�6 � N �G 1 [yy •? 'y�'I �c [-�. ^ n b �.�„ '3 � '3 �
.L Q V1 f+ M Fi F� � � � � � N � (�j � N f'� �
V � l�+ Q N y� a`-2 FT.
`� � � ,a M �D � � W F� O
a
¢i � v � o o � tiJ
aN.+ �G x � � o �3 �
U n N �
N � fV
'Q U
F- r
'� �
�
G �' �
p X
c r� w „ a;
� a
� � � v � �
cC � "'C s'2 0 o c o o<" o �
c. �� 3 c c c c`" `" �° � 3� a �r a'"i o
A � o a� o 0 0 0� y y� o o� o�� �
� - ffi 4 F� w w w o o� V ".= ❑ o p" � v
}l "� .. �, @ N N'� U C% ¢'� 3 r W U 61 � r-�i c�
� F � C � 'q u o a `b P. � �
A Q= � �� £ � °��_ � ,�� v
� okzzzz�,��z 9��� �� 'o
;� � E� `�W � o
�, .. .� �
� � � �
�.
� �
�
� i U
� � � x
� a° ,�a
m � �
N � � � �
� � � ❑ ❑
°� ;x � x
v
� m v v v���� � � � s� o 0 0 0 0 0 0
� � > > > � � > > "> ; > >
%ff o 0 0 0 0 0 0 0 0 0 0 o V V V U U U U
� � � �� c� c� c� c� � c� c� ����� �� �
� � � � � c c � � � � � � � A �c
� � � � A �
�, � y �������aa�a �� �
~ � � � �� �� � � � � � �
� � ' �. w s� w w u, �i �;. w u. u, rL � � � � � � �
fl
'� � I � s .� � � o 0 0 .� .� .c° .c° �a �a �a �a d �v A
w . � ,g Rr�aQ qQ A
� 4 � � � � � -� � � 2, � � � � b o M o 0 0
a> {'
�
.Q � o
� � rn r+� m M � M M � � .Mi .M-i .-�-i .-rni M •--e
� '�1 h � V� V� Vl �A V1 v1 � r Vl vl vl ^
� o c a a a o 0 0 0 0 0 0 0 0 0 o p o „�
p� � MI M M M M M M nl [1 [+1 [^ � O
V: N] M M rl M M M M [+1 ['�1 NI M
� �
a
�
� GO GO 00 OO �D �D Q M l� O�
O � O ~
9F # � 7 7 a
a C�J [`! [`! N M N O tr. o .a- p �
+��- a o 0 0 � � o� o o � o 0
O
�
0
N
O
N
r
N
O
�
�
�
.r
f6
�
Q
�
�
� F� �
H
� � Q
� W �.a
� � �
� � �
U � �
�
�
�
�
�
�
�
pC
�
0
N
Q
N
�
N
O
T
�
�
�
�
Q
�
r�^
V1
� � �
� � �
� � �
� � �
� � �
� � �
� � �
T�^
V1
��
F
�
�
�
�
�
n
O
N
O
N
�
N
O
T
�
�
�
�
�
�
�
T�^
V1
� � �
� I� �
� F� FrQ
�
� � �
� � �
� � �
�
�
�
�
�
�
�
�
�r
0
N
O
N
�
N
O
�
'C7
N
�
c�
ti
Q
�
�
�
� � �
� � �
� � �
� � �
� � �
� �, �
� � �
�
m
a
�
�
�
L
m
Y
di
�
fG
'�
�
V
C
V
�--�
�."
N
�
�
�I`
�
� '
� I
�
�
�
m
Q
N
O
N
�
N
O
r
�
N
[p
�
�
�
�
�
� w �'
� � �
� � �
�� �
A
� � �
� � �
E"�
�
�
r�.�..a
�
�
�
�p��
1�G
�
V
�
O
a
a
m
v
�
�
m
.�
D
�i
0
N
O
N
r
N
O
r
�
Q1
w
�
�
Q
�
�
��/
F:.1
�
�
�
�r�
R
�
�
�
�
Y�I
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
b
�
�
�
�
�
�
�
�
�"M
�
1�1,
�
�
�
�
�
r�*
1�4
�
W
C
O
U
w
O
Q1
�
�
�
N
�
C
7
d
�
O
Y
4�
.�
�
0
N
O
N
�
N
0
r
�
N
.�
�
"t7
Q
�
�
f�WH
� � A
� � �
� W �
�
� �
b �
N � �
V � �
�
�
�.
�:
E-�
�
�
�
�
��
N
N
�
N
O
N
�
N
O
�
'�
�
r�
{�
�
Q.
�
�
F�'5� �G� �
I� � �
� � �
� � �q �
� � ^
� �
� �
�
� � �
� � �
V1
_)
��
� �
�
�
�
1�
M
�
Q
N
O
N
r
N
d
r
�
N
f6
�
Q.
�
�
�
!�I W �"�
� � V
� � �
� � �4
� � �
� � �
� � �
�
0
�
�
�
� �
�pq�
W
i�1�
0
�
0
�
r
N
O
T
�
�
a--I
�
�
Q
�
�
�
�
4
�
�
�
�
�
�
�
�
�
I�
�
�
z
W
�
�
�
�
�
�
W
�
�
r�^
V1
b
�
E�
�
�
�
�
�
�
�
�
�
�
r�a'
H
�,
�
�
�
�
�
�
�
0
u
�
0
a
.e
�
a
s
+.
+°�
C
7
d
�
�
Y
u
Q
N
O
N
�
N
O
r
a
N
�
�
�
�
�
�
�i w H
� � V
� � �
� � �
� � �
H�z
���
�
�
�
�
�
�
�
�
�
0
�
a
N
�
N
O
r--
�
N
�
iv
�
Q
�
E�
�
�!W[�
� � �
� � �
� �
� � �
O
W
��z
���
�
.>
x
�
�
�
�
�
�
n
�
O
N
O
N
N
O
�
�
N
.�
N
�
�
�
�
�
Y�q � �
� F�id �
� � �I
� �
� � ��
� �
� � �
�
�
@
}��:'�
I�iO �
�
�
�
�i
�
.�
a
N
�
N
T
N
d
T
�
�
�
�
i�.
�
�r^
V�
I� � �
�
� � �
� F+q �I
�
� � �
� � �
�
�
�'
��
��y�
I+!
�
�
�
�
m
�
�
N
O
N
�
N
O
r
�
N
.,-.
co
�
o..
�
�
�
�iF�E-�
� � �
� � O
� � a
� � �
� � �
� � F
�
ti
�
�
�
�
�
�
��
tl
N
�
{�
�
�
r
N
0
T
�^'
W
�
�
�
�
j�^
V�
� � �
� � �
�� �r� �/� �
I�!�4 I�
/'Y
� � �
� � �
� � �
:a
�
�
F�
�
�
H
�C
�
�.
�
N
�
N
Q
N
�
N
O
�
�
N
w-.
�
�
Q
�
�
�
� � �
� � �
� � �
� � I�
� � �
� � �
� � l�
�
Q
�
�
�
�
L
�
�
0
�
a
�
�
N
O
�
�
Q}
.�
f6
�
a
�
�
c�
� � a
O � ��
F" � �
� � �
� � �
� � �
� � F
�
�
�•.
w�.
H
�
�
N
�
�.L.i
M
N
0
N
O
N
r
N
O
�
�
�
rr
IB
�
Q
�
�
�z�
���
�'�o
���
����
��
���
�
�
�
�„
�,
�
�
�
�
�
�
�
�
N
�
N
O
N
�
N
O
�
�
fU
.�
(4
�
�
�
H
�
x�a
o��
��"�
���
���
���
H��
���
�
�
x�
�
�
�
�
�
�
�
0
N
Q
N
T
N
O
r-
"t3
N
.,-.
co
�
�.
�
x
�
�
�
�
�
�
�
�
�
V
�
�
�
�
�
�
�
F�
�
�
�
�
�
�a
�
�
0
�
�
�
�
�
�
C�
�
�:
�
�
� .
�
�
1�0
�
e
v
�
s
0
�
.�
�
�
�
O
r
e
�
�
�
0
x
V
�
N
�
N
O
N
N
O
�
�
�
�
f6
�
Q
�
�
�
� W �
� � �
� � �
�� �
�
� � �
��'z
�'�H
�
�
�.
�
�c
�
�
�
�
n
N
0
N
O
N
�
N
Q
'�
�
�
N
�
Q
�
�
�
� � �
� W �
� � �
� � �
� �
�
�
� � F�
� � �
�
Q
�1
�
��q�
11N
�
�
�
�
a
N
O
N
�
N
O
r
�
�
�
CIS
�
Q
�
�
�
� � �
� � �
� � �
� � �
� � �
H � �
� � �
�
�
���
�
�
�
C'-'
��y
FLT��
I�I
0
N
Q
N
�
N
O
r
�
N
..-.
cB
�
Q
�
�
�
�z�
���
��
���
�
�
���
��z
���
�
�
�
�
�
�
�
�
N N N N � N � N N N
d' � � � � � � a �9 y� V
O
C_7
� �
w o 0 0 0 0 0 0 0
�[� O+ O� O� T 6 V� � y� � N� O�i T a
U U U i} T 00 �� O�i N�� ZJ C.i U V
3 4 ¢ Q
¢@ � � � Q�]������� � � �
�
�
�
�
A _ - �
� � � �
Q � � � � � � � � � a
O O q� q� Q� w R A Q
N � C� �
� O
F
�
m �
� �
00 � � �
� -� -� � � �
� � � � � � v p o
j v�i v�i � V � 5 a O O �'
¢' a� F'i " � o d �n V U P�,
., ., �� �� �., � � � � �
� w � � x z
� � P+ P+ C C �
v Q
C
r�`+W =� =� O � V U � �
n n
� �� `W � � �
f] (� � � �
� �
�
�
�
a
A+,
!+�
1'r'
F
0
�
� � w m m a. r�'. a o. a c
� � R� R. n. W P-� W � Ps 0. �
.°'. �' �' m °' � ."'. .°'.
� � � � � � y y ° � °,
� � � � y
� � �? � � d � � � i �
a. a.� w w a w a. a, w w o.
f�J U U V U U U U U U U C>
�' a a�, a a a� w a a�, a�-� a�, a�,
ns
� N � � .Ni .-ryr � .N+ N C4 � (Y
1
� m M N1 [+1 [+1 n [n [+l r�l t+l
r1 m M M m m
�
� � � � � � O� T T T
W N (��] N N ry � N a � N
� T G� N ry �D �O �d �b �D �O
� M M �/1 �/1 .�. � O� T Q� O�
�
N
O
N
�
�
N
O
r
�
�
�
C1.
�
x
�
�
�
�
�
�
�
�
�
�
z
�
�
�
�
�
f�Y
�
�
�
�
a
H
�
0
�
�
�
�
�
CQ
��
�
�
�
�
�
�
�
�
�
G~J
�-+
v
�
�
u
�
�
F
�
�
�
N
�
s
�
a
�
�
�
�
�
0
C
7
�
�
0
u
O
N
�
N
�
N
O
�
�
�
�
�
Q
�
�
� � �
� � �
� � �
� � �
� � �
�7.1 � �
�oJ
o �
� � �
� � �
� �
�
�
O
w
W
d
�
��
� �,
a�a:
'tJ
'O
A
V
[!7
.�
N
(6 -
'a .� -•
'i� '
W
�
u
�
9
id
�
w
�
aYi
�
R
'�
u
C
�
�: O
O
�: F.
3
� �
�
� �
O
Y
� �
� �
N
� O
Z
�
m N� a N��`y `r � t�v uo � v
O O O O O O O � N O O � � N
M � �
v� v a a a a� Q� tr
I ��"1 M
,^ ~ ✓1 V� �r1 � � � .~-i �-.
V U N+ ��� V V U U U
.n .n V U CJ
(j o o" o� V V� iO � U U U� n�i v"'i ¢ 3�,�{ � �
� V V U a �-+ .-. :.-� :_�% =7 .�. .� .� � � � � ¢ � � �
� rs � V V � ^ � V V V ,o m ,fl ,M ,M
U � � m M M
� ¢ 6� � � � � ¢ � � � � � � � � ¢ � � 4� Q
Q �� � Q�� 3 d@ Q �-�, �-�, � F F
� � d ¢ ¢ ¢ � �
�, a. o 0
� � U
��' � no m a � � µ�„
`� `� � j c a a o� � x w° uo
� `^ V iJ c o °1 ii � V.V.7 .V.l {� {x1 � ao o p � v m
.� .� W 07 w� � A� rn rn a q�.� � o pa CC w'
W W V' v' "'+ a�'i o ti�' wv C,�j v�i X.k ""1 U" .0 G�N a W A c,
c c eh e$ �':. N � o ..] V o p v G v a� W w U W U
Q '� C C � O O fn u.l a �.j G O � In
V1 K O � OC ti R '� ^✓
� � � yy N � � N O `� K G F '� _L., �1..�' ❑ '� Q� .` �4
V � i�r i�r U �. a+ � r� O O O W U OG •pq � � 7 O9
� ❑ c c o � v' ,v J a m R F `.g d F4 �' PS
� � ti .Q-. m�:' � cn p � E .c' �� P4 W. p cC fa
� � .c`�i o � '�7 � 0.7 a °° tcF°� �C in in °' � n7. fa 'c^p �o 'o
� �C V [Li � � � WI F T �--� �•
X x c O� i� °f1 rn a a. n
v v � � � � try C7 C1.7�
� � � W W W
. �
Q m m
o y
m � � m v v
� V :� w. w � � � .�. � � a.
.� . . . - b �
`� � C O � ] � `C' .G. O O O O R' � � 7 N p) y
y, .� o.� V � V V `` 8 R V U V V.m N.c .o v� v r/��.
i) O O
W ai � � � o o P4 � � � u� v w � y t
� v, �� Q P7 a7 O�� i� i7� i7� in F, ,ti v v �o
.� �.�. �,�-, _ m 3'i W W CQ c P. d� � .G.
4 r�n � � '��' � �� vi vi v� w r�`n
� � u
� .5 � w n�.
.� � � a � £ � c c � �
m'��' m m � m w a
� �� C7 C7 C7 ^ [7 C7 i7 C7 C7
� � '� ti C C G � G G G C G�'
a+ r V � '� '� '� .O C '� '� '� '�
W G Pi ��C 0.� PS 0.' v W 0.�i GG FG � 0.i
� � � '�a m �
'� '� N.5 °1 .c g.g .5 p., ,c c� c c c c
i.k i�. ° v .�-. 'a. w ti ti ti A � .�, .�-. .°-. .�-. .�-. �
0 o C �� o o� u u � � p4 0 o c�i c�i `� '�
� n n n n i- r r � n r v r ^ ^"
0 0 o O O C' N o �,� o,� O O N o,� ,_'� ,� ,� ,:
w v� m w w w w w�:, �:, w�:, w w w m���, M d,
in m m r� M
�I�I�I�lololol�lolof olof�lol�f �lalplol 6 I �
�
N
Q
�
r
N
0
�
-o
�
n
�
a
�
�
�
�
�
�
�
�
�
�
�
r�,
F�
�
�
�
�
�
�L,
l�
�
T�^
V�
�
�
�
�
�
�
�
�
�
�
�
�
� '
�
�
�
M �
N v i
. _ _ � _ _ O v
'9 'D ' ^ '6 '_` �. � N N ' E 'C 'C .�-i � z z N �D `D
�D � � 'n � � $ �o � � � `o v � � � `� a � = r o 0
c <, -
O O V N � � � � � � O f`I � � � D� r'] Q
N d' � Q V a iy
N N ry - �
O ry
�
�
.� � �
E o �
� �� �
� � � a Y � � � �, � �, �, ��
� �,�..�wo o � ^
��,�,���
.a v � � � � � � � � � ca U � ���' �
� 3 � � � � � 3 3 � � � 3 3 � ��H Y �
�; � �
� 4¢ Q� Q d ¢¢ d d¢¢�@ Q v N �
� �i
> �3� �
�
�
�a
� � 7 p' a
� C��! �D N 'C � fV � X
O � O [ti 43 � v1
SC N N N N Q O � 1� G� � � � � Vi M P. R
V � � O � � � � U U O � '� N � �
4) �,y A N v N � �D - „ N � U � y
h ��� o�i �� V v � N M� p fl� o ���
`� �3 � N Q � y °.° �3 � p � `�' � '7 �
� - A � N � � � � ��y w M � � `� O W � � �
�Q3 �n `^ � � ¢ C7 .'� ' � v
V O c�1 O N � �p aLi ai r/j .3 3 ry ••
'Q y � N a� .� � N a) 7 7 �• � O � v �
� �% [) o
� .� � � � Vi .� � � � � � O � li
� � � � i V � W
N �
O
s,
C.
C
N
C
a
`� o ,�
� y o 0 0� g o m m � U o
� �
� rrs o 0 0 0 0 0 � � o 0 0 0 0�
� i..l V U U U U U � � O O O Q O V U U �,J i� F � y
A � o 0 0 0 0 0,� � �, � v v v v a`'i m'� �� ro� �'`' o�
� u. �.. sa. w c� w¢ d v� m m "" ti���� i a 'D � o
� �J � � �w � � � c � � ° � � � 3 3 � 3 3 � � o �a
t`P � � .� .� .� .� � � ,�, � � � ,�, o 0 0 0 0 � �
N ry ������ C'C U U LJ V U L W `�
y� E � V V]
� Q O
� � in '-~' W
� �
� }
s. �
W �
'a �
N
O M
R �+%
N �
W 4
A � �
'�" �h �
� � o
u �
� � 3
� � '� � a a � � � > > > �' > > a > � > a � i > > ?
;.6 , �a R R m m m'� '� '� '� �a w'� '� m m w m m i� w'�
r � � � � � � � � � � > > � > > > � � � � � ? �
� � m m m y; a� v y�� y; g d m m m m p; ��
� �a m �a � m m �o A �o � �a
. � c� c� c� � c� c� � � c� � � c� c� c� � c� � � �� � � �
�, a� m m m m a� d��.o .a a� a� m a� m m m m m.o d v'
� � �a �a � �c �o Kr � n�i �a m � a�i o�i a�i aai a�i v v �o �o � � w ,
� y� 3 3 3 3 3� 3 3��� 3 3 3 3 3 3 3 3 3�, ���
�� v v v v � � � d d � � � � � � � � � � � � d � �
� ,� � � � ������������� ��������� � � � � �� :=:=�
� azzzxxxxxx�xc�a�r�acaac�ce ar��
a �
s-. G; � �o �c �o �o. �o �c �n � �o N
d1 N (�S N N N N (4 N N N N
I
N "� L W lu W W W i�l W W ul W ry}
�
O �
N
R
3 N Q� Q� O 7 .-� N O� �D Q T d � �D W
o a� a. o o rn o a, c o 0 0o rn a� o � a,
�C, m: oo a�n M v oo M o`o v ao o', o ca �o Q
M N O N N O N `[1n ry O 4 [_`! M O N N
'� � a o� o 0 0 0 0 0 0� �
p - o -� o
�
m
m
O
N
O
N
�
N
O
�
�
�
..+
[�
�
Q
�
�
� Z F�
� W �
� �� �
� � 1�9
� � �
� �
� �
�
�
��z
���
�
�
x
�
�
� �
�
�
�
0
N
O
N
r
N
O
�
'�
�
f�
�
�
�
�
C�
� � �
� � �
� � �
� � �
� � ��
� � �
� � �
� �
CQ
�
�1
�"'
�
�
� 'q
�
�
�
�
M
�
N
O
N
�
N
O
r
a
N
.w.
LO
'�
Q.
�
�
�
�I '� ["P
� F� �
� � �
� � �
�
��`z
��H
�
�
�`
�
�
�
�
�
�
,�
M
�
N
a
N
�
N
O
T
�
�
�--�
�
�
Q
�
�
�z�
°��
�
�
���
���
�a
� W '��
��z
���
�
��
�
�
�
�
�
�,
H
N
O
�
Q
�
d
�
�
Q
�
�"�
z
�
�
�
�
�
�
�
�
�
b
�
�
z
�
�
H
�
0
T�^
V1
z
�
H
��q/
1�
�
�
�
�
�
F-�
�
�
�
r�^
V,
�
�
�
�
�
�
��I
-I�
�
�
�
�
ET^�
V1
�
�
�
F�
�
�
�
�f
�
�
�
E-�
�
�
�
�
�
�
�
� ,
�
oQQOQoq
N C4 C4 N[J N fJ
� fn m �`n� �n
O O�-r O O O O O�-r
� �4 � � � � �4
� 0 � 0 0 � Q
������x
�������
�������
a � � � � � a
�Q4QRQQ
�������
¢¢¢¢¢¢¢
.�
m
m��
�, . o
�������
� �o
U�'"J^M1noo
[� � � [y '.' N N
G rza
z �
a
�
a + +
V ,� .� .� ,�' + i
�w°w°w°w°��
.� � � '� � � c
.� � � � �w�.
�zzzz�,�
�
a
w v v v v
o p o 0 0
V U U U U
� � ���
�o�����
u.Uwwwww
m m m m m m m
O O O O O O O
� � � � � � �
� � � � � � �
0 0 0 0 0 0 0
emnMrMnrMimmm
� rn rn
� Q N N N � �
00 O�0 OO 00 W��
N � N � �y m r��t
a,����vv
�
w
w
K
d
�
4
�
m
�
.�
C
d
5
�
v
0
L
�
m
Y
.�
�.
�
a
3
�
w
a
�
e
0
.�
�
.�
.o
�
�
d
�
M
.�
C
C
.v
Q
�
U
d
�o
a
�
n
d
.�
�
�
.�
0
a
P
r�
�'
�
:�
a
E
a
w
'e
.�
s
�
�
0
W
W
�
.�
a
�
0
�
e
�i
3
a
� �
.. ;
u �
z�
A R
�
i
�
�
s
G
a
.3
�
e
0
�
�
a
.�.
4
0
O
O
w
�
N
N
u
v
0
�
�
m
"an
�
E
li
CITY �� ���i ���Yli
�re .�►ppreded Gencret� fllVix �e�i�r��
�he cancrefe mix designs listed below meet the requirements vfi City of �ort Worth
Standard Specificafions. These mix designs are pre-appro�ed for use on City projects.
The City reserves the right to sampfe and test materials at any time.
For more i�formation ar� mix designs, contact the Materiai and Geotechnical Services at
(�'i 7) 392��930.
llpdated: 101��1����E
American Cancre�� Gom a
S��gpll2r �er��ent/Fly asti
Mfx ID ��as. 5a�k
30CAF029 375/94 = 470 S.OQ
01JAF382 250/85 = 335 3.56
40CNF065 451/113 = 564
45CAF07fi 489/122 = 61Z
�1r1fn.2B-day Slum�
5tter��k� {p5i� jlnCll}
3,000 3 - 5
Z,000 4 - 6
Vu jCm
Rafi�
4.50
o.s7
6.00 I- - 4,000 I 3- 5 � 0.45
l E
6.50 4,500 3- 5 0.40
A��Exrou�d fiar:
Sidewalks & Ramps
Concrete Base Material
for Trench Repair
Manholes / Utility
structures
Wand Placed Pavin�
�xpirat�co�
f�ate
05/�6/2022
02/21/202 Z
02/21/2022
�� OS
Cem�ntfFly��h ati+9�ra.�8-day Sku�rnp V4JfCrr� Exp�r�tl�n
Supplf�r Mkx ID Lbs. Sack Stren�t#� �psl� �I+�cl�} Rat€o �RAr�u�� Fvr; �ate
D10000001737 468/117 = 585 6.22 4,500 3- 5 0.44 Har�d Rlaced Pavfng Q3/03/202Z
D100Q0001791 �$9/122 = 6�.1 6.50 4,500 3-5 0.42 Har�d Placed Paving 04/21/2022
D1�OOOQ01793 481/120 = 601 6.39 4,500 3- S 0.43 Nand Placed Paving 07/28/2022
D�.00000�1103 Fill/0 = 611 6.50 4,500 3- 5 0.44 Hand Placed Paving 04/21/2022
n�000aoozsa� 611/0 =�11 5.5p 4,500 3- 5 4.43 Hand Placed Pa�ing 05/07/2022
[3100000fl1223 517/0 W 517 5.50 3,600 1-3 0.47 Machine Placed p��Z2/�022
Paving
D100000Q1617 414/103 = S17 S.SQ 3,600 1- 3 0.45 Machine Placed �9��2�2�22
Pa�ing
Q100D0008381 752/0 = 752 g,pp 4,50� (4,500 3- 5 0.33 HES Paving 08/04/2022
@ 72 hrs.)
DIQOOOa498S7 30/300 = 330 3.51 50 Flow fl.91 Flowabfe Fill 04/21/202Z
Inlets, Junction
Boxes, Manholes,
p10000001055 494/0 = 494 5.26 �,000 3- 5 0.50 Channel Liner, Q2�2���fl22
Sidewalk,
Driveways, Curb &
Gutter
D10000010435 47Q/0 = 470 S.Oa 3,000 3- S 0.56 5idewallcs, Curbs Ob/15/2022
D10000016195 414/103 = 517 5.50 3,600 3- 5 0.4$ Valfey Gutter 05/25/2(l2Z
Pre-Approved Concre#e Mix Designs Page 1 of 9 1012�12020
Su lFer M�x ID {.emcr��fFlyasli 14+xin, ��3�day 5lurnp WfCn� �xp�rati�rn
N� ibs. 5a�k Strength (ps�� �In�ly) R�t�� �Plaraued Far: �,�tr
~ Curbs, Curb &
�1DQOp01S655 376/94 = 470 5.00 3,000 3— 5 0.54 �uttar, Sicfewalk, OS/��/����
Driveway Approach,
ADA Ramp
Inlets, Baxes,
D10[1000�1615 406/1Q1= 507 5.39 3,600 3— 5 0.49 Encasernent, 04/21/2022
Blocking
Inlets, Baxes,
01�O�OOQ1061 5Q2/Q = S42 5.34 3,F00 3— 5 �ncasement, 04/21/2022
Blocking
b10000001083 554/0 = 554 5.84 4,OD0 3— 5 0.45 Vaf�e Pads 04/21/2022
a1Q�00010835 5fi4/0 = 564 5.0p 4,000 3— 5 �� �nlets, Headwalls, 10/21/Z022
Thrust Blocking
Q10000001585 451/�.�3 = 564 6A0 4,000 3-5 0.45 Value Pads 04/21/2022
D14000005752 188/47 = 235 2S0 75D 1-4 1.00 Treneh Repair 10/21/2D22
In4ets, 5tructures,
D10000fl01083 554/0 = 554 S_$9 4,000 �— 5 0.45 Headwalls, 7hrusi 03/06/2022
Blocking
Headwall, Retaining
�10000001681 4S1/113 = 564 b.00 4,000 3— 5 0.45 Wall, Box Cul�ert, 06/19/2022
Valley Gutter
�I,. �? �:a�'1�1"@ll�
St���li�f CemerilfE
(wllx I� Lbs.
145QOAE 84fi/0 = 846
a;l�,
5acp�
�:��I+]
Nkin, ��-c�ay
atrength
51���p 4�l�nn A�SProu�d ��r:
�Inchj f�,��io
3-5 0.38 HE5 Pavin�
Ei��iTat�nr�
C}ate
Rurnco �'e��� ��G
47{14/2022
5uppi�cr C[�tnenk��lyash�ll�s.� f�+l�n.2�-day 5lurrfp�� IM1�fCm Ex{�is�tion
n���ro+rcd ror:
N1fx 113 Lbs. Sack Stfenglh ��sE� ��rtch� Ratio I�ak�
45U500BG 4$9/122 = 611 6.5� 4,50Q 3—S 0.40 Hand Placed Pa�ing, ���29����2
St4rm Structures
40U553BG 451/113 = 564 6.0{� 4,000 1— 3 0.41 Machine Placed Paving 0�/29/20Z2
55U12QAG 705/0 = 705 7,Sp 5,500 (3,000 �� 5 0.38 HES Paving 10/14/3021
@ 3-daysj
Pipe Collars, Ir�lets,
301J100AG 470 / 0= 47Q 5.00 3,000 3— 5 �.47 Thrust Blocks, 03/03/2Q22
Sidewalks and Ramps
30U101AG 470/0 = 470 5.00 3,000 3-5 0.49 Fiatwork 03/17/2022
Blocfcing, Dri�eways,
30U5006G 384/94 = 474 5,04 3,000 3— 5 0.49 Curb & Gutter, 01/29/2022
Sidewalks and Ramps
Storm Drain
44U500BG 451/113 = 564 6.00 4,000 3-� S 0.44 Structures, Driveways, 01/29/2022
5creen walls
Pre-Appro�ed Cancrete Mix Designs Page 2 of 9 10I2812020
SupplE�r C�men#f Fly ask� {lus.� I�in. �$-day Slump �NjCrn EKpfr�tio��
Mlx ID tbs_ ��ck 5kf�n�l1 (�s�� �Inchj R�t1u ��prnwed �nr: Dat�
36U500BG 432/108 = 54D 5.74 3,60Q 3- 5 0.44 Lighting and Traffic ���2��2022
Signal Fnundations
QSY4508A 210/50 = 260 2.77 80Q 3- 5 0.93 Concrete 8ase for �z/17/20�1
Trench Repair
01Y690BF 30/300 = 330 3S1 100 Flow 0.86 CLSM / Fiowabfe Fill Ol/29/2022
(;harle�'� �;oncr��e
Su��vii�r Cemerttf�lyash Mi��.��-[lay SCurr7p L'VECrt� �xpir�fiq�
r�+Ti�r �p LEss. 5�ck 5tr�n�tF� �psiJ �Cncr�� katio '�Rl�raued �ar: oate
Curb Inlets, Junctian
4142 414/103 = S17 5.50 3,600 3- 5 0.48 goxes, Si�lewalks 03/05/2022
4�.�5 414/1(J3 = 517 5.50 3,600 1- 3 0.48 Machine Placed Pa�ing 03/23/2022
51b7 517/0 = 517 S.Sfl 3,fi0fl 1- 3 0.45 Machine Plaeed Paving 03/23/2022
4609 489/12� = 6�.1. 6.50 4,540 �- 5 0.44 Hand Placed Paving, 02/25/2022
Manholes
Hand Piaced Paving,
6103 611/0 = 611 6_50 4,500 3- 5 0.44 M�����ps �2/25/2022
4502 470/0 = 470 5.00 3,000 3- 5 0.46 Sidewalks, Blocking 0$/1Q/2022
3759 376/94 = 47Q 5.00 3,aaa 3- 5 0.50 Sidewalks 05/28/2022
1518 30/300 3S1 150 Flow 0.85 Flowable Fill 09/17/2022
5642 564/0 = 564 5.00 4,fl00 3- 5 0.45 1�anction Box 09/17/2022
6595 658/0 = 658 7,pfl 5,000 �45�0 3- 5 0.40 HES Paving fl4/14/2022
@ 72 hrs.)
6589 65$/0 = 658 7.OD 4,5Qa 3- 5 0.36 HES Paving 02/24/2022
i� �oncrefie �smpany
S���p�iflr Ceme�tf�lya�l� r�l�,, �S-�Esy si�rr�p bvfcm
(u?Ix �[3 �l�s. Sat€� 5tre��uth f�s�} iinck�i #tati�
30HA20H � 376/94 = 470 � 5.00 j 3,fl00
45NG2511 458/153 = 611 6.50
4SNA20I1 4S9/12Z = 611 6.50
36LA2011 451/113 = S64 5.00
36JAOOIJ 4�4/1Q3 = 517 5.50
40LA2011 451/113 = 564 6.00
�arn�r54Q.�� �n�fn1� �0nC1'�'��
4,50Q
3,600
3 - 5 i 0.45
5 - 7 0.45
3 - 5 0.45
�. - 3 0.44
1- 3 0.43
3 - 5 0.44
Ak�proved F�r;
Blacking, Sidewalks,
Flatwork, Pads
Cl2ss C Drilled Sh�ft
Hand Placed Paving
Machine Placed Paving
Mathine Placed Paving
Storm Drain Stru.ctures
�xpiration
I]ak�
08/04/2022
04/21/2022
�3/13/2022
�u�p�ier c:�*me�#fFtyash Nifr�.28-day Slu�np WfC�r+ �x�i�ativn
14iix JE] t�s, Sark 5tren�th jpsE� ��nrh� l�atio �`��rave� For: aa#e
CbC 4000 588/Q = 588 6.26 4,fl00 3- 5 Q.45 Lighting and Traffic 07/23/2022
Signaf Foundations
Pre-Approved Concrefe Mix Designs Page 3 of 9 �T 10128I2020 �
��w �'�wn G�edi �ix Con�r���
5upp�i�r ��nnen#fFl�+�sh kvli�. �8-da� Sl�m� 1Nf�m Ex�xlEatl�n
f�lix �i� I_bs_ Sa�#t $trun h +4�Proved For;
_ g� {Rsi} �I���#�� Ratio ��te
250 376 / 94 = 470 S.OD 3,000 3-- 5 0.51 5idewalks, Dri�eways, ���15/2022
Barrier Free Ramps
122
Sidewalks, Dri�eways,
350 470 / 0- 470 5.00 3,000 3- 5 0.52 garrier Free Ramps 41/15/20Z2
9 50/150 - 200 2.13 70 7- 9 1.67 Flowable fill/CLSM 09/04/2022
9-5 200/0 = 2p0 2.13 70 7- 9 1.67 Flowable #ill/CLSM 03/06/2p22
220-$ 48f 152 = 2�0 2.13 50 7- 9 1.45 Flowable fill/CLSM 03/23/2022
320-8 200/0 = 200 2.13 50 7- 9 1.45 Flowable fill/CLSM 03/23/2Q22
23fl-8 226/56 = 282 3.�0 7S0 3_,5 Q g9 Concrete Sase Materiai D3/23/2022
for Trench Repair
Concrete Base Material
330-58 282/0 = 2S2 3A0 750 �-� �•�g {or Treneh Repair 03/23/Z022
5dewalks & ADA Ramps,
Dri�eways, Curb &
353 454/0 = 494 5.2f 3,Op0 3- 5 0.50 Gutter, Safety End 06/25/2022
Treatments, I�on-TxbO'i
Retaining Wakls
Curbs, Driveways,
sidewalks & ADA Ramps,
Z53-W 399/1Q4 = 499 5.31 3,000 3- 5 Q.49 lnlets, Junction Boxes, 06/25/2022
�lon-TxDOT Retaining
Walls
8ridge Slabs; 8nx Cul�er,
250 451/113 = 564 6.00 4,000 3- 5 0.44 Heaclwalls, Lighting and 04/24/2022
TrafFic Signal
Faundations
260-1 451/113 = 564 6A� 3,600 3- 5 0.44 H�adwalls Q5/Q4/2Q22
Box Cul�er, Headwalls,
260-2 451/113 = 564 6.00 3,60Q 3- 5 0.44 Lighting and Traffic 03/06/2022
5ignal Foundations
Bridge Slab, Bax Culver,
3fi0 564/0 = 564 6.00 4,0�0 3-5 0.45 �eadwalls, �ighting and �4/24/2022
Tra#fic Signaf
Foundations
Box Culverts Wing walls,
360-1 564/0 = 564 6.00 3,600 3� 5 0.45 H���{wafls � 03/06/2022
2f4-N 489/12Z = 5�1 6.50 4,500 3- 5 0.42 Hand Placed Pa�ing 03/il/2022
366 611/0 = 611 fi_5� 4,500 3- 5 0.41 Hand Placed Pa�ing 03/11/2D22
265 489/122 = 611 6.5U 4,500 3- 5 0.42 Hand Placed Pay.ing 12/01/2021
365 511/0 = 511 5.50 4,500 3- S 0.42 Hand Placed Pa�ing Q3/23/2022
370-NC b58/0 = 658 7.00 4,500 3- 5 0.4� HES Cancrete Paving 03/23/2022
2b7 451/113 = 564 6.00 4,20Q 3-� Q� Manholes & brainage ���17/2021
Structures
270 526/132 = 658 7.00 5,000 3--5 0.39 C[P Bax Cul�ert 05/19/2022
370 558/0 = 658 7.00 5,OQ0 3- 5 0.4D CIP Box Cul�ert 05/19/20Z2
Pre-Approved Concrete Mix Designs Page 4 of 9 10/28/2020
5up�lier Cem�nt/Fly ash Nl�n. 28•day 51ump LM1�/Cr�� �xpfratlon
�4�prov�d Ku�;
Mfx ID Lbs. 5ack St�'en�Eh �psi� �I�ch� �i�#io D.3te
�55-2 414/103 = 517 5.5a 3,000 3- 5 p,qg ��lets, Thrust Bfocking, D3/06/2D22
Concrete Encasement
Lighting and Traffic
257 424/103 = 517 5.50 3,b00 3- 5 0.47 5ignal Foundations, fl7/23/2022
Vailey Gutter
257-M 414/103 = 517 5.50 3,600 1-3 0.45 Maeh�ine Piaced Paving 02/21/2022
26D-M 451/�.13 = 564 6.00 4,0�0 1- 3 0.43 Machine Placed Pa�ing 04/14/2022
360-M 564/0 = 564 6.00 4,000 1-- 3 �.44 Machine Placed Paving 04/14/2022
255-LP 414/103 = 517 5.50 3,000 3-5 0.52 Curb & Gutter 02/24/ZQ22
355-LP 5�.7/0 = 517 5.50 3,00� 3- 5 D.48 Curb & Gutter 02/24/2022
Fiatwork, Inlets, 7hrust
25S 414/1Q3 = 517 5.5 3,500 3- 5 Q.48 Bloticing, Concrete 05/Q5/2022
Encasement
355 517/� = 517 5.50 3,OOQ 3- 5 �.4g Inlets, Thrusi Blocking, fl3/06/2022
Concrete Encasement
357-M 5�.7/Q = 517 5.50 3,600 1- 2 0.48 Machine Plated Pavi�g 04/27/2022
Bridge slabs, top siabs af
365-SiX 611/0 = 611 6.50 4,000 3--5 0.43 direct traffic cufverts, 08/18/2022
approach siabs
Lighting and Traffic
357 517/Q = 517 5.50 3,600 3-- 5 4.49 5ignal Founclations, 01/29/2022
Valley Gutter
!n ram C�ncre4e & � r� ates
C��tt�rstJ�iy ash f4rlire. 28-�ay 51��rrf�s UJf�rri ��ppr��io�ti
Supplier M�x ID 5tr�rngth Approved For;
Lbs. SaKEt �F�si� �Inch} R�tMu f�ate
Lighting and
1521'XSDM 414/103 = 517 5.50 3,600 3- S 0.46 Traffic Signal 07/23/2022
Foundations
�ighting and
70K23504 S17/D = 517 5.50 �,600 3- 5 0.47 Traffit Signal 07/23/202�
Foundations
C47PV5E5 353/118 = 471 5.01 3,000 1- 3 p,q� Sidewalks & 05/2$/2022
Ramps
2MWR- 470/0 =�4i0 5.D0 3,DQ0 3-- 5 0.51 5idewalks & 1p�14/20�2
7DJ23504 Ramps
2MWR- ��fi/94 = 470 5.0� 3,000 3- 5 0.50 S�dewalks and �0/14/2Q22
147QW5q5 Ramps
2MWR- 489/122=611 6.50 4,SQ0 3-5 0.40 Hand Placed 10/14/2022
161UVSDM Paving
2MWR- 611/0 = 511 6.5Q 4,500 3-5 a,�.p w�nd Placed ����4�ZOZZ
1aMq550N Paving
1&1PSSEM 458/153 = 611 6.50 4,500 3- 5 0.36 �and Piaced 05�2$�2QZZ
Paving
Pre-Approved Concrete Mix Designs Page 5 of 9 10128I202�
��1� �!�at�imor� I�Nat�ri�fs Cor .}
SuppN�r Cain�nt/��y ash (�In, 2$-d�iy Sfum�a W/Cm �xpirativn
Ni�x I� �bs� Sac#� 5t��ng4h �psij �It�ch} Ratio �P��ou�cl For. ��t�
5177 376/94 = 470 S.OD 3,OOfl 3�- 5 D.51 Sidewalks 05/02/2022
1261 470/0 = 470 5.p0 3,000 3- 5 0.53 Sidewalks 05/06/�022
5409 451/313 = 564 G.00 4,400 3- S 0.�45 Sidewalks, Inlets 05/04/2022
1551 517/0 = 517 5.50 3,D00 3- 5 p.49 Blocking 11/01/2a21
1701 S64/0 = 564 6.00 4,D04 3- 5 0.45 Storm Drain Structures, 02�Z��2022
SS Manhole
5507 489/122 = 611 6.50 4,504 3- 5 0.42 Hand Placed Pa�ing 02/07/2fl22
9600 526/13Z =&58 7.00 3,60d 7-� 9 0.40 Class SS - Drill 5hafts 11/�1/2021
Starm Drain 5tructur�s,
1851 S64/0 = 564 6.00 4,500 3-� fl•� Hand Plated Paving 04/22/2�22
InLlld .��Ali�
5uppllc� C�mentfFEyas�
Nlfx I� Lbs. 5ack
C4040G � 451/113 = 564 � 6.00
Wiar�in 14�ari��+°a
�1�lin. �$-day
Slump W/Cm Ex�ir�tiork
S�reng#�S lk��proV�d Far:
r__:, �in€h� R3tlO pate
4,004 � 3- 5 I 0.4z � Lighting and Traffic I fl��Z3/2022
Si�nal Faundatians
�uppller Cern�nlfFlyas� Rriln.�8-day Sl�m� WjCm �x�ira�iv��
MEx I�] L�S. Sat�as Str�rl�ih (ps�� �in[E�j ftitSin '��R�vved Far, ��tc
R21�1014 470/0 = 470 5A0 3,000 3-- 5 0.55 Sidewa�ks & Rarnps OZ/21/2022
R2132214 376/94 = 470 5.00 3,000 3- 5 0.53 5idewalks & Ramps 02/24/2022
D9490SC 495/0 = 495 5.27 3,000 3- 5 0.52 Sidewalks & Ramps 02/24/2022
R�131214 376/94 = 470 5.00 3,000 3- 5 0.53 Sidewalks & Ramps 04]06/2022
R2131314 353/118 = 471 5.Q7. 3,000 3- 5 0.53 5idewalks & Ramps 09/29/2022
R2136220 40�/100 = 500 5.32 3,500 3- 5 O.SQ Light Pole Bases 09/30/2022
Rz136224 416/1Q4 = 520 5.53 3,600 3- 5 0.48 Curb lr�lets 03/O5/202�
Storm Structures,
R2141233 452/113 = 565 6.01 3,5Qp 3- 5 a.44 Inle#s, Blocking & 04/�4/2�22
Encasement
FLOW25A 71/165 = 23fi 2.51 50 Flpw 1.77 Ffawable Fili/CLSM 04/29/2022
fil!
R21�12233 452/113 = 565 6.fl1 3,60Q 3- S 0.44 Manholes, Inlets & 02/24/2022
Headwalls
Manhnles, Inlets &
R2141230 440/110 = 550 S.$S 4,000 3- 5 0.45 Headwal�s, Val�e 03/13/2022
P�d�
R2161070 75p/0 = 750 7.98 6,000 (3,a00 3- 5 0.34 HES Pa�ing 10/16/2022
@ 24-hrs.)
Q21422�1 424/106 = 53p 5.64 �1,000 1-.� Q.46 Machine Plaeed 02/Z4/2022
Paving
Pre-Appraved Co�tcrete Mix Designs Page 6 of 9 10/28/2020
� 54�pplf�+r Cem�ntJFly�sl� �hl'J€n.2}I-d,iy ��ump IhlfCr� Expirati�n
Ap�roued F�rr;
AR�x �Il Lbs, S�tks Str�n�th �psf� {IrichN �t�tir� ��[e
D94925FC 545/0 = 595 5.33 4,Op0 1- 3 0.41 �achine Placed p2�Z4�2p2z
Faving
Q2141226 424/106 = 530 5.64 4,000 1-3 0.46 Machine Placed 04/06/2022
Pa�ing
Hand Pfacet� Paving,
R2�.46238 472/118 = S90 6.28 4,500 3- 5 0.42 Inlets, Storm Drain 03/13/7�ZZ
Structures
R2146336 435/145 = 580 6:17 4,500 3- 5 0.43 Hand PlaCed Paving 07/21/2022
R2146p38 59Q/0 = S90 6.28 4,5QQ 3- 5 0.44 �nlets, Storrn Drain 03/13/2022
5tructures
R��.46036 580/{3 = 580 6.17 4,500 3- 5 4.44 Hand Pfaced Pa�ing fl5/19/2022
R2146042 610/0 = 610 6.49 4,500 3- S 0_42 Hand placed paving 04/07/2020
R2146242 488/122 = 610 6.49 4,500 3- 5 0.41 Hand Placed Paving 04/07/2020
R2146235 454/11G - 580 6.17 4,5Q0 3-5 D.43 Nand Piaced Pa�ing 04/06/2022
D9493SC 640/p = f40 6.81 4,SOQ 3- 5 D.4Q Hand Placed Paving 02/24/2022
R2147241 484/121= b21 6.44 4,50D 3- 5 Q.41 Hand Placed Pa�ing 02/24/2022
��� �@{�1 �fl�
C�me��tf��y�5h Niin,�$•t�ay
Su�plfer hrfix Sl�rn# W/Cm �xp3r�klon
�� �I�s, 5ack �t����k} (Inch� katio '�pP��"ve� �ar: pate
si
NC5�020A 37f/94 = 5.00 3,000 3-- 5 0.53 Curb & Gutter, p{�1a�2a22
470 Driveways, Sidewalks
NC5SS20AMP �14/�03 = 5.50 3,6Qfl 1-2 0.48 Machine Placed 06/1i�/2022
517 Paving
NCS602flAHP �5����3 � 6A0 4,50d 3-5 0.45 Valiey Gutters, Hand �6/10/202Z
55� Placed Pa�ing
Redi�IlNix Concrete
Cernrntf�lyas� 1VlEr�.�$-day
SupPlfer 5ltanr�p WfCrrr Fx��ir�lao��
fl+lix �Q Lb�. S�tFt 5krp� �tFi �ktx[k�� Ratlu ��I�rosr��d �ur, aatt
DCA2E5S4 353/11.8 =�471 5.Q1 3,aQ0 3- 5 O.S3 Rip Rap OS/28/�022
VOJ11524 376/94 = 47D 5.00 3,000 3- 5 0.55 Curb & Gutter 02/24/2022
FOC10021 150/38 = 188 2.00 215 FEow 2.33 Cement Stabilized p6/10/2022
5and
10J�.1S24 376/94 = 4i0 5.00 3,000 3- 5 O.S2 Driveway, Ramp 0.�/Z�4/2022
Valley Gutter,
10L11524 45Z/112 = 564 6.OE} 3,600 3- 5 0.44 Manhole, lnlet, 07/29/2022
Junction Box,
Headwafl
Thrust Blocks and
1RJ11524 39S/9S = 494 5.26 3,5d0 3- 5 0.50 Valve Pads, Light Pofe 05/19/2022
Fnundatinns
15611524 452/112 = 564 6.OQ 4,Qp0 3- 5 0.44 CIP Storm ❑rain p5/19/2022
Structures
Pre-Ap�roved Concrete Mix Designs Page 7 of 9 1012�12020
Su Iler ��merakfFlwtish 147fin.���l�y
P� 5#r���#� S�ump V�ifC�� APR�o+r¢d Far: �xPira#ion
nni� �� LbS, Saek ���i� ���,c�� �ac�� i�,��e
F35238VN 30/324 = 3S0 3J2 100 Flaw OJfi CLSM / 1=lowable Fill 02/25/�022
FDp138VM 24/211= 235 2.50 100 Flow 1.17 CLSM / Flowable Fill 04/14/2022
POG138K9 188/188 = 375 4.Q0 1,OD0 9-11 0.84 Trench Repair Sase fl4/16/2022
Material
10K11SO4 517/4 = 517 5.50 3,6Dp 3-5 �.48 �ighting and Traffic �������022
Signal Foundations
1DK11524 41�4/103 = 517 5.5D 3,6D0 3-5 Q,4$ Lighting and Traffic �5/19/2;p,22
Signal Foundations
10N11507 b58/0 = b58 7,pp 4,500 (2,540 3- 5 0.38 HES Paving 03/05/2022
@ 24hrs.J
10N1T504 658/0 = 658 7,�p 5,000 {3,600 �_ 5 0.40 HE5 Paving 05/19/2022
@ 2-days)
5flK11524 414/�.Q3 = 517 5.50 3,6Q0 1-3 0.45 Machine Placed 02/�S/2�22
Pa�ing
14M115D4 489/122 � 611 b.50 4,504 3- 5 0.40 Hand Piaced Pa�ing 05/19/2022
1DM11524 489/122 = 611 6.50 4,504 3- 5 0.41 Hand Placed Paving D8/06/Z021
1DM11504 611/0 = 611 bS0 4,500 3- 5 0.42 Hand Placed Pa�ing 02/25/2D22
145CD5P4 452/112 = 564 6.00 4,500 3- 5 �.44 Hand Pfaced Pa�ing 02/25/2022
i�rrant �oncr��e
CementjFlyash IVI�n.28-d�y
�u�aplier Mix 51ump WJ[m Cxpi�ati�n
5#rer��th A1p�rawad For:
Il? l�s, Sack � ai �i�[h� FCatio �ate
FW60ZOAHP 451/113 = 564 6.Op 4,50Q 3- 5 D.44 Ha nd Piaced 03/11/2022
Paving
FW60AHP 554/0 = 564 6A0 4,500 3- 5 �.44 �and Placed ��I�1I� p��
Pa�ing
FW7520AMR 526/132 = 6S8 7.00 4'500 (3,OpQ �_ 5 a.3S HES Pa�ing 09/09/2Q22
@72 hrs)
FW5320A 3�8/100 5.30 3,000 3- 5 0.50 �locking 03/23/2022
FWFF150CLSM 30/3�0 3.51 50--150 F�OW �,$6 FlowableFill/CLSM 03/24/2022
Fill
�WFF275 50/15d = 2D0 2.13 50-� 150 ��OW 1.9 Flowabfe Fill/CLSM 07/23/2022
Fill
FW64ZOA2 451/113 = 5&4 6.00 4,OOQ 3-- 5 0.44 5torm Drain p3/23/2022
5tructures
FW6020A 3,600 Lighting and Traffic p�I��l�❑�z
S�gnal Faundations
Curb & Gutter,
FW5025A 353/117 = 470 5.00 3,000 3-- 5 0.51 Qriveways, 09/09/2022
Sidewafks & Ramps
Curbs & Gutier,
FW5020A 376/94 = 470 5A0 3,QOQ 3- 5 0.51 Sidewalks, 03/12/2022
�ri�eways
CP5024A 376/94 = 47D 5.40 3,QQ0 3- 5 0.51 Curb & Gutter OZ/24/2022
Pre-Approved Concrete Mix Designs Page 8 of 9 � 012812�20
Ceiti�r.ntf�iyas3� Niin. �li-��y
Su�p�f�r fVlkx 5trc,ngth 51um�r 41+JCm �1�>�rovc�# �e�r: ���iraFJo�
ID Lhs� 5a�k �ln�}r� Rarfo U�;e
����i
Valley Gu#ters,
5idewalks, Drive
FW5525A2 388/129 = 517 5.50 3,600 3— 5 0.47 Approaches, ADA OS/19/2022
Ramp, Light Pole
Foundatians
irue C�rifi Redi i�li�
C�men#/I'iyash 11+1iM�. �8-rlay
Strp�li�*r 514unp U�1f�m Exp3r�tipeE
NT�k �a �_bs. 5a�k Str�n�tlti {�r��F�� Ratio '��Prn+�ed Far: �ate
��511
�latwork, Curb &
0250.23a 376/94 = 47Q 5.0� 3,000 3�- 5 0.49 Gutter, Driveways, Ob/30/2022
5idewalks
255.2302 414/103 = 517 5.50 3,6Qp 3— 5 0.46 Light Pole Foundations 09/08/20Z2
0250.2301 376/94 =�70 5.00 3,OOQ 3— 5 0.46 Curb & Gutter, 02/21/2022
Dri�eways, Sldewafks
350.240
0260.2302 451/113 = 5b4 6.00 4,000 1— 3 0.39 Machine Placed 04�Z�/2022
Paving
0255.2301 414/103 = 517 5.50 3,6QQ 1— 3 0.41 �achine Pfaced p7�10/2022
Paving
0260.2301 451/113 = 564 6.00 4,500 3-5 0.44 Har�d Piaced Pa�ing 07/10/2022
0265.2301 489/122 = 511 6.50 4,5fl0 3— 5 0.40 Valley Gutters, FEand 02/21/2022
Placed Paving
�IS@ F���i� ��US
Su���kler Cerr•eentj�lysti�h
Mfx ID L#��. Sac3c
3578 384/96 = 480 5.Z1
I4r�in. �#4•d�y
�#r¢ng#�� Slt��ti��
(psl} ��ncl�j
3,6fl0 3 — 5
Wf£m
Ra#!�
�ppr��r��# far:
0.50 ��ghtir�g and Traffic
Si�nal Foundations
F.r�p�ratfo,t
f]�te
07/23/2022
Pre-Approved Conc►'et� Mix Designs Page 9 of 9 10/2812020
�IiY Q� �ORi 1��Ri�1
Pr��Approded HMi�.�C �➢ix �e�ign�
ihe hat mix asphalt mix concrete {HMAC} mix designs iis�ed befow meet the
requirements of City of For� Worth Standard Specifications. These mix designs are pre-
approved fior use on City prajects.
The City reserves #he righf to sample and test materiais at any time.
For more infarmation on mix designs, contact the Mat�rial and Ceotechn�cal Se�-vices at
(8'�7} 392-8930.
Updated; °101�8��0���
l�austi� ,�sph�l�
� �ptirnum Re[y�le� t� VMA �7
[ontrac#�r ,q��ha�t TQtal Bir�ci�r O�tir�uor�
€]�sig� F�
Cpntent Ratio.'�`o AC
FT'SD137965 5'�'� O.p 15.5
�G64-22
�T1B139955 �'�� 0.0 13.2
PG64-22
�T1B117.2 �.3! 1$.6 1�.7
PG64-22
Indirect
Ten�iN�
157.4
151.4
140.5
Apprnucd For
Type D Fine
Surface
Type B F�ne
Base
Type B Fine
Base
Ex�iratlo�
Qate
05/{34/2022
10/D9/2022
05/fl4/2022
���
OIdS AS
�antractor
Deaign i�
1901 D
1612B
O}�tfn�u R��y�le� to Va'VfA �
�� Tatal �inder �p#krnurr�
AsphaGt
Conteo�t Rakko, 7�ii �C
5.1%
PG64-22 O.fl 15.3
�'�� 19.0 13.5
PG64-22
h�d�rec�
Te�sllr� Apprav+}ri Fnr ���fa�LI411
St��n�th jpsi� ��ke
108A �YPe D Fine 09/04/2022
5urface
162 �YPe B �ine 09/1�./2022
Base
Pre Approved HMAC Mix Designs Page 1 0� 2 10/28/2020
�unm�e�n� Pa�in
�a��i��
��ntrark�r er�
17�s�gn �! Asphslk
Cant�+�t
341- 4.3 %
BRAP6422ERG �G64-22
iXBIT
R�cycl��i xo u�9A �
�atal �Inder D�timtxm
ftati�►, 9� AC
18.5 I 13.2
ln�lre�t
7�nsile A�spfoved Fvr
SYreitigth ���11
125J Type 8 Fine
Base
��piratiQrl
b�Ye
10/27/2022
C�rttra�tnr O�tin�um Re�ycled to Vfull� [� IfEdlrecl Ek�lr�tj�n
,qsph�ft Tat�l Bittd�r Optiinur�� 7en�ile A�Sp�ew�d For
Gesl�n # I}a[�
CCJl1��Ill Rd#�oF "� A� Strcitig#ki �ry�ij
44-211305-17 4.2% 19.0 13.8 132.3 TYpe B�ine 07/07/2022
PG64-22 Base
211305 (1757J 4.5% 17.8 14.3 127 �YAe B Fine 10/�7/2022
PG64-22 Base
29-22��75-19 4'$� 0.0 15.2 115.5 Ty��' � Fine 07/31/2022
PG64-2� Surface
64-224125-18 �.1% 0.0 15.7 109.3 TYpe D Fine 07/D7/2022
PG70-22 S�rface
12-222475-19 5.�% Q.Q 16.2 106.3 TYpe D Fine Q�/17/2022
PG54-22 SurFace
Pre-Appro�ed HMAC Mix Designs Page 2 ofi 2 10/28/2020