Loading...
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