Loading...
HomeMy WebLinkAboutContract 56116� ��. f.� ;, ������ ,5,�� � .,�� _ � z02, � � . �,i��" �r�^ ��� . I ►���.,`���G� ��.' - : . _ . ���.� ����� CO1�TT'RACT FOR THE COI�TSTRUCTIQl�1 QF �rnr ��c���� � � � � ����c� ��. � �018 CIP Bond Street Recanstruction, Year � Contract 13 City Project No. 101475�1 Betsy Price David Coake Mayor City Manager Chris Harder, P.E. Director, Water Departtxient William dohnson Director, Txansportation and Public Works Prepared for The City of Fort Worth Water Department � Transportation and Public Works Department Project Manual April �Q�1 ���� . r����i�l.••'. G�`' •�ONAL ti� �[`� �I�� 418/202'! C�NF4RMED 6/28/2021 3575 Lone �tar Circle, Suite 410, Fort Worth TX 76177 TX Finn Re�istratian Na. F-8794 C3F[�t�il4�� R����@ �#7� ���R�.i�F�Y �% li�l��i�, i3� _'' ��� �����_ _ � i � � � � � � � �� � � ��� � Standard Cvnstr°uction Specification Documents Adopted September 2011 ao ao 00 STANDARB CONSTRUCTION SPECTFICATION DDCUMENTS Page 1 of b �����0� �� Q� �0 TABLE OF CONTENTS Division Of} - General Conditions Last Revised fl0 OS 10 Ma or and Council Communication 07/01/2011 00 OS 15 Addenda 6'7/01/2011 00 1 I 13 Invitation to Bidders 03/09/2020 00 21 13 Instruct�ons ta Bidders 01/05/2021 nn� ��� n�»�a 00 32 15 Construction Pro'ect Schedule 07/2Q/2018 DO 35 13 Conflict of Interest Statement 02/24/2020 00 4l QO Bid Farm 03/09/2020 00 42 43 Pro osal �'orr►� Unit Priee 01/20/2fl12 00 43 13 Bid Bond 09/l 1/2017 00 43 37 Vendor Com liancc io State Law Nanresident Bidder 06/27/201 I 00 45 I 1 Bidders Pre ualifications 07l01/2011 00 �5 12 Pre uaIification Statement 07/01/2d11 00 45 i3 Bidder Pre uaZification A licarion 03/09/2020 OQ 45 2fi Contractor Com liance with Workers' Com ensation Law 0'7/01/2011 00 45 40 Minority/Women Business Enterprise Goal 01/05/2021 usiness E ui S eciiicatians 40 52 43 A reement 09/06/2019 00 61 13 Performance Bond 07/01/2011 00 61 14 Pa ment Bond 07/Ol/2U1 l 00 61 19 Maintenance Bond 07/01/20 ] 1 00 61 25 Certi£icate of Insurance 07/01/2011 00 72 00 General Conditiflns d3/09/2020 00 73 00 Su lem�enta Conditions 03/09/2020 Division Ol - General Re uirements Last Revised O1 11 00 Suirnna of Work 12/20/2012 O1 2S 00 Substit�ttion Procedures 07/01/2011 01 31 19 Preconstruction Meetin 08/17/2012 O1 31 20 �ro'ect Meetin s 07/01/2011 01 32 1 S Cor�struction Pro ress 5chedule 07/01/2011 Q1 32 33 Preconst�ructian Videa 07/01/2a11 01 33 Oa Submittals 12/20/2012 01 35 13 S ecial Pro'ect Procedures 12/20/2012 01 45 23 'I'estin and Ins ection Services 03/09/2020 01 SQ 00 Tem ora Facilities and Controls 07/01/2011 O1 55 26 Street Use Permit and Modifications to Traffic Controi 03/22/2021 O1 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 SS 13 Tem or Fro'ect �i a e 07/01/2011 01 60 00 Product Re uirements 03/09/2020 Q1 66 00 Praduct S#ora e and Handlin Re ui�emenis 07/Ol/2011 01 70 00 Mobilization and Remobitizaiion 1 ll22/201b O1 71 23 Consiruction Stakin and Surve 02/14/2018 01 74 23 Cleanin 4'7/01/2Q11 CITY OF FORT WORTH 2O18 Bond Year 2, Cantract 13 STANDARD CONSTRT.TCTTON 9PECTFICATION DOCLTNfENTS City Project No. 101475-1 Revased Apri129, 2021 Addendum No. 1 oa oo ao STA]VDARD CONSTRUCTIpN SPECIFICATIOI�T DOCLFMENTS Page 2 0£6 Ol 77 19 Closeout Re uirements Q3/22/2021 Ol 78 23 eration a�d Maintenance Data 12/20/2Q12 Q1 `7$ 39 Pra'ect Record Documents 07/01/2011 Technical Specificatior►s which have been modified by the Engineer specifically for this Project, hard copies are included in the Project's Contract Documents Division 3� - Ex�erior Im ro�ements 32 11 33 M C�ment Treated Base Courses Division 34 - Trans ortation 34 71 13A1 Special Pro�ision to Traf�c Control 34 71 13 Date Modified ����iaozo 11/06/2420 Divasion 99 99 99 O1 Crra�el Surface Caurse 11/06/2Q20 Technical Specif�cations listed below are ineluded for this Projeet by reference and c�n be viewed/downloaded frorn the City's website at: http:r/fnrtwo:-t�;�: _.:��.�o��; � i.iw�eo�ttra�tars/ or h.ttnc'Irann�_fnrlwnr�� j{-54Y7�tiYll+frrQjOC�RCSOIIi'CQ3i Division OZ - Ea�i�tin Canditions 02 41 13 Selective Site Demolition Q2 41 14 Utili Removal/Ahandonment U2 41 15 Pavin.� Rernoval Division 03 - Concrete Division �b - Electrical DH`y Modified I 2/20/2012 12l2012012 Q2 /0 212 0 1 6 31 00 0� Site Clearin 03/22/2021 31 2� 16 Unclassified Excavation p1/28/2413 31 23 23 Botxow 01/28/2013 31 24 0o Embankments o1�28�2a13 31 25 00 Erosion and Sediment Con#ro1 04/29/202] CITY OF FORT WORTH 2U18 Sond Year 2, Contract 13 STANI3AILD CONSTRi7CTI4N SPECF�ICATiO�T DOCiJMENT5 City Project Na. 101475-1 Revised Apri129, 262] Addendum No. 1 Division 31 - Earthwork 0o ao 00 S'!'ANDARB CO]VSTRUCTION SPECIFICATIpN DOCUMENTS Page 3 af 6 � a� � � �i . _ . � � � - ...., - Division 32 - Exterior Im rovements 32 O1 17 Permanent As halt Pavin Re air 12/20/2012 32 a 1 1 S Tem or As halt Pavin Re air 12/20/2012 32 01 29 Concrete Pavin Re air 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 � 1 29 Lime Treated Base Courses 12/20/2012 2']�� !-'e.t..,..4 Tre.,4e.i���"v��s'`s�r��c3 17f9rrrrarivi� 32 11 37 Li uid Treated Sail Stabilizer 08/21/2015 32 12 l 6 As halt Pavin 12/20/2012 �� � � �� i �t�nt�n� � �� r�o-iz 32 13 13 Concrete Pavin 03/19/2021 32 13 20 Concrete Sidewalks, Drivewa s and Barrier Free Ram s 04/29/2D21 32 13 73 Concrete Favin Joint 5eaiants 12/20/2012 32 14 16 Brick Ur�it Pavin 12/20/20I2 32 16 13 Co�crete Curb and Gutters and Valle Gutters 1p/05/201b 32 17 23 Pavement Markin s 11/22/2013 27��� � 1 Ih�. A�� 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retainin Walls ob/o5/2018 32 91 19 To soiI PIacement and Finishin of Parkwa s 12/20/2D12 32 92 13 H dro-M�Ichin , Seedin , and �addin 12/20/2fli2 32 93 43 Trees and 5hrubs 12/2Q/2412 Division 33 - Utilities 33 01 30 5ewer and Manhole Testin 12/20/2012 33 01 31 Closed Circuit Television CCTV Ins ectton Q4/29/2Q21 33 03 10 B ass Pum in of Existin Sewer S stems 12/2Q/2012 � z��^-'zo -1��8/�9� �,�, r� ..........:..� r,.�.,..,.i -r,.�+ c�„+;..�.. r �r��� �� n� ti� f�r�nr�ni� �--o-r—rz �-Fvrzv�� 33 04 30 Tem or Water Services 07/01/2011 33 04 4Q Cleanin and Acce tance TesYin of Water Mains 02/06/2613 33 04 50 Cleanin of Sewer Mains 12/20/2�12 33 OS 10 Utili Trench E�cavation, �mbedraent, and Backfill 04/02/2021 33 OS 12 Water Line Lowerin 12/20/2p12 33 OS 13 Frame, Cover and Grade Rin s— Cast Iron 01/22/2016 33 OS 13.10 Frame, Cover and Grade Rrn s— Com osite 01/22/2Q16 33 US 14 Adjusting Manholes, Inlets, Valve Boxes, and Ot�er Structures to 12/20/2012 Grade 33 OS 16 Concrete Wat�r Vaults 12/20/2012 33 OS 17 Cancrete Collars 12/20/2�12 z� nc �n i�r�n��n» �--o�-x,a �rn-�ozz i'2� 7 � h�z GITY OF FORT WORTH 2O18 Eond Year 2, Coniracc I3 STANDARI7 CONS'I'AUCTION SPECIFICA7TON DOCUMENTS Cify Project No. 101475-7 Revised Apri129, 2021 Addendum No. 1 00 00 00 STAN➢ARD CONSTRUCTIQIV SPECTFICAT'IOl� DOCUMENTS Page 4 of 6 �� 33 QS 23 z ��T 33 05 26 33 OS 30 33 11 OS 33 11 10 33 li 11 33 11 12 � ��-'�-� ��4 33 12 10 z z�z 33 12 20 Z �77 ,T�ZT 33 12 25 '1�� ,�o 33 12 40 ? �� y�o 2'2�0 i2� Z Z�= i�� 33 31 2fl 33 3I 21 z z�� �� 33 31 50 �� 33 39 l0 33 39 20 z �� ��o zx� 33 39 60 �z�nT,�,n 2 2�� �� 33460� z�� � 33 49 10 �e �� Hand Utility Markers/Locators Loea�ion of Existin Utilities Balts, Nuts, and Gaskets �_ Ductile Iron Pipe Ducti�e Iron Fittings PoIyvinyl Chloride (PVC) Pressure Water Services 1-inch to 2-inch Resilient Seated Gate Valve Connection ta Existing Water Mains Fire Pol vin 1 Chloride PVC Gra�i Sanit Sewer Pi e Polyvinyl Chlaride {PVC) Closed Profile Gravity Sanitary Sewer Sewer Service Cannections and Service Line Cast-in-Place Concrete Manholes Precast Cancrete Manhales Liners for Sanitary �ewer Sf�uctures Subdrainage Cast-in-Place Manholes and Junciion Baxes » ���i 12/20/2012 nc �,�� 12/20/2012 1 212 0/2 0 1 2 i Z�zo�za i2 12/2Q/2032 1212012D� 2 11/16/2018 �� , � r��i a2/14/2017 , � r��z 12120/2Q12 � 02/Q6/2Q13 � � »�� 01/03/2014 1�7M�z hti 11�,� 7 '7 M�y 1 '] !'l�z y � r�-�z 06/19/2013 12/20/2012 k�A�� 7 r) I'7� 04/26/2013 , h ���� 12/20/2Q 12 12/20/2012 , � 1��� 7 7 1']�z 0 412 9 /2 02 1 n� rn�� r � ��� rr or�iz 1_i19.� 21�� n�m�i 12�zo�2o�2 n7 rn�,rrai, ��rre ri n� m�T iz�za�2oi� ,���� n� �n�� Division 34 - �"�- ^�� , � CITY OF PO1tT WORTH 2O18 Bond Year 2, Coniract 13 STANDARD CONSTRUCTION SPECTFIC,4TION DOCCJMENTS City Project No. 101475-1 Revised Apri129, 2U21 Addendum No. 1 00 0o ao STAAIDARI� CONS'I`RiTCTIOiY SPECTFICA'I`ION DOCUMENTS Page 5 of 6 Append'uc GC-4.02 GC-4.O�F GC-6.06.D GC-b.07 GC-6.09 GR-01 60 00 SubsurFace and Physical Conditions Underground Facilities Minority and Women Owned Business Enterprise Compliance Wage Rates Permits and Utilities Product Requirements END OT SECTION CITI' OP FORT WORTH 201$ Bond Year 2, Contraci 13 STANDARD CONSTRUCTION SPECIFICATION DOCUMF,NTS City Projecf No. 101475-1 Revised Apri129, 2021 Addendum No. 1 40 OS 1D L. x X-� City of Fart Worth, Texas Mayar and Council Communication DATE: Tuesday, June 22, 2021 LOG Nr�,ME: G02018CIPY2C13-GRATEX REFERENCE �TO.: ��M&C 21- 445$ SUBJECT: (CD 7) Authorize Execution of a Contract with Gra-Tex Utilities, Inc., in the Amaunt of $2,534,003.89 for Cambined Street Paving Improvements and Water and Sanitary Sewex Main Replacernents for 2018 Bond Year Two Street Reconstruction Cont�r'act 13, Adopt Attached Appropriation Ordinances and Amend the Fiscal Years 2Q21-2025 Capital Impravement Prograrn RECOIVIMENDATION: It is xecomrnend�d that the City Cauncil: 2 3. 4. .� Autl�orize execution of a contract with Gra-Tex UtiIities, Inc., in the amount of $2,534,003.89 for combined street paving impravements and water and sanitary sewer main replacements for the 2018 Bond Year Two Street Reconstructaon Contract 13 and 14 project; Adopt the attached appropriation ordinance adj�sting apprapriations in the 2�18 Bond Program Fund rn the amount oi $374,579.00 by increasing appropriatior�s in the 2018 Bond Street Reconstruction Contract 13 and 14 project (City Project Na 101475), and decreasing appropriat�ons in the 5treet Constructinn/Reconstructior�/Rehabilitation prograrnmable project {City Praject No. PB0001) by the same amount; Adapt the attached appropriaiion ordinance increasing receipts and appropriations in the Waier and Sewer Capital Projects Fund in the amaunt af $1,492,602.04, �ransferred from available funds within tne Water and Sewer Fund, for the purpose of funding the 2018 Bond Street Reconstructian Contract 13 and 14 project (City Project No. 101475); Adopi the at�ached appropriation ordinance adjusting appropriations in the 20� 8 Bond Program Fund by increasing appropxiatians in the 2� 1 S Band Year Two St�eet Reconstruction Contract 13 and 14 praject, in the amount of $1,631,385.00 and reducing appropriations in �he Street Construcrion/Reconstruction/Rehabilitation programinable project (City I'roject No. PB0001) by Y,h� same amaunt; and Amend the Fiscal Years 2021-2Q25 Capital Improvement Prograrn. DISCUSSIO�1: This Mayor and Council Communica�ion (M&C) is tn authorize a construction contraet for water and paving irnprovements on approximately 1.73 lane miles for the 201 S Bond Year 201$ Bond Yeaz 2, Contract 13 City Praject No. 101475-1 00 os �o Two Street Recanstruction Contract 13, alang with water and sanitary sewer irnprovement� on the following streets: -- __... __ _ ... - -- --- ....�. - --- __.. - - - � -- ----_ _ _ _-- - -_ --- - - _ _ .__ ._. _ , Street Frorn To ; Scope i IBelle Place Su�ter Street l�wasso Street IMargaret Street .alley between Linc�en �Avenue and Collrnwood ,Avenue A11ey between ��ollinwood Avent�e ancl El Campo A�enue Collinwoad Linden P��� Avenue Avenue Pershing Byers Avenue Paving Avenue Calmont By�rs Avenue Paving Avenue i Collinwood Byers Avenue '�Vat�r/Sewer/Paving; Avenue Margaret 1,860 feet ,�ewer Street i Wast RQ11P �1? �P Montgomery � Street �ewer There are Zb4 feet of cast iron water pipe ta be replaced in this project. The project was ad�ertised for bid on April 15, 2021, and Apri122, 2021 in the Fort Worth Siar-Telegram. On May 13, 2021, the follawing bids were received: �.� ---- ___ _- __-_ — -- --- Bidder �Gara�Tex Utilities, Inc. �;5tabile & Winn, Inc. McClendon Construction Ca., Inc. ,Cacicson Const�uc�ion, Ltd. --- - __ __ ____.__.._.__ .___ .__ ___... ___ _,. .-- Amount Tirne of Com�pletioYi �2,�34,003.89'30� Calendar Days $2,747,b50.75 � . $2,965,220.75 . $3,�62,502.00; The Transportation & Public Works Departmeni's share on this contract is $1,306,61b.14. Tha paving f�.inds for this project are included in the 201$ Bond Progra�m. Available xesources within the General Fund will be used to provic�.e interirn financing until debt is issued. Once debt associated �ith the pro�ect is sold, bond proceeds wi11 reimburse the General Fund in accordance with the Statiernent expressing off cial intent to reirt�burse that was adopted as part of the ordinance canvasszng the band election (Ordinance No. 23209-OS-201 S) and subsequent actions taken by the Mayor a.r�d Councii. The Water Depamnent's share on this con�ract is $1,227,3$7.75 wiIl be available in the Water & Sewer Capital Projects Fund far the project �City Project No. 101475}.In addation to �he cantract arnount, $438,735.0� (Water: $41,214.00, Sewer: $13$,083.00, Paving: $259,438.00) is required far project management, nnateriai testing and inspection and $15I,248.11 (Water: $19,972.50, Sewer: $�5,9�.75, Paving: $65,33Q.86}is provici�d �orproject contingencies. 2018 Bond 'Year 2, Contzact 13 City Project No. 1�1475-1 d0 05 10 This project will have no impact on the Transportatian & Public Works' or on the Water Department's operating budgets when completed. The sanitary sewer component oi this project is part of the Water Department's Sanitary Sewer Overflow Inifiative Prograrn. Appropriatiozas far the w�ater, sanitary sewer and paving impravements for 2Q1$ Bond Year Two Street Reconstruction Cantract 13 & 14 project by Fund will consist of the following: Fund ' �- --- — - . _ __ �2018 Bond Pragram - ' ;Fund 3401 S iWater & Sewer- -� - _ , �Capital Projects - E iFund 5&002 ; �Project Total _ _` Existing ; Appropriations j $2,639,460_00 � _�- - -- -- - _ � __ $3,071,927.Q0; $5,711,387.00i . Additianal � - - - - - � Appropriarions �Project Total* � $1,631,385.00 �$4,274,845.04� _ '-'... .._ _ '_-�_.___k__' _" ......__..._ _,�� 3 $1,492,602.0� i$4,564,529.00 I ' $3,123,98'�.�0;$8,835,374.00J *Numbers rounded for presentation purposes. BUSINESS DNERSI'I'Y: Gra-Tex Utili�ies, Tnc. is in compliance with the Business Equiiy Ordinance by comrnitting to 14 percent Business Equity participation on this project. The Ciiy's Business Equity gaal an this project is 14 percent. Approval of Recommendation No. 2 would adjust appropriations between a programmable project and convert the 201 S Bond S�treet Reco�sfruction Contract 13 and 14 project (City Projec� No. 101475} into a static capital projeci. This actiox� is needed as future funding far the 2418 Band Street Reconstruction Contract 13 and 1� project (City Froject No. 101475) is anticipated fro�n other funding souxces and the scope of this project differs fram that of the current programmable project. The 2018 Sond Program funcling was included zn the 2021-2025 Capital Improvement Program for project PB0041. In order to administratively track the spending of all iunding so�rces in one project, appro�riation ordinances are needed ta rnove appropriations from the programrnable praject to the jointly funded static project. This action will amend the FY202,1- 2025 Capital Improvemer�t Frogram as approved in conn�ction with Ordinance 2444b-09- 2020. This project is located in COUNCII, DISTRICT 7. FISCAL INFORIVIAT�ON 1 CERTIFICATION: The Directar ai Finance certifies that fiznds are avai�able in the current aperating budget af the Wafier & Sewer F�nd and upon the appraval of �he above recornmendations and adoption of the attached appropriation oxdinances, fi�nds will be available in the current capita� budgets, as appropriated, in the W&S Capital Prajects and 2018 Bond Program Funds for fhe 2018 Bond Yr 2- Cantract 13&14 project ta support the approva� of ihe a�ove recornr�endations a.nd 2018 Bond Year 2, Contract 13 Ciry Project No. IDl�i75-1 00 os io execution of trie eon�ract. Prior to any expenditure being inc�rred, the Transportation & Public Works and Waier Departments have the responsibility to validate the availability of fi�nds. . . _. „ ,,. _.� . _�._ _ � __. � , __ .:_..�._�._.�, ... - -� -- _...� __ �.� ,�. � _�_ __ . FUND IDENTIFIERS (�1Ds): To F�n� Dep Illtment A�count Pr� �� ProgramActivity $�dget Reference # Amo�nt Year {Chartfieid 2) FROM Fund Departmen� Account project PxogramActivity Budget Reference # A�nount ID ID Year (Chartfield 2) � _ .� _ _ ,_6 . _ � R._ .. ._._ �..,. ,_ y _. _ __ _�_., _ ..__.. � .. .,� ....e _ _ . . ..._.. � �.._� __.�. __� .. _,.�. CERTIFICATIONS: Submitted for Ci Mana er's Office b: Dana Bur„hdoff (8a18) Qriginating De�artment Head: Chris Harder (502a) Additional Information Contact: Suby Varughese {7803) .... .. _. .. ... a_ ,� �_ _..:,. _n_ �y._-- -£, -.� _ .., p-.� .�_pw._.. �, ,�... _ m.__ -�.�- ATTACHME�iTS l. fa02018CIPY2C:13-GR��TEX Complianec iviemo.pdf {CFW Internal) 2. 6U2:018; ' li'Y2C 13-GRATEX Form 129S.pdf (CFW Internal) 3. 64241$CIPY2CI3-GRATEX funds availabilit docx (CFw Internal) 4. 602018CIPY2C13-GRATEX Ma�udf (Public) 5. &020I$CIPY2C13-GRATEX 34018 A021 r2 r.docx (��zbli�) 6. fO2O1SCiPY2C13-GRATEX 340i8 A_n2] Kec4r.do�x {PubTic) 7. 602018CIPY2C13-GRATEX Sb402 A021 Rec3�'.docx (Public} 8. 60201$CIPY2C 13-GR�TEX FID Table TP WCF Ob.08.2 i�.xi�� 9. Gra-Tex SA �1�f (CFw rnternal) � (CFW Interinal) 20i8 Bond Yexr 2, Concract 13 City Project No. 1Q1475-1 DO QS 15 CXTY QF FORT WORTH Water Department, and Transportatian & Public Warks Department �fl1� Bond Year 2, Contract 13 City Project No.101475-1 ADDENDUM NO. l Unit 1: Water Improve�nents, Unit 2: Sanitary Sewer Impravements, Unit 3: Paving Improvements Addendum Issued: Friday, May 9, �0�1 Bid Opening: �:30pm Thursday, May 13, 2021 This Addendum, forms part af the Plans, Contract Documents & Specifications for the above referenced Project and madifies the original �pecifications and Contract Documents. Bidder s�all acknowledge receipt af this addendum in the space pravided below, in the propasal (SECTION 00 41 00) and acknowledge receipt on the outer envelope of your bid. F'ailure to acknawledge receipt of this addendusn could subject ihe bidder ta disyualification. The plans and specification documents for 2018 Bond Year 2, Contract 13, City Project No. 101475-1 are hereby zevised by Addendum No. 1 as foiiows: 1. PROJECT MANUAL chan ed as follows: flQ 00 OQ Tab1e of Contents to be replaced in its entirety rviih the attached revised Table of Contents. Nate the %Ilowing specifications have been updated since the 101475-1 advertisement for bids: 31 �5 00 Erosion and Sediment Control. 3� 13 �0 Concrete Sidewalks Driveways and Banrier Free Ramps. 33 0131 Closed Circuit Television (CCT� Inspection. 33 d� 10 Utility Trench Excavation Embedment and Backfill. 33 39 60 Liners for Sanitary Sewer Structures. 00 42 43 Proposal Form to be replaced in its entirety with the attached revised bid proposal warks�eet. 06 4� 40 Business Equity Goal COVID-19 REVISI4N is the cQrrect speciiication with the correct web addresses to the associated forms, but hyperlinks were not clickable. Attached revised spec attempis ta provide clickable hyperlinks. Auuendix GG6.OG D MWBE instructions and forms to be replaced in their entirety with the attached revised GC-6.06 D- Business Equity Special Insiructions foat Bidders, with associated forms. �. CONSTRUCTION PLANS chan�ed as foI�ows: �heet 2] : Sanitary Sewer Service standard detail D214 updated. �_h_eets 26-32: Sanitary Sewer plan & profile o Corrected standaxd specification references for pipe types (all sheets). � Added interior proteciive coating in manhole Sta 8+00 (sheet 27}; updated bid quantity. � Reduced hydraulie slide drap to less than 24" in manhole Sta 15+47, and adjusted upstreana pipe slope (sheet 32). 201$ Bond Year 2, Contract 13 City Project No. 101475-1 Page 1 Of 3 Addeudum No. I 00 p5 15 3. PRQJECT CLARIFICATIONS General• • Business Equity ordinance effec�ive 1/1/2421 applies to this praject. MWBE goal is 14%. � Engineer's Opinion of probable cans#ruction cost is $3.5 million. Unit 1- Water: � l" Water Service bid iie�n is �ncluded for contingency. � Fire watch is included in the bid item for temparary water service to cover a hotel currently under construction at Byer� & Margaret. Cantxactar is encouraged ta sch�dule water and sanitary sewer improvements in and adjacent to Margaret at the beginning of consfrucfion. • As of ti�e issuance of Addendum No. l, the hotel contractor had not confirmed an expected completion date af hotel canstre�ction at Byers & Margaret. Projected completion June 2021, based on information provided by tlse Ciry. The hotel's domestic line and fire line are currently active. � No additional $" val�es are expected on the watex main at the hotel's fire line tee. � Bid price for water and sa�itary sewer pipe includes embedment and backfill. Unit � - �anitar�ewer: o Existing, visible sanitary sewer service locations {cleanou�s) were stt�veyed and axe included in t1�c plans. Few cleanouts were existing or visibie. Contractor to verify sanitary sewer service locations. � IVajor adjustments and concrete collars are in Unit 2 bid items. � Cement Stabilized Sand backfili is proposed under paveznent at alley-street crossings due to shallower bury depth �tnder street�. � The segrrient of existing sanitary sewer L-8276 beiween proposed L-1130R and proposed L-2346R is expected to be abandoned in another project, currently under construction. Unit 3 - Pavin : m Unclassified Excavation bid quantity represents that in excess of the 3" cut included in Pulverize bid item. � Loca�ions for Cetnent and Cem-Lime base treatment are shown by hatch on pavix�g Aemovals Plan sheets for each respective street segment. Proposed base treatment is based on subgrade characteristics as shown in tlie. geotechnical report Iocated in the project man�al Appendix, � Minor adjustments and concrete collars are i� Unit 3 bid items. Contractor is expected to constnict new manholes located wiihin pavement and alleys to final grade. � Under curb and gutter, CTB wi� Type B-- Recycled Asphalt Pavement (RAP) per standard specification 32 11 23 Flexible Base Caurses is allowed. Type B RAP shall not exceed 50%. � A copy of the Contractor's street use permit is sufficiant for company �ehicles parking on the job site in areas where permit parking signs are located. � Cantractor should attempt ta maintain existing street grades as much as possible to allow for positive drainage and t�'iveway grades_ If there is a� unresol�vabte discrepancy betvcreen the existing condition and the plans, the Contractor should bring it to the attentian of the City Project Manager for re�iew. A sagned copy of Addendum No. 1 shauld be included in the sealed bid envelope at the tima of bid submittal. Failure to acknowledge the receipY of Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in di�q�alification. 20I8 Bonci Year 2, Confract 13 City Pmject No. 101475-1 P�ge 2 of 3 Adderndum 1�Ia.1 00 OS 15 Addendum No. l RECEIPT ACKNOWLEDGEMENT: By: Co�npany: Address: City: State: Page 3 of 3 Chris Hat'der, PE Directar, Water Departrr�ent BY: Tony Sholola, P.E. Assistant Director, Water Department 2418 Bond Year 2, Contract 13 City PrajectNo. Id1475-1 Addendum Na. 1 DO 05 15 � ��� ����.�., �� C�t o���r������� � Standard Construction Specification Dacuments Adopted September 2011 00 05 15 OD 00 00 STANDARI] CONSTRLJCTION SP�CIFICATION bOCUMENTS Page 1 of G s�c��o�v aa o0 oa TABLE OF CONTENTS 71:�.:�;..,. OIl _ !'_nnnr�al f ns�rlifinnc Last Revised � ----- ' CITY OF FORT WORTH 2O18 Bond Year 2, Gontract 13 STANDP.IiD CONSTRUCTIQN SPECIFICATION DDCUMEI+}T'S Ciiy Ptnject No. 101�75-1 Revised Apri129, 2021 Addendurn Nn. 1 00 00 oa STANDARB CONSTRUCTIpN SPECIFICATION DOCUMEI�iTS Page 2 of b O1 77 19 Closeout Re uirements 03/22/2021 01 78 23 O eration a�d Maintenance Daia. I2/20/2012 O1 78 39 Pro'ect Record Dacume�ts 07/01/201 � Technical �pecifications which have been rnodified by the Engineer specifically f4r this Project; hard copies are included in the Project's Contratt Documents Division 32 - ExEerior Im rovements 32 11 33 M Cement Treated Base Courses Divisian 34 - 34 71 13.Q� 99 99 01 99 Provision to Traffic Controi 34 71 13 Gravel Surface Caurse Date Modif ed 4/2 U202d � 1/06/2�20 11/Q6/2020 Teehnicat Specifications listed below are included far this Project by reference and can be viewedldownloaded from the City's website a�: h**!!:�!�oMworthtexas. ov/t w/contractors� or h s:l/a�ps.fortworthtexas.�ovlProaectResovrcesl Divisian 4� - Eaustin Conditions 02 41 13 Selective Site Demolition 02 41 14 Utilit Removal/Abandonn�et�t 42 41 1 S Pavin� Remo�al Di�ision 03 - Concrete 03 30 00 Cas�-In-Place Concrete 03 34 13 Controlled Low Stren Material 03 34 16 Concret.e Base Material for Trench a�-�e-es . Division �.6 - Eleetrical � �--83-�8 � �i-�-4� ��-93� Divisio� 3� - Earthwork 31 QO 00 Site Clearin 31 23 16 Unclassi�'ied Excavation 31 23 23 Borrow 31 24 d0 Embankments 31 25 00 Erosion and Seditnent Contral CiTY QF FORT WORTH STAi�iDARD CQNSTRiJCTfON SPECIFICATION D�CUMEI+ITS Revised Aprit 29, 2021 Date Modified l 2/20/2012 12/20/20 i 2 02/02/20I6 12/20/2012 12/2012012 1z��o�zoi� �,�,�.�, � �.��� � � � . � � � � _ . _ 03/22/202 � oi�zs�zoi3 oi�2gi2ai� 01/28/2U 13 04/29/2Q21 2018 Bond Year 2, Contract 13 City Project No. 101475-1 Addendum No. ] 00 OS ] 5 DO OS 15 00 00 00 �TANDARD CONSTRi1CTION SPECIFICATION DOCUMEN'FS Page 3 of G : � � ��:..:,:�: �� '� Tlivicinn 'i'� _ iTtilitiec � LTiTi�i � , C3'FY OF FORT WORTH 2418 Bond Year 2, Contract 13 STANDP,Iti] CONSTRUCTTON SP�GIFICATIOTE I30CUNFENTS City Project No. 10i475-1 Revised April 29, 2021 AcEdendum No. I UO QO 00 STAIVpARI] C4NS�RLIC'I'IOI�i SPECIFICATION pOCUM�NTS Page 4 of G �� 33 05 23 ��T�T 33OS26 33 OS 3U 3311OS 33 11 10 33 11 il 33 I 1 12 �� �� 33 12 10 � ��-�-� 33 12 20 � ��i 33 12 25 3� ,� 33 12 40 �3� ���� �� 12� �Z� 33 31 20 33 31 2� z ��� '�-3 �'� 33 31 SO � 33 39 10 33 39 20 �� �� 33 39 60 �8 ��-�- �A C 22� 33 46 QO �� �-y7z 33 49 10 �-49�9 �3-4 �-4-9 Hand lltilit�i Markers/Locators Location of E�stin Util'rties Bolts, Nuts and Gaskeis Ductiie Iron Pipe Ductile Iron Fittin s Polyvinyl Chloride (PVC) Pressure Water Services 1-inch fo 2-inch Resilient Seated Gate Val�e Connection to Existing Water Mains Fire Polyvinyl Chloride (PVC} Gravity Sanitary Sewer Pipe Polyvinyl Chloride (PVC) Clased Profile Gravity Sanitary Sewer SaniEary Sewer Service Connections and Service Line � �f 17�� 12/20/20 i 2 �Y� 12/20/2012 12/20/2Q12 12/20/2012 12/20/20l 2 12/20/2012 11/16/20f8 �� , -,,��� 02/14/2017 ,�r��z �2I2QL2012 }�n�� 02/�6/2013 �,��� 01/03/2014 �.r.�nr�ni � �� �� "iiTz.mis�nv-�ii ��� 7 7 I^f�f� 17n,i1z 06/19/2p 13 12/2a12012 Division 34 - �4-4 �-�9 � Cast-in-Place Concrete Manho�es Precast Conerete Manholes Liners for 5anita Sewer Structures Cast-in-Place Manholes and Junction Boxes �� 7�»�� 04/2b/2013 y 7 ��n 1�n � � �� 12/20/2012 12/20/2012 � � ���'�� �'�� 04l2912021 n� m �,�� 1 '1 I'7�� ].1 17� 21�� n �n�� 12/20/20 i 2 n� rn�� � 12/20/2012 �� a�rno, '-�-�'� , � 00 OS 15 CIi'Y OF FpRT W4ATH 2O18 Bond Year 2, Contract ] 3 STANDAItD COAiSTRUCTI03�T SP�CIFICATION DOCUMENTS Ciry Project No. 101475-1 Revised April 29, 2021 Addendum No. 1 00 OS 15 00 oa o0 STATiDARD CONSTRUCTIOIV SPECIFICATTON DOCUMENTS Page 5 of 6 Appendix GC-4.02 GC-4.04 GC-6.06.D Gc-s.a� GC-6.09 GR-O 1 64 00 Subsurface and Physical Conditions Underground Facilities Minority and Women Owned Business Enterprise Compliance Wage Rates Permits and Utilities Product Requirements END OF SECTION C1TY dF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CONST'RUCTTON SPECIFICATION DQCUIVIEIVTS City Project No. 101475-1 IZevised Apz'i129, 2421 Addettdum No. 1 00 05 I S 0042 43 flil) PROTOSAL Page 1 af 70 SECTION UO A2 43 PROPOSALFORM C]7y �F FORT WORTN 2018 Bon6 Yeaz 1, Contra4t l3 STANDARD COA`STRUCTIDN SPECIFICA710.1 WCIIA1EN7'S 4tily Pro�'cd [�'a. I01475-1 Pwm BCvisn120129120 Addeud� h'o. L URlI'� P�IC� BI� �idder's �►pp�ic�fi�on 000s �� 00 R2 43 BIDPR�POSAL Page 2 of 70 5ECT10N 00 42 43 PROP�SALFORM ���� ����� ��� Project Item Tnfarmation lisf Item �a Description �idder's Applic��ion 13iddc2s Proposal Specificadon Unil of Aid Unit Price Bid Value Sectian No, Measure Qnantity 3331.4115 8" Sewer Pipe (aoceptable backFll, PVC, 33 31 20 � S�R-26.) 2 3331.4116 8" Sewer Pipe, CSS Sackfill (PVG, SDR-28) 33 31 20 3 3331.4120 B" DIP Sewer Pipe, CSS Backfill {Proteclo 33 1'E 1� 401 Coating) 4 3331.4119 8" DI p Sewer Pipe (wilh Protecta 401 33 11 10 Coa6ng, acceptable backfillJ 5 3339.1001 4' Manhole 33 391U, 33 39 20 & 3339.1002 4' prop ManhoSe 33 39 10, 33 39 20 3339.1403 4' Extra Depth Mant�oie (Ver�icai fe�t �6-ft 33 39 10, � p } de th JJ u9 20 8 3339.Ofl04 Protective Inierior MH Liner - 4' Sewar MH 33 39 60 9 3305.01 i4 Manhole Adjustment, Major w! Covar 33 �5 1A 10 333�.31Q1 4" Sewer Service (with 2-wey Cieanout} 33 3'� 50 '€1 3305.01�2 ConcreteCo]!ar(MH) 330517 92 330�.0701 Manhole Vacuum iesting 33 U1 30 13 336i.0001 Pre-CCN Inspection 33 U1 31 14 3301.0002 Post-CCFV Inspection 33 01 31 15 3305.9109 Trench Safety 33 05 1 � 16 0241.2001 SanitaryLineGrouGng 024114 17 0241.2102 6" Sewer Abandonment Plug Q2 41 94 18 0241.220�! Rempve 4' Sewer Manhole 02 41 14 'I9 3305.Q903 Exptoratory Exca�ation oi Existing Utilities 33 fl5 3� 20 3201.OAQ0 Tempprary Asphalt Paving Repair (2" 32 09 18 HMAC on 6" Flex Base) 21 3940.0102 F"-12" Tree Removai 31 10 00 22 8910.0903 f2"-18" Tree Remova] 31 1400 23 311Q.0104 18°-24" Tree Removal 39 10 DO 24 3201.0112 5' Wide Asphatt P�mt Repair, ResidentiaE 32 01 17 25 3201 A201 Asphalt Pvmt Repair 8eyond �efined Width, 32 01 17 Residential 26 0171.0't0'! Construc#ion Staking 01 71 23 27 0171AT02 As-SuiitSurvey 01 7� 23 28 3125.U101 SWPPP a'f acre 39 25 00 29 3471.0061 Tra�c Contro! (�esign and install) 34 7f �3 30 3305.0202 imparted Err�becEmenVBackfill, CSS 33 U5 10 31 3305.0203 Imported EmhedmenflBackfill, CLSM 33 OS'10 82 33Q5.0207 Imported EmhedmentlBackiill, Select Fill 33 OS 10 33 3231.U412 6' Fences, Wood 32 31 29 34 3292.0400 Seeding, Hydromulch 32 92 'I3 35 9999.0041 3" Gra�ei for alley lrench repair 99 99 Q� 36 9999.0002 San Sewer ConslrucGon Allowance Tptal Unit li - Saniiary Sewer Impro�ements LF LF LF LF EA EA VF VF EA EA EA EA LF LF LF CY EA EA EA LF EA EA EA LF SY LS LS LS MO CY CY CY LF LS 261 7 � � 0 E C7TY pF FORT WOR7H 2u18 Borzd Yeu 2, Cmnrect 13 57ANI]ARDCaN57RUC�ON SPECIPICA770N UOCUI�4�2�75 Pom4Rcviscd20i20120 CstyPryxi74o_ 161475•� Addendum No. 1 00 05 15 da 42 43 BTDPttOPOSAL Pa8e3 oelo SECTION 40 42 43 PROPOSALFORM IJP�IY f��l�� �I� �idder'� �4ppfiea�ion Pmject Item ]n€ormation Bidder s Proposal Bidlist Ftem Specification Uni! of Bid �o Dcscriprion Sxrion No. Measure Quantity uoit Priee Bid Value U�it III - Paving Improvements A 0171.0101 Construction Sta&ing D1 77 23 LS 1 2 3125.0101 SWPPP >1 acre 31 25 OU LS 1 3 02A1.0100 Remove Sidewalk 02 44 13 SF 3325 4 02A1.0300 Remove A�A Ramp 02 41 13 E,4 23 5 0241.U407 Remove Concrete �rive 02 41 13 SF 71 OD g 0241.�402 Remove Asphalt drive 02 A1 13 SF 353 7 0241.1000 Remove Concrete 02 41 15 SY 637 g D24.1.110R Remove Asphalt Pvmt D2 41 75 SY 424 g 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 3391 1 D 0241.14U0 Ftemove Conc Valley Guiier 02 41 i5 SY 128 11 3110.0101 Sile Clearing 3'I 14 OD SY 200 12 3110.4102 6"- 12" Tree Removal 31 �4 00 EA 11 13 3110.0103 12"-�8" Tree Removal 31 10 00 EA 3 14 391U.0105 24" and Larger Tree Remova! 31 10 DO EA 7 i5 3123.0107 UncEassified �xcavafion by Plan 31 23 16 CY 955 ifi 3'E23.01Q3 Barrow hy Plan (uiilize salvagelexcess POL 31 23 23 GY material 160 17 6241.1706 Pavement Pulverization (11" pvlverize, 3" 02 41 15 SY 11071 18 32�2.fl3p3 3" Asphalt Pavement Type Q 32 1216 SY 11U71 13 3211.0112 6" Flexible Base, Type A, GR-1 32 11 23 SY 214 20 32'11,0313 8" Flexible Base, Type D, GR-2 32 11 23 SY 69 21 3212,0302 2" Asphal! Pvmi Type ❑ . 32 12 16 SY 68 22 3212,0401 HMAC Transition 32 12 16 TON 26 23 3211.0600 Cemen# (2616sIsy) 32 13 13 M TON 73 2q 3213A301 4" Conc Sidewalk 32 93 20 SF 3623 25 3213.0322 Conc Curb at BecK of Sidewalk 32 16 13 LF 25Q 26 3213.0401 fi" Concrete Driveway 32 73 2Q SF 7600 27 3213.0506 Barrier �ree Ramp, Type P-1 32 13 20 EA 34 2g 3213.O5U1 BarrierFree Ramp, Type R-1 321320 EA t 2g 3216.0101 6" Conc Curb and Gutter 32 1fi 93 LF 76p0 3Q 3216.0301 7" Conc Valley Gutter, Resldential 32 16 '13 SY 465 31 3291.0900 Topsail (6") 32 91 19 CY 2692 32 3292Ai0� Block Sod Piacement 32 92 i3 SY 5381 33 3346.Q0064"PipeUnderdrain 334800 lF 90 34 33�5.0107 NEanhole Adjustment, Minor 33 05 14 EA 2 35 3305.0111 Vafve Box AdjustmenE wlConcrete Collar 33 05 14 EA 7 36 3305.0�112 Conaete Coliar 33 05 17 EA 2 37 3471.Q001 Traffic Control (flesign and ir�stall} 34 7t 13 Mp 6 � 9999,0001 Cem-Lime (32 Ibslsy) 32 13 13 M TOEV 93 39 9989.0002 Miscellaneous Utilily Relocation (irrigation LS 1 25,000.60 $25,OD0.00 40 9999.0003 Replace Historicaf Curt� Tile EA 4 4i 9998.60Q4 Paving Construction Allowance LS 1 $SO,OOO.QQ $80,D00.00 Total Unit III - Paving Improvemenis $105,D00.00 Bid Summary CiTY OF FORT 157pRTH 2O18 Bond Year 2, Co*�d k3 STANbAl2D CON37RUCTfON SPECIF[CA710W �OC[1MF.M'S Ltity Project �a. 101475•] PmmAeviscd2Ul20120 Addrnd�mNo. I 004540-I Business Equity Ordinance Specifications Page 1 of2 � SECTION 00 45 4d 2 TEMPORARY R�:v1�ION (COV1B-19; 3 Business Equity Specifica�ions � r 5 ''.[Yl' � l67?r r.� fri C7E �l�"•_.' .0 �I� '�'I!t?R���LI�Jt --i:i iT.S f. �(?y jl:--fr� 6 APPLICATION OF POLICY 7 If the totai dollar value of the ca�tract is greater than $100,000, then a Business Equity goal is applicable. 8 A Business Equily F�rms refers to certified Minority-, andlor Women-, owned Business Entergrises 9 (MIWBE). 10 11 POLICY STATEMENT 12 It is the policy of the City of �'ort Worth to ensure tl�e fiill and equitable participation of Business Equity 13 Firnns when applicable, in the procurement of all gaods and setvices. All requirements and z'egulations 14 staied in the City's current Business Equity Ordinance No.2�534-11-2020 apply to this bid. 15 16 MBE PROJECT GOALS 17 The City's M/GVBE goal on this project is :4.°� of the toial bid value af the contract (Bcase bid applies to 18 Parks and Community Services). 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City coatracts $100,000 or more where a Business Equity Goal is applied, offerars are required to 22 comply with the intent of the City's Business Equity Ordinance by meeting or exceeding the above stated 23 goal through one of the following methods: 1. Business Equi4y subcontracting participation, or; 2. 24 Commercial useful funetion services performed by the B�siness Eq�ity Prim€e to count towards the 25 goal, ox; 3. Combination of Business Equity Prime services and Business Eq�ity subco�ntracting 26 participation, or; 4. Business Equity �oint Venture partieipation, or; 5. Goad Faith Effori 27 document�tion, or; 6. Prirne Waiver documentation. 28 29 SUSM�TTAL OF REQUIRED DOCUMENTATI�N 30 T�e Utilization Plan shall be due at the time specified in the solicitation. The applicable documents must 31 be received by the Purchasing Division, within the time allocated, in order for the entire bid to be 32 considered responsive to the specifications. The offerer shall EMAIL the Business Equity documentat�o�n 33 to the assigned City of Fort Worth Project Manager ar Department Designee. Documents are to be 34 received no later than 2:00 p.m., on the second City business day after ti►e bid opening date, 35 exclusive of �he bid opening date. A faxed co will nut be acce ted. 36 37 The 4fferor must subxnii one of the following documentation: 38 1. Utilization Borm, zf the goal is met or exceeded, 39 2. Good Faith Effort Form and Utilization Form, including snpporting docurnentation, if 40 participation is less than sEated goai, or no Business Equity participation is accomplished, �1 3. Prime Contractar Waiver Form, including supporting docunaentation, if the Offez'or will perform 42 all subcontracting/supplier opportuniiies, 43 4.. Jaint Venture Form, if goal is met ar exceeded with a Joint Venture. 44 These forms can be found on-line at: 45 B�siness Equity Utilization Forcn 46 h s:�,a s.tortworthtexa�. ov�t'ro'ectRe��urce�,�ReSourLcsP/6U`/�ZU- 47 %20MWBE/NEW°fo20Business%20Equi�v%2QOrdinance/Business%20E ui °/a20Utilrxarion%2Uhorm. 48 �,,df OD DS 15 C1TY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CQNSTRUCTIOI�I SPECIFICATION DOCLTMENTS City Praject Mo. 101475-1 Revised 7anuary 5, 2421 Addendum No. 1 604540-2 Business Equity prdittance Specifications Page 2 of 2 2 Business Equity Prime Cantractor Waiver Form 3 ht�a, ,a �.fartw�rthtPk��.• a� Pro ecrlZe�o.:rcas�xZ�soarcesP/6U4 �.0- 4 °'n2UMWB�,NEW%20Business%2UE ui /fl200rdit�a�tceBusiness%2dE ui /oZOPrizne%20Contractor 5 { �o24Waiver.�df 6 7 Business �quity Good Faith Effort Farm 8 https. �a s.io� cworthte __,�sT�oi Pro'ectRe�ourc..,IReso�ces�'/60%20- 9 °�o201VIWB�„NEW%2dBusiness%20E ui °io200rdinance usiness%2QE ui %2 Good°1o2QFaith°/fl20Ef 1Q �ort;o20Form. df ]1 12 13 14 15 16 17 28 19 �usiness Equity Joint Venture For�n ht�l .�,_ Qu�,s_�'ort�-rox-thtexas. e-r,r'S-o �c.Resourcew.�ki.esourcesF/60���20- %20MR'BE NEW%20B�zsiirpss", c20E ui %200rdinunc�„'Busine;s°1o20E uit� %20Joint°ioZO��enture, df FAILURE TO COMPLY WITH THE CITY'S BU�INESS �QUITY ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBNIIT THE RFnYJiRFn R��SIN�SS FnrJTIY ���1LT1l�ENTAT��N "k7��II�I, n.F3U'�m ]Cl`l 20 7�g� BID BEING CONSID�RED NON-RESPONSIVE. A SECOND FAILiTRE WILL RE5ULT IN T��E OFFEROR BEING DISQUALIFI�D FOR A PERIOD OF ONE YEAR THREE RAILURES IN A RIVE 21 Y�AR PERIOD W�LL RESULT IN A DISQUALIFICAITON PERIOD OF THREE Y�ARS. 22 23 24 25 26 Any Questions, Please Conkact The Business Equity Divisian at (817) 392-25�4. END OF SECTION OD US 15 CITY pF FORT WORTH 2O18 $ond Year 2, Contract 13 STANDAILD CONSTRUCTION SPECIFIG.ATIdN DOCiIMENTS G�ty Project No, f 01475-1 Revised January 5, 2021 Addendum IYo. I �o�T �Vo����. �Ify �i Fr��t �Vi��$h �u�in�ss �qui�y C�ivision �p�eifica�i�n� �P�CIA� IN�TRUC�I�N� ��I� O���I��i�S �PPl.iCA�'IOPI O�' POl�ICY DO OS 15 If the Eota1 dallar �alue of the contract is $1(14,000 or more, then a�usiness �quity contraeting goal is applicable. A Busines� �quity F�rms reters tc certifesd M�no�ity�, andlor Wamen-, owned Busfness �nterprises (AAIW��). �OLICY STA��hfl�IVi !t is the paficy of the City af Fort Worth to en5ure the full and equitable participatian of Business Equity Firms when applicable, in the procurerr��nt oi all gaods and serrrices. All requirements and regulations stated in the City's c�arrent Busin�ss Equity �rcEinanc� No.24534-� 1-2020 apply to this bid. The City's AfllWl�� gaal on this project is 14 (If #ederally funded} The Ciiy's ��E gaal on this prajeci is A Business Equi#y P.rime Contractor can caunt it's self-perforrnance services tawards meeting the Business Equity Goal for ihe assigned fVAICS commadity codes on fheir MBE or WBE certifcatio�. �f the �usiness Equity Prime Contractor cannot self-perform a11 of the work, it wiEl be accauntable for subcontracting with certified Business Equity firms to meet t�e overall goal. co�n��ia�c� �o �r� s��c���e��io�s On City cantracts $'[OQ,000 or more where a£3usiness Equity Goal is applied, offerors are required to comply with fhe intent of t�e City's Business Equity Ordinance by meeting or exceeding the above stated goal through one of the follawing methods: 7. Business Equity subcontracting participatian, or; 2. Commercial useful function serrrices performed by the Business �quify �'rime to count towards the goaE, or; 3. Combination of �usir�ess Equity �rime services and Business �quiEy subcontracting participation, or; 4. Business �quity Joint Venture participation, or; 5. Good �aith Ef€ort documentation, or; 6. F'rime YIlaiver documentation. SUBi4fll'iT'AL O� �EQIJII��� �OCUf4��Ni�►YIOf� �he Utilization Plan shafl be due at the time specified in the solicitation. ihe applicable cEocuments must be received by the Purchasing Di�ision, within the time allacated, in order for #he entire bid to be considered responsive io the specifications. The offerer shall deliver #he Business Equity documentation in person (or email if designated within project specifications} to the appropriate ernployee of fhe Purchasing Ri�ision and obtain a datelfime receipt. Such receipt shall be e�idence that the City received the documentation in the fime allocated. Documents are to be recei�ed no later Ehan 2:00 p.m., on the second City business day after the bid opening date, exclusive af the bid opening date. Faxeci co ies wilf not be acce fed. 7he Offerpr must submit one o# the fallowing documentation: 7. Utilization �orm, if the goal is met or exceeded, • 2. faood �'aith ��'For� Farm and litilization Farm, including supporting documentation, if participation is less than stated goal, or no Business Equity pa�#icipation is accomplished, � 3. !'rime Contractor 1fYai�er I�orm, including supParting docurnentation,if the Offeror will perForm all subcon#ractinglsuppfier opportunities, . � 4, Joint Venture Form, if gaal is met ar exceeded with a Joint Venture. These �orms can be found on-line at: h4fps:lla s,fortwor4htexas. ovlPro'ecf#�esourcesl._ �AiLE1RE i0 COM�'LY IdifIiH iF�E CI�Y'S �USIAI�SS �(�UI�Y ORDINAPIG�, WILL RE5UL7' 1W �H� Blb B�IlVG CO�SI��R�D PEOP!-R�SPOI�SIV� i0 Sp�CI�ICAilOP1S. �I�oiLUFt� i0 SU�ANI� iF�� R�QUIRL�� BU5IN�SS �fdUI�Y �OCUM�WiAYiOAI WILL. R�SUL7 IPl �Fi� �ID BFc1NG COPISIDERED R10N-��S�ONSIVFc. A S�COF�U FAiLLfRk� W1LL RESU�.i 1[V 'T'kf� O�F'�ROR ��fNC �ISQUALI�I�D �'O� A���IOD O� OW� Y�AI2. iHRE� �'AILURES II� A�N� Y�AFi F'�RIOD INILI� RESLILi IM A �IS(aUALI�ICAiIOP! P��10� O� iWREF Y�ARS. Any questions, please contact the Business �quity Division aE (81�) 39�-�874. �epartment of Diversity and Inclusion Business Equity Divisian 2018 BondYear2, Contract 13 Emaif: bVIN_BEOffice@fortworti�texas.gov CityProjectNo. 101475-1 Phone: (817} 392-2674 A.ddendum No. 1 9�a of the base bid value of the contract. '%a of the hase bid �alue of the confract. Effective 01/01/2021 Q � Z � Ell � �a ¢ Q � � � � � � � � � � � � � � � N �; � � � � i O i:� � � � �� y�q •� Id� � � � � � I i.�.¢ [� � EL � o � Q- m C �-+ � LJJ � z° � � ❑ N � M � v C N N a � � -�-� m � � li O� p ❑ ❑ � N W � � � � Qy N � o� � 0 � � a � ❑ W O � � ❑ � � A � L � � � � � N � � �L � m � �' � • = L � � � � � � W "� .� � � � � C � � T W � � .� 4�- s m 0 o z � v � � � � o c�s` . (� � Q C7 0 � � �" � � m � O N �� y ❑ � � � N w � � ❑ ❑ '�.. y � N 7 � � � m � o L1J ro �� � m � @ � � GO � � O ��' � t4 � � � � ' � m �' ❑ � U m � � ❑ ❑ O 0 l� 'a � � m r ,W � � �.I � U � � � O U O � � � � � V � � � � , lLJ ❑ � z 'C N � � � � � � � � � � q�j � �t� o � m } � � c�s v LL m c �' � � � , � U t� .� N � C� ay � Z � W � � y i � � � 1 ❑ � g � '� � a "�r p� � � . c N iA � � =� W m � � � Q � �. � � � � •� O � ❑ C z � }, � � � � ir'� o l� � � I-� T o� � � u� � a C� � � � � � .��' � T a � � � .�' . � �� O ��- a�i� '� � � � � ci � � Q c.� � � �a a � 7 rn C �C 6? Q 0 � � Q N 7 .N � N � c .� � 0 a � N f�6 a f0 a � � � C .N � � � U "CS O � � � � c Q � b. � O O CV � � d N 0 C 0 �� vi � � p o rn�C . � � �� � N � d a m � T � .fl � °�' a '� a U N L] � � c c d � C Q�7 � � m �- -� � '� � � U c � �.� � o .� N� � � � �Y N � � � �i � � O ^ q_7 � �� li `o � •�-� � +L.. p � � U � � � C U N 1p � D � O � i=� � 3 � U y� X � W � c Oa. � 7 � C � 'a� � 9 c P 'a `a � C � o � U � N .� 7 � a � L � M � � O C (6 N O .� ,� y U � � C � 'O N d � y � �' a E ro � � �N 7 � �O W � � � O c � N � � m p � v, � � 3 � Q7 O tl7 O � �m � � N � � O N � N o � G � � o C � N� � O d � � � � m � c o .� � �� � �,c w LL ~ � � ��� .� c � p O 'O LL � c � 7 p U N 7� � E--� � N � W a� C .� � � C V � C rn fn tL N <4 r �. � .� � �� � o � N C � � tl � � � .fl � o � N � � � � � � C (�4 (tl U� (6 � a� .. � m � � � � � L c � a � U � �` 0 N � `s a� �p � O �� C � � � U � O U C .p .G � N �� E � � � � � U °� U 'o Q � � 6Y N � .� c � N � � � '� � 3 °' o � N� U N � � Q N Qy � � I.� � � � � �� � �� W . N � c N .� o� a. f6 C O .� � � k � f4 C �i r. � Z2� N `� L � � t w � � � a � � U C �U C N 7 f�/l .Q 3 � m N � � .� � � �� �� m �U f6 d � �� O� m� C _ E �� � O aV N � .� Q � o t ai Q CO � m 4? � o a c6 � a� 0? .�' � O � � N� �� C � s �3 � O LL N �ia - o t° 0 �U � o V L Z � V C C LO � a� �a o a � � � c� � C A O�'� � •- U � � � W O � N N � c � � N � 7 � m N a � � � �, � c N .�N N ' � � @ c � U � Q 7+-� 'Ur j @ N � � � � Q � � O v N � -� � C � Q7 Cp O N a �' � 7 N �.�-+ � � � � � � C � .-� � N N 3 C � U � � N o � .? � � c�i 3 �v�i��y ' T ,� � � O � `"�� w d � � 3 � LIJ �� d � N V] 'p • N � US j� N � � � p�p � a a q) Q� �• .�.. N N 01 �� �� m � a 3 � � rn O � � .a � E �. o� c N `� � � �Y�a � � U y � 3 r/i � � w � c as m '� ? � O � •� � � W �f � � o� - E '� O 3win` L � Y a �� �� � ���y� � � � � _�@� u�c�� � 'r� � � � L O � m 4= �i N Q1 .�" pj -L•7 �. '�H �o W � � U Vi .�' y � d N N � �� � '��m4��i ran'w m m L C � � � 3 "= N � � y N N '�' 7 U � W 0 m N N � � � � � 'C � � � � U E-ao`a' N N � � .� ftl N '� U "- (4 • L L 3 a fl- v�i � � L � � d�Q� �ya� N N y Q� O� = G O U1 u�i � W O f6 � d tn � O a_ c� µ- � �a�E`° � � d � O � � �n c �- `�' � p� O � L +-' m�� �a �-: � o (6 �1 '--' t � V Q � W Q �� O m ¢ � � � � U _._.. � d G �- � � U � � ?� = O a�r �' � O U •� Vi �' R � N Q-j�O� � Od N i7 N C � � � �N�— U � V @ .� � � � � C d SO Q Qj � � �� •N �'a � �' � � � O 7 .�„ � • ��g� �`��o wgo.� m � � � �]�w� � O O •� o��� 'O � � � m w � � c o- m a � O � � � � : � � O C � �- @ � � Q �. p � w � U � � � ar��u� Q. N � t4 Q'mvE �s`a`m� U) � � O m d -°�o �. � W `m j � p � �d �-m�m � � r O � O � � O . � � � � rn c� -_ �is � � ` '� U wacc m � m o 0 � �'+r . �� `v a� j �� � LJ! U t�i� c � ❑ !�Tl7lLTiLi 4 d O � U � w � �� � C�� V � � c.i ti �z � 7^ evi � m 'D 'o v � � � D0 U 0 N Q a �� Z N W �% U a � Q � � � � � .� �Fd � ��� � I F" � �� p ,o � � � � � � ��_# � � � O ti-�' � � fr o �� � � ; o � �� � � . � � 4} � Fa � � � � � a� � � a � � � � �� � � � � � a .� � �a d k � h � � .� D � *"' � �� - a � � � � � 'Ky C�T � c � i} .� � � ��-�� ��.� ���� � � `� �+ m � � � � � � � � �� � � ���� p � '° � � � ° �' c�i � � � � � �E �� � �� �i � %a.� � � � {J u� cu W� � y � �C ����_� � � � � � � � � � � � � � C � �. � o w w � ° � � v � � � � O 4: � � � r,� �. �,-����o "���o �m � �� }p�� [3 � � � 4 � Sp Q �a � � � � � � � � y �p G N � � � � � � � � �'�`o�� � � {J 4' � w � � � G7 y� S} VJ 1} U} � C � .` C C j%1 N � Vi S3 �] � u] �� � �� �W U ���i� ���m� ��q � �' ��' �rr .a � a �'$�'o� � �j � vl � � � .w � � � q�� � uTi � �� � � � � w � � � � � '� � o � � � � vp � f,7 � .� � 4 � �� � ? U} �n � � 4 � � � � � � �� C �.� � � X? � � � � � � i4 � �c� � �v� � � � � . �n m rh � �� �� df � ,� w � � � 4'� al C C F � � � � 1] � � �� c� •� s'�6 � � �� `4 � � � � � � ,� �n �� � � � � 7 � � � .� � � �� � � C �� O � U p Q �i � � � � � � A � � ° �� � " � !� .� .� � Y v � w � � � r w � � � e p � �� 44 � � � �� � C � � .� ,m m� � Q � e E� � � .� Q3 N y QI rn � � fa � �1 � C � c� � � C a ,�oA a �° �� � N � � .� � � � i � � � � O � s �4 � � � Ca � .� � � ,� H 6 � � � � � V � � � w � � ts ;� � 4 � N � � Y t� � � � � .� � !{i � � � � a � � � v e m Q c � m � � � � � a Oo � �� �e �� C7 � �a W� � m �� � � � N 0 � � � � � � � � � � � � Q� Z� a� �� � � �� Q� � � � U C .� m � � a N Z � � � w C ; .� d � Q � � C d � � '� � � � � ¢ .y v �= c� c� 3 � Q ¢ C} � ❑ ❑ � N C3 � � U � � � Q � � � O '� � ~ � � � � � H O � ❑❑❑L.J N m .� �. � � � N N 0 � a F � � O a � � c9 C m c O Z � � � 45 LL � � � � � U � N � j L Q_ . N � (9 � � Z Q � � C{� U .� � � � C �N � � U U {p � ❑ ❑ ❑ � U � � U o ¢ �o � �- a � �,��'-. o Z � O � ❑❑❑❑ �. Q � � .� m � a a � � � � a O a fA � f4 C � C O Z � � S� � N LL � N ro � ❑ U �(q C � U Q � N N � � Q � � C U .� � ro � N{{{ppp U � � ¢ Q U � ❑ ❑ � U � U ❑ � � � O .. � O Z � m s r� ❑❑❑Q Q. � � � m v .� N 0 Q � � O a N4 � o �► Q ai � 1�9 � � � R N � � � � � �j v, � w a � � N N r+ 1!1 � � � W d � R C � � � C�a� � � � o � . e � •� � . � � �•- w. � � S � Vl � G� � N � O� � N'� O� S � "� .� � O � � � E O � � � � O � a �. �, � m a � W � m e �,� �, 00 05 I S N 0 .Q O m :� � � � � � � � ^-i � O � N � � �zb ��� w 'b D � O � Q aa �u a N Q d � o � W � � �a � Q � � � � � � � � � �A� 7i0 �� .� � � 6 a .Q Cd. � N � � � � 8 V L � � � � ° � � � � � � � .� � � a � � .� O � d .� v � � � a� � � C� � � N � � 00 � U N � V � C U � � U � m � j U m � � i m � j C m @ �'� N .— N . � � QY � r�' m� � v�i � u�'i � u�i m E .A Z 2 z¢ Z 2 � Q Z = Z Q Z 2 Z Q � � � � � � � � � � � � � I� a� d m m � E ro � � � c � � 1E N V N V d7 � 47 'V 6 LL �� LL � LL N � N � ❑ Q � ❑ ¢ � ❑ a � ❑ a � .y -� -� �a �, � C � �, � _ � �, � � ° �, ; � � U lO � l� 7 , 7 , 7 � a a � �¢ a ci � a a � � ¢¢ � ❑ ❑0❑ ❑ ❑❑❑ ❑ ❑❑❑ ❑ ❑0❑ � m m � � � � � � � � ❑ ❑ ❑ ❑ a 0 0 � o 0 � v o0 �� O L m�� O L ��� O L m�[r O� � !- ❑ °� � �- Ax m a� � i o Z� Q ',�03- o� I-X- O :a' ❑ Z h O ��1 Z� O � ❑❑❑❑ � ❑❑❑❑ � ❑❑❑❑ �j ❑❑❑❑ �� � � � � I N W � � A � � 7! Vt Vi N � � 6S � 0� G1 � � � •� � •� � � � � � � � c°'i c°1i � � u 11J � a � t/�1 �Z' {� � � j � U7 � W 4 � O � C 8 C O � � � d � � � � � A � A a A a A a � � � � a � �� � ., 8� N W � � I � � 1 IJJ �' � � � N � N a� �° a" �� � � � o � � � ° B� � e � � � � � � X V � � � � � � � � �� tll re <IJ Vi r.0 f/1 V1 w N N •� � . � d N . � � N . � � N . � C GS � � 1� � Q� � ,� t� � G! d ' e6 � � � � 16 L �`� r� V � C k. � �Y 6 � w+ �fl� 'ti O � � �vJ � O � � �vJ � O � Vl '� O � S � �e �� � a � �� o � °� .�� � � � �� o av � � w ta av @ a uJ c.� n� � u cs �� �� c� OD OS 15 0 N 4 0 i `� � � � � � ��� UQ�° �i a & � z a � � C a� � �ro ��6 m � 0 N ¢� � b H ,�, W � � U a � 2 � � ��p M/ � �� � � �l �� � � �J. Mr�� 6g t� d� �4 � W J � � � � � � o � � � w � � � � � � � n� o Q '� a U � Q Z � � � � S� O � � .�..r L � 4 cL�u � E!j � � � � � � -� � u� � � � � � � � o � � � � �� � � �' � L� � � � � � y U N � LL � � � � � � � � O O O � C C C Q Q Q � J (� IB {0 � � ❑ ❑ ❑ � t0 tB IC � � � � a � � U � � � O O � O V � _ � � � � ❑ � X" � �.�� m •���� t�.f E � � U I� � c�lJ G} Qy ca w" -N -ca � � � ro � � � � � � N N t�n O ��"' � (6 � � � � o � N � i���a o��axi Q o � � a� � �O � L •fl L � N Q- U �` � � � .�C � � — Q v,� o L ,� U � �i � CC �' � n � � ar a Q Q W m � � � c a� � .� '�n �e�m .s � .� � O +� N A � � � � � � E O � � � ��-a o �e°�'.� S�/1 � � U � � CJ a � � ro vi � ~ � — O � �y� � � � � e � � U � vi � � N O � � � � p � � � � � � � � O Y � � � � � � � � �� o,�=�� � � � � � � � � � � � o � A�,? c � 'S] f6 (q •� � � � � Q � � � 6 � � ��.. {0 � U �..+ � Q�, � L w C i-- � � t � N C L � Q ❑ Q = ` � � � � 3 � d +� � � �+ . � � i� c � 3 " o ��3a�� L � U� -N L "� U � � � •� fO — N {B Q � � �, � c o •� � 3 c� "- � L � � �� � � � p � N {Z C] �} fn `� � (II •U3 — � o a� �u'm�'� �: � � c�-'c '` � ro � � " � Q �i cU� -�--� �... c� � cU�' � .� O OV N CY7 � � � � � v �'� �� �� a� ~ � � � c � � � � � � � � � p t ��-�c�� �, �_' � �= � u� U�o4-�a� �a���oo � � c as U'O -�n-� ° ��_� �a� .4 � a � � � O. � � Q � O �mH �"'s=� N � � � O N C 7+ y � � � � � � � � � C Q U � � � � C � � L ��p.M o „� V U C � `~ � C � � V � oo�,��.� C � 0 � � � � � � � � � N � � � � � � -� N C d � � � � � N ,�C (� � � � {�'j � � � � � � � A — L 'L7 � fA = � O N V q) � '� u) � � 7, W � � O �'" a � � o����� �y . C �"�� ���'�m� 3 � � III � U � N .m U � O � � � O � � � :w � � �+ G � � � X •— C E C f4 C6 .� � � � ��X'C N C C[l � a� Q. Q � 00 OS 15 N 0 N 0 m � � w � � � � � '� � 0 � a � � F� 'C � � � � � � N � � � � � � � � � a ��+ � � � �o � �� ��� ��'z a �z� '� 'o � ��d �� b N � � ICS � y � � � '� � N � � y .� � � � � � � � H V B C O .N .� a .� � W N N m c .N m rn � � � X o � � � U � C � '� D � �� g p � ti co � � ZI N � � 0 � y -� .. i` � ro��� � dt�� is ��}d �V��� - �"� ���� �� ��� ���� �u�ir��s� �quity �ivisior� �ec�d Faith 1�ff�r� ��rrn 00 05 I S ����Cb���� �C r�a9Q i O'f �i PRIMElOFFEROR GhecEt applicable box to describe COMPANY NAME: PrimelOfferar's Gertification Business Equity ❑ Non-Business PROJECT NAME: F�rm_ ____� E ui Fi�m �a1 � �ond, Y��r � - ��nYra�t 13 BIDDAiE Business Equity 6oal: OTferor's Business Equity Goal Commitment: PRpJ�C7 NUi�BER 14 0�o Q�Q 101475- i If the Offeror did not meet or exceed ti�e Business Equity Goai for th➢s projeci, the PrimelOfferor m�st compiete this form. If fhe �rimelOfferar°s mefihod of compliance wi�h �he �usiness �quiiy �Soal is based upon demonsiraiion of a"faood Faifh ��or�", �he �rimel��fer�or will have the burden of cc�rrectiy and accurately preparing and submigting the documentation required by the �iiy. Comptiance wi�h each i�em, 'I thr�u 10 below, shall safiisfy fihe (aood Faifih �ffiort �equiremen� abseni proof of graud, in4en�ional andlor knowing misrepresentafiion of �he facfs or in#enfional discriminafion by the �rimeJOffierar, Failure to camplete #his fiorm, in ifs entirety with supporting documentation, and received by the Pur�chasing Division no later than 2:00 p.rr�. on the second City business day after hid opening, exclusive of bid opening da�e, will r�esulQ in #he hid being considefed non�responsive to bid specifications. 7.) Please fist each and every subcontracting and/or supplier oppor�unEfy �ar Ehe complefiion of fihis project, regardless of whether it is to be prov'rded by a Business �qui#y firm or non��usiness �quity firrrE. t�0 R�O� I�IST AlAf1��S O� FfRWIS . On all projecfis, 4he PrimelAfFeror must Ifst each subcantracting and or supplisr apportunity regardless of 4ier. (Use additinnal sheefs, if necessary) �ist af Subconfiracting Opportuniiies L.ist of Supplier Opportunities 2018 Bond Year 2, Contract 13 City Praject No. 10i475-1 Addendum No. I Effective 01Ifl112021 00 DS 15 AT'T'ACF;f�A�hl� 9C I�age 2 of 4 a.) Ohtain a current (no# more than two (2) months old �rom the bid npen date} list of �usiness �quity suhcontractors andlor suppfiers from the Ciiy's �usiness �quity �i�ision. � Yes � No Date o# Listing 3.} �id you solicit bids from Business �quity firms, within #he subcantracting andlar supplier areas pre�iously listed, at least ten calendar days prior to bid o�ening by kelephone, exclusi�e of the day the bids are opened? � Y@S (If yes, aftach Ilst to include name of Business Equity firm, ep rsan contacted, phone number and date and time af contact.) � No 4.) Did you solicit bids frflm �usiness �quity firms, within the subcontract€ng andlor supplier areas pre�iously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? � Yes {If yes, aftach tist to include name af 8usiness Equity firm, fax number and date and time of aantact. In addi#ion, if fhe fa�c is returned as undeli�erable, then that "undaliverable confErmatipn" received rnust be printed directly from the facsimife #or proper documentatian. Failure fo submit confirmation andlor "undeli�erahfe confirmation" documentetian may rer�der the � �;q GFE non-respansive.j 5.) Did you solicit bids fram �usiness �quity firms, within the subcontracting andlar supplier areas prev�ously listed, at leas4 ten cafer�dar days prior to bid apening by email, exclusive of the day the bids are opened? �'Ygg (Ef yes, aitach email confirmation to include name of Business Equity firm, date and time. In additian, if an email is returned as undeli�erahle, then that "undeliverable message° receipt must be printed directlyfrom the ❑�� email system far praper doeumenta#ion. Failure to submit con�rmation andlor "undeliverable message" donuenentatlon may render the GFE non-respansf�e.} N07E: TNe three m��l;:.�sis x��d^*:fi�d ak�^.� arp a�c��*.�Sal� fflr 3�I�clt�ng i�ids, a^� s:Vi� selected ;r�lE:e�d re��st be �.��plied #� l'h� a; plica��� c��±r��t, '�he �rime�Offerar m�$# doce�merot tha! ei# �er at �sw5: :r�yo attP*ri�4s �;sr� made us�nt� two of t��� thr�e me�h��+� or ihVi af �e�st c��e s�cce��#ul �c�nta�t rrvas m�de usir�g �^a �f the ti�Yee r��th^da In ordsr to d�emed res��r�sf�� lo t�a C�vod �aitY� ���rt ��equirerr�er�4. NC?'i�: The �"r's^:�1G��+ar�r rnu�¢ cvra#a�t tk�e ��tire CiusGr�e�� ��uity E��t ���ci�c to sach gu�;=�•,*r�cting and �upp!8sr r�p��rt�nity tc �e in ��mpliance ��rith q��s#baxfs � threi 5. 6.) bid yau pra�ide plans and specifications 4o poten�iai �usiness Equity firms? � Ye5 � No i.) Did yau pravide the infor�ma�ion regarding khe location ofi plans and specifications in order to assist the Business �quity firms? � Yes � R!o 2Qi8 Bond Year 2, Contract 13 City Project No. 10]475-1 Effective 01101l2D27 Addendum Na. 1 ooas i$ A►1TACbM�PdT 1C Page 3 of 4 �.) Aid you prepare a quotation for the �usi�ess �qui'#y firms to bid on goodslservices spec�fic to their sf�ill set? ❑ YE5 (If yes, attach all copies nf quotations.) ❑ WO 9.} 1,Mas the cantact information on any of the listings not vatid? (If yes, attach the infarmation that was rtof valirf in order for the Business Equity Division to address ❑ YE5 t�� corrections needed.) � WD 11i.) Submit documentation if �usiness �quity fir�ns quotes were rejectecl. ihe documentatior� submitted should be in the firms farms of an afFidavit, include a detailed ex�lanation of why the �usiness Equity fir�ns was rejected and any supparting documentatinn the �rimelO�Feror wishes to be considered by the City. !n the event of a bona fide dispu#e concerning quotes, the Prirt�elOfferor wifl provide for confidential in-camera access to an inspectinn a# any relevant documentatian by City persorenel. Please use additional sheets, if necessa , and attach ) _ Com an Name iele hone Contact Person Sco e of Work �eason for �e'ection A�nlilOfdA� II��ORi�iATION; Please pravide additional information you feel will further explain your good and honest �fforts to obtain Business �q�ity firm participation on this prajec#. T'he �rimelO�feror fiurther agrees to provide, di�e�41� �o fihe Ci�y upon requesf, complefie and �ccuraie in�ormation reg�r�ding acfual vrork perYormed on �his �anfira�fi, fihe paymenfi fihereo� and any pr�ep�sed changes fio �he original arrangements submi��ed r�i�h this bid. �'he F'rEmel��eror also agrees fio allovd an audii� andlor exam�na�ion of any b�o�ts, re��rds and giles held hy fiheir company thafi rw�ll subsfiar�fia�e �he actual w�rk pe�Formed on �his confra�f, by an au�h�r�i�ed officer or employee ofi the Cifiy. ,� �idder or Contr�acior ►wha intenfiionally �ndlor knorwingly misrepr�esent� maferi�l �acfis shal! be �ebarred �or a period o� �ime �f n�� tess �han fihree (3) years. 201 S Sond Year 2, Contract I3 City Project No. 101475-1 Addendeun No. 1 Effective 01l01I2021 00 OS I S Ai�ACbMEh�T 1C Page 4 of 4 `ihe undersigned certi�ies �hat tihe invormafiEon prodided and fhe Business �quitiy fiirms lis�ed waslrFuere con�acted in good faith. i� is unders�ood fihai �ny �usiness �quifiy �irms lis�ed in Afitachmeni �C wril! be confac#ed and �he reasons for n�� using tihem r�il! he deri�ied by �he Ciiy's �usiness �quifiy Division. �euthoriaed Signature Title Company Name Address CitylStatel�ip Busirtess Equity �ivision Email: DVIN BEOffice@fortworthtexas.�a� Phone: (817) 392-2674 Pr�nted Signature Contact �fame and iitle (if different) Phone Nurnber �mai1 Address 9ate 2018 Bvnd Yeaz 2, Contract 13 City Piro�ect l�o. 1O1k75-1 Eifective 01I0112027 Addendum No, I FoRT �VoxTH 00 D5 15 ATTACHMENTIB Page 1 af 1 �i�y of �'or� leVorth �u�ir�e�� Equity �ivi�ian �r�i�ne �ontr�a��or li�►���+e� ��rrn �'ailure fio complete this foem in ifis en4irety and be received b� the Purchasin �ivision no la4er �han 2:Q0 p m, on the secand Citv business dav after bid openinq, exclusi�e of �he bid openinal da4e, witl result in the bid beincl considered non-eesponsive to bid specifications. _ __ 11Vill you perform this entire con#ract without subcontractor�s? � Y�5 If yes, please provide a detailed explanation that proves based on the size and scope of this ❑ �� praject, this is your normal business practice and provide an operational profile of your busi�ess. lll�ill you perForm #his entire contract wifhouf suppliers? � Y�S If yes, please pro�ide a cietailed explanation that proves basec! on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. � iV0 The Primel0fferor further agrees to provide, directly to Yhe C9ty upon r�quest, complete and accurate information regarding actual work perFormed by all subcontractors, including Business Equity flrms on this cnntract, the payrr�ent thereof and any propased changes to the origEnal Business Equity firm arrangeme�tts s�bmitted with this bicE. The PrimelOfferor alsa agrees ta allow an audit ancElor exarnination of any books, records and fiEes held by their company that will substantiate the actual work performed by the Business Equity firms on this cvntract, by an auihorized officer or employee of the City. Any intentional andlor knowing misrepresenfation of facis will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for i�itiating action under Federal, Sta#e or Local laws concerning false statements. Any failure to comply with this ordinance creates a materia6 breacf� of contract and may result in a determination of an irresponsibfe F'rimel Offeror and barred from participating in City wark for a period of time not less thar� one (1) year. Au4horized Signature Title Company Name Address Printed Signature Cantact Name (if different� Phone Number Email Address CitylStaie2ip �ate Business Equity Division 2D18 Bond Year 2, Contract 13 Effeative 01I0112U21 Email: DVIM_BEOffice@fortworthtexas.gov CityFrojectNo.101475-1 Phone: (81i)392-2674 AddendumNo.l If both answers to this farrrt are YES, do not camplete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form musf be completed and provide a detailed explanation. If the answer to either question is NO, then you must complete ATTACHMENT 9 C. This form is only applicable if both answers are yes. �ORT V���`�'I�_ Name of City project: CITY OF FORT WORTH Joint Venture Eli�ibility Form All questions mustbe a�swered; use `1V/A"ifnat applicable. 20'18 Bond, Year 2- Cantract 13 venture fonn must he completed on each project RFPBid/Project Number: � 01 �475-1 00 OS 15 Joint Venture Page 1 af 3 1. .iaint venture infarmation: Joint Venture Name: Joint Vent�re Address: (If applicuhle) Telephone: E-mail: ax: Identify the firms tl�at camprise the joint venture: Please attach extra shaats if additiona! space is required to provide detailed explanafions of wo�k to be performed 6y each firm comprising the bint venfure Business Equity vn-Business k�rm Name: E ni k�rm Name: Business Firm usiness Firen ContactName: �ontact Name: Business Business Ad&ress: Addxess: Telcphone: Fax: Telephouc: F�� E-mail: E-mail: CBitiiiCatiOtl Stal�13: Name of Certifying Agency: �. Sco e af work erforrrted b the Joi�t Venture: Describe the sco e of work of the Business E ui �rm: Describe the sco e of work of the non-Business E ui iirm: 2018 Bond Year 2, Contract 13 City Pzaject No. 101475-1 Addendum No. 1 Effective 011U112021 OQ 05 15 Joint Venture Page 2 of 3 3. What is the percentage of Business Equfty %rm participation on this jnint venture counting towards the praject go�l? 4. Attach a eopy of the joint venture agreement. 5. Lis# camponents of ownership of joint venture: (Do nat complete if this informatinn is described in joind venture agreementJ Profit and loss sharing: Capttal coniributions, including equipment: Other applicable ownership interests; 6. Identify by name, race, sex and firm thase individua�s {with tit�es) who are responsi6le for the day�to-day manage�xtent and deeisian making of the jaint venture: �'inancial decisions (fo ir�clude Aecount Yayab�e and Receivable): Management decisions: a. Estimating ------------------�--------------------_-_------------------- b. Marketing and Sales -------- ----------- --------------------------------- --------- c. Hiring and Firing of management personnel --- -------------------- ---------------------�---------- d. Purchasing of major equipment and/or supplies Supervision of fxeld operations The City's Business Equity Di�ision wili re�iew your joint �enture submission and wilf have final appro�al of the Business Equity percentage applied toward the goal for the project listed on this form. NOTE: From and a�ter the dafe af project award, if any of the pariicipants, the indi�idually defined scopes of work or the dolfar amounts/percentages change from the originaEly appro�ed infarmation, then the participants must infarm the City's Business Equity Di�ision immediately for appra�al. Any unjustified change or delstion shall be a material breach �f contract and may result in debarment in accord with the procedures outlined in the City's Business Equity Ordinance. 201 S Bond Year 2, Contract 13 City Project I�o. 1OL475-1 Addendnm No. 1 Effective 01/01I2021 00 os is Joint Venture arFiuAviT The undersigned affi�rns that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to pravide to the joint venture th� stated scope oi work, decision-znaking responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary ta determi�e ii the joint venture is eligible. Failure to cooperate and/or provide requested infarmation within t�e time specified is grounds for termination of the eligibility pracess. The undersigned agree to permit audiis, interviews with awners and e�amir�a�ion of the books, records and �les of the joint venture by any authorized representatives of the City of Fort Worth. Failure ta comply with this pro�ision sha11 result in the termination af any contract, which may be awarded under the provisians of fhis joint veniure's eligibility and may initiate actian under �ederal, State and/or Local laws/ordinances concernin false statements or willfixl misre resentation of facts. � ---- _ -- ._.. ---._ ...... Name of Business �quiry Firm: Name of Owner: Signature of Owner Printed Name oi Qwner Signature of Owner Title Date State of On this Name of Non-Business Equity Firm: IYame of Owner: Signature of Owner Printed Name af Owner Signature of Owner Title Date Natarization County of day of and 2a �� before me appeared io me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized ta execute this affidavit and did so as their free act and deed. Notary Public Print irFame Notary Public Signature Commission Expires _ Business Equity Division E�nail: DVIN BEOffice@fortworthtexas.gov 2fl1$ Bond Year 2, conc��� i3 City Project No. 1D1475-1 PhO�e: (817� 392-2674 Adde�dum Na. 1 (sea1J Effective 01l0112021 ZG9i-51 SGM)Z'X � ¢ : o � ei��s � ��.i� "t � ���5 � '� - ,.+1` j... � N z 4�a� : _� ., ���j��o � � ° :z�=o�}�� o : � ��.�i,.p � � �eemgyu �m'���v� D g��s€����.����'ag��� ' : 5 �iF �i: ir S "b ;�� '" ef f��";a� ' a a, : F�� _ � . _ ' ' _ _ -. . _r_�i— ' _ - _ _ _ Y4�9Y� „�t `��;; g �� N l$r��a` �� I �� r � _� '. _ _ i� � �1 g p ��Si:S;'; ,} . � . ' E �yG� � � �i w ) • I I xT �� e �8¢` � ._ . l�] _ � : : ��:_ x . _ � � , r .i£: x; ,�.'inFi'n � I ; - -'��,� k'`�` � �,�I i I `9 r � ,I ';X� �'� — <,�—I F � �R 5.€�' 'o�a �sar� I 7 I fd e§, � � �c � a+ 'I . , .. . � � ' . g '. '�a, � z 1 _ I L�. wg �`�'7� �. i. a�st� �� I' ' � Gi I � � . ; �l � '�' ' �3 � � i `{ ' � II— � a: � z a ' , W � � . . ; <? ' . . _;4 L, m , �5= Y�� . � �� : � �;g r.� �3Y `� �� ' � � ; =�o �, � � �� -�P . . . E;Y � [of, 3� s�` a�� � � �a.�\ � .Y._r__,c_ ! .. �. i - "'�F'..�, ��i'' [ . ,1 �r I � ;s ��, o n3 49 $' � � � � -I ���� ���— i�. . I &F � S �.'I^ ] I -�Y ��� �_� . " ' .. 1'tSS� _ ` � F i .i N N ii = �: f' [ F O � �: C � _ � F C j. T � � � � r � �•� g J L ��na t c.<ti F I�iOJ - Z �11+�,1 df�lOF] A[ OZ , �, � UO 05 15 ' c� �� ¢ z � � zz � N "N � a� � � O 's �a y � O � � N � � cr p � u.l R �� V �' a[i r� 0.�', K � g ;o��o Q i F- a [.0 �Y F : H¢ q � �• rZQil < � � p�, C n [` � �n i � �' °�.° � C] � � : � °�' � ..�¢ ' � � � o 0 c � .._ .. i , �� �1'.�. : , ,y �,�, t . . � � .:.., ' � � t _ i �'�i y F� - � � .. � � ' � � � � §�..� �Ss � ---;5`..f '" 'i' . � q . '��` - ' - ' . `1�- ;iL y zG9z-� scrvz-x E[,L�V2LI.bIO� - Z NN9X QI�IOH BTpZ 1.= e i �� m� V � �7 �., �� I � � ? � � e �= p ° - �n '2r '�^ O -' � � N N � �e �r��nm � � �, �i� u, �I � " _ � F N „c �� �f a „�w� ,.� �� ��� � F � � V � � �� � re�� � v ti �o�q �F� app,a � Z t � ao� o�z� m� �- r a� F >� � d O LL � � O ai� {� a< ':."' � O � �U Op� � m � � � : �.; ��-��� � _ w � � ;�� ., -� m � 3 ¢ � � 4- � � ��gF � . -$ ��� - ' � � � p� ��� � 4 I `� v"", � - � ' cy �_. � O b �.w 'f�„`�a�" w � 3 " "�� z ,-�-� �m :��� $ o � F� ��� a � � wY� y 3 �' � ��-- .� �� � i F+ �p 4� O���J � n � ;` '� + „�oo x - 'o � �g u � �� Q � � � � �i���l� L�' '�' ,��� ,, r�` ��x� �� � � � _ � � , � a3 - r � .. 6 5 � � � �T �m � ' " 1 I�t .T���..::�: f�-�� �� � I � � o���Y� � � �� . . I . . I } _I-_- ";��1 a '� ..�a,... .. ' .. .. . � . - `_ :... .ii �... �.�. --- � . ._ -= , _, � i ` . I, {-}:_;... _ �� � � �� F�` � _I . � . . . . ' . .. . ' . -_ � ��� i ps i #�� � i ' � � s= a�a a� t�� . .. ... --- � .� _ y � ... _ . ,,� ,� `$$ ��� 8�y��7 �u - ���x —_'�... . . . .— . . --, , --I � � T �I� ;.-, ��8 � ������ � a ;Y�'S^' . . . , ,.I I � � , i � y__ � �gE �,`������ � � s E ,�''� ��:{ ' I . I � I i ' _ ��� � 7 � ,�_.._.'_� ����=�� �� � ��°��� ��� ���� � � : . � . n, . . . _ _ . � � , � �..:. � :�� � � �i � �� , . �.�.� �, = �' 4�..r . � r.... II � - .� ' 'I I l �%Jr""�bl�" b' e'4�' -,�n ,����-�p _. I . � m �_' �. � _ _ ' �#� �- . '. '. . . . . _._L_ x F ____ _ . � �� -. : Y�1 ..t- I..� - _ _ :�1 � TI _ ___ - x M1 � � ' ' � rnraa,ov7 � _ . . . �, � � � . . , + -_ . .. . _ .. � ya�sa.sia7id�xvv[ ',�a � . e.��- __— `•�- ��,c. r� aF �i-_�I4�r�'i'�•.- `���,+'�'� _ � i ' . - - _ __ . . --- ---= t�•r =_— �- ,��� . . . . -- 3 � . ... I . --- - 1 � . ���r� - � r �. �� - '� � r,. '� I�� I � I�. f� . . , .. . �: .i . . I __ „�„.�..,� 'i __., _�� � � f f I : . � I 3 � `. ! � ' '�� �5 ���,i �� jwE�d ���..s� ' i.� I� I� . � . '" � � .; .�R . .. . . i - , d� i`4 .... . ..+... . . � � � � �F � � ? �- �' �e t y , a�. �g s�zy'��g � � ��� � � +�rf' � � $L�r �� ' -� � - -' 9 � � I I �� y � �1R8 I I - s � _ . . _ _" � . . . q �y�' � � '�j5 �ig� 11�' I I � �� � r ,I� ' ' _ ����a� �- � . ;. I ��� �SY�� �� I I ri�% . J.' F � . . , _ — - ,'�3r��g�_ I'`',J. 'a g �� - - ��x . ' . . fJM1�,�� . . , : . . � . . . ��i����k�i� i �a ����� , ��'��y � ..� i Q'.J *♦ '' � �iL : �L� �:�. , E �jIjJ � . .._- � i S' ! � t.0 �.L . —..I . IJ.� a�9� �I � . Q ,n:a.` �...� , . . . �_... "___��_�� ' � r :��� ' � � _.. . ;f'f� �� � .._�.` i -.�_�_. . � ��� c �j�r�' � �f�: � ;��f�#� j . . �....�... ,,,,, � � �,a �' � .� � Ic�� � � . '�i�`� � . _�:.. ��-� , _ , n _�, � r� Ir � � � I� i �,r„ . , — . . . � . - . � v, � ' - � i `a — - - � � '��# I�I � ... F� ...— � .'i ',�� �'� i.F 'Tas�yr.L'.�Y� I ,' . ' . . . �._,._ � . , . { e�� �. , . ..._.._._ ... �� . -� - �- —�' . . _ __. . . - �- --- n ���. � �� �� l ����� ` _ . . , . � � . - ; . . . i �- _+ . --- __ , � � � . � ..— .. -- � I � 8- _.. 'I .��..� � . � ., . ._ .::'..°.�., I I� '�,.�-�,-�" � � . . k . � � . . . � . . i _ � - ; �-- � --11��_�---..,_-i � � __ k ; _ � , � -----" � � ------'- + LZ.L��IS�eS . . � �- . .i�i'J.1'1i[�'�t�y . .---. 9i�+L�7.�.8HF�II`IIi�LdY1i . i .. . . "t��LL'J.`�TPtif'I?;Itiyil - _ .. . _� . _ _. . . _ . -, ' -r- ,.. - - —+ ! I- - - �=--' � I ' , i . --' ---.. I � I---- � � �� 1 — � ii I- --�, ,.i. .I i . . - , , � . - . : . . . i _ , ; . . _._ o q ` , �;.; .. ;. . .. , , . -- - �,w � � � e ��W; z. „ , � . . . _ ' . _ . . _ �� w �_� �� w � y � q . _. . -�— - --- � I : -. �.... �Q4- � z�� �a �' �¢z� ' . . --- - . . �- -..... __ . ���� ""�`"N� ���w� �� a�a . . � - � I � -- - . , ..— _ . ' I . . ' ' _ ;��� ������ ������a��o-z ��� : . � � . __ ; I I , . _ � ' _ �<'���g��"� ��'��xw�ai �"� i _ � ' _ I ' I I„ ; : � i . �����.=�a�� ,�°��.��W N i I w x , �}�� - �, �;a4mz '�oaea�k=' �a�,���z�� :- - -- � � -" � : � . _ . . . . . ..� . '_,,,� �_,� � � , .. -.. �=�,�2a � . . _ : � �,� ��P� . .. . — — -- -- � -- . . _ . . . .. � ��� _ Q � , .. , . . ��� . , ... . o�� _����� �,z �W � � ; � � . . � . . .�L1-'�*�4�i�V?¢�:Wii�50.2 I . I _ � ! I , � . �'ry _ A � � � 1 . �. ^ � � � I . . I . . 1 . I . i . f . . . . � — � � � i � ' _ . . . . � � I . ... .... .. " ""._. q i ' . . . . .. " " _ �� m 1�0 � 00 OS 15 zs9z-x sbrosz•x � � � � � � $ � i � � � � � � � x � � �� z�� � w a g ; m • W ��s� ��� � � `i'i� `a�' Ywq _ a3 xz ��� w z o�s ��$ �z �R� - i �� �� � o ���� ���x: w ���� a wz ar� �, o�,� €_ ;_ � ooy�� �a�e� � � �� � � g� �W� ��_ Y� ' � arW�� `������ �;�� �� s �$ ��� � y ���4 r 9� �=o a�a�< �n�Wa�� ������=c� t �� _ ����_ ��' s ��2�a��Qo �,�� ��� - oN�,o�t;�w��JY�oya„m�,��� �����_� -1 � "s������w�'-� P � �� oS��a-eQ -+. i&��'z��Q ��3��'����w�� � ao��Wxs� � �a�o��N�aw���a4a���°az�a�8�a��'8v _.�.�. 9z.�a�s �as 9�+L d.LS HNIIR�.LdIN i -- � I i� --- � �.'_ �� r-- � - ;f-- - ---�' €� � s��� � ~ a� ^��A ��� i � �� � �s���r�e �;�, �� � �������a�$� � ������� •��� � e I � ������e��� R i �� � � ��I�I [ � �3���i�$ 1 �4 f �� �.. - � � � � �#- � � i k� Fa. , �s { qE �e R-$� '8�� "��"i f I �_k L � . _ .� _ m�` ,n. _ .i�� I- L-' - - -��' � �_ � , ,o � � � � i I I I � �t i�v�.n�o� - z xva,� auos s3 nz � g � � � 00 05 15 � � M � � y� ��<s O z-' �j u7 " n Q � .a ,a� 'FatlN� � 3 �a U�� � ^ n .� y � � � Op �>W �ppp � � � � so � Fo-' �$N� O � a�.� N0.� � � � �d �� ' � ' N � `"%�e� F d O� ��� � � o 'w��3.z o� � W � � T °�� � a � H c°'. F�> �' a � . � 9q"'a"H" "-'" w � ��� � c^��rem� � '- i w¢ F"� �� R�. vai ,���U � _ _a� � o r " a �„� oY ��� 4 � � � �o�o= � "�Q^�Sm'°G � � i F O �� �N� � � a � ��N"g 6`�}�'nm=$° ''c m " � U c�j� � � ��` ����.'��4 _ � a o ��'� c~Ov � V� 'ih�o�V� �SZ�fS�Vo '. �'<u - I�' � 1 w_ u�&������ �c�zui� �n! � F ? a : � i . � !-�' _ -� � � � �` i T • . , � . . � '-� : .. I I . . �I�...' . � . . { ', T . , _ � _ + �.. � . - — � �.f '� ' r . �.� .__ ,. _. , .. .. �� � _ ...� - -�� *-. .._. __. � E_. , f � - - ' �� T - 9Z'S S � �� '' � —1 -� � - ; 9b+' V _..: i �__ ;.. ---r—� _ L � �f� . --�-i��-. .�']-�. � A-. . - . . - � �����—�',��. 1� �—=+i� ,r� � ���� � � ' "� : � _ +_ I - ��. I , ' � . . . � : i— i— � + � I �- � . ,.. , . . . .. � �-. , -� <� : � �.__..; ;., . � ' �x �- � '� �� ?ti'� , � � -T- :- +-, _ �_ a . -�-r --� � _ . ��:� ; , . . , �,� � �.�I- 4� . �: �e o ,. . � I' i �' . ~ � � . . T., ..' im� w : ' _'_' '_"_.�_.. . _ .--�:-� �� _.'_ ! ." . !� � j f�?��- . ' , � . . � _ �; �. i _ � . - . --. ,_ �a i_ _... ;_ - - �6 � .., � j� i ; _ �, , . , . a -�� ��- �� � �� . � . , �, — � �:��� � :��... � N�� _� �1_� , .: ti �. _. � . . . ; , ' - � —�g�� 1— . �_ . . ..,. �--�? _ . � '" � ' -,'-'� ? -�-�` . . ; . . . - . '� ,, } z ' _ . ' . � � . � E L.1-T . _ 1 . . . .. - _ { i ,_ _ � _ --k� - ., _ � � �I- - . i . i . . _ _{.. � �: 1-;� I � . ' � , _. _ � -.._. � � � T -3. , � ' Fi �_,/ " _ I ' , - �, ' � �' �,. 1 Y t1'0� 9 1P '� Y f'i� _� I� ., . . � I ."i"�.;"'sr-rt � : �'1� . �� �' 4 t ' � ' � . I n'" . � , - - . . . ;�.. ,. . � . . � _ _� : � ; �,"�;� � : .._ : � . : � � : _ ' +���: � . . _ ; � ., ,,, ., �, F �� y I �cl E � . b -- . "_y�' .._.._ j .- . � '.___' ..._. _ ._.-. -. ._. � � - �sY ��� - : : . . ' _ . . . . I ..t ...�- . '.� .�y � 1 �Y� � �y a� :� ���. � . . , ; .. � �, , . . �.,;, � ; i . � . �, - . . . i -- - � { ';-.i.� � il _ ..�. ... f -��-� . . ;. � - i� —.-1 ' � ' - ' � � �, " I ' ��xv�' � � �I4 i� �_ i , _„i �-�I . ." ;'I'_. -- . ....-i . 1 . . I . . E -F i --- F'. . . i' ��. _ li-- - - � . ---- � ... � . �-. . . � - ,— _.,..ex�.�='yfis.l��s � �- � _ _�� . . . � ,5��1�k V,�� �'� _�' . . : ��� 3 �q '����=a�F' b° - t� i i�i �' � §�� s5"��q�� $ � - �s ; � '� i 8� ���s�+ ���� � � �� - - —ia - e�j { oo � � s��� ����i ���' ! ,� ,��a s�bil i �� i . � 3- �`-� u � F 7 �ia - . � I �dg�� i9e ���� I I �!r 1 I I '€ag ������g � �:8�� ', --------- - F--- - ��� � � ; e��5�� ���� f � &�IF � � f�-- —� ----..— k ' I I I ��^� �� � I I I�� � .. �....� I I �p� .r�� o��e � ; _ _ _. � 's�i� �������$ e}�� i I I 4� N� � � �; ��� �j � F - �, - ��� ��� - _ _ _ � _ 6��� � b. � s•� i I „ � � i i ---E� �:�-_--� ` -----�_-�----- � sz i��rs a�s Lb+til V.LS �NI`1}[�SVJh rfivz-� ssrsz-x _ £1 .L�FZI.LLS(}� • Z 2I1�]� QNI08 8 [OZ � ry � � � -���`° � z z " �` � � � � � � ' - o ' ���� 3 q20 ��� a � N Raa"'s ,�j Y �� W I � ' � � i o � � � �_��� � � V Q ��� � a �i O € . �Q� � 2�$� Qi. I; u F,ov �"' P' �F �,W `�' � �..R_ �_"7��0 � }I ' S w ���� I� � '� � Q�m�� '3 � x.� NC+��� � � �'➢d ��;'�, � �j'� � �. �8 f M^�� `°zw� f� � Q0. d�� � 4 `o � � ��Z z . . !' �� ���°� � ~ n � �� �¢� � � g � � �Q> 8 !' ���sm o � o �h ��' I � � � ' � � '=��n�sm = � _ _ � � � a� ��� � ;5 � � '' ' ;�r�� =�x ��°",� ` � Z �,�+� o � � �� 33` � ^ N I�_��a w ��� gwc�o f`'a _ ��s� � 8_ ���LL�c��'i . --.� ' Yk� � o p ��T � � a� .�, N ���c�L`y , -�cwF `'y$Fm� �z $ p�oo . I__ � � -�.��'�. � ...i� �a _ `u� � � �o �. � � r ` 4�� " � - � — - . G N I T+ � � . C x � � �, o� ll � w , N N���,�-��5; �w�x3 ,���qp�a wq a'F'_��! �� � � -- � I i...� r�,e s�� � � ��$��A�' �i����� ����'r P ����g�a �— �-+ , �� �r _� I '..i_ . z � q�a���a� a �{ mg�y�k`� ���a�����,�� ��5 � � � i 'e'p r o�eF�������e��,`��a�¢a$� �� � �-2� -- - + , _� I � ... _ , �n �� �, ... o�, � .,�_ . �.. � ��� , �... � � � � ;��- - . , � : � � ,. . . : .. ..:. . . ..:. ���� �� - _ ; �� .� ... . . . . w { _ ;-�-� : t, r . .. . � .„� ='aQ�a -�� �� � ' � � , . _. _ . _ _... .�-. j � ' I . . , � ,� _,, . .. .. � ' : . . , , � —{ � � _ r; .i P ., v: r, m .—_I�.�. - - � , "-: - --.---[-, ._.� i .J�-_.. .. �; � . , • . , �- � ; i ._ _ .... � .._._ .._I _... � -r. 1� _f i �.. ... ! T � :...�i_ '_ ._ _I �. �_� . f...� � ...�..., . _ �. —'�--t � . � . . ; .._. . � . . - . � . . � - � .---� ..;_ � � LZ.I.HHHSa"dS . i7.I,J�il�ti �31,5 -, . -��,. L6+4[ �.LS �l�[I`IH�.LdL� � � 'f�1] ' �. : -- - --^^-------� ' , . �- ------- T----- � � - � - ,r � . . . .L:-"Ti V_I S ���ti2 _ �VDY �� , �fl�� _.L� � � o g ;•� , �:; . ' : : .;; � � -�i- �---- _. _ + '3 �,.�� . �� . ._ `.} ... � I��� � __ {`__. � � x��x � I' . . ;� ,l; . . _ . :- . . _ _ _ _ , . � � tl_>>� C ��, � �� _ ,1 ��� _�,��� � .. . . .,� . . . . _. �� w �d �j _ ':_ � �������_ ���--�,, I� �..n��{_{:�� � - � _-;� . � : ��•j� --��t :.'-.: -f,.. `...a _ ' __ — ��L�a��� _�, — I J7 ,c��' 5:I�3��� � —'J . . �. I i i� 6I i' . n i { .,_':y,�,-.� � r 3 4 ��� . �I �����= 3 —�4 I -- - � - - - - `^�� � - , I �I� r��Yl��� ������ 'I . . � II k Eir�I�Yu�i.un }' —� �'�i' � .I ( _ . _ . _ �� f �..�t� I } - III'r} I� ¢2,rr rr, . "# jr�' • . . ; ; : } � i' : � '� .' � j . . .� .�';�'C'.,,�,.ay I jl � R - .._ ... !i '�k�—�nur� ���• �1� � �iiiFr'�I.' . -�� _L, �� ���� � . � { -�I�,'r,- "--rr.i-���_�: 1+ I �� d,.d".�� � �tc �"�'� �� � I . . . ' . . A� �. -; -�- � r :� ��� 1�1 I' . ' I . . ; � �� � t+S � , � � . : . . . .. �� � � � F � Y �� ��:�; .=; r� ��� ���� �, i . : i .; ' �j � ,� . I�I .il Ij'A�'�ka I� !y � 9� '#'�� � I �.: . . . _ , .�. � R I��; v�a�� �� � r � �� . . . . i f. .q,xti�• . . . . . � , ! ' I 'a�� 1= ' : I a� � �� . j .._ p� J ��,� � f � � I �'_ ��3���� 11�'�fl �„- ---- � � , � �: � : � � , . . .� ^,���'� a }�!:' � � � I I � �� �.s i ,a:i-�-��-.. � I . . " . . i .. .. . _ —. . � i � { � 3 �� E �>S� ' ifi: �'�I�ri . . + .; ,,� i�,� . . . � 7� �....__ ,_. _ _ L= - � : � , _ � , . . . � - -_—� � r. II ; ..;!�;�i`�; � �r��l�� Y `�fk ���; 1 � � {I�� ' 1 I I �i�� �I �,.i' ':�I � . . . _ _ J' � � � ��,x�. . . . ; �i iti�. � � w �'.,��� �I� _ �,u I °g� - -L�. .. I ��; i�� I--� .—r. ._.. � y�a � ' � �46 i a — � ! � g = � i � .�•� 1 ��� 1 � �I �p� 'Y�f! j��8 �$ I I i � �y � I i�� �j I � I ' � ' _ � i h �� ? —.�1, I � � O . . _ � � '/I tl � a JJI � @� Y ��4�3�� I I- 4 I I yl I7' .A I." "" ___' . . .. � � � � � I� �� ��� �� ����� ' � - - - ' � � 4 . �'r' �l i � . : _ ' ' . : 'L �e .�J � -i �� � � I... _.. ^. _ . �$ a � �����'lyal'ill'' � .---�-- I I � — �� I �.I.-I- $ i '2i! �o I�E€1'___ �f.�`� 3 I �i '' I�; —.._. I— . . . .- axi i = � . h. +� ' J 0� � , r•Y}- � � � i � = , . . — - , -� � `�'. � .i : ��_ �i��_-:._ � � �� � �; . . � . � �� � ' �1 i � � � � � . I � I '� ,��� ! . . . � .1F . . �F +� . 1 . . . . . : a�.�.i l4 I -;R ------- —� .mm+a.,,�. ` . �i i i :. '§� I .:� s� :� y� �� -.. i _ �"��' --. . ..'� _,�i,-�a'��;i- �': . ..! .. i o, �.�, �_. 'i .1..0 .n� � ' r-._`������'', � �� +-. � ��� _���'._—_ _,�� :, �: ':;." ' �. r . . . .� � ; �� �+� . t�i ��� � � � � � . , ..; . . _ . . ,,,.. �aamA.. „b,n ;�.a,. ; ,.�m:� . .m. . ...; ,� . �,�.m. , . �.ry . . `_ �. I ; i . . .V ' � .'f�i� j , � �. � . .. . E I..I � I . _ . . . .-_.E_� � I � i�� � '_.l �.._: : . . . _;". _�.." ._ , . - ���,�.j. .� ,� : .: �.I� � �. . . . . . ; � ,__. � i . . . . . � . .,. .. .. � . .�. . .... � . ._._......_ . . o � . � _ � OQ OS 15 z�� x sbvvz-x � � g ° w y - p � � � � � � e � � � ��z� = w o � � . e • .. :�~ � b� '`���€� �� � � � - - - s�' : �. a .. j I I _ _ 3 i�� ; �� � _ _ — � � _ _.— _ I � t1� � .i �jld i � { f�� ` s�� I � i �i ��� 4 .. _.. _ -- -- , � g�� � •�.� � ,..,� � � � i.f' „„ � � - - - ��� � _!I- - - -- - � � ��;,„� 'di � ..�, �k[�,I�g � ,w. � �' f i i � E� r�va�.nto� - e�v�� Qrtoa aloz _ � r DO 05 15 �a » a ^" o�� ^ � � o e a o n�?=� o � �� � k, =y � Va�r> � � `i' � W O u; € ��� a� N �� N � W��� g � � �Q ��' � a o Q�� � �w�� �' � � a � a� �oWy � ° 'a :s� ., £ � � �rc a � a, Na�� w � zq��o� F�'�o< �� F a a�� �, 3 z� ��� z� a '-I��w c' 3� �-` - �� �i -`g��M` t-� OD d d � �< a W" <�N � z cG � a a �!5�,��. a` ��k'��� �m� ,�� ��] p O F-�r+� Ey,`'�%�� °' � s � � m' F o. n6�p�x ` "'^�"'"o Q a9i=�, � W E u d � r� �" L`� ; I p p w�a� s' F+� � 0.' �3� U y<���� � .�r�"dfi� � p Ed" p"'E"` ��o0 4� r �"�Y h�m�o�� < o-r.�b��N � - ro � � a" � �vi� � �-' N Y ¢`a g� � �e�m�3mm�0 o�nWr �°" ^ U R�. �[� w � � �� ��Gp�ab R m >x-��u x^ S°'^ � � o U�i �tov.��g n� g€F���a�� ;�.^,�w � �z °� N �¢'a"� E, ,�'" ��eo ��� ^��s�, �h� _ - �.; ., kc�'w �„��V:��� • =w ��-'�� F � 1 � � I k g ��,y'' �. _- � �. � ` � �L �� ,,� ,u '"".M '" �,a _ �. --�-- ! ��=�— � -�fi �- - � 5 �i 1 i�l � � Llrlf7l�yn . ---� �e . � . , � .. "� ������g . ; �� _ — _ _ E� �@ _�...�_ �'•: �-�- 7g� g I. �,I ��gE��a � �S f� _�. E� a� I:U "-�_ � ������ - �� - �I, ��- - -� �' , �� � : ��� __T �� � , t_ � ��..:-� --i �# � �� a .p. , � �. _rt �� �._, ,g � ' I� � � �.� � -a� go 3 � � I � i �� ' �'I ' � ':� � 8 � —_ _� i, _ - � i c'�_ ��z��� ''�� �� ..,� � I � ��� � ��� i � ,�� �, ' -- �— .,-, — � � �� _ " ..� — I ' _ ! I I ' �- -- � h i-- �- - - � =--� :_� �s � � �N� � t. F�� � w�� z� ��, y� _.t ���� y;���� �W��g �w�a ��� � �B�F o.z8� "�- a�C _TL ���NQ�P�ao.� w�a.�'�����' � � - f. �����p�w��� �.�x�xWw�^� "'�a ._..� � '�o,T�+� : a���j�����,� g�a42���g� ��� -.. WW�a �.� - �`�'�a�W=�3� �����o�x�� �`�8 �e�`s`^'4��� �zza� -...�_ °����S�=�z�#oa�«�� � 4��C�&Q� _� ��3w�Q���'"�����o-x����d�°`8��� _..�- 4;��`a�=aa��,R�w $e..�� � � �4�4arym��o���a����ma�� w��� -_�_ __� ; � ;:E_k;; _ -' , � _ - _._ _ �- .- { , .�� __I�E.�- - .- , � �"-� , r- _I I � � � - �� f -�. - � � � , � ;�fi � ��- _' I � �� � i�: �' - ' � ry � _ � , _-�-� -� .�� I ; . : � ' :' �, � �'� ' �. � ....i � _. —_ } � I�_ .... i .� i _ ' 1 . ..r , : [ 3 :.. 1� �'�a f . . i ... _.. _...—�.. . , , '.. .h .��'_ ..-. +. . .. � � �. _ .� �`.,;�;,� : . i . . _ . � 1 -k +I i .� � _, � � . � . . � _; , ;�;�... . . � . � s +Ha � p E i r—� _�.�..._�ii�i..rx�.... ---- � . . �g . � . � _ { I. � . i . . � i _ T; . . I ._ ._ . � ; . � � .. �,1 -� �..� � . . _ } ....�L __F_ � - I � � ��{ _'_ _' � j � _ " T' _'+'�_.T�_'_ _'- �y ^F _ _ — ..t . � _ . _ � 1 . I :�-- - ;--: . -i-: . I _ _ , .-_ . . _ .�. _�._ - -.. _ rt":� -- -- ,-.:� �: : , , .. , , � �. _ _Y- - - � ::.: _ �; ::� .:: i ....;. ' _ _ .._ � . � � -- - �� � � �-� � - �� � �---�--- � � -- %_ . . . � . . I . . _� . . . I i . � _ . I i� � � . i i ... � _ ...- -' --� �� . _ . � . . I ,.. ; - -...,.. i . . ; . � � _ .� i.:,:..; � : . .. � i. _ _... ._ _ , - -� zsvz•x s6rvz-x _ � t s�v�r,cxo� - z�zv� antos s i oz k �� � � � � 3 � n� � � `��i� ^-�p ag^�A � za E^ [,r�� k] �o � > w � � � � �a"�� � U� � � � � � � ��e� tif p � � �Q a�,� � ¢ � z s � `�' � ��� S F�m� � - � F a+ O`a ���'W q � � °�E i ��p o a z o�� z ' � -- � � iJp�i v� ��z� � � w � � � o �� o -�s� � � a - _ o � a.� cvx�W�. � � � 3 �� �� � ��oS � ��� - "� - � H Ofl a�[-:� � � � "$�m � �.,e ^� � �„� p O ka#'., ��^�� � N � -�� z •:} VsM���e� � w E^., Q 7. � k&� o _ { ��.�'', ,�n� w��� �E�„�� � a g il I . � , � _ �1 0 ��= � � � � � � O� ��'° ¢ � � i j '"�m�_m� � a'a' O�Gd� F'" � �� _ , . ;- `r'=>���>� � - � �; � �� �� � �; .. ,��: � � � U �, � � 0 � � �aaa �i. ,���_����,� _ ��M1� � �� � U' �.. , "�W��s � ��� _ � ��a�s�n�< � � cF�ikaes O O � On � b y� � � W�.`� #&3 r ei� �dp 1�� I�r� - f - - N �a � �2 a,� ' I J_ .. � � m sw a - � � � �--� � � , �?-�: � � �� z a . �I. �; i �i�' � ,: �,,,� (f � � �� '� ��'N � ' . ! — �-... � y � 'y`ho`l�IP _� N�`�' � Ya� ��_ � I . . �� �-< ..._. '� -..�. 0 w� �� - I � V� � . . . . . o � �$< . �-� . � �..r � �� �F � �PW ..: .. . .+ . . . ��_� _ � �� o � ����� .�� �-- � � s ��—���_ ��� _'---z, ,t� �iy zgw��" _. i � . . �.._: _,_ �_,. _ tl:�� £� ['tivaq�ar�avN art w ��2�° I ' ' i ��(( _ � �S; asaaasx�»i�oau:avt�� o-.-'--� � � . � . . . . . I . . �..� .... �` ^ ��� �a.W ,Qo . R� A � w �aoo-y. . . . '"' 5��3��g �� �� - �oQ� . � ' . . . , � - ;' � ow '<�w�as'�� �'� ' -- w.w��y�:='@ . . — -�--' � -- � ��... —_. . .�.� - ------ �i �-`f . -� � g� . .',��g<���W J . . i �'-�_�R � r--•�. �i�;_.'_� _ � �J y}� � � , . _ . . � � ,� ,.. h • .. -- F ` L� ���� � . � .� I ��� � , � x � "w�r �z � , r� : . � . . � � ��� --� I.� t � �` �� ='�h�e� . � � � � � f � � � ��� i� ��u� j � .�';i � q$ -�z; i __. . � . ; ..._ . i '� . .�. . I -�� � �� {`,� � � E U� ., a . - I' � �" �-� �-"' __..__. .. _ . . - Fu - ,:;J: Ir �� ��� . .� ��' . . �.. _ . I i ' ' I � � -� I }�s '". "" �t'� -� .} . . __ . . . '� I 5 e , ;� � ,� ,.a r � � .i. I I L� m�� � p -�,^_ -- .� n.ti� ��L r � � `�=k ����� g�� � �'._ _� -,� �� �I.y.� --1 � : _ � . �- : ..�,�� . � . . � ; { '" ��:������� � -`I'�. _. - - ' ��k: _ .. � , �! - . ' '`-,� ���'4 i' : . -�- : � : � -- $ _� �d I � � ~k�� � �* � i�, .,. .. � .,z� � �°w�. . . . . , : .!� _ .� f _ � � _ I �� � w � - � �.'_: �^ - �� 'I 'F -, — ` I4 . .. ' .. I - `d; �.����r. � -- � 1 i I . a... � ��, � ' ��-� f.•�,:w � i � ���. �� I' �' I I � � i �� � � ,�r� ._.m, . _� � ��� _ _ �..— _ �� � ��'�� . . : � : . : . : _ � . _ _� �J�,�` :, �a.., � �' — � . . . �� . . � . � ' ,�..m�".�"'° � �. � � E F �� I I ' � � _.. � � . - i'k � ---I- -�� a�` � ---� Y��� � ' I � --� � =� � — i �`�= $ ���' �` � � � � � ' � � -- , , <m�m� ,.- � -� = I . � e iaaa.cs,isavoavv�1 �* ' . � "' � �' . . I . . . . � � - k� +'� w ..- - —' I...-�"- - "- - � _ . . . l �� til� ' iila'��o- - � + .� r � _-�:�_ . � : __ � h.,:. . 1�,� .� � t . . . - o Y r '; , _ _ �,�-,� _ _ � _ a �r_ a -��rr.w -i: : ;-:..-t_ . �� ,� -- . a 3 Jl, �I} .�� ^ � � � � I � ' . . , r ...,i� ii_.., �, � � �. � "� � "i �g��� N- F _ i o � ! ' ' ' ' ' � ! I . � ; . � V ����� �I A --,�_ �� � _ � �� �� . . � . . I . . - _ tl -- � , . � U � . i �_. ' �..., . I i. . i . „ � $� I i � �a� �� 3x � � I ��, � ��� � � � � - - , .—. _ ., .�.., _., � __ � � ' _ .� _ � �� .. �.;�� �f �' �� s s . � . . I .� : �_-" � ;� ; E, ��.��^ ` ._ �„ �� ....�. {� ; G U�„'� � S ��: . � � �4 � i • i . . . i . . . �-- � � I ��f�. i j-�, Sz;��� .f ;.i —I �. - � - I,��—�a.� � ���` . ,#�I �,�{�,f�� � ' ..} � -_.. . -.- , .,e. --��i., � L�� 8 .��, Y , �..� I �: -= - � ,3 a � ! �F� � f s�--- -.�.r .�n*4, -„ I . _ . ... g Faa� �n k-`� � � �g - - _ - �� . . I � � . � � . � � . . . -- :� �� ��- � ' � �� , � ' � , : . � ` � . � � ; �� . . . . . < <.. . - � = f � a���, ������x �?' , ��'� i i � �- - ��� r� � - : , . . . . ! i F- § _ ��L���� � �� - _ - _ _ � �� � ���� . . , ' ; __ � � � � _ , .-�� . . . . , i, ,�� . . .. �� i k � .��,..a�;�,.e. � � � --- � � �' �.. ; . . � � — � � � . . . . --�� � 5�I � � .,. e.. � --.. . .... --�-- . ��-= . -�-- � � -� - - � ...._J_�1 ._�_'_ I '_ ___`-,.._'1_ � i.v. - _ .J� . _"_'__ a�..,: . _ � . I '._ . . .. TE.L��3S'��5 - -- dil:�:(ySR3S. . . .- - — � -- Z[-}LV.L$3A11`IHaLVE'li . . . �:IIl.1'�3,51`Jl';t]113y'L1. . . . I ... . � � � i � �_ . . . i i � . -- � I � _� I. . _ . ... . � ' b $ &i � OD OS 15 z6vz-� s�r•x w � � � � � � � & � x � � � ��-G� o � � � � � " � . � � • W �' $ �� s � �� ��� � «o�� � y � ��� � �'3�= e b = � ��� � ���w��r � a�� O j`�m�a3 V�.._. ��� N x ��� v� s4 � ��� � � w �W� � y � >�^ �'3 >$:�� �� ��>' � �y���� �� a� ��� `f gm N �gy�i e� �Q3 � ��.�,� �� �e `��W �:�`IN � 5 ��� e ���� _ � qx��g �w �� �� ;w���z�� �o �o b ��� � a� �� �ax� gz� -�� ga='�z� F�ncl� v F:��� C��`°o� ��pp�4m'��"'� N���i�� � �����" � Ky± 5p a�"4p�W ���4iit`�'in'�r4`W�t�a4}l��o�$C c ¢�~2� a�dY �[�$� ��i �,t spz 4� �`� -V� wS ; � �oFoKv;�aYm��nc�8hz�z3�h�n 'a���� � OE .�3�IS HHS ZT+L d.LS 3NI'IH�LVY+f -- � �---- � _ _ -�— � � � _-�T � ;�t F���e��� � F � = _ ��il� � -��� —�� \�-,�il� ��----I � �_ , i ��E} � �Ei �� s � i �I '��� _ — — � 'e��_ —'_ ������� � .@ t��— — �� ��a 3 ,��� �:F �f ��:���� I '��' °�,� � : � ' � J _+' } ",� 7�; �,4 �i��.'�'Ya�� ��L ��' ii i �E a . � _ _ q �� � -�t. , ��� ;��: � 4 � _ 9�� - -- - I � I $t��'d ��* ���q _ I � � � i�F �ff�.j �R � ��e�a��� - 'I oi�� �g - - f �-� �� �C. _� I g� � i a�� �' �� _ _ �; i�" 3�� �� I 9€� _ _ _. ...� ��� —� - �- -� 9��� � � .._ . _ _ � _ _ __1 —�� - - _ � — I �Q_ __ � � 6 � _n'I e�� � F� � _'�� �� o �z� � m� � �� ��� ^�� �p _ ^s e� za�xJ.�o� - z xv�A � DO 45 15 wo 3 �z � � d �"' �, o a ,�, �] W c�. � F 'p7� � � � ' � � U y � ? � 0. ¢ � ^ �F ���� � � � � � � U V � � w °� H 00 y��� � F � � w O ¢a E'-ra�� � � § � � � �� 0��� F � N: �; � � � �� � p � �� a�,�8 � �� � g - �M�� F a o � . , : 4 i � o- � I j � T - -� -- T -- _ i � � � . � I - - .... _ 1 i - � � -- - ' - '� E � - : ; �_i� , � �_... ' ,T ,_ :. , ' . � � � - � � ' - - . _... � � � .. I i r ' ._. 1-- . ..,_ - . , } ; � i � � E.�.. . �.�� . .. _ _ . � ' �-�'- . .� -_. -���- r' _ I S�' { _� T"' , IF�--r-... _ � �... � ' . ., r �� �- , �: _�_ � �� . � . . . � � .+ . . j��� ._. . . I �' � . � � ' . . . �Y . . N �� . . . . •rf � ' � � _�.'„� . . . . ; . �� :�.�� . . . . : : : .. : : :� '`� : : � . �;_.°r_ � : ;... � :-. . � � !� = � �� ��; '�i � -- -�-� 1� �� � , r1 � I I��. . � . : : : > �,�-�t� : . : � M �. �5�� ; . ;. y. ;��� � jrry . . . ��;�--�� �. . ��`�=�;� ��::i � ; �__ �.. ,., ,- ' � � , � , .�.�.....,� ,_ �� _. .�-- �u -�aY- :a a�- - �._.,- � _ �_}-�.._ ' -- �- � ..._ _ _. _ + t�i � i —...�.. , � . , , - � I ' i ? ____�. . . . �o. t�.l..._�_ . I` E�� _. � . . . . �� 5 �I�j� � � � i - �-, . ' _�i � -. i .i . r . . . . � �_ ._._._ _.._�-, ._-� - �-. _........ --I� -- �- - � � i,.' . ,.. - �` � - - ;�' � . . . ; - I - �x�. _ .. I , +� , � �' ' f b ' � �t :�1 ^! �. .—� . .—.— �-. . �� � � t ...� - �I ^ -!C� � I *�� � � 'N �. � ' .;��� 3��i' . . � . �� 1 Y_ � �- . . �� i r'+`J. � S ��` . . . . . . I. _ . i ,.. . . ;� . ii7�.:-. . ' . I . . a,, � �� � � : ; � . . , �. .._ _ . a , . - - = I �� � . . . .�•1'_i � iT .. _. . - _.. . �.... . .. _ �' t-� � �d ��- ._ . � � 1� .. i _. �i34 i � 1 � � r . . ' ' � ._F /, ��hd � } 4 � I � � . . . _ ; _�_ - � - -.. . �_� . . . . .�-. . . . . I; _ i ; .----,�T, . --�- - --- - .,... r— , -- ��o-r t rt� r .�s . . _, — ;E= Vi�=v4����T� � �,_ _, • ' ' ' ' � 'I �._. � � � — — .�i ,��.��-- - ZE.L��HS H3S Zi+�l `d.LS�NI"III�.LVV1 ze9z•x sbtyz-x - �I .i.�FJ2LL[d0� - Z?IV� [ QISQg BTOL � � � � € "g � C7 � � � � � � � � q n� _ �� o -w��m� �, 3 z o � �' �' y N M � ' � � � �� �, �'�y� '�P � �g,w� � a �� ¢�� � � � � � ��� o �o�� .��� 8 ,; �° �o �� � 0. N � z s � � x �c� z F��� - � � d �F ��`�, Q o a m � � � . o ��4 p� _�E^ _ .' � � . Q"'c..) VO �'7q F � �� --�z_� � w � � � ���g� �w�ga_ �i�'�, ya ^�� 3 �z� �a s. �� al � "�'�� � .- "R' � ; �� a z da ���� � � � �` � i-m � _;;1�. � ��.� w � o o Ha. Fr�^ � a< z _� "�".�em� a i w� Q �O p, �.3 �� � � � � .i_ � ��;���a z w � �� � t�� � � ' I y h � - _ ' i:o ��:.r » � - � � O �` p��1w Q � � � I ' o��-,�aA'" a ;�n � � O �a� m�,� [-� � ; I' ' ` ' :€F,�p�sn � oo�am ,_ 2 " � �� o O � � � II 7�4 � d�� �a"'o (`7 '.�. o ���s��„�f,:o "� �nrvn _ 3��L €c�3� ,�w �.Y'hi E"' � N �w � 't"i ` ia�% ..—..b ._. � , .. � __ �o �i5"����� n� G��,��� j4 ��Rg� �� ���, ��¢ � 1�I � - , -�— - o� �-�� E'n �, . � � q� ��£ ` ,�m� �� ���� ��y�� ��r � I ��'�._. r ','' -: . a � �` � 1 L' �� � O<a�, v W� " a we } . . �� , � ` � �����Iv .. . x� �Qi+g� �g�'��m� �� z�e���� -s'i . . . ' 1- _ .._i h � 4 � -N �} g {� . . . . ' �• gq < , -. �k'Y'�0�'xa5�i4� � aFi fLL :�utrbzii� � . . . . i f , �¢n3P�'� q����i� � � CY�xov �� �� � ...,.. _ .'—"' ' ' t... . . _. . . 'T ' ' �J . ��'��'w^��0e� G rq���������U�6��� . . I J.... . . . i Y _ ����¢�s��o"������ ��o�=��� : . � ::�: .�� _ . � � . . . i � . - - . . I _ �4a-c� 3c2� I I _ � +. � 2� .: M i x N �o r, m � . . � . . _ ' __ _ ' ; ��_.. T�.�.'3�S L�'3.S . I . � L.{�2�}S� �:�� � Zi+bT b'.LS � 7H�ZdfN - ... . _ . . ...J- ,.17�i'� Y �' 14�j'�} � 1a � � ' I - J.i. -6sa---�------. -- S i�-------�--- $ - - -- -� --- - �.. . . - _ . - - .- -- � j � I _.. k--� -----._.�� `j[ � �.. �` ' . . i� ' � Y21�� � I ...—_.. �° ' ��4" I i C Yt i�"F... + � I ��..,:�.�'�o '� \IJ.�' vw�'""�� �(_ ll I� ti S E _ i�;,Y'.. -€' . I r'� III i �.y Iz �1 ��" � ���o°`�'.� " t. i"rry2�l yl�'� I I if ��I � �.— � i '' � � .i�� ��.. �r - :,._ , t �[:; +t. ��` . � •- � . , .� �'�- �-��� °I--� ��. � � _- ---� - J' 'rr� �.;� � � y� �xxre� � =� --' - - !._ I.� '� f�-.. ."�'F� '_? � . . '. I , �.� _ _ ,u :' _ . - . .. ' . . .. . �r � � r -- - - . . . . : � � -' .'i . . _�' . . .. ._. _. . . - - .. ' �'� .. .. _ , � � .,.a,-� _ +I ' �{ `•'i�' ' I ' � ' ��a:,t i� �����i �., -. " ' �4{a�sxL�� I ..i � � M r _ ��I.. _ ��! � y_, �,.�a��Jy �."�+-�.-•.1��j1 � �, � � _ _ _ �; � . . , _ '� ��s —�. T" —17{ !-_ � � ��p�_ Irim� _r�J�`• I ' � -- ��� " - "".�� �� � � � ' ��•H�-- d+7iR�b .r aF ����T�T"= �'}•.Y Y M1 �.. - � -. - � r� : �y �' � � � � I .": �^^ .I' ' } . I i t� } r Y j. �. _l_ .. � . �. . ._.. . _ �. � -- ' - . I ' 7�+.. . ... _ ' ��i�E..; ._ _ __ 0a t II i I� . . . . . ;.`j f' I " _I _ �i� .� � � s�d�ag9f � . a��� ��s I � � ` — - ��,' I ; � �j 'I o� I �?F � ����#r�.�l ,i- �� � �� � �� � I I ' � . I � � ] _ � !:�'� � �, �f � ; �I i - -� i -1-. ..�1 $ � � � I � * ���&� �.-.4i _. . _ _ � ��� I _ _ � �q �� I - i I . . _I i .. � f.� �i r ' . . I� � . : - - � � i �C � �� �� ' § a �a il . . . . � . . �v, li � � .i _ - .���I �; -� � �� �� � , -� � � � � , ,�;;' � �j�' � ���1 � � -= 0 � �� I E� - � �11f �- ------I � i�r I � . , �r ;�! � . '��' . - fr �� ; �FS � � $� , ;�� � - � ' _--._ ... _, ; r . . . � -- � � � � ~�. I � �. I i � � '�� I � ���' J� Jr��a' II� I � � _ —_ - - _ � I � _ _ _. ' _ - � � F" L � � { � t I 5" 11 1 4 I . . . . , ��- I' ��' I _ �i� I �. �� _ '' �.��` .:�� iti �� � k `� I I 1 I '��1 - 3��� � � "��� I 'J� I I ' .���8 ' � _ I � �I � �'i"I�s '+I'}+l}� I�,o I' . . � . —_ _ �--�---- - �k -� ---� ..__._.. ���� iFf ���k lll i � f i I �! I �'�_ •3 eh�e ' _ ' '-�.'.�"'I_iF ' -.. � ' �: . � i ,i� � �� :j, j � ;� �` �"� � a� ;}� � ;r �. -Ir--- - � -._. . . + � � _�_ � g , �. �� - '��� , . , �.� �. j,� � . _�. . � I.. E��l a�9��� � E+ � ��� � � y������s �� �7�� � -; � �- �h� � I � �- � - � i :ilY r��.�;,�y� k {,� �v�li' `" �'����� �� i -'i I ;S�t� ;A� - r' ' ' � . _ - `e'3�pl;} }'= iF -- - �� ��� � � � .�� �i ��. I � _ . . � � .' — h . � -.?liE�t� : _�� j � e � � : I � � � ��' r�� I '� . g i i s ',`� �� ' --�-I-'� ' -��' � ��• ---� �__.. .- - , _ �_. �i � � �� _� , � , � � ��� ; .� .. - - �,-1 � � � .� I � . �� . � - � � , : � � � � ��� I � ''Y ` ' I � �- -- � - - ���i � ki� ,,r-��r� �,�; � � �t_ ;, , r� . , �. .i i�i,� � ::. : �....,�;�� ^,��'�� �� . f� ' . � : : . . �r.: _ .. �,., - f � � ; : � � =�iuiwr�'-�:t:-'.:u�„ _ r„ . - ---.�.---- I ,---- - " . , _�—�'�- -T� f +• ��.� � � � —.� . _� � : � _ . . _. :..,_ ' _ _ _ : � _ � . .. � . : . . ! . . _. . . . - :- � �, . ���,. , ` 4i ? � 1 I "'�� I . . . . . . _ . � _ L. . . . : . , � --`� 1�__�__� ' ' � � � ' � I I e . T' i , . I �'ra�o�nw� � ' � � I �' � I ' _.i _ - I . il �' 3�tl'Id:11'Y�H ' . . - � __ � ' ' ' . _ r ..' � , � I - - .. __ _ - _ . � r� ��-_ . --..�.�. , . .. . �... , :_ .. . ..; . . . �� ;� � _ .. . _ � �1�:� � ��,-� . __.. . ... � : . � �. - � _ ; . : . ,---�� . . . . . . _. , s -t�. �.. _ : : � _ _ � � .-- ���� � � _ - -� .— � ° ; . : : -- - . .. . . _.� . . . . .�' . . ' — �i . . b oaas is 00 i ] 13 INVITATIOM TO BIDDERS Pa$e 1 of 3 sECT�oN aa ii 1s INVITATION TO BIDDERS RECEIPT O� BIDS Due fa the COVIDI9 Emergency declared by the City of �'ort Worth and tzntil the emergency declaratian, as amended, is rescinded, sealed bids far the construction of 2018 Bond Year 2, Contr'act 13, CPN 101475-1 {"Project") wiil be received by the City o� Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, May 13, 2021 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76162 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 Labby of City Hall lacated at 20Q Texas Street, Fort Worth, Texas 76102. A Purchasing Department staff person will be available to accept the bid and provide a tixne stamped receipt; ar 3. If the bidder desires ta submii ihe bid on a day ar time other than the des�gnated Thursday, the bidder must contact the Purchasing Department during normal working haurs at 817-392-2462 to make an appoint�nent to meet a Purchas�ng Department employee at the South End Lobby af City Hall located at 200 Texas Streei, Fort Worth, Texas 76102, where the bid{s) wi11 be recei�ed. and iime/date stamped as above. Bids wilI be opened pnhlicly and read aloud at 2:00 PM CST in the City Council Chambers and broadcast through live sfream and C�+V publie television which can be accessed at h://fortworthtexas. ov/fwtvl. The general public will not be allowed in the City Council Chambers. In addition., in lieu of delivering completed MBE forms for the project to the �'urchasing Office, bidders shall e-mail the cornpleted MBE forms ta the City Project Manager no later than 2:00 p.m. on the second City business day after the bid opening date, exclusiv� of the bid opening date. GENERAL DE�CRIPTION OF WORK The major work vv�ll cansist of the {approximate) following: Water 8" PVC Water Pipe by open cut 450 LF 8s' Gate Valve 8 EA Sanitary Sewer 8" Sewer Pipe (PVC SDR-26} by open cut 2,870 LF 8" D1P Sewer Pipe (with 1'rotecto 401 coating) by �pen cut 1,120 LF 4' Manhole 10 EA 4' Drop Matt�'iole 1 EA CITY dF FORT WORTH 2O18 Bond Xear 2, Coniraet ] 3 STANDARD CONSTRUCTION SPECIP'ICATION IJOCU1biENT City Project 7Vo. 101475-1 TemQorarily Re�ised ApriE 6, 202Q due to COVIDI9 Emergency 00 11 I3 IN VITATION TO BIDDERS Page 2 af 3 Pav�ng Pavement Putverizaiion {I 1"), Stabilization {8"}, and Asphalt Dvez'lay {3") 4" Conc Sidewalk 6" Concrete Drive�vay Barrier Free Ramp, Type P-1 Barrier Free Ramp, Type R-1 6" Conc Curb and Gutter I1,U70 SY 3,b20 �F 7,180 SF 34 EA 1 EA 6,S3fl LF PREQIIALIFICATION The improvements inciuded �n this project must be performed by a contracfor who is pre- qualified by the City at the t�me of bid op�ning. The procedures for qualification and pre- qualifi�ation are outlined in Y1�e Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATI4N AND PROCUREMENTS The Bidc�ing and Contract Documents may be examined or obtained on-line by visiting ihe Ciiy �f �r�rk Worth's Purchasin� L�ivision website at ht�._wy:-_-.fort-r �.th�e.�s.��� i�urchasir��� and c�icking on the lintc to the advertised project foiders on the City's electronic dacument management and collabara�ion system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Bid dacument folder: https://docs.b360.autodesk.com/shares/31db112d-093c-46ae-a93b- dea4478076b1 Addendum falder: https://docs.b360.autadesk.com/shares/51d$4e78-923d-4186-bbc4W 4ea7b2f38bea PREBID CONFERENCE A prebid conference z�ay be held as disc�ssed in 5ection 00 21 �3 - TNSTRUCTIQNS TO BIDDERS at the following date, and �ime via a web conferencing application: DATE: Apri127, 2021 TIME: 9:Ofl AM If a prebid conference wilt be held online via a web conferencing applicatian, ineitatians will be distributed directly to those who have submitted Expressions of Interest in the project to tii� City Project Manager and/or the Design Engineer. The presentation given at the prebid conference and a�y questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prehid conference is not being held, prospective bidders can e-mail questions or comments �n accordance with Section 6 of the Instz-uctions to Bidders referenced above to the prnject manager(s) at the e-mail addresses listed below. Emailed ques�ions will suffice as "questions in writing" and the require;nent to formalIy mail questions is suspended. If necessary, Addenda will be issued puatsuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accep# ar reject b.ids. GTI'Y DF FORT WQRTH 2�18 Bond Year 2, Conlract 13 STANDARD CONSTRUCTION SPECIF[CATION DpCUME�IT City Pmject No. 1fl1475-1 Temporarily Revised Apri] 6, 2020 due to COVID19 Emergency 00 11 13 INVITATION TO BIDDERS Page 3 oi3 AWARD City wilI award a contrac� to the Bidder presenting the Iovvest price, qt�alifications and corapetencies considered. n1TQUIRIES AIl inquiries relative to thzs procurement should be addressed to the following: Attn: S�zby Varughese, �'E, City of Fort Worth Email: suby.varughese@fortworthtexas.gov Phone: (817} 392-7$03 AND/OR Attn: Greg Robbins, PE, City of F'art Worth, TPW Email: Gregory.Robbins@fortwarthtexas.gov Phone: {817) 392-2333 AND/�R Attn: Kaxen Stafford-Brown, PE, Wade Trim, Inc. Email: kstaffordbrown@wadetrim.cam Phone: (b82) 291-9A-94 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of any new infarmation pertinent to this project ar the COVIDI9 emergency declaration, as amended, as it may relate to this project, hidders are requested ta email Expressians of �nterest in this procurement to the City 1'roject Manager and ihe Design Engineer. The email should include the bidder's company name, contact person, that individua3s email address and p�one nunnber. All Addenda will be distributed directly to those wha have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at ht��-� ior! :=�onhtexa..�.go�r f�urcl ina'1Da, PLAN HOLDERS To ensure you are kept up to date of any new infor�nation pertinent to this projact such as when an addEr►da is issued, download the Plan Holder Registration form to yo�zr computer, complete and email it to the City Projec� Manager or the Design Engineer. The City Project Manager and design Engineer are responsible to upload the Plans Hotder Registration form to the Plan Haiders folder in BIM360. Mail your completed Plan Holder Registration form to those listed in INQL7IRIES above. ADVERTISEMENT DATES April 15, 2021 Apri122, 2021 END OF SECTION CITY OF FORT WORTH 2O18 Bond Year 2, Contraci l3 STANBARD CONSTRUCTION SPECYFICATION DOCiJM&NT City Project No. 101475-1 Tempararily Revised Apri16, 2420 due to COVIDI9 EmergeQcy OD 21 13 INSTRUCTiONS TO BIDDER5 Page 1 of 10 SECTION 0� 2i 13 1TiSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terms used in these IN5TRUCTIONS T� BIDDERS, which are defined in Seciion 00 72 00 - GENERAL CONDITIQNS. 1.2. Certain adciitional terms used in these INSTRUCTTONS TQ BIDDERS have the meanings indicated below which are applicable to both tha singular and piural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or co3pora�ion acting directly through a duly authorized representative, submitting a bid for performing the wark contemplated under Eh� Contract Documents. 1.2.2. Nonz'esideni Bidder: Any person, fum, partriersl�ip, campany, association, or carporation acting directly through a duly autharized representative, submitting a hid fflr performing the work contemplated under the Contract Docume�ts whose principal place of business is nat in the State af Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whoxri Ciiy (on the basis vf City's evatuation as hereinafter provided) mak�s an award. 2. Copies of Bidding Dacumenfs 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Dacuments. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Wark a�d do not au�horize or cQnfer a license or grant for any oiher use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.l . All Bidders and their s�bcantractors az'e required to be prequali�'ied f.or the work types requiring prequalificatzon at the time oi bidding. Bids received fro�n contractars who are not prequalified shall nat be opened and, even if inadvertentIy opened, shall not be considered. Prequalification req�irement work types and documentation are available by accessing all required files through the City's website at: htips�//apAs.fortworth#exas. ovlPrp'ectResources� 3.1.1. Paving — Requirerr�en�,s document located at; h s:��a s.fonworthtexas. o�/Pro'e�tResaurces/ResouxcesP/02%20- %20Construction%20DacumentslContractor%20Pre uaiification/TPW%20Pavin %20Contractor%20Pre ualificat�on°fo20Pro atn/PRE UALIFICATION%2QRE 1JIREMENTS%20��R%2flPAV [1VG%2UCQNTRA.CTORS .l�df CITY OF FdRT WORTH 2[}1 li Bund Ycur 2, Cunir�sct 13 STANDAIii] CONSTRUCTION SPEGIFICATION I]OGUME7VT City Yro}eeE IVo. l(! 1�175-1 Tempnrarily Revised Apri! 24, 2020 due to COVID 19 �mergency DD 21 13 I1+ISTRUCTiONS TO BIDI�ERS 3.1.2. Roadway and Pedestrian Lighting — Requiremenis document located at; Page 2 of 7 p h s:ira s.fortworthtexas. av/l'ro'ectRe�ources/Resourc��YiO�` ;2Q %20Construction%20Documenis/Contractor°/20Pre ualifcation,'TPW° 24Roadwa %20and%2�PedesT�an%24Li ht�n %20Pre ualificat� n%20Pro asn/�TREET°/a 20LItrHT° a20PRE L" �L" o24RE�M_IVTS.�df 3.1.3. Water and Sa�tary Sewer — Requirements document located at; ht�ps.,','ap�s. foriw�rthtexas. _ o�, Pro � ectResourceslResou� �t�P�U2°rn20- %o2QConstruction%20I]ocucz�ents/Contractor%20Pre ualification/Water%2Qand%2 OSanita °/a20Sewer%20Coniractor%20Pre ualification%2QPro am/VV�S°fo2 re ual°/n20re uiremez�ts. df 3.2. �.ach Bid.der, uniess currently prequalified, must submit to City at least seven {7) calendar days prior to Bid apening, the documentatian identified in Section 00 45 11, BIDDER� �'REQUALiFICATIQNS. 3.2. I. Submission of and/or questions reIat�d ta prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.2.2,TEMPQRARY PRQCEDURES DiTE TO COVID-19: A Bic�der whose prequal�ficatian has e�ired during the time period where a valid ��nergency order is in place {federai, state, local) and far 30 da.ys past the expiration nf the emergency order with the furthest expiratian date — by day and month, will not be automat�catly disqualitied from having the Bidder's bid opened. A Bidder in this situation wili have its bid openad and read aloud and will be aliowed 5 business days (close of business on the S'i' day} to submif a complete preq�aalificatron renewal package. Failure to iirneIy subrziit, or submittal of an incornpiete package, will render the Bidder's bid non-respons'rve. If the �requali�cation renewal documents show the Bidder as now not-qualified, the bid will be rendered non- responsive. A Bidder may not use this exception to seek a prequaiification status greater than that which was in p]ace of the date af expirat�on. A Bidder who seeks to increase its prequali�cation status must follaw the tradrtional submittal/review process. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent 1ow bidder{s) for a project to submit such addit�onal information as the City, in its so�e discretion may require, including but not limited to manpower and equipment records, informai�on about key personnei to be assigned to the praject, and construction scheduIe, to assist the City in evaluating and assessing the ability of the apparent Iow bidder(s) to deliver a quality product and su�cessfully com�alete projects for the amount bid within the stipulatecE tirne fra�ne. Based upon the City's assessrnent of the submitted infarmat�on, a recommendation regarding the award of a contract will be rnade to the City Cauncil, Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractars will be nai�fied in writing of a recommendation to the City Cour�cil. 3.4. In addition to prequalification, additianai z-equire�nents for qualification may be reyuired within various sect�ons of the Contract Documents. CITY pF PORT WORTH 2{)J l� Brai�d YCar 2, C'nniracl 13 STAND1iRt} CONSTRUC'FION SPECIFICATION DOCLIivLENT C�ziy Prnjcc.� �o, l p1475-t Temporari[y Revised Aprt124, 2p20 due to COVlp19 Emergency oozr �3 INS'T'RUCTIDNS TO $IDDERS Page 3 oi 10 3.5. Nat used 4. Examinaiion of Bidding and Contract Documents, O�her Related Data, and Site 4.1. Before subnr�itting a Bid, each Bidder shall: 4.1.1. Examine and car�fully s#udy the Contract Documents and other related data identi�ed in the Bidding Documents (including "technicai data" referred to in Paragraph 4.2. below}. No information given by City or any representati�e of the City other than that contained in the Contract Documents and afFicially promulgated addenda thereto, shall be binding upon the City. �.l .2. Visit the site to become familiar with and sa�isfy Bidder as to the general, local and site conditions that may affect cast, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may xffect cost, progress, performance or fiirnishing o�ihe Work. 4.1,4. Not used 4.1.5. Study all: (i) reports of explarations and tests of subsurface canditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subs�rface siructures at the Site {except Underground Facilities} that have been ideniified in ihe Cozatract Documents as containing reliable "techn�cal data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identi£ied in the Cont�'aet Documents as containing reliable "technical data." 4.1.6. Be advised that the Co�traci Docurn�ents on file with the City shall constitute alI of the infor�nation which the City wi11 fiirnish. All additional information and data which the City wil] supply after promulgation of the formal Contract Dacuments shall be issued in the form of writte� addenda and shali become part of the Contract Documents just as thaugh such addenda were actually wz'itten into the original Contract Docurr�ents. No information given by the City other than that cantained in the Contract Docurr�ents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Perform independent research, investigations, tests, borings, ar�d such other means as rnay be necessary to gain a camplete knowledg� of the conditions which will be encountered during the construction oftY�e project. On request, City may provide each Bidder access to the site to conduct s�ch examinations, investigations, explorations, tests and studies as each Bidder dee�ns necessary far submission af a Bid. Bidder must fi11 all holes and clean up and restore the site to its former conditions upon completion of such. explorations, investigations, tests and studies. CITY QF FORT WORTH 2()1 X E3c�nd Ycar 2, C'oE�traci l3 STANDl+R.D CONSTRUCTION SPECIFICATION DOCUMENT Ciiy Yrojeet No. 101�i75-I Temporarily Revised April 24, 2024 due to COVIAI9 Emergency oozi r� INSTRUCTIONS TO BIDDERS Page 4 of ] 0 4.1.8. Determine the diffcult2es of the Work and all aiiending circumstances affecting the cost of doing the Work, tir►�e required for its completian, and obtain a11 information required to make a proposal. Bidders sha11 rely exclusively and solely upon their own estimates, investigation, research, #ests, expIorat�ons, and other data which are necessaty for full and coinplete information upon which ihe proposal is tn be based. Tt is understood that the submissian of a proposal is prima-facie evidence that the Bidder has made the inves�igation, examinatians and tests herein required. Clairns for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents wilI not be allawed. 4.1.9. Promptly nat�fy Ciry of all conflicts, errars, ambiguities or discrepancies in or between the Contract Dacuments and such other related documents. The Cantractor shall not tal�e advantage of any gross error or omissian in the Contract Doc�ments, and the City shall be permttted to make such corrections or interpreiations as may be deemed necessary for fizlf�llment af the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification o�: 4.2.1. those reports of exploratians and tests of subsurface conditions at or contiguous #o the site which have been utilized by Ciry in preparaiion of the Contract Documents. The logs of Soil Borings, if any, on the plans are %r general information only. Nei�er the City nor the Engineer guarantee ti�at the data shown is zepresentative of conditions which aetually exist. 4.2.2. those drawings of physi.cal condifiions in ar relatang to exist�ng surface and subsurface structures (except Underground Faeilities) which are at or contiguous to the site that have been utiIizet� by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be �art of the Contract Dacuments, iaut the "technical data° contained therein upon which Bidder is entitled to reiy as provided in Paragraph 4.fl2, of t�e General Conditions has been identf�ed and established in Paragraph 5C 4.02 of the Supplerr�entary Conditions. Bidder is responsible for any interpretaiion or conclusion drawn from any "technicat data" or any ofi.her data, interpretatzons, opinions or infarmation. 4..3. The submission of a Bid wilI const�tute an incontrovertible representation by Bidder (i) that Bidder has camplied with every requirement af this i'aragraph 4, (ii) that without exception the Bid is premised upor� perfarming and fumishi.ng the Work required by the Contract Documents and applying the s�ecific means, methods, tech�iques, sequences or proced�xres af construct�on (if any) that may be shown ar indieated ar e�pressly require� by the Contract Documents, (iii) that Bidder �as given City written notice of a11 conflicts, errors, ambiguities and discrepancies in �he Contract Documents and the written resolut�ons thereoiby City are acceptabie to Bidder, and when said conflicts, etc., have not been resolvet� through the interpretations by City as described in Paragraph 6,, and (iv) t�at the Contract Documents are generally suf�icient to indicate and convey under�tanding af all terms and cor�ditions for perforn�ing and furnishing the Wozk. CTTYOF k'ORT WORTH �(]]73 Hond Yc�r2, L.'o�stract i3 STANDARI) CONSTRUCTION SPECIFICATION DOCUMENT C:i[y I�roject No. 101 A�S-1 Temporarily Revised Apri124, 2020 due to COVID19 Emer�ency 00 21 13 11�5TRUCTIONS TQ BIDDERS Page 5 of 10 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Peiroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.�G. of the General Conditions, unless speeifica�ly identified in the Contract Docume:nts. �. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporaa'y construction facilities, constarruction equipm.ent ar storage of materials and equipment to be incozporated in the Work are to be obtained and paid far by Contractor. Easements for pe�nanent structures ar permane�t changes in existing facilities are ta be abtained and paid for by City unless otherwise provided in the ConYract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary righi- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence eonstruction without al] executed right-of way, easements, and/or permits, and shaII submit a schedute to the Ci#y of l�ow construction will proceed in the other areas of the projeci that do not rec�uire perrnits and/or easemenis. 6. Interpretations and Addenda 6.1. Ali questions abaut the meaning or intent of the Bidding Documents are to be d�rected to City in w�ting on or before 2 p.m., the Monday prior to the Bid opening. Questions receiv�d after this day may not be responded to. Interpretat�ons or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications vvill be wiihout legal efFect. Address yuestions to: City of Fort Worth 2p0 Texas Street Fort Worth, TX 76102 Attn: Greg Robbins, PE, City of Fort Worth, TPW Email: Gregory.Robbins@fortwarthtexas.gov Phone: (817) 392-2333 6.2. Addenda may also be issued to modify the Bidding Docurrients as deemed advisable by City. CITY OF FORT WORTA 2{}! ii 13s�nd Y��r 2, Co�atrac[ 13 STANDAAD CONSTRUCTION SPECIFICATION I�OCUMENT E i[y Yroject Na. i U1�175-] Temporarily Revised April 24, 202Q d¢e to COVIDI9 Emergency 00 21 13 INSTRUC i'IONS TO BII]DBRS Page 6 of 10 6.3. Addenda or ciarificatior�s may be posted via the City's eIectror�ic document management andcallaborationsystemat h�•,dOUs.�36i�.uutaue,,��cum•share, i10�81b�3-a176-4ttr.' sr41-�b� a���3 � -- � 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participaie in the con%rence. City will transmit to all praspective Bidders af record such Addenda as City considers necessary in response io questians arising at the conference. Oral statements may not be reiied upon and will not be binding or legal�y effect��e. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount af five {5) percent of Bidder`s maximum Bid price on %t�n attached, issued by a s�-ety meeting the requirements of Paragraphs SA1 of the General Conditions. 7.2. The Bid Bond of all Bidders will ba retained until the condit�o�s of the Notice of Awar�. have heen satisfiec�. If the Successful Bidc�er fails to execute and deliver the eomplete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be for%iied. Such forfeiture sha11 be City's exclusi�e remedy if Bidder defaults. The Bid Bond of aIl other Bidders wham City believes to haue a reasonable chance of receiving the award wi11 be retained by City until finaI contract execution. 8. Cantract Times The number af days within which, or the dates by which, Milestanes are to be achieved in accordance with ihe General Requirements and tl�e Work is ta be completad and ready %r FinaI Accepiance is set fort� in the Agreement or sncorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquic�ated damages are set %rth in the Agreement. 10. 5ubstitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents vv�thout consideration �f possible suhsfitute or "ar-equal" items. Whenever it is indicated or specified in the Biddi:ng Documents that a"substitute° ar "or- equal" item ot� material or equipment may be furnished or used by Contractor i F acceptable to City, application for such acceptance will not be considered by Ci�y until after the Effect�va Date of the Agreement. T�te procedure for submission of ar�y such application by Contractor and consideration by City is set forth in Paxagraphs 6.OSA., 6.45B, ana b.OSC. of the GeneraI Conditions and is supplemented in Sectfon 01 25 00 of the General Req�ire�nents. CiTY pF FOILT W4RTH 2U1� 13on�i Ycar2, (.'uritract l3 STANDARI} CONSTRUCTI4N SPECIFICAT[ON DOCUM�NT C'ily PrrrjeCE No_ 1 d] �75-] Temporarily Revised Apri] 24, 2p20 due to COV�19 Emergency DO 21 13 WS'i'RUCTIONS TO BiDDERS Yage 7 of 10 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise flrdinance No. 20020- 12-2011 (as amended), the City has goals for the participatian of minority business and/or small business enterprises in City cantracts. A copy of the Ordinar�ce can be obtained from the Of�ce of the City Secretary. The Biddex shal� submit Yhe MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Fortn, Prime Contractox Waiver �orm and/or Good Faith Bffort Form with documentation aric�/or Joint Venture Form as appropriate. The Forms including docu�nentation must be received by the City no later than 2:00 P.M. CST, on the second business day after the bid opening date. The Biddar shall ohta.in a receipt from the City as evidence the documentation was raceived. Failure to comply sha11 render the bid as non- responsive. l 1.2. No Contractor shall be required to e�nploy any Subcontractar, Supplier, other person or organization against wham Cont�'actor has reasonable objection. 12. Bid For�tt 12.1. The Bid Form is included vvith the Bidc�.ing Documents; aclditional copies rnay be obtained from the City. 12.2. All blanJ.cs on the Bid Form �nust be completed by printing in ink and i�'ie Bid Fonm signed zn ink. Erasures ar alterations shall be initialed i� ink by the person sign.ing the Bid Fortn. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In t�ie case of optional aliernatives, the words °No Bid," "No Change," ax "Not Applicable" may be entered. Bidder shall state the prices, wzitten in ink in boti� words and numerals, for which the Bidder praposes to do the vvork contemplated or furnish materials required. A11 prices shall be writien legibly. In case of discrepancy between price in written words and the price in written numerals, the price in writien words shall govern. 12.3. Bids by corporations sha11 be executed in th� corporate n�ne by the president or a vice-presideni or other corporate officer aceompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporatian shall be shown below the signahzre. ] 2.4. Bids hy partnerships sha11 be executed in the partnership name and sigtted by a parh�er, whose title must appear under �he signature accompanied by evidence of authority to sign. The official address oF the partnership shall be shown below the signah�re. 12.5. Bids by limited liability companies shali be executed in the name of the �irm by a member and accornpani�d by evidence of authority to sign. The state of formation of the fum and the ofiicial address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's na�ne and afiicial address. I2.7. Bids by jQint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shalI be shown. C1TY OF FORT WORTH 2(}1!{ Band Yc;ar 2, Ctrnlr�tcf l3 STANBARD CONSTRLTCTIpN SPBCIFICATION DOCiJMENT CiEy }'rojec[ [Vo. 1 a1�75-] Temporarily Re�ised April 24, 2020 due fo CdVID19 Emergency 00 21 13 INSTRUCTCONS Tp BIDT]ERS 12.$. All narr�es shall be typed or printed in ic�k helow the signature. Page 8 af 1Q 12.9. Tha Bid shall cantain an acknowledgement ofreceipt of all Addenda, the numbers af which shail be frited in on the Bid Form. �2.I0. Fostal and e-mail ac�dresses and telephone nu�nber for cammunicaizons regarding the Bid shall be shown. 12.11, Evidence of authority #o conduct business as a Nanresideni Bidder in the state of Texas shall be pro�ided in accordance with Section 00 43 37 — Vendor Compliance #0 5tate Law Non Resident Bidder. 13. S�bmission of Bids Bids sk�all be suhmitted an the prescribed Bid �'orm, provided with the Bidding Documents, at the �ime and place indicated in the Advertisernent or IN VITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be er�clased rn an opaque sealed envelope, marked with #he City Praject N�xmber, Project titl�, the name and address of Bidder, and accornpanied by the Bid security and other required documents. tf the Bid is sant through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" an the face of it. 14. Modification and Withdrawat of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the l�urchasing Office eannat be withdrav� priar to the t�me set for bid opening. A request far withdrawai must be m�.de in writing by an appropriate document duly executed in the manner that a Bid rnust be executed and delivered to the place where Bids are to be submiited at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and puhlicly read aloud, the Bids for which a withc[rawal request has been properly �1ed may, at the option of the City, be returne� t�nopened. 14.2. Bidders tnay �nodify their Bid by electronic cornmunication at any time prior to the time set for ihe closing of Bid. receipt, 1S. Opening of Bids Bids wilI be opened and read aloud publiclq at ihe place where Bids are to be submitted. An abstract af the amounts of the base Bids and major alternates {if any) will be mada auaalable to Bidders after the opening of Bids. 16. Bids ta Remain Subject to Acceptance All Bids wiil remain subject ta acceptance far tha time period specified for Notice ofAward and execut�on and deIivery of a complete Agreement hy Suceessfiil Bidder. City may, at City's soIe discretion, releas� any Bid and n�alIify the Bid sec�rity prior to that date. C1TY OF FORT WORTH ?(31ii f3onil Year 2, L;anlra�;t E3 STANDARD CONSTRUCTiON SPECIFICATIONDOCiIMEIVT C"ily Ytx�jecl No_ 101�75-1 Temporarily Revised Apri124, 2420 due to COVID 19 Emergency oozi �3 INSTRUCTIONS TO BIDT7ERS Pa$e 9 of ] 0 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitaiion the z'ights to reject any or all nonconforming, nanresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the laest interest of the Project to make an award to tha� Bidder, whether because the Bid is nat responsive or the Bidder is unc�ualified or of doubtful financial ability oz' fails to meet any other pertinent standax�d or criteria established by City. City aiso r�serves the right ta waive informalities not involving price, contract time or changes in the Work with the Successfixt Bidder. Discrepancies between the rs�ultiplication of units of Work and unit prices will be resaIved in favor af the unit prices. Discrepancies between the indicated sum o� any column of figures and the correct sum thereof wi11 be resolved in favor of the correct sum. Discrepancies between words and f�gures wilt be resolved in favor of ihe words. 17. ]. l. Any ar all bids will be rej ected if Ciry has reason to believe that collusion exists among the Bidders, Bidder is an interested party io any litiga�ion against City, City ar Bidder may ha�+e a claim against the other ar be engaged in litigation, Bidder is in arrears on any existing contract or has dafaulted on a previous contract, Bidder has per%nned a prior cant�act in an unsatisfactory manner, or Brdder has uncompleted work which in ihe judg�nent of the City will prevent pr hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for ihose portions of the Work as to whicl� the identity of Subcontractors, Suppliers, and other persons and organizatians rnust be submiited as provided in the Contract Docume�ts or upvn the request af the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment prapased fo� incorporation in the Wark when such data is required ta be submit�ed prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the eval�zation of any Bid and ta establish the responsibility, qualifications, and fv�ancial ability of Bidders, proposed Subcontractors, Suppliers and aiher persons and organizatians to perform and furnish the Work in accordance wiih the Contraci Documents to City's satisfactian witkin the prescribed tirne. l 7.4. Cantractor shall perforen with his own organization, w'ork of a value not less than 35% of the value embraced on the Contraet, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it wail be awarded to lowest respo�sible and responsive Bidder whose evalua�ion by City indicates that the award will be in the best interests of the City. CITYflFFORTWORTi-C �[)li� i�an�3 Ycsr2, Canlracl i3 STANDARDCONSTRUCTI0I+I3PECIPICATIONDOCUMENT Cily Yrujecf Np. 141�175-1 Temporarily Revised Apzti124, 2020 due to CQVID 19 Emergency DO 21 13 INSTRUCTIONS TO BIDD�.RS Page l0 0#' 10 l7_6. P�zrsuant to Texas Gavet�ment Code Chapier 2252.001, the City wilt not avvard contract ta a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a respansible Texas Bidder by ihe same amo�ant t}�at a Texas resident bi�der wauld be required to underbid a Nonresident Bidder to obtain a carz�parable contract in the state in which the nor�resident's principal place of business is Iocated. 1'7.7. A contract is not awarded until forn�al City Council authonization. If the Contract is to be awarded, City will award the Contraci within 90 days after tha day oithe Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the cont�aeior award a Notice af Award wilt be issue� by the City. 17.7.1. The can�wactor is required to fill out and sign the Certificate of Interested Parties Form 129� ar�d the form nnust be subnnitted to the Praject Manager before the contract will be presented to the City Council. The form can be abtained at https:,lwww,ethics.state.ta.usl.data/formsf1295r129S ndf 17.8. Failure or refiisal to comply with the requirements may result in rejection of Bid. l �. Signing of Agreement 1$.1. When City issues a Notice of Award to the Successful Bidder, it will be accoxnpanied by the required n�nber oi unsigned caunterparts of the Agreernent. Within 14 days thereafier Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certif cates of Insurance, and all other required doc�mentation. 18.2. Failure to execute a duly awarded con�aci may subject the Contractor to penalties. 18_3. City shall thereafter deliver one fully signed counterpart to Coniractor. END OF SECTION CI'TY OF FpRT WdRTH 3(1l H 13unr� YCBr Z, C:onEr�Cf I3 STANDARD CONSTRUGTION SPECIFICATION DOCUMENT Ci�y Yrc+jeYE No. 141�75-1 Teraporarify Revisad Apri124, 2020 due to COVID19 E�ergency 00 3a is - a CONSTRUCTION PROGRESS SCHL'DUL� Page ! of 10 SECTION OU 3215 CONSTRUCTIQN PR03ECT SCHEDULE PART1- GENERAL 1.I SUMMARY A. Section Includes: 1. General requirements �or the preparation, subinittal, updating, status reporting and management of the Construction Project Schedule B. Deviat�ons fram this City of �'art War� Standard Specification 1. None. C. Related 5pecification Sectians include, but are not necessarily lirnited to: 1. Division 0— Bidding Requirements, Contract Farnis and Conditions af the Contract 2. Division 1— General Requirements D. Purpose The City of Fart Worth (City) is committed to de�ivering c�uality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this pu�pose is a properly structured schedule with aecurate updates. This supports effective moniioring of progress and is input to criiical decision making by the project manager th�'oughout the life of the project. Data fra:nn t�e updated project schedule is ut��ized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's 5tandard Agreexnent ta guide the construction contractor (Cor�tractor} in preparing and submitting acceptable �chedules for use by the City in pxoject delivery. The expectation is the perfo;rmance of the work follows the accepted schedu�e and adhere to the contractual timeline. The Contractar will designate a quali�ed re�resentative (Project �ched�ler} respozzsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDC]RES A. Measnreme�t and Payrr�ent 1. Work associated with this Item is considered subsidiary to t�e various items bid. No separate payment wilI be allowed for this Item. 2. Non-compliance with this speci�cation is grounds for City Yo withhold paytnent of the Cor�iractor's invoices until Coniractor achieves said compliance. l.3 REFERENCES A. Project Schedules Each project i� represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construcfion af the Wark, the Contractor CiT}C QF FQRT WOATH 2D18 Bond Year 2, Contract 13 STAIQI)AIiB SPECIFICATIQN Gity Project No. 101475-7 Revised JULY 20, 2Q1$ �03215-0 CONSTRUCTIp?�! PROGRESS SCT-IEI3ULE Page 2 af Ip will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein. The data and infarmation of each such schedule will be Ieveraged and became integral in the mas#er project schedule as deerned appropriate by the City's Project Control Specialist and approved by the City's Project Manager. Master Fraject Schedule The master project schedule is a holistic representation of the schedu�ed activities and rnilestones for the total project and be Critical Path Method {C�'M} based. The City's Project Manager is accountabla for oversighi of the develop�ment and maintai:ning a master project schedule for each projec�. When the City contracts for the desigt� ar�d/or construction af the project, �he master praject schedule wilt �ncorparate elernents af the Design and Construction schedu�es as deemed appropriate by the City's Praject Contral Specialist. The assigned City Prqject Control Specialist creates and maintains t1�e master project schedule in P6 (City's schedu�ing software). 2. Construction Schedufe The Contractor is respansible �or developing and maintasning a schedule for the s��pP of the �'�ntractor'� �ontxact�al requirement�. The �.ontractor will is�ue an initial schedule for review and acceptance by the City's Project Cantxoi Specialist and the City's Project Manager as a baseli:ne schedule for Contractor's scope of wark. Contr�ctaz- wi1l issue current, accurate updates oftheir schedule {Progress Schedule) to the City at the end of each month throughout the Iife of their work, B. Sched�le Tiers The City has a portffllio ofprojects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" appraach to align the proper schedule wiih the criteria for each project. The City's Project Manager deternunes the appropriate schedule tier far each project, and incTudes that designatian and the associated requirements in the Contractor's scope af work. The following is a summary of the "tiers". 1. Tier 1: Small Size and Short Duration Froject (desagn not requsred) Tlae Ciiy develops and maintains a Master Project Schedule far the project. No schedule submattal is required from Coniractor. City's Frojeet ContY'ol Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as-needed baszs. 2. Tier 2: Small Size and Short to Medi�m Duration Pxoject The City develops and rnaintains a Master Project Schedule far the project. The Contrac#or identifies "start" and "finish" milestone dates on key elements of their work as agreed with the City's Praject Manager at the kic�off of their work effort. The Contractor issues to �h.e City, updates to the "start" and "%nish" dates for s�ch milestones ai the end of each month thraughout t�e life of tlaeir work on the praj ect. 3. Tier 3: Medium and Large Size andlor Complex Projects Regardless of Duration The City develops and maitltains a Master Project Schedule �or the projec�. 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 Leve13) and in CiTi' OF FORT WOR'I`H 20� 8 Bond Year 2, Gantract 1,3 5TANDARD $PBCIFICA't'ION City Prvject No. � 01475-1 Revised 3[3LY 20, 201$ 003215-0 CE7TiS"I'RUCT30N PIiOGRESS SCFIEDULE Page 3 of 10 a�ign�ent with the WBS structure in Section 1.Q-.H as agxeed by the �'rojeet Manager. The Contractor issues to the City, updates of their respective schedule (Progress Schedule) at the end of each rnonth throughout the life of their worlc o� the project. C. Schedule T�rpes Proj ect delivery for the City utilizes iwo types of schedules as noted beiow. The City develops and mainiains a Master Project Schedule as a"baseline" schedule and issue monthly updates ta the City Projec� Manager (end of each month) as a"progress" schedule. The Contraetor prepares and submits each schedule type to fulfill their cantractual requirements. Baseline Schedule The Contractoz develops and submits to the City, an �nitial schedule for their scope of work in alignr�ent with this specification. Once reviewed and accepted by the City, it becomes the "Baseline" schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work im�acting the duration of the wprk, and only after receipi of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City's Proj ect Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An. example oia Baseline Schedule is provided in Specification 00 32 15.1 Construction Project 5chedule Baseline Example. 2. Pragress Schedule The Contractor updates their scheduIe at the end of each �nonth to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in Yime and is referred to as the "Frogress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts eaeh pragress schedt�e. In the event a progress schedule is deemed not accep�able, tl�e unacceptable issues are identified by the Czty within 5 working days and the Conlractor must provide an acceptable progress schedule within 5 working days after receipt of non-acceptance notifcation. A� exatnple of a]'rogress S.chedule is provided in Specification 00 32 15.2 Canstruction 1'roject Schedule Frogress Example. 1.4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the methodology for developing and maintaining a schedule for delivery of a prajeet. A. Schedule Framework The schedule will be based on the defined scope of work and fallow the (Critical Path Methodalogy) CPM methad. The Contractor's schedule will align with the requirements af this specification and �vill be cost loarled to reflect their plan for execution. Ovet'ali schedule duration will align with the contractual requirements for the respective scope ai work and be refiected in City's Master Proj ect Schedule. 'The Proj ect Number and Name of the Project is x�equired on eaeh schedule and must match the City's pz'oject data. B. Schedule File Name C1TY OF FORT WORTH 201$ Bond Year 2, Cantracl 13 STANDARD 5PECIEIGATION Gily Project No. 101475-1 Revised 7ULY 20, 2018 003215-0 CQNSTItUCTION PROGTtESS SCHEDULE Page 4 of 1 p All scheditles submitted to the City for a project wiIl have a file name that begins with t1�e City's project numher foIlowed by the name of the project followed by baseline {if a baseline schedule) or the year and �no�th (if a progress schedule), as shown below. � Baseline Schedule File Name Format: City Projeet Number Project Name Baseline Example: 101376 North Montgomery Street HMAC Baseline � Progress Schedule Fil� Name Format: City Project Number Praject Name YYY Y-MM Exampl�: 101376 North Montgamery Street HMAC 2018 01 � Project Schedule Progress Narrative File Nam.e Format; City Project Number Project Name PN YYYY-MM Example: 101376 North Montgomery Street HMAC PN 241 S O1 C. Schedule Templates The Contrac�flr wiil utilize the relevant seciians from t}ae City's templates pravided in Y11e City's document �nanagement system as the basis far creating their zespective project schedute. Speci�ically, the Cc�trac�of's sctiedule wiIl aiign wiih the Iayout of the Canstruction section. The templates are identified by type oiproject as noted below. � Arterials o Aviation @ Neighborhood Streets • Sidewalks (later) o Quiet Zones {later) � Street Lights {latex) � Intersection Itnprovements (la�er) • Parks � Storm water � Street Maintenance o Traffic Q Water D. Schedule Calendar The Ciry's standard calendar for schedule deveIopnnent purpases is based on a 5-day workweek and accaunts for the Ciiy's eight standard holadays {New Years, Martin Luther King, Memorial, In.dependence, Labor, Thanksgiving, day after Thanksgiving, Christmas}. The Contractor wzll establish a schedule ca�endar as part of the schedule development process and provide to the Project Cantral Specialist as part of ttie basis for their schedule. Varaations between �he City's calendar and the Contractar's calendar must be resolved priar to ihe City's acceptanee of their Baseline proj�ct schedul�. E. WBS & Milestone Standards for Schedule Development The scope of work to he accompIished by the Contractar rs represented in the scheduIe in the for�n of a Work Breakdc►wn Structure (WBS), The WBS is the basis far the devel.opment of the schedule activities antE shall be imbedded and depicted in the schedule. CITY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STAI�IIJARD SPECIFICATION City Project I�fa. 101475-1 Revised .iLII..Y 2U, 2dI S oo32is-a CONSTRUCTION PROGRESS SCHEDULE Page 5 of S 0 The following is a sumrnary of the standards to be followed in preparing and mainiaining a schedule for project delivery. Contractor is required to utilsze the City's WBS structure and respective project type template for "Consfruction" as shown in Seetion 1.4.H below. Additional activities may be added to Levels 1- 4 to accoznmodate the neecis of the organization executing the work. Speciiically the Contractor wiil add activities under WSS XXXX��X•8U•83 "Const�uction Execution" that delineates the activities associated �with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestonas as shown in Sectian 1.4.I below. Contractor will include additionai milestones representing intermediate deliverables as required to accurateiy reflect their scope af work. F, Schedu�e Activities Activities are the discrete elements af work that make up the scheduie. They will be arganized under tt�e umbrella of t3�e WBS, Activity descriptions should adequately descrsbe the activity, anc� in some cases the extent of fhe activity. Ail activities are lagicaIly tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish" milestones. The activity duration is based on the physical amount of wark to be performed far the stated activity, with a maximum duration of 20 working days. If the work for any one acti�ity exceeds 20 days, break that activity dor�vn incrementally to achieve this duration canstraint. Any exception ta this requires review and aeceptance by the City's Project Cantrol Specialist. G. Change Orders When a Change Order is issued by the City, the impact is incarporated inta the previo�sly accapted baseline schedule as an update, to ciearly s�ow impact to the project timeline. The Contractor subraits this updated baseline schedule to the City iar review and acceptance as desc�ribed in Section 1.5 belaw. Updated baseline schednles adliere to the following: 1. Tirae extensions associated with approved contract modifications are limited to the actuai atnount of time the project activiiies are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is sub�nitted by the Contractoz within ten workdays after #he date of receipt of the approved Change Order_ 3. The changes in logic or dut'ations approved by the City are used ta analyze the impact of the change and is included in the Change Order. The coding for a new activity(s} added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accuratety show the work of the Change Order. Revisio�ns to the baseline schedule are not effective until accepied by the City. H. City's Wark Breakdown Structure CITY OF �ORT WORTH 2O98 Bond Year 2, Contract 13 STANDARD SPECIFICATION C'tty Pro�ect No. 101A75-1 Aevised TULY 20, 201 S 003215-0 COAISTRUCTION PRpGRE58 SCHEDiJLE Page 6 of 1 Q WBS Code WBS Name �:XXXXX Project Name �:XXXXX.30 Design X7�XXX.3Q,10 Design Contractor Agreetnent XXXXX��•3�•Zfl Conceptual Design (30%) XXXX��X.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design X��xXXX•30.50 EnvirontnentaI XXXXXX.30.6Q Permits ��:XXXXX30.6Q.10 Permits - Identification XXXXXX.30.64.20 Fermits - Reviaw/Approve XXX7Xxx,40 ROW & Easements XXXXXX.40.10 ROW Negotianons XXXXXX.40.2Q Conden�uiation .�:XXXXX.ifl Ufiility Re�acation XXXXXX.70.10 UtiIity Relocaiion Co-ordination �::KXXXX.80 Construction XX.�,�;�'1X.$�.51 Bid and I�,ward X��XXX.$0.83 Construction Execuiion XXXX��X. 80. 85 Inspection XXXXXX•80-86 Landscaping XXXXXX90 Claseout XXXXXX90. I4 Construction Contract Close-out XXXXXX.90.40 Design ContracY Closure I. City's Standard Milestones The fotlowing milestone activities {i.e., important events on a project that mark critical points in time) are of particular interest to the C�ty and must be reflected in the project scl�edule far a11 phases of work. Activi ID Design 3020 3040 31U0 3120 3150 3150 3170 3220 3254 3264 GITY OF FQRT WORTH SfiA3VDAR17 5PECIFICATIO%T Revised JULY 2p, 202 S Activi Name Award Design Agreernent Issue Notice To Praceed - Design Engineer Design Kick-off Meeting Subtnit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer Peer Re�iew Meeting/`Deszgn Review meeting (technical} Conduct Design Public Mee#ing #1 {required) Conc�ptual D�sign Complete �ubmit Preliminary �'Ians and Specifications #o Utilities, ROW, Traffc, Parks, Starm Wat�r, Water & Sewer Conduct Design Public Meeting #2 (required) Prelzminary Design Complete 2Ui8 Bond Year 2, Con#raci 13 Ciry project No, 1014J5-1 003215-0 CONSTRUCTIOI�! PROGRESS SCHBDULE Page 7 of 10 3310 3330 3364 Submit Final Design ta Utilities, ROW, Traffic, Pa:rks, Storm Water, Water & Sewer Conduct Design Public Meeting #3 (if required) �inal Design Camplete ROW & Easements 4000 Right of Way Start 4230 Right oi Way CompJete Utility Relocation 7pp0 Utilities Start 7120 Utilities Cleareci/Complete Construct�on Bid and Award 8110 5tart Advertisemant $150 Conduct Bid Opening 824Q Award Construciion Contract Construction Execution $330 Conduct Construction Public Meeting #� Pre-Construcrion 8350 8370 8540 9130 9150 942fl 1.� SUBMTTTALS Canstruction Start Substantial Completion Constt-�ction Completian Notice of Completion/Green Sheet Construction Contract Closed Design Contt'act Closed A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Cant-�'ol Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support ta the City's Project Manager. The City reviews and accepts ar rejects ihe schedule within ten workdays of Cantractor's subr�ittal. Schedule Format T'l�e Contractor will submit each schedule in two eiectronic forms, one in native file format {.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedieated for this purpose and identified by the Project Manager. In the event the Contractor does not use Prirr�avera P6 or MS Project for scheduling purposes, the sched�le information must be subtnitted in .xls or .xlsx format in compliance with the sample layouf {�ee Specificatian OQ 32 115.1 Construction Project Schedule Baseline Example}, including activily predecessors, successors and total float. 2. Initiat & Baseline Schedule The Contractor will develop their schedula for their scape of work and submit their initial schedule in electx'o:nic form (in the file fortnats noted above}, in the City's docutnent xnanagernent system in the location dedicated for this purpose within ten workdays of the Notice o,fAwaxd. CT'fY OF FORT WORTH 2D18 Bond Year 2, Contract 13 STAI+IDAitD SPECI�ICAITQN City Project No. 101475-1 Revised JUI,Y 20, 2018 ao �z is - o GONSTRUCT[ON PROGRESS SCHEDULE Page 8 of 10 The City's Project Manager and Project Conirol Specialist review this initial schedule to determine alignment with the City's Master Proj�ct Schedule, including farmat & WBS structure, Fo�lowing the City's re�iew, feedback is provided ta the Conttaciar for their use in imali�ing their iniiial schedule and issuing (witlain ftve workdays) their Baseline Schedule far fi�al review and acceptance by the City. 3, Progress Schedule The Contractor will update and issue their proj ect schedule (Progress Schedule) by the last day of each mo�tia throughout the life of their work an the projeci. The Progress Schedule is submitted in electronic foxrn as noted above, in the City's docuanent managemeni system in �he tocation dedicated for this purpase. The City's Praject Control team reviews �ach Progress Schedule for data and information tizat suppor� ti�e assessment oithe update to the schedule. In the event data or infornaation is missing or inc.omplete, the Project Controls Speciaiist communicates direcfly wi� the Contractor's schedu�ar for providing same. The Contractor re-submits the con•ected Progress Schedule within 5 workdays, follawing tl�e submitta] process noted above. The City's Praject Manager and Project Contzot Spec�alist review the Contractor's pragress schedute for accepfance and to manitar performance a.nr� progress. The following list of items are required to ensure proper status information is contained in the Frogress Schedule. • Baseline Start date � Baseiine Finish Date � °/a Camplete • Float � Activity Logic {dependencies) � Criticai Path o Activities added ar deleted � Expected Baseline Finish date o Variance to the Baseline Finish Date B. Monthly Construction Status Report The Con#ractor submits a writtert status report (referred to as a pragress narrative} at the end of each month ta accompany the Progress Schedule submittal, using the standard format provicfed in Specificatian 00 32 15.3 Constr€tction Project Schedu�e Progress Narrative. T,he content of the Construction Froject 5chedule Progress Narrative shoutei be concise and complete to: • Reflect the current status of the work for the reporting periad (including actual activities started and/or co�npleted d�zring the reporting period) o Explain variances from the baseline on eritical path acfivities • Explain any potential schedule conflicts or delays � Descr�be recovery plans where apprvpriate � Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Frocess CITY OF F{3R?' WpRTH 5TANDARD SPECIFICATIpN 2018 8ond Year 2, Cantract 13 Rev[sed .TiTLY 20, 2018 Gity Pruject No. 101475-1 003215-0 CONSTRUCTION PROGRESS SCHED[JLE Page 9 of ] 0 Schedules and Monihly Construction Status Reports are subrnitted in Buzzsaw f�llowing the steps outlined in Specification 00 32 15.4 Consttuction Project Schedule Submittal Process. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or constructian status reports are required from the Contractor. i.6 ACTION SUSM�TTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSLTRANCE A. The person preparing and revising the Contractor's Project Schedule shall be experienced in t1�e preparation af schedules of similar complexity. B. Schedule and supporting docutnents addressed in this 5pecificaiion shall be prepared, updated and revised to accurately reflect the per%rmance of the Contractor's scope of work. C. The Contractor is responsible for the quality af all submittals in th�s section meeting the standard of care for #he construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NUT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USEDJ 1.1� Wt,RR�►NTY [NOT USED] 1.13 ATTACHMENTS Spec 00 32 15.1 Canstruction Praject Schedule Baseline Example Spec 00 32 15.2 Construction Praject Schedule Frogress Example Spec 00 32 15.3 Construction Project 5chedule Progress Narrative Spec 00 32 15.4 Construciion �'roject Schedule Submittal Process PART 2- PRODUCTS jNOT USEDj PART 3 - EXECUTION [NOT USED] END OF SECTION CTl'Y OF FORT WOATH 201 S Bond Year 2, Contract 13 STANDARD 5PECIFICATIQN City Projeci No. 101475-1 Iievised JLJL.Y 20, 2018 OQ3215-0 CONSTRiJCTION PROGRE5S SCHEDULE. Page 10 of I O CITY OF FOAT WORTII STANDARD SPEC7FICA,TION 2018 Bond Year 2, Coniract 13 lievised JLTLY 20, 20t 8 City Project HEfl. 10f 475-1 OD 32 15.1 - 0 CONSTRUCTION YRQGRESS SCFIEDULE — BASELIlVE �XANiPLE Page 1 0#' S SECTION QD 3� 1�.I CONSTRUCTION PROJECT SCHEDULE -� BASELINE EXAMPLE PART1- GENERAL The following is an example of a Cantra¢tar's project schedule that illustrates the data and expectation for schedule content depicting the baseline for tha project. T'his version of the schedule is re%rred to as a"baseline" schedule. This example is intended to provide guidance for ihe Contractor when developing and submitting a baseline schedule. See CFW Speciiicxtion �0 32 15 Constraction Project Schedule �ar details and requirements regarding ihe Coniractor's project sched�le. CITY OF FORT L�VOR'iT� 2018 Bond Year 2, Conlract 13 Si'ANDARD COAiSTAUCTIOT# SPECIFICATI03+! DOCLJMENTS City Project No. 101475-1 Revised 7ULY 20, 241 & d0 32 15.1 - 0 CONSTRUCTION PRQGRESS SCHEDULE — BASELRYS EXAMPLE Page 2 of 5 � �.I f��^� �_ �• �. -� � �, r� � i� eL � �� �_ �r G. 1' � � i1V � � �I �_ ...�y ii � � � �'ni� � I -��' E {q� I— �� � � yi �� . ,�` �} � f7 I� J V�- ._ � � � � �� . -�' --�' . .i ..._. _i. , R---- . , ., . -- -' . ..---�-- j I ' I ' ' I ' '"_I_. ' ' ' ""_"'_' . . . "'."'_'_"" "_'.." """' ' ' ' ' ' . . . - I " ' " " " '"'""_ " " " � � � ` ' '�"—'+ ._.. _._� � '�"_ ""'_ '....-"' '_'_"' '_"'_ ""' ..' " . . _ r • i r r--�------ -- - ---- - , ., i�--------i----- �}- �i- - �i-- , � , , , , � _ . , - •�Y - �i- 1, —_� � - --- - � --- -- � -� .„. �_ �� �� .�.. �� �� � �� _��i _. G, i.� � t., � w i 'r�. �. � �, :� ., „ „ �� ;I ;J `•''`i .� � �.. .� c' � .,V ,, 'i„, . � �� ,, „ . �, ,„„ ,,_ ,,.„. , , , 4 Ir y '7 i � � . rY aa � �] �I �' ti� ' O u 'z ti - . i', � _ 4F �� R � �� ~,� � i. �� . ., .� . ,`.'i �'- '�, �: K � „ .z fr� �, _ . � � � . � � .. -� � � , ,,. _� �� � i.,.. �� � �' Si �i �r �� ,�, "' r} iJi �{ r �y � ��{ o' �{ � .� �i ;i t� :� � � '�}7" �'� �� � �; `� : • * `I ~ a Aj� y F � � �' 'F, � � + �' �+ �' � � II � � •I' � y, � y F�� � ' � 1 , * � � �. � � � + � w� �� .y aF� � � �.: � i r � I�i �.i ��i I; * � I � �I �I � 'I i. ii . - � 2y an � i� ri �. r - - • t] : �. �{ i • .. ..� ..� � � tii � r ��� .� .. x� w .� .. ��. " r� •� Yt si �1 i�� .� ii. ni •i i�i a"i t. .� .F r iI . �� . , , Y� � r. , _ �' _ _ . ;� ` , . ' • , �� ' '� : ;* 'f 'f � :� '.� +� '� t� °� �� } i :^a ii {� � i' { i. .y fl � ''J :. � �;� i 9 � yi X h 'i fi t," ir. y # ^; � i �' � ��p � {� � �' V' K' ky' � �� Li :I ,; � � h� , '� ? � fi j � ~ ii :C 7' ��I �� �: Ci .'�'i .. '� � "I rt r � �5. �-i � i: i � _ i.. , i I � ty 4. I I �.. r I ii i � +�I} r. -- tF i � �} _ _ _ 'i � 1 �� ii i iii ai �; �� :� 4 ^ � _ _ . ri . � � R O r V ilr �Ir � �� � }i i'I } � r, � - '- ; i :L � .. � , .a .. - � � � � � - . " ' �� � � ��� � �r �.� . , � i . , � �`�- i C--+ � � � .� £� `� � � � L7 � ir �� � � �� � .., � 4' � �I � �--� .:� � I � � � .� � 4V � 4+ �V %� `� �I � Y* �-.� � ti-.� I�r 14 � o � ` � � i {i � _1 � h4 + � � � � .� LL4 V, �j l r �' � c• ;� r „ „ ,._ . � � * { a_J L C r I • � • � � � � � �'� ' � � ° � � � • LL � � +i. � i " ' � � iX �� ; t,� � � i �' � � j � � J i ei �^ � e��� � r� •�. �I i� } � F � � � � � � �i +� �F y e� � n � . . : l� :; � � ,'�; L #, _ :, •. � ; �- , ; �: ' � � `v '�' ' :; `' + -� ` Fl � r. �J k � � u FI - � � r � I� � ',� u � � ! li �I I] r n J � � 1 5� � � � r � } � � e i � � 4� i" " � � �: '� �' �. � � +�� + FF ~` F ; � i? � ►+ st �' ' L i I � . .. �' , n p r s � - �k � 'i P' i � i. ¢ � 'L � � Q :'� +} . 'd '� �{9 r] s a �� �s . � 4 �� r� u' i:i � a 3.I ' *' t� { :� � R � . t; : ' ra � W _ .�i n � � - - - " f' ' ^ ��. � �,�� - ��m„_., :��. , , ;��, . ,�.�,c,�:.,,. , ,���� � � � _� u....,� .,.. . � � � � � � � �� ' + C1TY OF FORT WORTH 2O18 Bond Year 2, Gontract i 3 STANDARD COI+ISTRUCT70N SFECTFICATION DOCUMEAITS City Project No. 'I01475-1 Itevised NLY 20, 2018 D032i5.1-0 CONS'�'RUC'I'ION PAOGRESS SCHf�DLILE — BASELIIJE EXAMPLE Page 3 of 5 m � m r� w. c � � Sy � €5 � � � � � �' ry,- C1� � � � � �.�E ��4 W �� � � � ' �---------- --�---------- `---�-----�--------- ------ - ----- i i ------ 1- -------�---•------b --------+--�.�i----�1��: � �� Yeiu � . ; : . . � ------- - --- � � . � , . . � ' - ---- -- - -'--'- . � � • � � � � � � I � T � � � � ' F ! ,F`„ ..-----r'; 4 --'--., - '- u.' ---'{ -, „ „ „ „ �, ...� �'� � �� � .� � �,'� �� .. ;;� �� p �� � � � "' „� ,,- , ; : -�y;. ; �,. , �;ir�;n " � e+ , � � � �+� wi r. �ti 5 �ti .5 �ti 'S .i in n .} � �. �+1 � �s� .� .r . � ��. 4 � � . ii � � _ �n r .1 Q�l rV��1 ii � �'1 _ �� s t��..i o w� o� u � o �� �� o N n =i u i%7 4/ _ "� '7 � i { r � rr, � , .., ,n �� t � ti �3 �M o rn � ' � �i� r� �w ��� � � m .: �� ., ` �� ry � � ��. � :i � � � ' y Hi � d Yj iJ N rd �.� i { u i f � � � ± � i '� N iJ f i .� i N i` y ��• ^I �� ,,I {I' - � � J +� '1 � -� � J�1 [T,� ii V � n � ��`� i � m .� +� � y, ���i �2: � t m � �f S � `,. i4 "� �- F �f �� } �� 'J �1 ,A .k�� � ur r � i i, y r� �Y ` � _ � . � �:. ��. - :}S"� � �I � � �F' � � . .. � i� -' � i - i1 i� �1 (V � _ f+ r1. iil I.. x� �� � i ;� +� �f' .+ � ;^ �k �a � .{' t: �.i �'; " 4' ` �l i: �^i �` ;; � _ '� +� �g +f },{i � '� � '� � � L� '�' N �*Jy i• n '� � L k b L. i IA Y i `�� �'��r� q � �� ''j - '�'? �r u� � � ����,� � �S r �C ��'� J; /�[�� �1 ? � � *t..+� °� .i - � r� . ... _ �f� _ � � ,. � �� i r i O i. � n . � {• Fi9 ' n ��� r n' li �'i 44 .i ii � �1 r� r v Ili I�I � � C' v I'I ,i ili i� I� n' •i � _ r fJ i i � � � �� I'- _ ri ��J - " I L� ��3 � � � _ . • r_ '4� 4J ��� � _ '�„ • 11 '��ti ��� � � f� 1�� �� _. �� 1 -• � �I 1 �' � • � 1 . . �1 �� .1 � � � � � � � � � � �n.'. � � � � � ry: � p � �•� ��� �-�i � �a � � � a n „ a@ 0 n �a � � i� � 5' LS � � w � n � E � � � � � i � � u 'i� � � �� �_'� '� � �� � � � � � qy �� 2 �' ,`il � 'P• �i y '� � � r' C • '�b � .� �`, ��� : i rc o. :; `I = V 1{ � 'L' � �^' �. ;; ` E'� i}� r o �� ry r:. s� Y o � Q � � ` � �" � F �,;'; h „� r 4„ ; � e- �''�� �� ; �i .L � � � a n i; �S o '-� :" �. '"' �r r F i� e u n �: '- ;; ��' � rn p� � �= R � �, � } � �' '� � � ��'. " :=' t� ;; � � '�'� 1 � 9 ' : �' � 2v n C w �' �: �i � '� � p � � � � ry � � � fo U� `n ,�n g p �., � � �„ 'w,i � =�=',,," '' � - ��u�, � � � � � � �� � : M � :' -., ; ! ;; M L � � �� �; �! :i N � � , .1 .; �; ., d � o �� � � �0.� w ��� ��� ro Fr 'r 4 � � � � �' � CTI`Y OF FORT WOR3'H 2O18 Bond Year 2, Contract 13 STANDARI3 CONSTKILTCTION SPECIFICATION DQCiIMENTS City Project f�o. 101475-1 Revised 3[JLY 20, 2018 oa3a is.� -o CQNSTRUCTiOIV PROGRESS SCHEDUf.L — $ASELINE EXA3V[pLE Page 4 of 5 CiTY QF FOTZT WORTH STANDARD CON511tUCTI07V SP�C�TCATTON DOCUMENTS 2018 Bond Year 2, Contract t 3 Revised J[JLY 26, 2018 City Project No. 101475-1 00 32 15.1 - 0 CO�STRTJCTIOTi PROGRESS SCHEDULE — BASELINE EXAMPLE Page S of 5 END OF SECTION C1TY OF FORT WORTH 2U18 Bond Year 2, Gonlract 93 STANDARD CO3+iSTRUCTION SPECIFICATIdN DOCLTIVIENTS Ciiy Project No. 1 D1475-1 Revised JLTLY 20, 2018 00 3a is.2 - a COTISTRUCTION PROGRESS SCHEDULE — PROGRESS EXA1vIPL� Page 1 of 4 SECTION 00 32 15.2 CONSTRUCTION PROJECT SCHEDi]LE — PR4GRESS EXAMPLE PART i - GENERAI. The following is an example of a Contractor's project schedule that itlustraYes the data and expectation for schedule cantent depicting the progress for the project. This version of the schedule is referred to as a"progress" schedute. This example is intended to provide guidance for the Contractor when developing and submit�ing a progress schedule. See CFW Specification 00 32 IS Constrizction Project Schedule for details and require�nents regardi�g the Contractar's project schedule. CI'I'Y OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPBCIFICATidN AOCTJMENTS Ciiy Project Na. 101475-1 Revised 3CII.Y 2D, 2018 00 32 15,2 - 0 CONSTRUCTIOI�T PROGRESS SCHEDULE — PROGAESS E�F.MPLE Page 2 of 4 I� �- � ury� C �% a Y �r cu C+� �I � �ny n s: C .r. r,. t3 �1 �IR L.L' � � -------- � ------ - ----- r-- �_---------_••-••--•• -... .� .............._.... �-�,pF� I � - -; �}Y � T ;��*�*'��--' ---- -.' � , '#-'•-`=t , - —��.. --�1�-----.—�-- .,�--- � _� , — ��_J _ � O:L7 C},� �� �}`.� 1.1`a_ I 1 � 11 i t� I • 11 el ..I� �-ii 11 a I_� . �i�.. ri, .�i. �i... ,.. •�i } � I ' ' �� F} i ,l 4 ra i . i i t, � _ n ra �l `l � { _ `�' fi . � � . � 1 • � 1 � � R � _ I _ � �.� ri � I. � � � �h �+ �6 -' ti i� i � q ` +� �;��. �f� � �i,���ry$;'#'�i'1tJ.����F'��irlf�kii�n� .,������',ir iiilfi �' �' �II 'I ' } � � � l , �i _ �� J� .i '� g' �!1' t� h� x� � � X. �. �� �, .� _ , i'f.��,� J;�.,:��� i,.���.��;�;�����;� �i), �4 4 y { ' " . :I !:g ii {'1 +: ,i � , • � '` ''�r {� � i� y ; �� � t; Sj ,I r'. �� � � � � " "i f� ei �,� X: Fi : � " � 7� y 9� 7 !� '�, 9� } '� � '� � } � � '� . � �' �} �; � 'i' '� 1• � � y{ � i�i � � � 4' �� y��i� �� �.I �I il �S �� . ti :s �, �, � � Fi � — �1 I K. J . — !1 �.� �� il �� �i — — �� , � F1 Y: :t L � �i d '�� �, �� � r � � � � � � � �� pir C.Le � � ��_ `� �� '� ,E � U; � �} � ? � � � � �.. : t � � . h� �. V � 3 ��'��3, f� ' ` " - 'I F+ y� �'� � ��� � :I:'�� , ' ,�„ i }1 ; i5 'J J �" �i �:i � �i l� {I Yi � •. r . w a1 � _� �. � ?I ��� _� �+ � n a _ _ _ ' �' '� ��� ' � }i I I `�� '� �Li F� �'� � � ' i ;� �, ;: i� ':i � I :: : ''I � i � � z � '� � '� � } 3 {� U �j • 4� 4• ' �' �s �i � ' � � � . .� 7 -� � � { d � � � 7 1� � �'1 ^ h i�i ,;� � �� ;j •4 . � �. �a r� .i � . � i� . �i . :i �. C�� , . _ �, ... ;� 7'- �i . , ., �, ;.�:� �'���:;,:,j - ��'r�� fiy;;f�..^^'.,'9�:�y,{ ;�:',:� 115x',_„ ���}�.�,�'� ��'� � .�,�����+�?��`� ��'�{�'� i I.�� `a� .�'.. }�l �;�� i. �.r��.": �� � .i!. li �. .� �• �� u i� 4} . � c�i iy u ia f ' '' J ' ' . - . . ' al L: LI t, fi L� iJ LI _I I.` I"I � 1 t� Y � � �y � � y �+F �I ' �.. i.� ... � . � A4 FI � ��� � . ir . � � r � �� � � �. � � ' r� �� ' i� _ . . � I�t �' I'� _ _ _ � V � . i ' a� r i � �� . � _ � . .� . ii i� Y iit ��'i i� � .� r. i �� � �:; w� L'� �' r Y: � i+ .� � � .� 1- I }' � H ii � � � � 4} . _-� �� �� f i '-� t � � � �i � ����� 1� G:�� t-h„ ,; � ; � f; 3j ,,; ~} �J � iti. '� +$ � �, ., r� � : _I i.l i] �J i L iJ ��� „ �r� ���I ,! %r� h� � � n � � � � r, ��y�1II y. ;,, ,� �x � � � j7 �ry I, � s �M II � } ? U F � fi' n '" *� ,+ r� T t��9+'; b�j�'`�- ���"�n � �;y �+�� I'� a '" E ' � � L �. � � � �i� In� �� � f*� n� u � ��F 6� "� +r � � �; � �� n H +�� � � �. �M ' Ol '" '' � f # fi . � � '# � � '• � �4 � �� S! :? � � � �� � ..�'i. �. �. � �r. �r� . 'i� k:l :I � � i� ��_ � � � � � � F'1 � �.e? � � � 7r � � �.y� � '� i2/ @ � u '�+ � � C �� � w � C�� d.+ � �� �� � � � �"� � � � C/y C y � � �E3 � � „ � L rr3 �L } �i r i = c.`j • • � � � � � � Cjl � C � '._ � � rti � �,� F { i- � � � I� I.+ L +� -i [r �' f � � � CITY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARi� CONSTRUCTTON SPECIFICATION DOCUMENTS City Project No. i 01475-# 8evised JLTI.Y 20, 2018 003215.2-0 CONS'�`RUC7'IDN P80GRESS SCHEDULE—PROGKESS EXAMPLE Page 3 of4 w � � c p a cv � � ca o, cd sn � a i� � G .� Q. � � 43 � �. ,r � C.� � � � .� � L � I..J � � i� � � � �� � � � � rt .{ � � N N n iY f� �� �+ �� av nl N M �i �V N M"CJ M'[Y �[�� ca r' G � I,. ("a in li. m ., ��� . i, i, i i ., ra � r-, t i. � i�i .� . �.., Cl�.t �i ����1 rr ^I N�M.CI r. r. I� i�� �a n �� � � 9 � C� � � � � � � � 4� �� � {�tj 4� @ � � � � � �y �{p �/f / i � I � � � � � � � ps 1r .� -„ �.� .. a. ,e � .. .,. m -� P ��� � ��: �_ .�� �� _ �,. �r m �� p w � �,i, r �� ,� w ��� i . � � I � Il `� � i: �: '� ,. � f ,� 51 ir F; k` +3 � � �-� I,� rn �+. � � y � y� 4 ;4 ;k �9'�, -� `� � ]! J�i' � k �'1 I �{ � } ¢ � � {'1 id � '�' � 'Y' - � 5 �a ' "' i!'p4 '� i � }+ `l, � ;'f -i �v � �� d .� d c.�r � �y ,� r � , ry ' I 7 � J 7 .1C � �7. 4, 'i' ,�; � _ � :� i, � i _ 5 .-r: • su�ncu � ., ��fi w'S�rF `� �+i i�� oc�,..M; =' ' - � ��� -� -! �_. w ro m . _i _� ��� ..� .. _ �. in _i� n _i si ��. oo m u� } a. _ { ,�� u/ o� ir 'i �j �!; i; cj r: F� � i :� � � el r�,1 ci �,�� i` i ��� i. i1 j� n n i3 n�� � Fi � i i. {7 f #�� ; �+ i: �� ,; r� � x �S ` r� � `'',�' � } � � 1 � , - �i� � � '? � � �!; �"{ {�'� �J'�a � !�'„�' L�[ ;��t ,Yr ��� � � � � �4� �I ; l 13 ��'- ! - � •' 4'� l; �,=r �; �:; �k ;r ���1 r,� '� � 3 �f� `,i � ' tiy : :I'R �' :`� { � #� .i a. � � L ?f ;I_ �} � h �? �+.' � �i! �' � � V ,5 � '# J, �` `' ? � y ti+ �r� �� x; � � ;, � . ;��, ,b .. ,. ., - , , i$ '� �i -. , m m • •• �. � ao eo"_'M 't "_ ;v' 'J k7 '� F7 a �'.� � �;i �� i; �{f ��,k[���� ,� ��'�"����i�'1 ��+�'$ - y4 - � �E ,4 .I, I�. �: � �s F�i „ .'j ;i �J . �_ � L � � �� . � � ' t: �� �� uJ :] f� i . u .,���;;,' �o . � ��� .. �� r� � ga`� a���-yu. �. :I'E � �� u k r.. �i �'[. .�, ; i ' i� tr r�l ; � . ;4 �� ;.' � �� �'�� 7'� �� `.� � �s '_' �� ; � ,T i'J r.i i i r . � � 4 ,`� - _ � ��L y. � �. ck � ;� ',�� . - � �i u ~I �� � � u .#r u y � � � i � iii �;,,,,,,_���1"„i �,. ..ro�u„ w __ ,,., n. _ ' y .,-, . „ � ., „- � P :' �' � I� - .: r � : " I�I . , �,� ,� ' �C �' �; - . ��� . „ _. - - ^ - zv c � � ro � � � � a $i ;� � E �a u g $* D �_ � Y� � �; �� � � � � � � � M � iS hl C. M {r , i� � n u �i ��� i� �j� p ��' c G �i%� t'�� �kUa� �.u" "ll e _u 4 � � � R,i � ��� �y �o rt � .k z � � � 1 �a �r, �� „ u T =; � �� , s � �, i�l �, n` r ., �� _ , , , � ��I I I :.: f� �? �t � � C; 4� � i� :i �� '� �� � ,� :l - �� 0. � 0 �' � � �S n ih � � ti �' 'ii � � � � �„i-1� '- p ; 11 �$b�„� � � � r. c . � G [4i � �i � �F � n� „ iii �i � ' Q p �u ;, _ .� i�" � � r c`. � ����'� �i5 � � { � L _ � � � � t� a 7 � � TM� �A ?� �> r � ��� � �'����i;���� � � H �,;� r �'i � - � � :!:,. ,.., x; �� � �r �1 � � � Y � �k � C 4 .0 � � � ¢ � i1G � '� _ '� � � OG V � � � CITY OF FORT WdRTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPECIFICATION ]?OCiTM�NTS City Project No. 101475-1 Revised JLJLY 20, 20T8 ao3zis.2-o CONSTItUCTIpNPROGRE55 SCIiEDULE—PItOGRE$S EXAIVIPLB Page 4 of 4 END OF SECTION CITY OF FORT WOIL7'Fi STAI�2DARD CONSTRUCTIQN SPECIFICATIOTI DOCiJMENTS 2fl� S Sond Year 2, Cnntraat 13 Revised JCI�.Y 20, 2078 Clty Projeet No. iQ1�75-1 UO 32 15.3 - 0 — PROGRESS NARRATNE Pagelofl SECTION 00 32 1�.3 CONSTRUCT'ION PROJECT SCHEDULE PROGRESS NARR�TIVE Reparting Period: Projec� NaEne; City Project Plo: City Praject Manager: �e. l�isf o� activifies a� 1. (insert text herej Z. (insert text here} 3. (insert text here) 4. (insert text �ere) 5. (insert text herej 5. (insert text here) hed in fhe �. List of activities to be 1. (insert text here) 2. (insert text here} 3. (ir�sert text here} 4. (inser� text herej 5. (insert text herej 6. {insert text here) C. �is� any po�enfiial 1. (insert text here) 2. (insert text here) 3. (insert text here) D. �ist any actual del 1. (insert text here) ! 2. (insert text here) � 3. tinsert text herej Date Issued: Company Plame: Engineer's Project i�o: �r�gineer's Prajett fVlanager: ished in fihe next repor�i and and �rovide actions actians od 2018 Bond Year 2, Conlract 13 Cicy of Fort Worth, Texas City Project No. �01475-1 Canstruction Project Scheduie Nerrati�e Report for CFW Projeds TpW O#ficial Release Date: 7.20.2tl18 Page 1 of 1 oa sz �s.a - o COTISTRUCTTON PRQGRE53 SCH�A[TLE — 5i1BMITTAL PROGESS Page i af 7 SECTION 00 32 1�.4 CON5TRUCTION PR�JECT 5CHEDULE — SUBMITTAL PROCESS PART1- GENERAL The following info�ation provides the process steps for the Contractor to fflllow for suUmitting a project baselix�e or progress schedule for a capital project to the City ofFort Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regaxding the Contractor's project schedule. If you are not a registered CFW Buzzsaw user, please e�nail or contact: Fred Griffin, Buzzsaw Adrninistrator City of Fort Wart� Fred.Griffin@fortworthgnv.org 817-392-8868 Using your registered �tsername and password log into the City's Buzzsaw Site https��'�rojectpoint.huzzsaw.com7c� � �• nvorthgo� � � � . �� .. � � .� •# • . ._ N" . --� "�' �."- � � �� i � Navigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The OQ701-Flaxseed Drainage Improvetnents project is used for illustration. 2018 Band Year 2, Contract 13 CTCX OF FORT WORTH Cify Project No. 101475-1 STAIVDARD COAfSTRUCTION SPECIFICATiON DOCL�MEN`fS Revised J[iLY 20, 2a 18 003215.4-0 CONSTRUCTION PROG12E55 SGHEDULE — SUBMIT'TAL PA4CES8 Page 2 of 7 E'� Fl+� Ye � jyy. he a '� J liy, . � ] F-ii.:� ,�I:��::.:-a�gov = _— C'u"'� __� '�,' "k }�' ,_t �r.s �A�.LI ,+i �. �'a' f.7J • L� ' . � � � liilileF� � � � � I ��n,-ar'I•--rie�� II- ��� - ' ' � - � � Ji "r'S ' �I B�IIIt �� �`�..iri"T }i��"_Y.iliiiiiNr :f,i�f�� � 1G�3-'� '�4rrs�f�L+u_+eti:.. I f LJf.���i�,ses I � J � nh:h��r.m a J inr,h ts �j� J =�.�n�:���r �'i 'jimr.oaidence � . ` �._ktia-ndi�ri�n i.�_k_..firt.resi � ;;J �'��� �� ��� ^� � i J n{n-i+�rVy� � J:ryNnq_�ry . . � �. . � ��� J �!i �� � y�. ' � i":,l}} 15h.�1 �F�y,�:4.i�Ua:Yl�l" " 5�u r-}TCS �.,r's�, �! epe:tr��h:Ji!.��i�� � ' I QIIi�G J�tiai4V�:CCFSIHA:�.S. t � U5?fiR �J�be•Vff.K'+:€L4��i��e "� 1 • � Gi.'-7i 4,ri11rrY_:eiF.Hsr�f7nih�c 3�r�•r , ��rilry� i�m.fnhl�!ia{L'Yo.10 � �u;7r.i-[,�fF��6Y+�u45.�iarr. a � �'�773 �`ao- �mr�r 3�^,1 . � iniN4 5w�no-[..�rl.��ivy�.���, �:•� + � i4'�Ja7-;�e�ir.rYRra� AIUR`]31it .. � � . 4 m.ni . . �.i. a u � .ii, _ a � ��i��'���n .:c_s,�_l',ry„r��sxtu.�:ie-zt�l[c::n4.ee��l-:swe.�ibl: ��Y�i� iRd .�.� , ' � s�} � Two fiies will be up�oaded for eacl� submittal. A native schedule file forenat either Primavera .xer or MS Project .mpp and a PDP version af the schedule wilI be �ploaded Verify that the file name contains the 5-digit Project ID, Praject Name, and Submittai Date and follows the standard natr�ing convention. Init�a� schedule submit�al will be labeled as `Baseline' for example: [f0701-FlaxseedDrainageImprovements-Bas.eline Schedule submittai updates will be labeled with Schedule Submittal Date `YYYY MM' far example: — 00701-�1�seedDrainageImproverr�ents-2009 O1 Expand ar select the Sched�aies folc�er and add both the native iile and PDF file to �he directory. Frorn the Toolbar Select CAdd Dacu�nent CTTY OF FOTZT WpRTH 2O18 Band Year 2, Contract 13 STAIVDARD CONS7RUCTJON SPECIFICATION DQCiJMEIVTS City Projeci No. 101 A75-1 Revised J[JLY 20, 2a1g 00 32 is.a - a CONSTRUCTI�N PROCrRESS SCHEAULE — SUBMITTAI. PROCESS Page 3 of 7 ' Flle Edit �ecu Taols Help � -. �.E � Md - � i:r �' #� ?C ;,T '� .a� r,isr d.� z [`�' �7� ' ., i Drawing il �:w � lort��' — - _ : I : a.,; � . 'Y �� ^�7411 -Plaxseed �rainaae ]mpravemei c1 {� i — � � Fdder _J �d Forms _ J I"'Aesponses . � =�,�.struciion . . . � . _ J �:on,ultants �{ �{, I � tiontrador � �e I ' I� C9RE'I��dE�[E �-! .� ;pne��iConu�_[pa�menlsand5peu � �J rro�etc+,emeings i _� ��lich3eetmgs ��� � � aeeinr.rcrtr . � � ��' ,� _� � =-1 rti���_ f�-�dex.xls *. 4 �' JI�� ys � +:�Od705-a'hanVllagesCenValClusterSixF . ,[� pp7C75 - Lhhan Y&ages Central c{us{er soui _ J4� r�7p[, - Urban Y@ages SE ClustEr Berry�% .� 0�706 - Urban YBages SE CJusier Near Eas � •#� 007'A - SanitarY Sewer Rzhcb C��act L% . �� I .[� 00755�- Mesqu�i�e Rd 2�709 C� Year i{iles � -� 0070$ - �irks Raad -Bryant Wvs ta Gra� Y7�� . � 0�778-LehowCh�nci .. ,�,�. , f;} OD786 - Summer Creek �. Sycamnre Sdiool ` '�� � Ad�..� � . .� . :I �I�h I rtti �5F< � :oGsiFGn ]6,3d4 Minosok � Select Browse and go to the location of the files on your desktop. Select Onen [� rj[�C{I DiCIlA7�nt5 +�ae+h��ortnerc FE'� � { �irk�aW+ 7 � ::I _� SU..Liln�n�a-�1,��,.AdI�Ilnn�i.crkYh��Y+�.�a�ew���.C+xiersn4pe�:ur[oC4r-i+� �nLY . L � f _ fr-f4F! iilLaoriV� JP1Wi��_�� — _ _— I — .v� - � i LCdkn' I,:.� Ger1c�.— '- ..-- � Cj �' .Fyr�<u�';��� 'r'�� �d7etMindManagerPro7 �. � � � uy .: ��ater '��"arrates Player �•+:A�rl �� ���ylr•.7�f-f'laces �x�l�. �roJects �'�'��'°� .� =�:lobeAaabat8Professionai " ['x�i'��y"'�e�.udf � � �f;�irnCAsSOVDs �'���ea�1YPPTu.ti.�� � . � tiud Remrd Edlt pro ,� 13G2Z�a'N �OOS ' [1•�'{ � �ri2M tllfl VPid � Cross�n7nd P�P Exam Sim 7.1 ,�fl.. •� e 5i r� Gystal3ZPPoris h168 � +� :o�rda Earih o _�A 4"'��Reference Guide.pdf �' Fy� pn;'^smart F�cpress �+aisk Dehagmer�i 'hfEo'wf���� �ry�PhoWSmartPrertve�' � FreeSoundRecarde ��-�F =S.,i��i CeMer �_ �FreESoundRemrder.exe � I� F�S�pa�Cor.�iect � �LaptoPSecurdY r � � �logm.]PG - I�I..,ies ��'������ � MitrosoN Visw Version �UO2Inside Oui eBook ,U;, Ne�7ee�g � �, �� x _.. � �- - - - - •I ��� .I� �ii5'h:+1i �{fi':Yii• =L�r.ea - - — -- I .�,�,d-ix Iti�caPcr-. _ . r""" The file will appear in the Buzzsaw Add to Project — Select Documents window Select Next. 201 S Bond Year 2, Contract 13 CITY OF FORT WOTtTH City Project No. 14i 475-1 5TANDARD CONS'FKUCi'ION SPECIFICATTDN DQCiJMENTS Revised NLY 20, 2018 o0 3a � s.a - a COI�iSTRUCTION PROGIiB55 SCHEbULE — SUBMITTAL PROCESS Page 4 of 7 Do not select Finish at this tirne. wl `+d+ri.t �wrnents AtIM7i [flmmm4 ..I I_f�t�r�lt'atu�iY�i�.slc;.�i �r.f*r:w•r:,L��le.Ya.i{+��uai�14s166hmimiT;PPSk�I4�he�r�l}� I�'L)nr.:{e. i I II ��• I io��rt _ _ — I flr 19i.alan_ -- �"IqortF. ���r� i �m�,ia�'I,a��+rbra��e�Jmm��xen�}�o7 �i�s,,. ��µu�u.rr��s�m,' ���r7., �;_�su I�e Ennd nun�.;�, I � � i You will be placed into �e Attach Comment window to enter a record inta the Project Schedule 5�zbmittal Log. Enter the Project ID-Praject Name-Submittal in tk�e Suhject Li�e. Type Submittai and Company Name in#o the Co�nment window along with Contact Name and Contact Phone Nnmber. Select Neat. - -..I ��71-,z,5kaoc�n���niRu[Uecnn���aiF�r���:: ..-��4�i�.:r,.��l���rl�kx�-_. 111�] LhEP is t�hMJ ' Y� ih_m fv Fi!t GCnq aidr�. :��5[i L7nrWlienis � �� n7n.neiil lo rS'�y M15�}J�eo'I t ehllar.L4 [Unu.itnL f � 1 I�8 _.I � � i!� f�" I ii �J.s I'- I��I I I I —I '.erdlSuwf ��ISti!' IG�T]la'lak•xeLLYr.�nytJiiiaint•�nirzt�.2S�n� ' — F'1GnFinlrm '— � ,�-h:tl��r-.I�-Yi'e'i�r�Fl;�i.yml�n[t3'�rltini�' - — Contact Name �;antaci Phpne t)r � Ipdate Sc#7edule Submittal fi'om'Company Name` for work performed up to ]anuary 32, 2009 �:antact �us�ne �::ontact F�one� � � � � e� ,�_x, .� � __ � -- I tl�;k � � F� �i I Cancrl _I lie�i .� I �� — J ra�;-1 I rl�, I Cl'f'Y OF FORT WORTH 2p18 Band Year 2, Contract 13 STANI]t1IZ37 CONSTRUCTiO3�F SPECIFICATIdN DOCIIMENTS Ciiy Project No. 101475-7 Revised JULY 20, 2018 00 32 15.4 - 0 CONS3'R[3CTION PROGRESS SCHEDLILE — SUBMITTAL PROCESS Page 5 of 7 You will be placed into the Send Email Notification window. Select To and the Select Recipients window witl appear witl� a list of Project Contacts. Select the Project Manager as the To Recipient and the Project Controls Group as the Copy Recipient. . , no����s ,,...._,.� �..����— � I s s.nt� S�n-G :w:: �c _uuue� sovi e� ee��r+��� •� mea� eas -on Vac[ lH' reai 1[Pc3 .:: � •, � � . _�.,.w,.�_� .... ...... ...... „ , , . I_,.I..-�i�._ �� +_a� - ,_ ii L .�I �, . ; I _,T.i: I� �� � �I ., ��. �� � .,. ,.,, ... ITIti I.,.. � � �, �, I. �,.. � � _.. ia NC ��. .i 7�... s... c..,. ... wa.., 'r��, r�e.., ak.. - w.. - �zi... ,. Li.BYH.., { 8rA... �fe... �'�o.. vo.�Ad, v. . r�. cF . zfz .. .. � wr ��r... vrr l'.., cF. . 1Is... r.n... N�iMc... �.. M... C�._. �ll5... weshn ... Y.., x... �f... 3i.1-.. . W. P ., . M.L. endv.., �f... Hl.�... ,. WtllPar.. Wdl o.., G�i.. . Pro... 5.�. wdi�d�n.. w... c... a.,�... sx... ���... Wdxe 3_ . [... GF.-. i2/ . �e . Y... pSl lll .. vveue.. F.. ZnchF,., 2... F... �'fa�.. hM.. Cl�i... et1>I... � �. � .wme . r... rn... ile... � FrMG�... F�.. G�. cF. . il]... .',I[". , � �.��_�•... ... � �_. . s... ,... cH.. e1� .. mr.. .� i��i�� �i � � � � .�.....��„ � ,.y: _.�_-,��. � Iwx � ��.� � i . I {�� .i I �sY � Select the Paste Camment button t� copy the Comment into the body of the email Select Finish. CITY OF FORT'WORTFi 2018 Bond Year 2, Contract 13 STANDARD CONSTKUCITON SPEC3FICATION DOCLTI��NTS City Project No. 101475-1 Revised .T[)LY 20, 2018 oa �2 i s.a - o CONSTRUCTION PROGRESS SCHEDIiLE -- SUBMI'i'TAL PIZOCESS Page 6 af 7 t.i USddeR.ndhinHxxpp�{mrnirilf��,�Rtl�rmP�ll.lu�war�daGE1��C.rt���IrVsppnM�l ir.lr,-� i'm��uments � F���Ir =+Y��lil�!" I .� A*-':i�l � CvnnFnY I � �,I � —I � I } I ; I � � � _ . •ISendk�ned ro.,_f�Rr�l�����nn — — — HOGf�rnhae� �{... ���4�=SI�M�fO�ST:dlll �_ �I — — — �S' I�irlrJ'r.lak5E7+1fx�.ihYe-n[�44'MhF.fiiS$Y.elne ' — �-�, _'ril.�r' .I�ioH.lh�n�'�.��rl..: k — — 'antact Name �r:onlactPhone i)r I.lpdate Sehedufe.5u6mlttal fram'Company IVame' for work pErfarmed ug ip ]anuary 31, �009 � �;,^tacthlame `�:rntactPhone �I. I— I Fr�ul. I ir.:�' � �r��, The schedule file is �aploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. �- t_„ �:f. _ . �- � � . -_� +i ti.} � f.r ?s I = :r 1.w _� f r� .� ._ �' ' � i . _- I� � � �'�V � � � 1' � " � I �'� J�'i: {i� g_ ..i:� i. s�. � 7 ' . .n � J -.. Ji-���5 �� , } � �: :.I I *� I �' �-'r. ' �r�Y!': �enM1el4h._'i�i:�s+";.. � � hY<;..i , 4 �— �w�.ywr'_��rc J=�^ .��F:���.., . .,�,� � 1yti, �}x��:_. �.���... � � � �xF„F . � - �4 ;.�kp5 -.��1. yy :.rn�a.�,., , . - � � 41xti �i5'a+aa{m.1,.-a�:�-�� + I� :h�.T. . �+r+511'��'_ i1.�rr [rt , f '� - � fn5�'rl.��w�4'.a1y�Li:sl�:le��r. •� n�e.' �a �UY 5{�.11 F}illl Coikat I � "�P,}TS� 41.��Rf2111{i7rF11QSc 5���. I � MRA'Lyll'FIIIII-i�Frn}.,il��{-ri��y � � Mll= +RW,-t +I,S� � y rms�. . d k��r J.i. �fT��;� - _,�„��„ ��:�a ,,.,..xn,:-.�, � �,;:��::�� . i.i-��,n.�. •aC'.7 -x.n. i:a:o-n a:u Upload the PDF file using the same guideline. END OF SECTION �� CTFY OF FORT W�RTH 2O18 BonB Year 2, Contract 13 STANDARD CONSTRUCTION SPBCFFICATIbN DOCUM�NTS City Project No. 1 p7475-7 Revised J[1I,y 20, 2018 oa sz i s.a - o CONSTRUCTTON PROGRESS SCI3�DULE — SLFBMITTAL YROCESS Page 7 of 7 2D18 Bond Year 2, Contract 13 CITY OF FORT WORTH City Pre�ect Na. 101475-1 STANDAILD CONSTRiTCTSON SPECIFICA'FIOIY DOCiJMEN'T'S Revised IlJLY 20, 2018 04 35 13 COAlFLICT OP INT�RESTA�F[DAVCf Pagc i of 1 SECTION 40 35 i3 CONFLICI' OF iNTEREST STATEMENT �ach l�idder, offeror or respondent to a City of F'ort Worth procurement is required to co►r►plete a Conflict of Interest Questions�aire or cei�tify that one is current a��d on izle with the City Secretary's Office pursuant to state law. �f a meinl�er of t17e F'ort Wortl� City Cou��cil, any or�e or �r�ore of tf�e City Manager or Assistant City Ma��agers, or an agent of fhe Cifiy wl�o exercises discretion in the planning, recominending, seiectii�g or contracting witl� a bidder, offeror or respondent is affiliated with yoL�r company, then a Loca] Govei•ninent Of�cet• Conflicts Disclosure Statemeilt (CIS) r�ay be required. You a��e ua�ged to consult with counsel regarding the applicability af these for�ns and Local Governmex�t Code Chapter 175 to your company. Tlie referenced forins may be dawnloaded fronn the links provided below. https:/lwwvv athics sta�e.�x.us/datalfor,�����unflicvCIQ_p�f htt s://www.ethics.state.tx.us/clatalforms/conflictlCIS. df CIQ Forrr� is on file with City Secretazy � CIQ Form is being provided to the City Secretary 0 � 0 CIS Form does ilot apply CIS Forin �s on File with City 5ecretary CIS Form is being provided to tl3e City 5ecretary RIDDER: f �����E�C �1�� I��I�Sr ��G Company �.a, ��� � o� _ _ Address C ��n i� � � ���i City/Sta e/Zi By: �� �LS � f�n'� (Pleas T'rint} s � gnatu�'e: Title: � `"s � (�'lease Print END OF S�CTION CITY OP FORT WORTI-I 2018 CIP Bond Slreet Reca�sirucdioh, Yeaf- 2 Coniracd 3 S7'ANDAAD CONSTRUCTION SPEC[FICA'I'IpN DQCUIVfENTS Cr1}+Projcct No. ]01475-1 Revised Febr��ary 2�4. 2020 THE AMERICAN iNSTITUTE OF ARCHITEC7S , :���J;� � ;��i��� ��. 'rl , ,r � AIA bocume»t A370 + !, � � �, KNOW ALI� MEN BY iNESE PRES�N�'S, that we Gra-Tex Utilifies, Inc. as Prir�cipal, hereinafter called ihe Principal, and WariFord Fire Insurance Company a corporalion ciuly organized under the laws of the Siate vf Texas as Suret hereinafter called the Sure[ are held and firml bound unto Cif of Fort Worth as Obligee, hereinafter called the �bEigee, in the sum of Five Percent of ti�e Greatest Amount Bid- -------- poElars ($ 5% GAB }; far the payment of which sum wel! and fruly to be made, the said Principal and fhe said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHER�AS, fhe PrincipaE has submifted a b[d for 2018 CIP 8ond Streek Recanstruciion, YeaT 2, f.;ontract 13, CPhl109475-1. NOW, THER�FORE, if lhe Obligee shall accepf the bid of the Principal and the Principa! shall enter inta a Contract wiff� the Oblige� in accordance with ihe ferms af sueh bld, and give such band or honds as may be specifi�d in the bidding or Contract Documents wiEh goad and sufficient surety for the fai#hFu] performance of such Contract and for the prompt payment of fabor and rnateriaf furnisited in fhe prosecution lhereo�, ar in the event of ihe failure of the Principal to enter such Contract and give such bond or bonds, if the Principat shatl pay to khe Obligee the difference not to exceed lhe penalty hereof belween the arnount specified in said bid and such larger arnount for w�ich the Obiigee may in good faiih contract with another pariy io perform the Work covered by said bid, fhen this obfigation shall be null and �oid, oiherwise to rernain in fu�l force and effecl. S9gned and sealed this 6th day of Mav , 2021 __ ' + A _` Gra-Tex Utilities, Inc. fy { incip ��alj � �U��� 1 Y (Title) President Ha °r - ire Insurance G� any tY) (Seal) � i��ssell 8oard (Tifle) Attorney-in-�ack AIA [IOCUMENTA3l0 � B!D BOIVO � AIA � B F�BRUARY 19rd Ep � iHE AMERICAN INSTITUTE OF AFtCHITECi'S, 1735 N.Y. AVE., EJ.W., WASHI�lGT4N, I].C. 20fl06 � u;�.�z �a �u�rnnrosnz. �1��� ����� ��� SECT�ON 00 42 43 PR4POSAL FpRhA Pro�ect licm inl'armadon 13iJlisl Ilcui No, Bescrip[ion I Jry�! �li - Y:ly�f�� ���1(�fUk"E'lalt.il� i OV;�.01UI�Construcl�unSleKing 2 3125.9101 SWPPP?i acre 3 (1241.tl100 Remave Sidewalk 4 024t.a300 Remove AOA Ramp 5 0241.0401 Remove Concrete �rive � 6 0241.0402 Remove As hait Drive 7 02qi,i06� ftemove Concrete 8 o24f,11pp Remo�e As halt Pvmt 9 0241.130o Remove Conc Curh & Gufler 10 0249.1400 Remove Conc Valley Gulter 11 3110.Q101 Site Clearing 12 3�i#p.61a26"-12"TreeRemoval S3 3114.01a3 12"-78" Tree Remnval � 14 3110.0105 24" and Larger 7ree 15 3123_0901 Unclassif#ed Excaval �S 3i23.p1a3 Borraw by Plan {utili material i7 0241.1700 Pavemertt Pulverizalion i 18 3212.030� 3" Asphalt Pavemeni TyE 19 3211,p112 6" Flexible Base, Type A, 20 3214.6313 8" F�exible Base, Type Q 21 3212.03a2 2" qsphalt PVmf T e n 22 3212.OA01 HtVIAC Trensition 23 3211.4&00 Centent (26 i�slsy�._ 24 3213.Q30i 4" Conc.Sidewalk 25 3213.0322 Conc Cur}� at Back of Sid 26 3213.0401 G" Cancrate I]riveway 27 3213.4506 $arrie� Free Ramp, Type 28 32�3_0543 Barrier �ree Ramp, Type 29 3216,0101 6" Conc Cufb and Gulter 30 321G.0301 7" Canc Vaflev AuNar Ra 34 3305.0107 Manhole 35 3305.0111 Valve Bo; 36 3395.p912 Concrete 37 3A74.appf Tta�c G 38 9999,OOp1 Cem•�im 39 9999.ppp2 Misceilan AO 9899_0003 Replace F 4# 9998,000q Paving Ci 7'Mal I Ini{ II1 _ Pa.�i.,., �idder's Appti�aiion 6iddcr's pmpospl Specificalion Umt of BiJ Sechon i1'u. 1lcss�re Cnit Pricc 8id Valua QuareFily I�'fV 23 LS 1� g6,900.DU $6,900.4f N 25 00 l S 1 $1,575.00 $1 575A[ �2 4'! 13 S� 3328 $2.14 $7,12 F.9: 'ZQ� 1a EA 23 $335,00 $7,705.0( �2 41 13 fi6 ��nn Q� �,. a..� -...,. ,., SF SY SY Lf 7 1U QO �;K-z 32 �1 23 SY 32 12 16 SY 32 12 18 TOP 32 13 13 M TOA 32 13 20 SF ewaf3c 321613 LF 32 13 2U SF P-1 32 93 ZO EA R-1 32'f32U EA 32 16 13 LF Minor ar6 Ti�e Allowance 32 92 19 SY 33 46 00 LF 33 O5 1A Eq 93 D5 tq Ep 33 �5 97 EA 3q 71 13 MO 32 13 13 M TON - LS 3 1 Did 50 CI1 Y � IF Fo1i i wnii i I I ti I�.li�'I fAf{il C{1Nti'I'lif f(' I H 1�v �3'I�CII�lL'A � II1N 1111C ll�ll'N'I l 2u IR I3nnd Vc.v Y. Cn�tl�acl I 7 I��mnR.:�i�.�12111211E2!s (:�M•I'n�ptlMa IUli7i�f nJJcndmnMn I Rert3oval 31 10 00 EA ion hy Plan 31 2� i6 CY ze seEvagefexcess pOl. 31 23 23 GY im tz a� Li3U I'Rtll'OSAI. s�crion� ao az aa PROPOSRLFORM 21�3Nfivixl�Ycar2.C�mum:r I� �'I!�' UI� Ff]Iil 44'llli'l'f l SCrIN]]AliU1'llN�IiLII['1H1N`;I'I�.IIFIL.\�i[/�1?[iL'IIhP-VIti C'u��Y�ul•�j��� III�J751 hdJemlam N�+ I 1'�nn Iteri_ �l 2rH'_n3 2�� Ui�li �RIC� �I� �idd�r's Applic�fion �-�� ��- +�5= i...�.:��.�i..ti�;:: , ��-+�:� SECTION pU 42 Q3 pROPOSALFORM C1I-Yt][ I�1)HI W�11t"fil ti7ANl>ANi) CUYs7 kuC f 1ON 5YI°CfkICA i lu� UI u:UMI!\ I� Punn Pet��.al ?nl :<q 2�� �a� a� ,�s �iu rant�c�snz 2n18 flonJ Yrar I cai�a�4 I? C'ii��1'rv�IR{Nci II11J')-I A.i�IrnJiuis\4� � UfVli P�.IC� �ID �idder'� Applica�ion oa ai oa BID FORM Page 3 of 3 This Bid is submitfecf on 5/13/2021 Res�aect uliy submit d, 8y: (Signature} James Brent (Printed Name) �i#le: Es#imator Company: Gra-Tex EJfilities, Inc, Address: P.O. Box 700 Arlingtan, TX 76004 Stafe of Incarporation Texas �mail: .,� s�h� ,��. ..� Phone: (817) 276-58Q0 nr (225) 3�1-�452 �ND OF SECTf�N by the entity named below. Corporate 5eal: CfTY OF FOR7 WOR�H STANDARD CONSTftUCTION SPECfFICATION DOCUMENTS 2018 Bond Year 2� Cornrecl 13 Form Revisec! Nlarch 9, 2020 City Projecl No. 107475-1 0o q� va eio FORM Page 2 of 3 3. PrequaGfication The Bidder acEcnowledges that ti�e following work types must be performed only by prequalified contractors and subcontractors: a. Wafer Distributian, Urban and F2enewal, 8-inch diameter and smalle� b. S�wer Colfectinn Systerrr, tJrbanlRenewal, S-inches and smaller c. Liners for Sanitary 5ewer Manholes (Warren EnvEronmental or Chesterton} d. Asphait Pa�ing Construcfiot�lReconsiruction (LESS THAN 15,00� square yards) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 300 calendar days af#er lhe date when the the Cantract Time commences to run as pro�ided in Paragraph 2.03 af #he Generai ConcEitions. 4.2. Bidder accepfs tt�e provisions af the Agreement as to fiquidated damages in t#�e event of failure to compiete the Work {andlor achieverr3enf of Milestanes} within th� times specified in lhe Agreement. 5. Attached to this Bid The folfowing documents are attached to and n�ade a part of ihis E3id: a. This Bid Forrn, Section �0 41 00 b. Required Bid Bond, Secfion 00 43 13 issued by a surety meefing the requiremenfs of Paragraph 5.01 of the General Conditions. c. Proposal Form, Seciion 00 42 43 tf. Vendor CompEiance to State Law iVon Resident Bidder, Section 00 43 37 e. MWBE �..1-.� ��lr �F��i.f� �. Prequa[ification Statement, SecEion d0 45 12 g. Canflicl of Interest Stafement, Section OD 35 13 *3f necessary, CIQ or CIS forms are tn be provicEed direcEly to City 5ecreiary h. Any additional documents that may be required by Sectinn 12 of ih� �nsfruciions io Bidders 6. Toial Bid Amount 6.1. Bidder will complele fhe Work in accorda�ce with the Contract Documents for fh� following bid amount. In the space prvvid�d below, please enler ihe tofal bid amount for lhis project. DnEy this figure will be read publicly by khe City aE the bid npening. 6.2. it is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification andbr modification by rnultiplying the unit bid prices for each pay i#em by #he respective estimated quanfities shnwn in lhis proposa! ancf then Eotafing all of khe exlended amounts. 7. 6id 5uhmitEal a� oF Fo�r wo�rH STANDARD CONSTRUCTIQM SPECIFICATION OOCUMENTS 2018 Bond Year 2- Coniracl 13 Farm Revised (utarch B, 202a City Projecl No. 161475-1 44 Q 1 40 BID FORM Page 1 oF 3 S�CTION 04 41 00 BI� F0�2M TO: Th� Purchasing Manager clo: The Purchasing Di�isian 200 Texas Street City of Fort Worth, Texas 761Q2 FOR: City Project No.; 101475 - 1 2018 Bo�d Street Reconstructian, Year 2 Contract 73 Units/Sections: Unit 1- Water lmproverrients Unit II - SaniEary Sewer lmprovements Unit Ill - Road Improvements 1. En#er lnto Agreement The undersigned Bidder proposas and agrees, if t�is Bid is accepted, #o enter in#o an Agr�ement with City in the form inciuded in the Bidding Dacuments to per€orm and furnish all Work as specifred or indicated in ih� Coniraci Documen#s for #he Bid Price and v+rithin fhe Contract 7irne indica#ed in this Bid and in accardancs wifh fhe oEher terms and canditians of the Contracf bocuments. 2. BIDD�R Acknowledgements and Certification 2.9. In su.bmitting this Bid, Bidder accepts alf oi the terms and conditions of the I�lVITATION Tp BIDOERS and INSi'FtUCTfONS TO BiDpERS, incfuding withnut limi#ation those dealing with the disposition of Bid Bond. 2.2. 6iclder is aware of all cosfs to pro�ide tl�e required insurance, will do so pending contract award, and wiil prnvide a valicf ins�arance certificate meeting alf requirements within 14 days of notification of award. 2.3. 8idder cerEifies fhat ihis Bid is genuine and not made in the interesE of ar on t�ehalf of any undisclosed individ�al ar entity and is nat submitt�d in conformiry with any collusive agreement or r�les of any group, associafion, organization, or carporation. 2.4. Bidder has not directiy or indirectly induced or solicited any other Bidder to subrnif a fa�se or sham Bid. 2.5. Bidder has nol solicited or incfuced any individua� or entity fo refrain From bidding. 2.6. Bidder has not engaged in carrupt, fraucful�nt, coilusive, or coercive practices in campeting for the Contract. For the purposes oi this Paragraph: a. "corr�pt practice" m�ans the offering, giving, receiuing, or soliciting af any thing o# value likely to influence fhe action o€ a public afficial in #he bidding process. b. "fraudulent practice° means an intentional misrepresentatian af facts made (a) ta influence the bidding process fo the detriment of City (b) io establish �id prices at artificial non-competitive Isvels, or (c) to depri�e City of the ber�efiis af fr�e and npen compeiition. c. "collusive practice" means a scheme or arrangem�nf beiweeR two or rf�are Bidd�rs, with or without fhe knowledge of City, a purpose of which is to estabGsh Bid prices at ar#ificial, non-competi#i�e levels. d. "coercive prac#ice" means harming or threaiening to harm, directly or indirectly, persons or their property to influence their participa#ion in the bidding process or affect th� execution of the Contract. CiiY DF �'ORT WaRTH STANOARp CONSTRUCTIbN SpECIFICATION �OCUMENTS 2018 Band Year 2- Conlrect 13 Form Revised March 9, 2D20 City Projed No 101475-1 ����� �� �������� Direcf Inquiries/CIalms fo: TMEl�ARTFORD BOND, T-92 One Hartfard Plaza Har!#ord, Connecticut 06755 calY. 888-266•3488 or iax: 86�-737-583� KNOW ALL P�RSONS BY TliES£ P�i�SENTS THAT: Ac�ency IVame: INSIIRxCA DFB INSCIRANC� SVCS LLC A enc Code:46-510067 X� Hartford F'ire Ins�rance Cvmpany, a corporation duiy organized undcr the la�vs ofthe St�te of Connecticut � I-lartford Casuatty insurance Comgany, a coiporalfon dt�ly orgnnized uttder Ehe la�vs of U�e State of Indiana � Hartford Accident and Indemnity Company, a coq�oration duly orgenizcd under thc laws oFtl�e Statc of Connecticul � Hartford Underwriters Insurance Company, a coc�oration duiy ocganized undcr the latvs afthe S[ate of Connecticut � Twin City Fire Insurance Company, a corporalion duly organized t3nder tlie laws of tl�e State of Indiana � Hartford Insurance Company of Illinois, a corporation dt�ly arganized u»der tlie fasys of ftte Staie of Illinois � Hartford InsuranCe Company of the Midwest, a corporation duly arganizcd under Ihe lativs of tlte Stake of Indiana � Hartford Insurance Company of the 5outheasl, a co�poratio» duly organized under the lativs o€ ttte Stale of Plorida having iheir home office in Hartford, Connec#icut, (heraina(ter coliectively referred lo as the "CorrEpanies°) do hereby make, constitute and appoint, up to fhe amount of Unla.mited : .7IM BARR, ROGER REDDEN, RHONDA, WELLS, RUSSELL BOARA of AMARILLO, Texas t�eir lrua and lawful Attorney(s)-in-FacF, each 9n thelr separate capacity 9f more than one 3s named a6ove, to sign its name as surely(iesj only as delineated above by �, and Eo execute, seal and acknowledge any and all honds, undertakings, cantracls and other written instruments in fhe nalure therevf, on beha[f of #he Campanies in their husiness of guaranleeing ihe fldelity of persons, guaranfeeing lhe performance of contracts and executing or guaranteeing bonds and underlakings required or permltted in any actions or proceecfings allowed by law. !n Witness Whereof, and as authorized by a Resolu#ion of the Board of birectors of the Companies on May 6, 2015 ihe Companias have caused #hese presents to be signed by i!s 5enior Vice Presldent and its corporale seals to ba hereto afFixed, duly attesfed by its Assistant 5ecretary. F�trther, pursuant lo Resolutian of the Board of Directors ofi fhe Companies, the Companies hereby unambiguously affirm that they are and wi[I be bound by any mechanically applied signatures appliad to this Power of Atlomey. �s1ri�+W �°'� ri ��s?tr,.:!r6 �s �►,iy� f � .sr"'f Q�� ��lE�f,pY ��� ������ `�fir`"'""' � �� . �..�c� re: s�44�p' 0 O a 'tis�sY'n � � 9 � �os� .� o . � ;ai * -3:i • . S% '�1.!'' .�'� !���nr�lilv`, �+alR�t `•�:�tl 1�4��f G ta7� � 2 i9"!4 ��r � Ja' . � �y. t 4$ �;,`�:sS9i: f��wa�a'� �JrA:�'�q�l+ '� '`�o„ai�Fori'� �ivaN' _`'h�'.,�yo�,. � John Gray, Assisfant 5ecretary M. Ross Fisher, Senior Vice Presidenl s-r�TE oF carar��criec�r � �S, Hartford C011NTY OF HAI�TF4Ri3 �n this 5th day of ,fanuary, 2418, be(ore me persanally came M. Ross Fisher, to me known, who being by me duly sworn, cfid depose and say: that he resides In the Co�niy of Martfvrd, State of Connectlaut; that he is the Senior Vice President of khe Gompar�ies, the corporations described in and whlch executed the ahvve instrument; that he knows the seals o# the seid corporaiions; that the seals affixed to the said instrumenk are such corporate seals; thaf they were so affixed by authorily of the Boards of Directors of said corporations and that he signed his name thereto by IIlce authorily. �s.aur fn-� � ����i �cc'�i�v`'`� �1�aN-r�tirlQ • � f O KalhfeenT. Mayieaed No[ary Puhlic CEFi7iFECp7E tvfy Commissioa Expires Ju[y 31, 2021 I, the undersigned, Assistant Vice I�reside�t of lhe Companies, DO HEREBY CERTEFY tha# the above and foregoing is a true and correci copy af the Pawer of Aitomey executed by said Companies, which is slill in full force effeclive as of May 6, 2 Q 21 Signed and sealed at the City of Hariford. ,�'� �F�n'rK"u �pvra�.:�r '�t ��l��rs:#f � ws'4 �'�"-cr+y�� �d , r '��� �` r�,�`� !y" � ♦ bA ,�p�,�_ � ,�# �eV �t_5 ay i� ����4��a�E.�f�.x b��1'P � 7oi''� � a m,'�' " 6 isa7 -r � • � _ � • �. i�x r ��s � a � '�'� � !��c �Jf�[[I�IY� d ��iliAbq i:t,19i4 F +. iyy0 ..�+ I979 �'�°' � A 'f- 4� vr,. .•�}b 7 `�,<,•�•��...� ��;....�� '''�Fz y'v� t_ � P )� .. .-�ay� s �y 4ulc�s' � nU+' q a `�:;::::��� ao e , ,,� . . �� _ . ,�jb��� Kevin Heckman, Asslstant Vice Presidenl pOAAIB IMPCIRTANT h10TI�E To obtain information or mal�� a complaint: You may cvntact your Agent. Yo� may cal! The Hartford`s Cor�sumer Affarrs toll-free telephane num�er for information ar to make a comptain� at: 1-800-4� 1 �69�44 You may contact the Texas Departme�i� of Insu�-ance to abiain i��Formal�an on companies, covera�es, rights, or complatr►ts at: 'i-84a-252�3�439 You may write tFre Texas Department of lr�surance: P.O. Box 949104 Ausiin, TX 78714-910�# Fax: (5�2) 490-9007 Web: www. t-di. texas.�ov E-ma�l: ConsumerPro,t�ection@tdi �exa_ s Qov PRCMIUIVI OR CLAIM �ISf�UiE�; 5houid you have a dispute concerning your premium ar abaut a claim, you sl�vuld contac� the (agent} (company) (a�ent or ti�e carnpany) f�rst. i�F the dispu�e is nat resolved, you may cor�tact the Texas De�artment of lnsurance. ATTACH TFllS NOT1C� TO YOUR PO��CY: This natice is for information on(y and do�s not become a pari or cor�ditior� of the a�tached dacume�r�. ./�rx�z�s-1 00 A3 37 VENaOR COMPLIANCE TO STAT� LA1N Page 1 of i S�CTIQN 00 43 37 VENDOR COMPLIANC� TO STAT� �AW NON RESID�NT BiDD�R Texas Government Code Chapter 2252 was adopted for the award af contracts to nonresident bidders. �his law provides thak, in order to be awarded a conkract as iow bidder, nanresid�nk bidders (out-of-state contractors whose corporate offices or principal ��ace of business are outside the State af Texas) 6id projects for construction, improvernents, supplies or ser�ices in Texas at an amount lower than the Iowest Texas reside�t bidder by the same amount that a Texas resident bidder would be requar�d to underbid a nanresident bidder in order to obtain a comparable contract in fhe State whieh the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled oui by all nonresident bidders in order �ar your bid to m��t specifications. The failure of nonresident bidders to do so will au#omaficaily disqualify that bidder. Resident bidd�r5 must check the box in Secfion B. A. Nonresident bidders in the Sta#e of �ia�=: ri-�r� �r ��it���'� . our principal place of business, are required to be �;', i�F �-� percenk lower ihan resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the Stat� of S1as:-� =��+�rr �,t l3�{w�+i�. _ our principal place of business, are not required to underbid resident bidders. B. The principal place of business our company or our parent campany or majority awner is in tha State of Texas. � BIDDER: Gra-7ex Utilifies, Inc. P.O. Box 700 Arlington, TX 76004 By: ,iames Brent . (Signature) TitEe: �skimakor Date: v 3 ��� � GND O� SCCTION GITY OF FOFiT WORTN STANDAR� CONSTRUCTlON SPECiFIGATlON DOCUMENTS Form Re�ised 2011os27 2018 8ond Year 2, Conlraci 13 City Project No. 101475-1 004511-1 $II7DERS PREQUALIFICATiONS Page i of 3 SECTION 40 4511 BIDDERS PREQUALIFICA`I'I�NS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible ta bid the contractar must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. An.y contractor or subcontractor �vho is not prequalified far the wark type(s) listed must submit Section 00 45 13, Bidder Prequalificatian Applicaiion in accordance with the req�tirements belo�v. The prequalification process will establish a bid limit based on a tecl�nical evaluation and financial analysis oithe contractor. The information must be subrnitted seven (7) days prior io the date of the opening of bids. For example, a cantractor wishing to submtt bids on projects to be opened on ihe 7th of Apri1 must %le the information by ihe 31 st day of March in order to bid on thesa projects. In order to expedite and facilitate the approval af a Bidder's Prequalification Appiication, the following must accompany t11e submission. a. A camplete set of audited ar reviewed financial statements. {1) Classifed Baiance Sheet {2) Ir�come Statement {3) Statement of Cash Flaws {4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firrn's organizational doeuments (Corporate Charter, Articles of Incorporatian, Articles of Organizatior�, Certificate of k'orma#ian, LLC Regulations, Certificate of Limited Partnership Agreement). c. A coxz�pleted Bidder Prequalificaiion Application. (1) 'The firm's Texas Taxpayer ldentification Number as issued by the Texas Comp�raller af Fublic Accaunts. To obtain a Texas Taxpayer ldentiftcatinn rtutnber visit the Texas Comptroller of Public Accounts online at the following web address www.window.sf.ate.tx.us/tax ermit/ and fill aut the application to apply for your Texas taa� ID. (2} The �rxn's e-�ail address and fax number. (3} The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid prajects. The DUNS number may be obtained at ve�ww.dnb.corr�. d. Resu�es reflecting the construc�ion experience of the principles af Yhe f rm for itrms submitting their initial prequalification. These resumes should ittclude the size and scope of the work performed. e. Other information as requested by the City. �. Prequalification Requirernents a. Financial Statements. Financial statement submission must be provided in accordance witl� the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for cansideration. CITY QF FORT WOR"I'H 2�18 Bond Year 2, Contract 13 STANDARD GONSTRCICTION SYECIFICATION AQGTIMEN'TS City Project No. 10t475-1 Revised July 1, 20] ] 0045 il -2 BIDD$RS PREQUALfFICATION3 Fage 2 of 3 (2) To be satisfactory, the �nanciai stateinents nnust be audited or reviewed by an independent, certi�ed public accounting firm registered and in good standing in any state. Current Texas statues also requixe that accounting firtns pez'Forming a�di#s or reviews on business entaties wit3iin the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. {3} The accounting firm shouid state in the audit report or review whether the contractor is an individual, corporation, or limifed liability company. (4) Financial Statements must be presented in U.S. dallars at tl�e current rate of exchange af the Balance �heet date. {5) The City will not recagnize any certified publie accouniant as independent who is not, in fact, independent. (6) The accountant's opinion on the iinancial staiements af the contracting company should state that the audit or review ]�as been conducted in accordance witl� auditing standards generally accepted in the United Staies of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new stateme�t at any �ixne. {8) The financial �tatement r�ust be preNa� �d as af i�ie lasi day of any month, nat more than one year old and must be an fiie with the City 16 rnonths thereafter, in accordance with Paragrapk� 1. (4) The City witl dete�inine a contractor's bidding capacity for the purposes of awaz-ding contracts. Bidding capacity is determined by multiplying the positiue net working capital (working capital= current assets — current liabilities} by a factar of 10. Dnly those statements reflecting a positive net warking capital pqsition wi11 be eonsider�d sa�isfactory for px�equalif cation purposes. {10) �n the case that a bidding date fa1Is within the time a new financiai stiatement is being prepared, th�e previous statement shall be updated with praper verifcation, b. Bid�er Pregualification Application. A Bidder Frequalification Applicatian must be submitted along with audited or reviewed �r�ancial statements by firms wishing to be eligible to bad an atl classes af construction and maintenance projects_ Incomplete Applications wi11 be rejected. {1) In those schedules where there is nathing to repori, tl�e notatian of "None" or "N/A" shauld be inserted. (2) A mini�nutn of five (5) refer�nces of related wark must be provided. (3) St�bmission of an equipment schedule which indicates eqnipment nnder the control of the Cantractor and which is reiated to the type of work for which the Contactor is seeking prequalification. The schedule must inel�ade the manufacturer, model and general common description of each piece of equipmeni. Abbreviations or means of describing equipznent other ttzan provided above will not be �ccepted. 3. Eligibility �o Bid a. The Cify shall be the sole judge as to a contractor's preq�alification. b. The City may reject, suspend, or :modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or perf'ormance. c. The City will issue a leiter as to t�e status of the prequalification approval. CITY OF FOItT WORTH 2O18 Bond Year 2, Contract 13 STANUt:12D CONS17tIJCTTON SPECIF'ICAIT�N DOCidMENTS City Projeot No. ifl1475-i Revised July 1, 20 E 1 OD4511 -3 BI]]DERS PREQUALIFICA'T'IONS Page 3 of 3 d. If a contractor has a valid prequalification ietter, the contractor will be eligibie to bid the prequalified work types u:ntil the expirati�n date stated sn the letter. END OF SECTION CITY �F FORT WORTH 2D18 Bond Year 2, Coniract 13 S7ANDARD CONSTRUCTION SPECIFICATION DOC[JMElV7'3 City Project No. 1 D� 475-1 Revised July 1, 2U 11 00 95 12 Blp FORM Page 1 of 1 SECTION 00 45 7� pREQUALIFICATION STATEMENT Each Bicfder for a Cify procurement is required to complete the information below by idenfifying the prequalified contractors andlor subcontractors whom fhey intend to utilixe for the major woric type(s) fEst�d. Major Work Type ContractorlSubcontractor Company Name F'requa�ification Expiration !]ate Water Distribution, Urban and Renewai, S-inch diameter and Gra-Tex Utiiities, Inc. 4/30/2022 smalier S�wer Collection System, UrbanlRenewal, 8-inches and Gra-Tex Utilities, Inc. 4130I2022 smaller Liners for Sanitary Sewer Manholes (Warren Ace Pipe Cleaning, Inc. 2/28/2022 Environmentai or Chester�on) Asphalt Pa�ing ConstructionlReco�struction iexas Bit 12/1/2022 (LESS THAN 15,000 square yards) The undersigned hereby certifies that the contractors andbr subcontractors described in the fable abo�e are currently prequalified far fhe work typ�s listed. �IDDER: Gra-Tex Utiiiti�s, Inc. i'.O. Box 7Q0 Arlington, iX 760�4 By� James Brent � � Signature) Title: Estimator �ate; � EN� OF SEC7'ION CITY OF FOf2T WORTW STAN�ARD CQNSTRUCTION SPECIFICATION DOCUMENTS 2018 Bond Year 2, Contract 13 Form Revised 20120120 CiEy Project Na. 101475-1 ���� ����� SECTION OU 4� 13 _ BIDDER PREQi)ALIFICATION APPLICATION Date of Balance Sheet Name under which you wish ta qualify Post Office Box Mark only one: City Individual Limited Partnership General Partnership Corporation Y.,imited Liability Company State Zip Code Street Address {required) City State Zip Code Telephone �aX E��� Texas Taxpayer ldentification No. Federal Employers Identiiicatian No. DUNS Na (if applicable} MAIL THIS Q[TESTIONAIRE ALONG WITH FIlVANC7AL. STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH, TEXAS 76102-6311 !-1ND MARK THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATIOIV" 2018 Bond Year 2, Contract 13 City Prqject No. 101475-1 00 45 13 BID]JEft PREQUALIF'TCATIQN APPLICATIO?Y Page 2 of 8 BUSINESS CLASSIFICATION The following should be campleted in order that we may properIy cIassify your firm: {Check the block{s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked} � Has fewer than 100 employees and/or � Has less than $6,000,000.00 in annual gass receipts [)R � Does not meet the criteria for being designated a small business as provit�ec� in Sec�ion 2006.001 of the Texas Gavernment Cade. T'he classif cation of yatu� firm as a smali or �arge business is not a iactar in determining eligibility to become prequali�ed. MAJOR WORK CATEGORIES Water Department Augur Borzng - 24-iz�ch diat�eter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF ar less Tunneling - 36-Inches — 60 —inches, and greater than 350 L�' Tunn�ling — 66" and greater, 3S0 LF and greater TunneIing — 66" and greater, 350 LF or Less Cathodic �'rotection Water Distribution, Development, 8-inch diameter and smal�er Water Disiribution, Urban and Renewal, 8-incn d�ameter and smaller Water Distribution, DeveIopm�nt, 12-i�ch diameter an�. smaller Water Distribution, Urban a�zd Renewal, 12-inch c�iameter and smailer Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Developtnent, 42-inches and smaIier Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, DeveIopment, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pu�nping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inehes Sewer Bypass Pumping 42-inches and Targer 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 smaiter CITY QF FOItT WORTH STANDARI� CONSTRUCTIQN SPECIFICATION I?OCi]MEI�ITS 2�� g�ond Year 2, Contract 13 Revised March 9, 2020 Ci(y Project fVo. 101475-1 00 45 13 BU]dlER PREQUALIFECATIpN APPLiCATIQN Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CTPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIP�, 42-inches and smaller Sew�r CTPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Callection System, Urhan/Renewal, 8-inches and smaller Sewer Collectzon System, Development, 12-inck�es and snnaller Sewer Collection System, Urban/Renewal, 12-inches and smaller 5ewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptars, Urba.n/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller 5ewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Clea�ing , 4Z-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cieaning, 12-inches ar�d smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or Iess Sewer Siphans AlI Sizes Transportation Public Works Asphalt Faving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstrucrion (15,fl00 square yards and GREATER) Asphalt Paving Heavy Maintenance (i.TNDER $1,000,000) Asphali Paving Heavy Mainier�ance {$1,000,000 and OVER) Concrete Paving Canstruction/Reconstruction (LESS THAN 15,004 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER} Roadway and Pedestrian Lighting CITY OF FORT WOR'FH 2O18 Bond Year 2, Cantract 13 STAN➢ARD CbNSTRUCITON SPEC�ICATION DOCLIM�NT5 City Project EVo. 101475-1 Revised March 9, 2020 ao as i3 BIDDER PR�QLIALIFICATION APPLICATIDN Page 4 of S List eqUipment you dn not own bui which is avaiiable by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRE55 OF OWNER 2. Hat� ma�y years has your organization been in business as a general contractor under your present nalne7 List previous business 3. Haw many years o£ experience in consi7-uction work has your- organization had: {a) As a General Contractor: {b) As a Sub-Cantrac�or: 4. *What projects has your arganization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER '�If requalifying only shar�v wark performed since last statement. 5. Have you ever failed to complete any worl� awarded to you?_ If so, where and why? 6. Has any of�icer or owner of your organizatian ever been an officer of as�other organization that failed to complete a contract? If so, state the name of the individual, other arganization and reason. 7.Has any officer or owner ofyour organization ever failec� to complete a contract executed in hislher name? If so, state the name of the individua.l, name af owner and reason. CTTY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANbARD CONSTRUC'1TON SPECIF'ICATION �OCiJMENTS City Project Na. 1 �1475-1 Revised Mazch 9, 242� 00 45 13 BIDDER PktEQUALIFICATIQN APPT,ICATION Page 5 af 8 8. In what ather lines of business are yau financially interested? 9. Have yau ever per%rzried any work far the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you ha�e purchased principal materials durin� the last three years. t� What i s the consin�ction ex�erience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYP� �F 1N WIIAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owrier, officer, director, or stockholder of your firm is an e�nployee of the City, or shares the same household with a City empioyae, please list the name of the City employee and the relationship. In add,ition, list any City employee who is the spouse, child, or parent of an owner, of�icer, stockholder, or director who does not �ive in ihe same househc�ld but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children ar those related by adoptior� or marriage. CITY OF FORT WORTH 2O18 Bond Year 2, Coniract 13 5TA]VDATtA CbI+lSTRUCTION SPECIFICATTON DOCUMENTS City Project Na. 141475-3 Revised March 9, zaza 11. Gi�e the names of any afiiIiates or relatives currently debarred by the City. Indicate your relationship to this person or �rm. 00 45 13 BIDDER PREQiJAI.IFICATION APPLICATTON Page 6 of 8 C�RPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incqrporation State of Organization Charter/File Na. Date of organization President Is partnership general, Iimited, or regisiered Timited liability partner,ship? Vice Presidents File No. {if Limited Parinership) Generat Partners/Officers Secretary Limited Partners {if applicable) Treasurer LIMITED LiABILITY COMPANY BLOCK If a corporatian: State of Incorpara#ion Date af organization File No. Individuals authorized to sign for Partnership O�Fficers or Managers {with titles, if any} Ti Q ..a fi..�. 7: ;�...a _ """'r" �"` '•""�ti" r�� �__�= a, L=« ,==��i�,�al, ll,�ea �n �ne oiocxs aaove are presumec� to have full signature authorxty for your frm unless otherwise advised. Should you wish ta grant si�nature authority for additional ir�dividuals, please a��ach a cerHfied copy of the corporate resalu€Hon, carporate minutes, partnership agreement, power of attarney ar other legal documentation which gra�ts �his authority. CITY pF FORT WQRTH 2O18 Bond Year 2, Contract f 3 STANbARD C�NSTRUCTION SPECIFICATION DOCiJN2ENTS City Projeci.No_ 101475-1 Revised March 9, 2020 00 45 13 BIDDER PREQUALIFICATI4N APPLICATION Page 7 of S 14. Equipment $ TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 S 9 10 11 12 ]3 14 1S 16 17 18 14 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL 51TT1t1aY �JeS O$ 0C�U1pT110T1t 1Tlajr b0 LL1T11P8U TOgOTIleT. lI �70E1i ilI"I[1 il'd5 II1V1G b11a11 a� �y�ca vi c�u�}.����.f�y you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list af all your equipment. The equipment list is a representation of equipment under the control of the ftrm and which is related to the type of work for which the firm is seelcing qualification. �n the description include, the manufacturer, model, and general common descriptian of each. CIT'X �F FbRT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRLICTION SP�CIFICATiON DOCUMENT5 City Project fVo. 101475-1 Revised Mazch 9, 2fl20 Rfl 45 13 BIDDER PREQUALIFICATION APPLICATION Page S of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby c�eclares �at the foregorng is a true statement of the iinancial condition of the entity herein first named, as af the date herein firsf given; that this statement is foz' the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant wha prepared the balance sheet accompanying this report as we11 as any depository, vendor or any other agency herein named is hereby authorized io supply each party with a�y infarmation, while this statem�nt is in force, necessary to �erify said statement. , being duly sworn, deposes and says that he/she is the of , the entity deacribed ir� and v�hicii execuieu ih� ic�regoing statement that he/she is familiax with the books of the said entity showing its fmancial condition; that the faregoing �nancial statement taken fram the books of the said entity as of the date thereof and that the answers to the questions o:f the foregoing Bidder Prequalifica�ion Application are correct and true as of the date of this afficlavit. Firm Name: Signat�re: Sworn to befare me �his day of _ Notary Fubiic Notary Public musY not be an af�cer, direetar, or stockholder or relative tttereof. CITY aF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPECIFiCATION 17QCUMEIdTS Gity Praject No. 1 Q1475-1 Revised Mat�h 9, 2020 00 45 26 - 1 CONTRACTOR COMPLLD:3vCE WtTFI WORKER'S COMPENSATION LAW Paga I of 1 1 SECTION 00 �5 �6 2 CdNTRACTOR COMPLIANCE WITH WORKER'S CONIl'ENSATION LAW 4 Pursuant to Texas �,abor Cade Section 406.096(a), as amended, Cantractor certxties that it 5� prnvides worker's campensahon insurance caverage for all oi its etxaployees employed an Czry f Project Na. 10I475. Gontractor fiarther certifies tl�at, �ursuan.t tv Texas Labor Code, Section 7 �40b.096(b), as amended, it will provide to City its subcontractor's ce�tificates of compliance with 8 worker's cc�tnpensation coverage. 9 10 11 tz 13 14 15 16 I7 18 19 20 21 22 zs 24 25 CONTRACTOR: y � " �X t .����r� Ccrmpany , �. a cl� Address Bj�• �� 1 �i �{ ��, Signa1 ���� �1��oyti_i. lX �� �U�_ --- Title: City/Sta e/Zip �xE s�r.��� o� �r�xas COUNTY OF TARRANT § 26 BEFdRE Mk�, the undersigned authority, on this day personally appeared 27 ,'�� j✓4f:� c¢�v�- ,lcnown ta cne to be the person whose name is 28 subscribed ta the foregoiug instrumant, ar�d acknowledged to me that he/she executed the same as 29 the act ar�d deed of {',�UJT¢ (,��+ c, for the purposes and 3U consideraiion �therein expressed and in the capacity th��•cin stated. 31 32 33 34 35 36 37 38 39 4D GIVEN UNDER MY HAND AND SEAL O� 0�'�ICE this �S� day of ��e r� P , 20�. �� IVot�ti Puk�lic i an� for t 3e State of Texas END OF SECTION „�� _ �' �,,, r.�;��::iy�, GR�f=#�li^��ii�.,.�'R, � "i �''•� My I+l�II�}r i� # f2$18038� ''."';P �y ��.+�' Fx�i�s Fea+ru�ry f, Z0�2 R~ CITY OF FQRT WQRTH 20l S B�nd Year 2, ConYract 13 STANDAftL7 CONSTRUC'[70N SPECEF[CATIO�v DOCUME;V�S City Project No. ]01475-1 Revised Jaly 1, ZO E I 00 45 40 - 1 Business Equiry Oxdinance Spacifications Page 1 of 2 1 SECT�ON Oa 4� 40 2 TEMPORARY REV�SION fCOVID-19) 3 Business Equity Specifications 4 5 � i;��; doc��ntG,:' : �:.; h.. pritaac.= �r `pinv.. p�pt,� r►� iT- fnal form' 6 APPLICATIQN OF POLICY 7 If the total dallar value of the contract is greater than $100,000, then a Business Equity gaal is applicable. S A Bu�iness Equily Fir�tts refers to cer�ifed Minority-, and/or Women-, owned Susiness Enterprises 9 (M/WBE). 10 11 POLICY STATEMENT 12 It is t�te poIicy of the Ciry of Fort Worth to ensure the fitli and equitable parkicipation of Business Equity 13 Firms when applicable, in the procurement af all gaods and services. All requirements and regulations 14 stated in the City's current Business Equity Ordinance No.24534-11 �2020 apply ta this bid. 15 16 MBE PROJECT GOALS 17 `I'he City's M/WBE goal on xhis praject is l4io of the total bid value of the contract {Base bid applies to 18 Parks and Community Services). 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 Qn City contracts $100,000 or more where a Business Equity Goal is applied, offerors are required to 22 comply with the inient of the City's Business Equity Ordinance by meeting or exceeding the above stated 23 goaI tl�rough one of the foIlowing methods: 1. Business Equ�ty subcontratting part�cipation, or; 2. 24 Commercial usefeil function serrrices performed by �he Business Eqaity Prime to count towards the 25 goal, or; 3. Combination of Be�siness Equity Prime services and Business EguiEy �ubcontracnng 26 particigation, or; 4. Business Equity Joint Venture parf.icipation, or; 5. Good Faith Effort 27 documentation, or; 6. Prime Waiver documentation. 28 29 30 31 32 33 34 35 36 SUBMITTAL OF REOUIRED DOCUMENTATION The Utiiization Plan shall be dua at the tizne specified in the solicitation. The applicabie documents must be received by the Purchasing Division, wiihin the tinne altocated, in order far the ent�re bic� to be considered responsive ta ihe specifications. The offerer shali EMA�iL the Business Equity documeniation ta the assigned City of Fort Worth Praject Manager or Department Desigr�ee. Docnr�aents are to be received no Iater than 2.:00 p.m., on the second City business day after the bid opeaing date, exclusi�e of the bid opening clate..A faxed copv will not be accented. 37 The OfFeror must submit one of the following documentation: 38 1. Utilizatian Form, if ihe goal is met ar exceeded, 39 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 40 participation is less ihan stated goal, or no Business Equi�ty participaiion is accamplished, 41 3. Prime Cnntractor Waiver Form, including s�pporting documentation, if the Offeror will perform 42 all subcontrac�ing/suppiier opportuiuties, 43 4. Joint Vent�t�re Fornx, if goal is met or exceeded with a Joint Venture. 44 These forms can be found an-line at: 4S Bu�iness Equity Uiilizaiion Form 46 ntYps.,,'apps.fortwortht�xa�.goviPrajeetResources/ResourcesP/60°�020- 47 %IOM� 8�., NEW"%20Busmess%20Equitv%200rdinance/B�zsiness%20Equity%20Uti:lization%20For�n. 48 �df CITY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPECIFICATION DOCiIMET]TS Ciry Project No. 1d1475-I Revised 7anuary 5, 2021 Addendum 1Vo. J 00454Q-2 Business Equiry Ordinance Spccifications Page 2 of 2 2 Business Equity Prime Contractor Waiver Form 3 h�i�.,,��t�s.fortworth:exas. og v,`ProjeciReso�ce3,ResoarcesP/60°;,20� 4 %20MWB�/NEW%20B�siness%ZUEauity%200rdinancelBusiness%20E4uity%20Prime%2bContractor 5 %20Wa�ti�r.pdf g 7 Business Equity Gooc1. Faith Effort Form S ,hn.r�., �;;.�,r,.,fnnvV41?1f1i�:��7S.g.,OV._PP�IeC"i�tCS011PCea/IZiaOU[CBs�/()()°/0.2�- 9 %2�MWBE/NFW%20Business%2�E�uity%20�rdinance/Business%20Equitv%24Good%20Pait�%20Ef 10 fort°/fl20Form.�,df ]1 12 l3 14 15 16 17 18 19 24 21 22 23 24 25 26 Business Equity .�oint Venture Form hitps. a 5.fartworth�exas. o�,Pi�o�ectRe�aurc.,�l�tesourceaP160°r�2t,- ? �ZOMWBE, NEW°ro20Business%20F, ui ° o2OOi't�iriatlG� 'SuSin�ss%o20E[�aity%�41.�i�t°iu20V �r�tut�.�df� FAILURE TO COMPLY WITH THE CITY'S EU�INESS EQUITY ORDINANCE WCI.L RESULT �N THE BID BEING CONSIDERED NON-RESONS�VE T� SPECIFICATIONS. �AiI.URE TO SUBMIT THE REQU.IRED BUSINESS EQUTIY DOCUMENTATIQN WILL RESULT �N THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE DI+'FEROR BEING DISQUAI.IFI.ED FOR A PERIOD OF ONE YEAR. THREE RAILURES IN A FIVE YEAR PERIOD WILL RESULT iN A DISQUALIRICAITON PERIOD OF THREE YEARS. Any Questions, Please Contact T�e Business Equity Division at (8�7) 392-2674. �ND OF SECTION C1TY QF FpRT WpRTH 2O18 Bond Year 2, Contract 13 STANDIIRD C�NSTItUCiIDI�T 5P�CIFICATION DOCL]MENTS Ciry Pioject No. 101475-1 Revised January 5, 202i Addendum No. 1 00 52 43 - I Agreefne�it Page 1 of 5 ��CTIOleI OQ 52 43 AGREEMENT TI3i� A�REEMENT, autl�orized an 06/��/2,021 is �nade by and beiween tl�e City of Fort }�Iortl�, a Texas l�oine z�uie inunicipality, acting by aad tlirougli its duly authorized City Maiaager, ("City"), and Gra-Te� Utilities 7Enc., autliorized to do business in Texas, acting by and tl�rough its duly aufhorized rep�'ese�itative, ("Goi�t��actor"). City and Cont�•actor, i��. cojisicieration of tl�e mLYtttal covenauts herainafter set foi�th, agz'ee as fallows: A�rticle 1. WORI� Coiitracto� shail co�nplefe all Worlc as specified oa• it-►dicated iu the Contract Dacu�nents foz' fl�e �roject idei�tified her�ii�. At•iicle 2. PR.OJEC'�' Tlae �roject faa' wl�icli the Worlc �uide�- tlle Contract Docuinents may be the whole o�' onIy a part is generaIly descz'ibed as fo3lows: 20�.$ CIP Bonci Sta'E@t R�CQRB�t•uction Yet�r 2.Cantk•act �.3 City Px•oject Nunaber 1UL�75-� Article 3. CONTRACT PR.l�C� City agrees to pay Cont�•actoz' far �erfo�'mance of tlie Warlc in aeco�•dailee witli the Cont�•aet Dact�tnents an azno�,mt, in current fi�ncis, of Two Million Five k][u�ncired Thix• -Faur T�ousand Three Dollars a��d �9 Cents ($�.�34,UO3.S9}. tlrticle 4. CONTRACT TiM� 4.1 Fiiial Acceptaiice. The Work wi�l be cox�tplete fo�• Fi�ial Acceptance wjthin 300 calendar days a$er tl�e date t�vhen the Cant�act Ti�a�e camine�aces to riin, as pzovided in Paragrapli 2.03 af the Genez•aI CO11C�itiD11S, plus any extension tliereof allowed iii accoz•dai�ce witli Article 12 of the General Conditions. A�.2 Liqtiidated Da�nages Goi�i�acto�• recogiiizes tl�at tnlae is of tlxe esse�2ce for coinpletion of Milestoiies, if airy, axld to aehieve Final Aeeeptanee of the Worlc a��d City will s��ffer �naticiai loss if ihe 'Wo�lc is not completed withii� the tiine(s) specified iti Parag�•aph 4.l above. The Cantractor also xecognizes t1�e delays, expe�isc aiid difficulties invoIved in proving iti a legal proceeditzg, the actuai loss sui�a�'ed by the City if �lie Work is� not completed on fiine. Accord'zz�gly, instead af requiring any st�cl�. proof, Contractor agrees that as liquidated damages for delay (bl�t not as a penalty}, Con�actor shall pay City �i�. Hanc�red �'if Dollars ($650.OQ) for each day tI�at expires a�te�• the tiine s�ecified in �'aragrapl� 4.J. for Final Accaptance uniil the City issues the Fit�al Lelter of Accepta�ice. CITY b�' PORT WOR'I'H 2O18 CIP Bond Sireet Reconsln�ction, Year 2 Cantraet ]3 STAAfDARD CONSTRUCTION SPEGIFICATEON DOCUMENTS CityProjectATo. 101h75-1 Revised Jt�[y 1, 2021 oosz�3-z Agreement Page2of5 Ariicle 5. COIVTRACT DOCUMEI�I'I'� 5.1 CONTENTS: A. The Coniract Doctnnents which co�nprise the entire agi�eeinent between City az�d Coa�tractor cance�-nitag tlxe Worlc co�tsist oftlie follawing: 1. This A�;reeinex�t. 2. Attachmeuts to this AgE•eemeizt: a. Bid �or►n 1) ��•oposal Forin 2) Venda�• Cornpliance to State Law Non-Residei�t Bidder 3} Prequali�eatian Statement �} State aud Fec�eral doci2�ne��ts {�r�aject s�ec f c) h. CurreEit Pz•eeailij�g Wage Ra�e Tab1e c. Insurance ACORD For�n(s) d. Payment Bond e. Pe�•formance Bond f Mai��teitauce Boixd g. Power of Attoz•ney for the Bo��ds h. Worlcer's Coz-�-�pensation A�f davit i. MBE and/or SBE tJtilization �'orin 3. Ge�ieral Conditiox�s. 4. Supplemeniary Conditioits. S. Speci�catioixs specifically iz�ade a pait of the Contract Docuinents by attachinei�t o�', if i�ot attac]xed, as incor�orated by reference at�d described i�� tl�e Table of Contents of the Pz•oject's Coiit��ct DocF��nents. 6. Drawings. ' 7. Addenda. 8. Docuanentatia�� sub�nitted by Contracto�• prior to Natice of Awa�-d. 9. Tlte followi��g wl�icl� lnay be delivered o� issued a$er the Effective Da#e of the Ag�•ee�nent a��d, if issi�ed, becoz�e ai1 incorporated part of t11e Coni�-act Dociunents: a. Notice to Pz'oceed. b. Field Ord�z�s. a Change Oz'ders. d. Let�er af �'inal Acceptaxxoe. Article b. INDICMNiFICATZON 6.1 Cont�•actoi• cavenants ancl ag�•ees to indetmnify, hold F�armiess and defend, at its awn ex�ense, the cxty, its offcers, servants at�d e�n�layees, �'i•orn and against any a�d all claims arising out of, m� alleged to ari�e aut of, the work a��d services to be perfax�ned by ihe cont�•actor, its o��cers, age�xts, employees, s��bcantractors, Iicenses or innatees under this contract. This indemnification 1pI'ovision is slpeciiical�v in�tended to o�erate and be effecYive even i� rt is R[le�ed or U�•oven that alI or some of the c�ama�es bein� sou�lit were caused. in whole or in pa�•f, bv �+nv acf, oxnission or negii�e�ce of the_c�. This itYidemnity provisio� is intended #a include, witl�ouf limitation, inde�nnity for cost�, expenses and legal fees incu�•�•ecl by fhe city in defendiy�g against snch claims and ca�ises of ac#ion�s. CITY OF FOR'P WORTH 2O18 CIP Sond Sireet Reconstmctian, Year 2 Coniract ]3 STANDART7 CDNSTRUCTIOI+! SPECIFICATIOI+! DQCUiv{ENTS CityProjecti+lo. IQ1475-1 lZevised 7uty l, 2021 ' aosza3-a Agreement Page 4 of 5 7.8 � Tl�e tertns "boycott Israel" and "coin�at�y" sl�all l�ave tlte z�teani��gs asc�•i6ed to titosa tex'tz�s ia� Sectio�� 808.001 of tlae Texas Government Code. By siglxilzg tliis cotattnct, Cofatr'flClDl• ce�•tr.'fies tla�rt Contrrrctor�'s sigrt�tirrre pt�ovitles �vr�itie�i verification to tlze City tlirit �oratrr�cior: (I) does �zot Goycott Israel; a�arl (2) ivill �iot hoycott Is�•ael rlrning tlr.e terr�a of' tlie carzt�•acL Iinznigration Nationality Act. ConEracior shall ve�•ify tlie ideiitiiy ai�d e�nployment eiigibility of its e�nployees who perfot•m wo��lc uiider this Agreemetit, inchtding co�n�leting the Employ�neut Eligibility Verificatioi� �orm (T-9). U�on rec�uest by City, Contracto�• silall provide City with copies of all I-9 forms and su�porting eligibility documai3tation for eacl� employee who performs wor]c under t�iis A�•eement. Contt•actoi• shal] adIiere to aII Federal anc� State iaws as welI as establis�i appropxiate procedu�•es a�id controls so tl�at uo services wiIl be perfornied by ai�y Coiit�•actor empioyee who is iiot legally eligible to pei�fo;�i�� sucl� sei•vices. C0�1�RA�T�R S�IAI.,L IiVDEN�IFY C�TX AND �IOLD C�TY HARMrr,��S FROM ANY PEIVALTIE�, LIAB�LITIES, �R ��,O��ES DUE TO '�TI�LA7C�ONS �F THIS PAR.AGRAPH BY �OIVTRACTOR, �O�ITRAC'�'OR'� EMPLOYEE�, �UBCONTRA.CTOR�, AGENT�, OR LICE1����5. C�ty, upon written notice to Contt•actai•, sha�l ha�e Che riglit io imtnediately te�•minate this Agreement fo�• violatians of t11is provision by Cont�•actoz•. No Third-ParLy Beneticiaries, TIlis A�•aement gives no riglrts or benefits to anyone other tha�i the City and the Conh�acto�� aiad tl�ere are no thud-party betze�cia��ies. 7.10 No Caiise of Actiozz Agaiz�st E��giz�eet. Cont�actor, i�s subcont►•actors aud equi�inei�t and mat�rials sup�liers on th� PROJECT or �heir sure�ies, si�all inainiau� n.o duect aciio�a against tl�e Enguieer, its officers, einployees, ai�d subcoiitracto�•s, for any claiin a�•ising out o% in connection with, or res�ilting from the engineering services perfoz��ned. OnIy tl�e City wilI be the bene�aiaiy of auy undertaki��g 6y the Engineer. Tl�e p�•esence o�• duties af the Eragiz�ee��`s pea•sontte) at a co�s��-uciion site, wi�ether as on-site repz�esez�tatives ar otl�terwise, da taot �x�.ake the E��giz�eea• o�- its pez•soixnel i�i any way responsibie fo�' tltasa dufies tlaat belong ta the City an.d/o�' tlae City's construc�ion contractors o�• otiler eiltities, arxd da z�ot �•elieve the constructio�� contracto�•s o�• auy otlier ei�tiiy of tIiei�• obligatio�as, duiies, az�d z•espo�asibilities, includi��g, but 1�ot �imit�d to, aIl const�uction znefl�ods, znaaaas, iech��iquas, seqtta�tces, and procedut•�s necessa�y fox coordivating and co�npleiiz�g alt poi�tioi�s of ft�e cozlsiz•txctio�a �svoz•�c in. acco�•dance vvitli filie Contract Docuir�ents azad az�y l�ealt�� ax' safety pt•ecautioi�s z•equia•ed by suci� cot�stt'uction worlc. The E��gineer at�d its personnel ilave na autihority to e�ercise any conttol avet' any const�•«cCion coi�t�'actor ar othez• eiitity oc thef�• employees in coiznectioz� witl� tI�eiz• work ar a��y 1�ealtli or sa%ty p�ecautions. SIGNATURE PAGE TO FOLLOW CiTY OF FORT WbRTH 2O18 CIP Bond Street Reconstraction, Year 2 Co»traet !3 STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS City ProjeotNo. L01475-1 Revised Acly 1, 2021 Od 52 43 - 5 Agreeine�tt Page S of 5 IN WI'1'NESS WHEREO�, City and Co�1t�•ac#or have each exec�.�ted this Agreement to be effective as of the date subscribed by the City's designated Assistai�t Ciiy Manage� ("Effective Date"). Cazttrac#oa•: Gra-Tex Utilifies, Itic. By: gnatu�•e ��M�� �re� f (P��i��teci Na�ne) PM r�����,�� _ _ Title P. D. Box 70� A�C�1'eS9 Arlington, Texas 76404 CitylSiate/Zip Date CITY OF FOL2T WORTH STANDARD COTISTRUCTIOAi SPECIPICAT101� DOCUivIEN'CS Revised July 1, 202! CiLy of Fort Worth By: r���� g,a� a�� �' _� Dana Bi�rghdoff Assistanti City Mar�ager Aug 3, 2021 Date � A�e . r �� 011ft�Cl �. �IOII Acti��g City Se (Seal) M&C: 2�-O�E58 Date: .Tu1ie 22�_202T Fo��m 1295 No.: 2021-756427 Coi�t�•act Co�x�pliance Managei•: By signing, i ac(rnowledge that T am the person responsible for tha monitoriug a��ci ad�ninist�atioi� ofthis confir�act, izich�ding ensuri��.g all pe�•forinance and z'epoi�tiiig requi�e�nqzrrs: Greg R�pbins, P.E. ProjE�t Manager Ap}�roved as to Far��n and Legaliiy: �I Douglas W. Blacic Seiiio�' Assistant City Atto���y APPROVAL RECOMIvI�NDED: ('.l[Pif�od�r�� ff��'�N Clx�'is Harder, P.E., Dia�e = Wate�• Departmeiit � ����� ao�8 cir sflna ������� ��� ' _ __ _ � -g �L�� iiSal 1[fiv^��52�:�.crd�saw.-;,.r +• 9 ._c��:��i�t l�kv.�4��-; ��` •�i� lMPORTANT NOTiCE T� obfain informa�far� or make a compiaint. You may cor�tact yaur Agent. -�� You may cal[ The Hariford's Consumer Affairs ta�!-�'re� t�tept�one num��r for information or �o ma�Ce a complaini at: . 1-80�-�#a'i �6944 You may con�ac� t�e Texas pepar�ment pfi Ens�arance �o obfia�n infiormatian on companies, cavera�es, ri�hts, or complain�s a�: T-800�Z52-3439 You may wr�te the Texas �e�ar�ment of Insurance: P.O. Box �49104 Austin, TX 787�4-9�04 Fax: �512) 49D-'f 007 Web: www. tdi. �exas._�ov . E-maTE: CansumerProtection@tdr. t��xas. s�av PitEMIUM OR CLAIM DISPUT�S: Shoulc� you hav� a dispute concern�ng your premium ar ab�ut a claim, youu shoutd cor�tact the (agent) (company) (ager�� or �he companyj firs�. If iche dispute is not resofved, you may cor��act ��e Texas De�arimer�t af lnsurance. ATTACH TH15 Nt]710E TO YOUR POLCCY: This notice is for infarmatior� only and daes not become a part or conditian af the a�tached doc�ment. ./�xaz��-2 46BCSHP4389 OOd114-1 PAYMSNTBOND Page 1 a£2 1 2 3 4 5 6 THE STATE OF TEXAS COiFNTY OF TARRANT u�ECT�ON 00 �119 PAYM�?NT BOND § � KNOW ALL BY THESE PRESENTS: § � That we, Gra-Tex Utilities, Inc. �o� $� g "Frincipal'° �erein, and Hartford Fire Insurance Com an a 9 corpar�te su�tety (suz�ties}, dul.y authorized to da business azx �e State flf Texas, l�owa� as 10 "Surety" herein {wheiher one or more), are held aud �nn1y bound un#a the City of Fort Worth, a i� m�nicipal cozporativn created purs w t����th�e� ve�iun�re�`�Fiir�y�o°u �no ss�n�r`�ee �oua sity" herein, �Z � ��� �ea�� s� o� and 89 cents Dallars 13 {$ 2,534,OQ3.89 , lavvfiil money of the United States, to be paid in Fort Worth, 14 Tarrant County, �'exas, fo r the payment of vvhich sum well and truly be made, we bind nurselves, 15 aur heirs, executors, adniinisttators, s�ccessors and assigns, joinily and severally, firtnly by these 15 presents: �7 VVHEREAS, Principal has entered into a certain �vvritten Co�tract with GSi�+, awarded the 1 S �day of , 20 , which Contraci is hereby re�erred fo and 19 nnade a part hereof for all purpases as if fully sei £orth herein, to furnisk all �aterials, equi.pmenk, 20 labor a.nd ather accassories as defined by lar�, in the pzosecution of the Work as pzo�+ided for in 21 said Contraai and designated as 2018 Bond Year 2, Coz�tract 13, Ci.ty Project No. 101475-1: 22 NOW, THEREFORE, TI� CONDITION OF THIS OBLTGATIQN is such tlaat if 23 Principal shall pay a�l monies owing ta a�y (an.d all} paymeat bond beneficiary (as defined in 24 C�iapier 2253 of the Texas Gavernment Cod.�;, as amended) in �e prosecu�ion of the Work under 25 the Contract, �en this obligation shall be ar�d become null and void; othenvise to remain in full 26 force and e££ect. 27 This bond 'zs made and execufied in ca�npliance with the provisians of Chapter 2253 of the 28 Texas Governx��nt Code, as amended, and al� liabilii�es on this bond sha11 be determined iu� 29 accordance with �lie provisions of said statute. 34 CETY �F FOYtT WORTH 2618 I3ond YeaT 2, Canttact i3 STp,,FIIlAitil CO�TSTRUCfION SPECIFfGATION DOCUNffiNT3 City Pzaject P[o. E01475-1 R.evised 7uly I, 2D11 ao�zz�-a PAYM£s1V'�' BQI+iD Page2of2 � IN'WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duiy authorized agents and officers on this the 7th day of 3 JuIV , 20 21 _ 4 ATTEST: � (Principal) S cretary ess as to Principal PRINCIPAL: Gra-Tex UtiEities, Inc. BY: j � Sign re � [ dS� Na e d Titi ' Address: . , � Q� � � r1� n ���„��� — SURE'FY: Hari#ord �ire Insurance Company ATTEST: BY: '`������.,��� � Signa�ure {Surety) Secretary � 1 � ,�.� �.Is'��f w 1T , - , � Fthonda Wells, Attor�ey-In-�act Name and Title AddreSS: 700 E Highlander # 34D ArEingfon, TX 76015 Telephone Number: 8� 7-287-322s 6 Note: If signed by an o#fxcer of the Surety, there must be on �ile a certified extract from the 7 bylaws showing that this person has authority io sign such obligation. If Surety's physical S address is differenf from its maiiing address, both must be provided. 4 10 The daie of the bond shall not be priar to the date the Co�iract is awasded. 11 iz END OF SECTION CFI'Y OF FQRT WQRT�I 202 B Sond Year 2, Contract 13 STRNDARD CONSTRC7CTION SPECIFICATION flOCUIv�N'PS City 1'rojectNo. L01475-i Revisedlvly I, ZQ1 F �� � r �� �� ������� Directinguirfes/Clalms to: THE HARTFORL� BONE], T-12 Qne F[artfinrd PEaza Hartford, Cpnneeficut�6155 Bond.Cfaimsfo�thehartEord,c_om cal1,' 888 268-3�}88 arfax: B60-757-5835 KNdW ALL PERSdh15 BY TH�SE PR�SENTS THAT: Agency Name: ZNSiTRTCA INS M21�T1�G�MENT N'E'TWORK Agenc Code: �kfi-SiU067 � _ __ _ � Hartford �ire Ensurance ComPany, a corporafion duly organized under the laws ofthe State of Connecticut � Hartford Casualty [nsurance Company, a corporation duly organized under the laws ofthe State of Indiana � HarEford Accident and Endemnity Corrtpany, a corporat�on duly organized under the laws af tiie 3tate of ConnecticuE � HariFord Llnderwriters Insurance Cotnpany, a corpnrafion duly organized under the laws of tfie 3tata of Connecticut � TwinC�tyFire[nsuranCeCompany,acorporationd�lyorganizedunderthelawsoftheSfateofIndiana � Fiartford Ensurance Company of Illinois, a cosporation duly arganized u�der the laws ofthe 5tate of Iilinois � EiartFord Ins[trance Gompany of the Nlidwest, a earporafion duIy organized un8er the laws of #Ue State of Fndiana � E[artFord Ins[tranee Corrtpany of the Southeast, a corporation duly orgauized under the Iaws of the 5tate of Florida having their homa offce in hiarfford, Cor�necticut, (hereinafter callecii�efy referred fo as the `Companies") do hereby make, constifute ancE appolnt, up to fhe amount of iin].imi�ed : �TINI $Al2Rr RQGFi`�2 REDDENr �OI�TT3A WELLSr �'US$ELL BOAIZI7 Of ARLI�7GT01Vf T�7�3S fheir true and Eawful Aitorr�ey(s)-in-Fact, each in their separate capacity if mare #han one is named abo�e, to sign its name as surefy{ies) only as delineated abova hy �, and to execute, seal and acknowledge any and a!I honds, undertalcings, contracts and nther written instruments in the nature thereof, an behaff Qf the Companies in t�eir 6usiness of guaranfeeing the fidelity of persans, guaranteeing th� performance af contracis and executing or guaranteeing bonds and undertakir�gs required or permifted in any actions or proceedings allawed by law. In Witness Whereof, and as aufE�orized by a ResoEufion of tha Board of Directors of the Companies on May 6, 2015 the Cvmpanies have- caused Ehese presents ta be signed by its 5enior Vice Presidenf and its corparate seals to be hereto a�xed, duEy attesEed by its Assistant Secretary. Further, pursuant to Reso[ufian of the Board of []irectors of the Companies, the Co€npanies hereby unambiguausly affirm that they are and will be baund by any mechanical[y ap�fied signatures applied to this Power of Attorney. � "so'"' �"a`��.� �� �� �3ti�R11' Ef ,7,}tir � t�ydF '�f}^ "'^�r ,�j �� � cF �'� � p:�,U,.�i�.qr * z �a�'� ' ,F�"r°4�yr� �a�ro��rn.,y�•..��-� ,� *�"�l' a � � a1 i9S7 .� :' • � So=�^`�i'"`i � 'q:'.'.j 8 �`°"' ,:�•�K �rle.cen�v�/ e��r�s+�F - fD 7 q a_ �� S� 7 a-� ? i979 h '�'�4� �s+ yq` .�' Cr �' •• �+}4 �a �}ti'•......�•�' �•�� `�`�r. �A s �:a:r:s+�� 'n+ssN� �iig'� Fr�s s '�euie�5' .y�4���a1�� �r,a� � John Cray, Assisfant Sacretary M. Ross Fisher, Senior Vice President sr�TE a� coNr��cricuf � ��, Harf�ord CEIUNTY OF HARTFp�:d pn i�is 5th day of January, 20� 8, before me persa�alEy came M. Ross Fisher, tv me known, who being by me duly sworn, did depose and say: thaE he resides in the Counfy af Hartford, State of Co�necticut; that he fs the Seniar Vice Fresident of t�e Companies, tf�e carporations described in and wE�ich executed the above insirument; that he [cnows fhe seaEs ofi the said ca�porativns; Ehai the seals affixed to ihe said instrument are such corporate seals; tt�af they were sfl affixed by authority of tt�e Baards af �irecfors of said corparafians and fhsf he signed his name there#o by like authority. KT. � � �� ��,-d.��,M1.,� ���^�-�t. � ` �'* KathleeaT.Ivlaynard . Wotary Public CERTIFtCRTE iv[y Commissian Expires 7u[y 31, 2021 �, the undersigned, Assistant Vice Presldent of ihe Cornpanies, DO HLR�BY CERiIFY fhat the above and foregaing is a true and correct copy af the Power of Aftomey executed by said Companies, which is stiil in fu11 force effectiva as of �¢� ���`� ��1 ��� Signed and sea[ed at the City of Harfford. � ��� ���� ��r '�}�,t15ti�,��, tra,l��^ ���'�Y� c } � {�u����urk4 f n b�$ � o � . �vtci.'�+� � � � � ' '� Q � . � � � '��`arga,iv``„ ' ��at�+l� s�� f974 �� ��s 1II�4 -.� �9Y9 _ � ,z� '� • �f �^ ,..1{� � �� ��� `�� � t i�rt•:: ,q�l 4�� �itp"•�'�ti�t • �ss� hu�¢�s' �in.N' ,. ri �a.,� �„�/4w Ke+nn Heckma�, Assjstant Vice Presidenf POA'Ai8 4�BCSHP4389 00 61 13 -1 PERFORMANCE BQND Page 1 of2 1 2 3 4 5 5 7 THE STATE OF TEXAS COUNTY O�' TARitANr That W0, Gra-Tex Utiiilies, Inc. knawn as $ "Pr111C1p&1" herein and Nartford Fire Insurance Company & COT�]oI'afis g surety(s�xreties, if more than one) duly aut�orzzed to do busin.ess in t�e State of Texas, known as 10 "Surety" l�erein (w�etlier one ar more), are held and �irn�Iy bound unfo the City of Fort Wort�i, a ].1 muxucipal corparation created pursuant to the laws oiTexas, k�.awn as "City" herein, in ihe penal 12 Sllm Of, �wo Mi[lion Fi�e Hundred Thirty 5even and Three �oilars.89ce�ij�g �� �� z,s3a,003.89 ��a�ui money of the United. States, to be paid in Fort Warth, 14 Tanant County, Texas for �lie payment of which sum well and truly ta be made, we bin.d IS o�z�selves, our hairs, executors, adtnisustratars, successora an.d assigns, jaiuitly and severally, 16 firn�l.y by these presents. 1� WHEItEAS, t1�.e Principal has entered into a certaisk written cantract wiib the City 18 awarded ihe d�y af , 20� which Contract is hereby re£erred to and 19 made a part hereo£ far all purposes as if fully set fortiz herein, �o £�rnish aII naate�ials, eq�.ipmenf 20 labor and other accessories de�ned by 1aw, in the prosecution af the Work, including any Change 21 Orders, as pro�ded for in said Contiract designated as 2018 Band, Year 2- Can�aet 13, City 22 23 P;raject No. 101475-1 NOW,'i'HEREFURE, ihe condition ofthis obligation is such that if the said �rincipal ?A� shall faithfully perform ii obligatians under tkxe Cantract and shall in ail respecis duly and 2S fai-ihfully parforai the Work, including Change Orders, txnder the Cantract, acc�rding to the plans, 26 specifications, and contract documents therein referred to, and as we11 during atry period of 27 extension of tl�e Cogtract that may be granted oa the part of the City, then this obligation shall be 28 and beeome null and vaid, otharwise fo retnain in fuli force and ef�ect. 29 3U PROVIDED FURTHER, that if any legal acison be filed an this Bonti, venue shall lie in Tarran.i County, Texas or the United States Distr.ict Court for the Narthern Disttict of Texas, Fort 31 Worth Divisiou. SECTIEIN 00 b113 pE�o�rc� Borm § § KNQW ALL BY THESE PRESENTS: � errY o� Fv�x waxT� zols �ond Xea� �, Conrxacc i� STA1riDARD CONSTT�UCiZON SPECII'ICA"PIONT DOCi1MENT3 City Prajeci Na. �41475-1 Revised Suly 1, 2fl11 00 6I 13 - 2 PB}tFORMA�ICB BOND Page 2 of2 1 This band is made and �xeeuted in compliance with the �rovisions of C�apter 2253 of the 2 Texas Ga�ertvnen.t Code, as amended, aad alI liahilities on this bond �hall be detennined i.x� 3 accordance with the provisions of said statue. 9� IN WITNESS'4�VIICREOF, the Px'i�cipal and the Surety have SZGNED an� SEAL,ED 5 tbis insl�ument by duly autkAorized agents and officers au t�is �e Tt�' day of s � ,luly , 2Q 21 . 7 8 9 10 ll 12 13 14 IS I6 17 18 19 20 21 22 23 24 25 26 27 28 29 34 31 32 33 34 3S 36 37 38 34 q0 41 42 4�3 44 4S ATTES • � P' ( (Principal) 3eoretary ztnass as to Frin pai .., �I�R �.. h� � �r:�,. , � . !� • - PRTNC�AL: Gra-Tex Eltilities, ]nc. SY: " � Signature ��f��a r'l��e��(�UM � ame and Titla Address: .� • bX U� [ � O�i SURLTY: Flarlford Fire Insurance Campany BY: � �I��� ������ S tgnature Rhonda WeEls, Attorney-In-Fact Name and Tit�e Address: 70d E Highlander # 340 Arlingfon, TX 76095 Telephane Number: 817-226-371 D *Noie: If signed by an officer ofthe Surety Company, there must be on file a certified extzact from the by-l.aws showing #h�at this person has autlxorify to sign suah abligatio�. If Surety's physical address is different from its :t�aailing addzess, both must be provided. The date of �e �ond shall not be pri.ar fo the date the Contract is awarded. CIT'Y OF FOltT WORTH 201$ Bond Yeak' 2, Cantract 13 STANt7AR� CON�TRUC7iON 5REG`�'ICATiO1V DOCfIML.NTS City Projact No, 1D1475-1 Lzevised July I, 2011 �� � ■ �� �� ���� �� Uirectlnquiries/Claims to: TH� HARi'FpEiD BOI�D, i-12 One HartFord Plaza NartForci, Connecticut06155 Sond.Cfa€ms fhehariford.com call: 888-26&•3488 orfax: 860-757-5835 KNpW ALL PERSOFIS BY iWE5E PRES�NiS 7WAT: Agency Name: INSURTCA IF7S MANAGE�IENT NETWORK A�en�Code: 46-51�067 �__ i � Ffartford Fire {rtsurance Cornpany, a corporafion duly arganized under the laws ofthe SfaEe af Connecticut � Hartford Casua[ty tnsurance Campany, a corporation duly organized under the laws ofthe 5tate of indiana � Hartford Aeeident �nd Indemnity Company, a carpara[�on daly organized under the iaws ofthe Staie ofConnecticut � H�rEFord Underwriters Insurance Company, a corporafion d�cly arganized under the laws ofthc State of Coru�eciicut � Twin City Fire Ensurance Company, a corporation drily organized Under the laws of fhe Stata of Iadiana � HarEford �nsurance Company of Il�inois, a cozpnraEiorc duly organ3zed under the laws o€the State of Illinois � HartFord Insurance Corrtpany of the Midwest, a cnrporaiion duty arga�zed under the laws of the State of Indiana � Hart€ord Ins[trance Cotttpany oi the Sautheask, a corporation duly organized under the laws of the State of Plorida having their home ofFce in Fiartfard, Connecticuf, (hereinafter co�lecti�efy referred io as the "Campanies") do hereby make, constitute and app n�a' f, up to fhe amou►+f of C7nlimi�ed : JIM BA12R, ROGER REDD�N, RHO%+iTIA WELT.,S, R.T35SEL,L BOAR� �f ARLTiVGTON, �'exas their frue and fasr�f�l Attomey(s)-in-Fact, each in Ef�eir separate capacity if more than ane is narned above, t� s9gn its name as surefy{ies) anly as delineated above by gl, and fo execute, seal and acknowledge any and a!I bonds, undertakings, contracfs and other written instruments in the nature thereof, an hehalf of the Companies in their business of guaran#e�ing the fideEity oP persons, guaranteeing the perfarmance of contracts and executing or guaranteeing bonds and undertakings required or permifted in any actions or proceedings a1[awed by [aw. In Witness Whereof, and as aufhorized by a Resolution of the Board of Directors af tha Companies on May 6, 2015 the Companies have � ca�sed fhese presenis to i�e signed by its Senior Uce �'resident and its carporate sea[s to be hereto a�xed, d�fy attested by Its Assistant Secretary. Further, pursuant to Resalution of fhe Board of birectora ef the Companies, the Cvmpanies he�eby unambiguously affirm that they are and w9[I he bound by any mechanically applied signatures applied fo this Pow�r of Attorney. �� �yti,� ,,te:, e �,r� '� �ttr E� 4x� _..,�fri � � $��'°� y a; �.��f. �.�r a� � � a ���� R�r a Ts�� i" � �4 - �+envew�+�,y: 3 � �� ISE7 r� ! • : �; � : i:' r Y +h o ' tl � .:? ,� • � {yrtiuehl'�fo' � r�alAni�' �3:,�f 9�' 4 �: s�s\ ID7 ¢�t' s�� I 79 $ t Y�.:-t�yti� ��,,,4�• �y`rR�*�y,t�� i � '`*�'ratqol�a �#���.�� `�r���` t ri..•�d John Gray, Assistant 5eereEary M. Ross Fisiter, 5enior Vice President sr�TE a� car�r��e�ieuT CQiJNTY OF HAR7FO�D � pn t�is 5th day of Janusry, 2�78, before me personally came M. Ross Fisher, to me knawn, who be9ng by me duiy sv�rorrt, did depose and say: that he resides in fE�e County af HarLford, State af Connecficrat; that he is the 5enior Vice Presitkent of the Campanies, the corporafions described in and wF�ich execuEad the above instruma�t; that he knaws t3�e seals af the said corporafions, thai ihe seals a�xed to the said instrument are such carporate seafs; that #hey were so af€ix�d by authorify of the Boards of Directors of saSd corporations and that he signed his r�ame thereto by iiEse authority. ��, Hartford ' �NF. � �� ���w� h��.�� ' �`'� " Kat}deen T. Ma�mard . Nota+y Puhlec CERiiFICt47E My Commission �xpizes 7uiy 31, 202i I, the undersigned, Assistant Uce Presideni af the Companies, DO HER�BY CERTIFY thaf the aba�e and foregoing is a irue and correci copy of the Power afAttarney execuked by said Companies, which [s siill in ful! force effecti�e as af ��)� ���� `�(-��� Signeel and sealed at ihe Gity of hiartford. ` w""`� .cx'y� 6�Yttxk, �4�'°°`r p yt*4`:��F—�.`,+'�..� ,�p� ��'�`� ,��t�, �..ws�v ..�w Y� �. d 1�4C0��lllil4i � b ��� i �� i�j� N��' �� �� 1^r_ __' A i�a� 4�^ � �4�� 4 �� � F�E anr�r,tx�/ � ��ela�e ; �: SA� �� bt5' 3:= t�.,...s� - .8 �970 � ��, � J ' " � *7 J� 4 'r��� �� ��• r 4 � i�}; �q►,��'� ✓fir,pay"f.irt� : �"'�. huletti �s.�u+' L_w � , ���i Kewn Heckrnan, Assistant Vlce President POA:oiB 46BCSHP4389 U06119-1 MAINN['ENAI�TC� BO%EA Page I of3 1 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT Gra-7ex Utilities, Inc. g `Tizat we SECTION 00 5i �9 MAIN'�ENANCE BOND § � KNOW ALL EY 'TH�SE PRESENTS: § 9 "Principal" herein an.d Harlford Fire Insurance Campany known as a corporate surety ] 0 (sureties, i.� more than one) duly authoxized to do busineas in the State af Texas, knowtz as I1 "Surety" herein {whe�er one or more), are held and firmly bound unto the City af �ort Worth, a 12 municipal corporation cr�ated pursuant to the laws of ih� State oiTexas, icnown. as "City" herein, 13 i21 tiie 51�31 Of �wo Million Five Hundred Thirty Seven and Three Dollar���S 14 (� 2 534 003.89 , lawful. money af ihe Uz�ited States, to be paid in �art Worth, 15 Tarrant Cou�Ly, Texas, for payment af which su� well and �zly be made unto the City and i#s 16 s�teeessors, we bind aurselves, our heirs, executors, �dtninisirators, successors and assigns, jointly 17 and severally, firn�ly by these p�esents. 18 19 W�EREAS, ihe Principal has enfered into a certain writt�n contract with the City awarded 20 the day nf , 20� , which Contract is hereby 21 referred to and a made part heranf for alI putposes as if �t.l1y set forth b.erein, �o furnish all 22 materials, equipment labor at�d otber accessories as defined by law, in the prosecut�on of the 23 Work, includin.g any Work �'asu�lting from a duly authaz�zed Change Order (cvllecti.vely herein, 24 the "W4rk") as pro�ided for in said contract and designated as 2018 $ond Year 2, Contract 13, 25 2b 27 28 29 3Q 31 32 33 3� Ciiy Project No. IDI475-1; and yVH�REAS, Prin.cipal binds itself io uae such rnate�'ials and to so cansiruct the Worlc in accordance with the plans, specifications and Contract Doeum�nfs that �he Work is and vvill remain free from �efects in materiais or wox�nanship for as�d during the period of two (�) yeaxs after the date af Final Acceptance af t�e Work by t]3e City {"Maintenance Period"); and V�HEgEA�, pr�v.cipal binds itself ta repair or reconsiruct the Work in whole or in part upon receiving notice from the City of ihe nesd therefar at any time within the Maintenance Period. 2018 Bond Year 2, Contract 13 CPI'Y OF FO1tT WORTFT CiYy ProjeetNo.101475-1 gTANT�ARD CONSTR�IJC'�ON SPT�CiEICATIdI� 170CCJN�;NTS Revised duly l, ZO] 1 s � ; ! i a 006I I9-3 MAIl+IT�TTANC$ BOND Page 3 of3 1 IN WITNESS WHE1tEOF, t1�e Principal aad the Surety have each SIGNED a�.d S�ALED this 2 insitument by duly authorized agents and of�icers on this the �th �y �f 3 Ju{y � 2� 21 � 5 6 7 8 9 10 11 iz 13 14 15 16 �� 18 19 ZO 21 22 23 2A� 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 ATTES'I': � (Principal) S etary ess as to Pxincipal ATTEST: { rety) Secretary � Witness as ta S PRINCIPAL: Gra-Tex UtiEities, Inc. F � � t BY: Signature ��tr�e�u c�Se�n . �a.�► Natne aud Title Address: I"��� t��C �Ol� � x � SURLTY: Hartford Fire Insurance Company _ 4 � � : �� Y�� f _'�. M 1 � _ ��, Rhonda WelEs, Afforney-In-Fact Name and Title Addxess: 700 E Highlander # 340 Arlington, iX 76015 TelephoneNumber: $�7-226-37�[(l *Note: If signed by an officer of the Surety Company, there must be on fiie a certsfied extract from the by-laws showing that this persan has authority to sign such obligatian. If Surety's physical �ddress is ds.fferent fram its mailin.g address, both must be provideci. The date of the bond shall �ot be prior �o t�a date ihe Contract is awarded. C1T'Y OB FORT WORTH 2O18 Sond Year 2, ConEract 13 ST1�PiDARD CONSTRidCTION SPECIFTCA7'iON DOCUMEN'FS Cify Pro3ect No. I01475-i Revised 7u1y f, 20I1 ����� �� ���� �� i7Frect Inguiries/Claims fa: iHE HAR�FQi2D soNo, r-�z 4ne Hart#ord Plaza HarEFord, Connecticut 06155 Bond.Claims thefiartFord.com ca!!: 888-266-3q88 oriax: 860-757-5835 KN�W ALL PERSONS BY 7HE5E PiiESENTS THAT: Agency Name: INS���A TNS INADTAG�MENT NETWORK A enc Code: 46-5].00b7 � _ — � iiarE€ord Fire Insurance Company, a corpora#ion duly organized under the laws afthe State of Connectiaut � HarEforti Casua[ty lnsurance Company, a corporatton duly oxganized under the iaws of the State of Tndiana � FiartFord Accidet►t and IntEemnfty Company, a corpoxation duly organized under the Iaws oifhe State oiConnecticut 0 hEartford Underwriters Insurance Company, a corporadon duly organized under the Iaws of the State of Connecticut � Twin Cify �ire Insurance Company, a corporation duly organize& undee the ]aws of the State of Iz►diana � Harfford Insu�ance Company of Iliinois, a evrporation duly organized under the laws ofthe 5tate of'Iliinois �}�artiord Insurance Company of the Midwest, a corporation duiy oeganized �ndee the laws of the State oP Indiana 0 HartForct Insurance Company of the Southeast, a corporation duly organized under ti►e Iaws of the State of Florida having their F�ame offce ir� Har#Forcf, Connecticut, (hereina�ter callectively referrecE to as fhe "Cornpanies") do hereby make, consfitufe and appoint, up to ifte amounf of Unli.mi�ed : JIM BARR, ROGER REDDEAT, RHOI�TAA WELLS, RUSSELL SOARiJ of ARLSNG'FDN, 'I'�xas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if mora than one is named above, iv sign its name as surety(ies) an�y as delineaked above by �, and to exec�te, seal and acknowEedge any and all bonds, undertakings, contracts and oth�r wrltten instramenfs in the nature thereof, on behalf of the Companies in fheir busaness of guaranteeing ihe fde[ify af persons, guaranteeing the perFormance nf contracfs and execuk9ng or guaranteeing bonds and undertalcfngs required or permikted i� any aciians or proceedi�gs allowed by law. In Witness Whereof, and as authorized by a R�solution of the Baard of Directors af the Campanies on May 6, 2D15 the Companies have caused these presents ta be signed by its Sanior Uce President and i#s corporate seals #o be hereto affixed, duly attested by ifs Assistant 5ecretary. Further, pu€�suant ta Resolution of the Board of pirectors of khe Companies, the Companies F�ereby unambiguously affirm that they are and wi[] be bound by any mechanically applied signatures applied ko fhis Pov+rer of At4orney. a�r � s*;t,'x,�i • i cv,� �""� �y1,Yt7�� � yX . rr �• � � �►"�'""'�'#io'4 a° ��Len�e.f4i � � �6� �' � � •d� } a r�vat��+�, w4 � � 4 �f �,"� � �{ lBB7� e y r ' �Cs 3�= ; r 4 ' �' .8 � a .. 'f �<a�.nr iv /I� aar�7� `s,�, ; 1 Q i q - �_\ !f 7�r� i 9T4 Y� � � ! f ' ! SS � �y� ��_��/ `�-x�r � v � ��in+w�' {r r��r� ���.� � � � $y, � iula�s � ��a��' +F�. a a4r:�,�f } .. rv...- , John Gray, Assistant Secreiary M. Ross Fisher, Senior Vice PresidenE STATE OFCO[�N�CTICUT � ��, Har�ford COLEMTY OF FIARTF(3RD On this 5fh day af January, 2Q9 S, before me personally came M. Ross Fisher, to me known, who being by me du[y sworn, did depos� and say: that he resides in the County af Hartford, State of Canneckicut; that he is the Senior Vice Presicfent of the Compantes, the corporations described in and which executed fhe ab�ve instrument; thaf he knows the seals of the said carporations; that the seals a�xed ta the said instrument are such corporate sea[s; fhat they were so affixed by authority of the Boarc[s of Directors af said corporations and that he signed his name ihereto by like authority. KT � „��� ��.-�[,�vw--7" �t�.�.� � �� * KathEecn T. Maynard . 33otary Pubkic CERTIFICATE My Commissian Expiies Suly 31, 2021 E, the undersigned, Assistant Vice President of the Companies, I]� H�R�BY CERTtFY that the above and foregoi� is f tr�ae and carrect copy of fhe Pawer of Attorney executed 5y said Com�anies, which is stil[ in futl farce effective as of �f/� f��t1 �� �� Signed and sealed at the Cify of Hartford. � �,.�, ti �Ci ca �tCr+q� rr� �n�y �ti �x�uls,:r,.r '�'� �r ���F� ar�ia..�are;� � �O�Y 59 � � �`�i�`:"y� s� � i � �� � ' ��sl�Q7 � ! ` b S'^'.2 � C�;�F ty �l: �9 . =a r �;t.t M'�`f.: •rrS� "ti,.$7 t` +� 7 �` 'L �9t4 yl � . r, � �'}�„„J� t'°,yy. �,y 4 �ti c �` y�Y � i �ir*t���y L� ► � �'hu�eri '� s�a�*' �. * �.�:�. �� Kevin Hecicman, Assistant Vice Presicfent AOA f016 S'�'�.ND�4.RD G]El`TEId��. CONDYT���TS �F THE ��llTSTR�J�T�OI� C�1�'�['1Z���' 2p1 g Bond year 2, Conhact 13 CITY DP FORT WORTH City project Na. 161475-1 STANDARD CONSTRUCTIdN 5f'ECIFICATTQN DOCUM�NTS Revised IV�arch 9, 2Q2U STANDARD GENERAL CONDITI�NS �F THE C�NSTRUCTION CONTRACT TABLE OF COl�TTEIi�T� Page Article 1— Definitions and Ternninology ...................................................................................1 ....................... 1.�1 Defined Terms ............................................................................................................................... I 1.02 Texminology ..................................................................................................................................6 Article2— Preliminary Matters ........................................................................................_................................ 7 2.01 Copies ofDocuments ....................................................................................................................7 2.02 Corrimencemenf of Contract Time; Notice to Praceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before StarEing Construction ................................................................................... 8 ..................... 2.05 Preconstruction Conference .......................................................................................................... 8 2.06 Public Meeting ............................................................................................... 8 ............................... 2.07 Initial Acceptance ai Schedules .................................................................................................... 8 Article 3— Contract Docurnents: Intent, Amending, Reuse ....................... 3 . 01 Intent . . . . . . . . . . . . . . . . . ... . . . . . . . . . . .. . . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . . . . . . . .... . . . . . . . .. . . 3.02 Reference Standards ................................................................. 3.�3 Reporting and Resolving Discrepancies ............. 3.04 Amending and Supplemen�ing Contract Documents .............. 3.05 Reuse of Documents ................................................................ 3.06 Electronic Data ......................................................................... ........................................ ........................................ ........... ............................. ..................................... .. ...... 8 ...... 8 ...... 9 ...... 9 ....10 ....10 ----1 T Article 4— Availability of Lands; S�bsurface and Physical Conditions; Hazardous Environmental Conditions; Reference �oints ...........................................................................................................11 4.Q1 Availability of La�ds ....... ............................................................................. .............. ................ 4.02 Subsurface and Physical Conditions ........................................................................................ 12 4.03 Differing Subsurface ar Physical Canditions .............................................................................12 4.04 Underground Facilities ............................................................................................13 ................... 4.05 Reference Points ........................................................................................................ 14 .............. 4.06 Hazardans Environmental Condition at Site ..............................................................................14 Article5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sure�ies and Insurers ..............................................................................16 ..................... 5.02 FerFarrnance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certificates of �lnsurance ....................................................................................... 16 ................... . 5.04 Contractor's Insurance ................. .................................................................................... 18 .......... 5.05 Acceptance of Bonds and Insurance; Optian to Replace ...........................................................19 Articie 6 — Contractor's Respansibilities .................................... 6.01 S�pervision and Superintendence ........................... ...............................................................19 ...............................................................19 C17'Y OF FORT WOR'TH 2D18 Boncf Year2, ContracY 13 STANDARD CONS"1'RUCTION SPECIFICATION DOCLTMENTS City Project T#o. ID1475-1 Revised March 9, 2020 6.02 Labor; Working Hours ...................... ........ ........... . . ........... ............ ....... . .... . ......................... ........ . 3 Servic�s, Materials, and Equipment ............... z� b.04 Project Schedule .....:...............................................................................................................• .21 ........... ............ . 5 Substih�tes and "Or-Equals" ............ ..... .............................................................. ............ .. .......... 1 6.06 Concerning Suhcontractors, Suppliers, and Others ...................... .......24 .......... . . .............. ............. 6.07 Wage Rates .................................................................................... .............................................. 25 6A8 Patant Fees and Royalties ....................... ......... 26 ........................................................................... 6.09 Permits and Utilities .................... ... 27 ........ ............ .............. . ..................................... ....... .............. . 0 Laws and Regulations ......................... .................................... . .......... . ............ ............................ 27 6.11 Taxes ................................................................................................ ........................................... 28 6.12 Use of Site and Other Areas ........................... ...... 28 ........... . . .......... .. ........................ .............. ....... 6.13 Recard Dociunen�s .............................. .............. 29 ......................... ........... ........... . ............ .............. 6.14 Safety and Protection .................. ...... 29 ............. . ........... . . .............................. . ...... . ............... ......... . b.IS Safety Representative ...................... ....30 6.16 Hazard Comrnunication Pra�rrams ........................................................................................• .3Q .................................................. 30 6.17 Emergencies and/or Rectificatian ................. .............................................................................. 6.1 S �ubmittals ...................................... ....... 31 ............ . . .......... ....... . ................ ............................... ........ 6.19 Cantinuing the Work ................ .................. ............. ...................................... .......... ................... . .20 Contractor's General Warranty and Guarantee ................ ...._32 ........................::::..::..................... 6.21 Tndemnification .................................................................................................... ........ 33 ............. . Delegation of Professional Design Services ............... ............................................................... 34 6.23 Ri�hht #o Audit ........................................... ........ 34 . ............ .... ................................... ................ ....... 6.24 Nondiscrimination ...................... ...35 Article 7- �ther Work at the Site ............................. ........... 35 ........................................................................... 7.01 Related Work at Site ................................................ ...... 35 . .............. ................ . ....... . ..................... 7.02 Coordination ...................................... .......................................................................................... 36 Article 8 - City's Responsibilities ..................... ..................................................................... 36 ......................... . 1 Cammunications to Con�ractor .............. .....36 ................................................................................ 8.02 Furnish Data .................................... ........... 36 ................................................................................. 8.Q3 Pay When Due ....................................... ...........36 .......................................................................... 8.04 Lands and Easements; Reports and Tests ...................... ...36 ................................... ....................... 8.05 Change Orders .......................... .......................................................... .... ........ ............................. .06 Inspec�ions, Test�, and Approvats ............................ ............. 36 ..................................................... 8.07 Limitations on City's Responsibilities ............. ._... 3� 8.08 Undisclosed Hazardous En�ironmenta] Cflnclition ............................................................ .37 .................. . .................................. 8.09 Compliance wit3� Safety Program ................................ ............................................................... 37 Article 9- City's Obsexvation Staius During Construction ....................... ....3� ................................................ 9.01 City's Projecfi Manager ........................... ........................... 37 ...................................................... 9.02 Visits to Site .................................................... ............................................................................ 37 9A3 Authorized Variatians in Work ....................... .....3$ .... .................................................................. 9.04 Rejecting Defective Work .............. ....... .................................................. .. ................ ... .............. . 5 Determinations for Work Performed ................... ....................................................................... 3 S 9.�( Decisions an Requirernents of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WOitTH 201 S$ond Year 2, Contract ] 3 STANDAR.D CONSTiZUCTION BPFC�ICATIpI�T DOCUMENTS City Pro�ect IVo. 101475-1 Re�ised March 9, 2p20 Article 10 - Changes in the VVork; Claims; Extra Work ................................................................................ 3 S 10.01 Authorized Changes in the Work ........................................................................38 ....................... 10.02 Unautl�orized Changes in the Work ........................................................................................... 39 10.03 Execution of Change Orders ....................................................................................................... 39 10.04 Extra Work .................................................................................................................................. 39 10.05 Notification to Surety ....................... ....................................................................................... 39 --.. 10.06 Contract Claims Process ............................................................................40 Article 11- Cost of ihe Work, Allowances; Unit Price Work, Plans Quantity Measurement ......................4� 11.01 Cost of the Work ......................................................................................................................... � 1 11.02 Allowances .............................................. .......................................... 43 ......................................... 11.03 Unit Price Wark ............................................................44 .............................................................. 11.04 Plans Quazrtity Measurement ........................ ....................................................................45 Article 12 - Change of Contract Price; Change of Cantract Time ................................................................. 46 12.01 Change of Con�ract Price ............................................................................................................46 12.02 Change of Con�ract Time ............................................................................................................ 47 12.03 Delays ...................... ..................................................................... 47 Article 13 - Tests and In�peetions; Correction, Removal ar Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................ 48 ................................................ 13.02 Access to Work ........................... ............ ............................................48 ............ ............................ 13.03 Tests and Inspections .........................................................................48 ......................................... 13.04 Uncavering Work ............................. ...............................................................49 ............................ 13.05 City May Stop t�e Work .................. ........................................................50 13.Ob Correction or Removal of Defective Worlc ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 13A8 Acceptance ofDefec�ive Work ................................................................................................... 51 13.09 City May Correci Defective Work ................................................................ 51 Article 14 �- Payments to Contractor and Complet�on .................................................................................... 52 14.01 Schedule ofValues ......................................................................................................................52 14.Q2 Progress Pay�x�ents .............................................................. �4 14.03 Cantractor's Warranty of Title ................................................................................................... 14.04 Partial Utilization ..................................................................................55 ...................................... l 4.05 Final Inspectivn ................................. ............................................................................. SS ............. 14.06 Final Acceptanee ......................................................................................................................... 55 14.07 Fina1 Payment ...................... ........................................................................................................ 5 14.08 F�nal Campletion Delayed and Partial Retainage Release ........................................................ 56 1�4.09 Waiver of Clairns .................................................................... S7 Article 15 - Suspension of Work and Terminatian ..................................................................... 57 ................... 15.Q 1 City May Suspend Work ....................... ........................................................................ 57 .............. 15.02 City May Terminate for Cause ................................................................................................... 5$ 15.03 City May Terminate For Convenience ....................................................................................... 60 CITY OF FO[tT WORTH 201$ Bond Year 2, Contract 13 STA�lDARD CONSTRUCTION SFECIFICATIDN DOCUMENTS Ciry Project No. 101475-1 Revised March 9, 2024 Articie 16 — Dispute Resolution ........................... ................. i6.01 Mei�ods and Procedures ........................... Artic10 17 — Miscellaneous .......................... 17AI Giving Not�ce .......................... 17.02 Computatian of Times ............ 17.03 Cumulative Remedies ............. 17.04 Survival of Obligations ........... 17.05 Headings .................................. CITY OP FORT WDRTH STANDARD CaNSTRUC7I�TF SP�CIFICATION llOCUM�NTS Revised March 9, 202� ............................................................... 61 ............................................................... 61 .. ........... ........................ .............. . . ............... ....... ........................................................................... ............. ..................................... .. ................ . . ..... ........................ ............ ................ . . ........... ..................................................................�-------- ................... 62 ................... 62 ................... 62 ................... 62 ... ................ 63 ................... 63 20 ] 8$ond Year 2, Contract ] 3 City ProYect 1�To. l0] 475-f 0o n oa GENEFiAL CONDITIONS Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERNIINOLOGY X .01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, arzd words denoting gender shall include the masc�line, feminine and neuter. Said terms are generally capitaIized or w•ritten in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized ar itaticized or othenvise. In addition to terms specifically defined, terms with initial capital letters in the Cantract Documents include references to identified articl�s and paragraphs, and ihe titles of other document� or forn�s. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, carrect, or change the Bidding Requirements or the propased Cantract Documents. 2. Agreement—The written it�strument which is evidenc� of the agreement between City and Contractor covering the Work. 3. Application far Paymen%The �orm acceptable to City which is to be used by Cantractor during th.e course of the Work in requesting pragress or final payments and which is to be accompanied by such supporting documentation as is required by il�e Contract Documents. 4-. Ashestos—Any material that cantains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupatinnal Safety and Health Adminis�ration. 5. Award -- Autharization by the City CounciI for the Ciry to enter inta an Agreement. 5. Bid The offer ar proposal of a Bidder submitted on the prescribed form setkzng forth the prices for the Wark to be perfortned. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Can�ract Dacuments (including all Addenda). 4. Bidding Requirements—Tke advertisement ox Tnvitatian to Bid, Instruction� to Bidders, Bid security of accepfiable form, if any, and the Bid Fortn with any supplernents. 10. Business Day — A business day is defined as a day that �e City conducts nornaal business, generally Monday through Friday, exeept for federal or state holidays observed �Sy �lie City. i 1. Calendar Day — A day consisting of 24 hours measured from midni�ht ta �he next midnigh�. CITY OF FORT WORTH 201 S Bond Year 2, Cantract I3 5TANDARD CONSTRUCTION SPECIFICATTON DaCUM�NTS CiEy Project No. 101475-1 Revised March 9, 2020 QO 72 OD GENERAL CC7NDITIONS Page 2 oFfi3 12. Change Order—A document, which is pre�ared and approved by tlle Ci�ty, WYIICIl 15 SI�11EC1 by Contractor and City and au�horizes an addition, deletion, or re�ision in the Work ar an adjustrnent �n the Con�ract Price or the Cantract Tirne, issued on or after the Effective Date of the Agreem�nt. 13. Cit�— The City of Fart Worth, Texas, a home-niie �nunicipal c�rporation, authorized and chartered under the Texas State Statutes, ac�ing by its gaverning body through its City Manager, his designee, or agents authorized under hrs behalf, each of whieh is required by Charter tn perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Wor�h is by Charter vested in ihe City Manager and is the entity wzth whom Contractor has entered into the Agreement and for whom the Work is to be perfarmed. 14. City Atto�ney — The officialiy appointed City Attarney of the City of Fort Worth, Texas, or his duly autl�orized representative. 15. City Council - Tiie duly elected and qualified governing body of the Cxty of Fort Worth, Texas. 16. City Manager — The officially appoitiied and autl�orized City Manager of ihe City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Clai�n A demand or assertion by City ar Contractor seeking an adjustYnent of Contract Pr�ce or Contract Time, ar boiI�, or other ralief wi� respect to the terms of the Contract. A demand for money or services by a third party is not a Contract CIaim. � 8. Cnntract—The entire and integratea written dacument between the City and Coniractar coneerning the Work, The Contract contains the Agreement and all Contract Docurrients and supersedes prior negotiations, representations, or agreernents, whether wri�ten ox oral. 19. Cofzt�act Documents—Those items so designated in the Agreement. All items listed in ihe Agreement are Con�act Documents. Approved Submittals, otker Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Docurnents. 2Q. Contract Price—The maneys payable by City to Contractor for completion of the Wark ir� accordance with the Contract Documents as stated in the Agreeanent {subj ect to the provisions of Paragraph 1�.03 in the case of Unit Price Work), 21. Contraci Time—Th� nuznber af days or the dates stated in i�e Agreemant to: (i) achieve Milestones, if any amd (ii) coznplete tlae Work so that it is ready for Final Acceptance. 22. Contr�actor—The individual or entity with whor�a City has enterecl. into the Agreement. 23. Cast of the Wark—See Paragraph 11.0 � of these General Cor�d�tions for defin�tion. CITY OF FpRT WORTH 2O18 Eond Year 2, Contract 13 STANUARI} CONSTRUCTIpN SPECIFICATION DOCi1MENTS City Project No. 101475-1 Revised March 9, 2020 00 �a o0 GENERAL CONDITIONS Page 3 of 63 24. Damage Ciaims — A demand far �noney or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director af Aviatian — The officially appointed Director of the Aviatian Department of the City of Fort Worth, Texas, or his duty appointed represen�ative, assistant, or agent�. 27. DiYector of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department af the City of Fort Worth, Texas, ox his duly appointed representative, assistant, or agents. 28. Di�ector of Planning and Devedapment — The officially appointed Director of the Planning and Developrnent Departmen� of the City of Fort Worth, Texas, or his duly appointed representative, assistan�, or agents. 29. DirectoY of Transportation Public Wo�ks — The officially appointed Director af the Trarisportation Publie Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, ox agents. 30. Director of Water Department — The of�icially appointed Director af the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 3 i. Drawings That part of i1�e Contract Dacuments prepared ax approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Subrnittals are not Drawings as sa de�med. 32. E�ective Date of the Agreement The date indicated in the Agreernent on which it becames effective, but if no such date is indicated, it means tI�e date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Enginee�=The Iicensed professional engineer or engineering fum registered rn the State of Texas performing professional services far the City. 3�4. Extt•a Work -� Additional work made necessary by changes or altera�ions of tl�e Coniract Documents or of quantiries or far o�her reasons for which na prices are provided in the Contract Dacuments. Extra wark sha11 be part of the Wark. 35. Field Order -- A wri�tten order i�sued by City which requires changes in the Work but �vhich does not involve a change in the Coniract Price, Con�ract Time, ox the intent of �thhe Engineer. Field Orders axe paid from Field Order Allowances incorparated into the Contract by funded work type at the time of award. 3b. Final Acceptance — The writ�en notice given by the Ciiy ta the Contractor that fhe Wark specified in the Contract Documents has been complete�i to the satis�action of the Ciiy. CITY OF FOAT WORTH 2D1 S Bond Year 2, Contract 13 STANDARD CONSTRL3CTION $PECIFICEiT'ION DOCUME3+fTS Ciry ProjectNa. ]01475-1 Revised lvfarch 9, 202Q 00 �z ao CaENERAL CpNbITIONS Page 4 of 63 37. Final Inspection — Inspection carried out by the City ta verify that the Cnntractor has comple�ed the Wark, and each and every part or appurtenaz�ce thereof, fully, entirely, and an conformance with the Contract Documents. 38. Gene�ai Requirements—Sec�ions of Diaision 1 of the Contract Documents. 39. Hazardous Environmental Conditiora—The presence at the Site of Asbestos, PCBs, Petroteurz�, Hazardous Waste, Radraactzve Material, or other materials in such quantities or circumstances ihai may present a substantial danger ta persons or property exposed thereto. 40. Hazar�dous Waste--Hazardo�s waste is def�ned as any solid wast� listed as hazardous or possesses one or rnore hazardous characteristics as defined in tlte federal waste regulations, as amended from time to time. 41. Laws and Regulations Any and a1i applicable laws, rules, regulations, ordinances, codes, and orders of any and al� governmental bodies, agencies, au�orities, and cour�s having jurisdiction. 42. Liens--Charges, sec�rity int�rPsts, or �nc�mbrane�s up�n �rojeci fands, reai �,�c,�ie�4y, ur personal property. 43. Major Item — An Item of work included in the Cantract Documents that has a totaX cos� equa.t to or greater than 5°l0 4f the original Contraci Price or $25,000 whichever is less. 44. Milestane—A principal event specified in ihe Contract Documents relating to an intermediaie Contract Tirne priar to Fina1 Acceptance of the Work. 45. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the cflnditions preced.ent listed therein, City wi11 sign and deliver the Agreerrzent. 46. Notice to Proeeed—A written notice gi�en by City to Contractor fixing the daie on which the Contract Time will commence to run and on whicn Contractor shall start to perform the Woxk speeified in Cont�act Documents. 47. PCBs—Polychiarinated biphenyls. 48, Petroleum---�Petrol e�rr�, including cr��de oi1 or any frac�ion thereof which is liquid at standard conditions of temperature ancl pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, peirateurr� fuei oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed wit1� other non-Hazardo�s Waste and crude oils. 49. Plans— See definition at�Drawings. CITY QF FOR7' WORiTI 2015 gond Year 2, Contract 13 STADTDARB CONSTRUC`TIO]V SPECTFICATipN DOCUMEIdT5 City Pmject No. 101475-1. Revised March 9, 2Q20 0o n o0 GEN�RAL CONDI710NS Page 5 of 63 50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirernents, describing the seq�ence and duration of the activities eo�nprising �he Contractor's plan to accoxnplish tlie Work within the Contract Time. 51. Project—The Woxk to be perFarrned under the Contract Documents. 52. Praject Manager The authorized representative of �he City who will be assigned to the Site. 53. Public �Vleeting - An announced mee�ing conducted by the Ciiy to facilitate public participation and to assist the public in gaining an informed view af the Project. S�. Radioactive 1Vl�terial SflL1X'CO3 special nuclear, or byproduct material as defined by the Atomic Energy Act of 195� (42 USC Section 2011 et seq.) as amended fram time to tizne. 55. Regular WaYking Hours - Hours beginning at 7:00 a.m. and ending at 6:d0 p.rn., Monday thru Friday {excluding legal holidays). 56. Sample.�-Physical examples af materials, equipment, or workrnanship that are representative of some portion of the Work and which esfiablish the standards by which such portion of the Work will be judged. S7. Schedule of Submittais—A schedule, prepared and maintained by Contractor, of required submittats and the time requirements to support scheduled performance of related construction activities. 5$. Schedule af Yalues—A schedule, prepared and ma.intained by Contractar, alloca�ing portions of the Con�trract Price to various portions of the Woxk and used as the basis for reviewing Contractor's Applications for Payrnent. 59. Site—Lands or areas indicated in the Can�ract Documents as being furnished by City upan which ihe Work is to be perfartned, including r�ghts-af way, permits, and easements for access thereto, and such other Iands furnished by City which are desigxaated �or tkze use of Contractar. 60. Speci�cations--That part af the Coniract Documents consisting of written requirements far mate�ials, equipment, systems, standards and workrnanship as applied to the Work, and certain adminis�rative requirements and pracedural matt�rs applicable thereta. Specifications may. be specifically made a part of the Cantract Dacuinents by attachmeni or, if nat attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 0� 00) of each Pro�ect. 61. Subcontractor—An individual or eniity having a direct contract with Con�ractor or with any other Subcontractar for the performance of a part of the Work at the Site. CIT'P OF FORT WbRTH 2O18 Bond Year 2, Cantract 13 STA�fDARD CONSTRiJC1'IQN SPECIF{CATION DOCIJMENTS Ciiy Project No. 1 DI47S-i Revised March 9, 2020 00 72 p0 GENERAL CONbITIO�fS Page 6 of b3 62. Submittals—A11 drawings, diagra�ns, il�ustrations, schedules, and other data or information which are specifcally prepared or assembled by or for Contractor and submitted by Cont�actor to illusfirate some portion of the Wark. 63. Successful B�dder Tne Bidder submitting �e lowest and most responsive Bid to whorr� City rnakes an Award, 64. Superintendent — The representa#ive of ihe Contractor who is available at all tirnes and able to receive inst�xctions fro�n the City and ta act for the Contractor. 65. Supp1'ementaYy Conditions—That part of the Cantract Documents which amends or supplements these General Conditions. b6. Supplier—A manufacturer, fabricator, su�plier, distribu�or, materialman, or �endor having a direct contract with Con�ractor or with any Subcont�actor to furnish materials or equipmer�t to be incorporated in the Work by Contractar or Subcontractor. 67. Underground Facilitie.�All unclergrounc� pipelines, conduits, ducts, cables, wires, manholes; va��lts, tanks, tunnel�, er ather such faeilities oa attaclur�er��s, and any encasements containing such faci�ities, including but not limited to, those that convey electricity, gases, steam, liq�id petroleum products, telephone or other cammur�catians, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 68 Unit Pyice Work—See Paaragraph 11.03 of these Ge�eral Condiiions iar definition. 69. Yi�eekend Working Hours — Hours beginning at 9:0� a.�n. and endir�g at 5:00 p.rn., Saturday, Su�day or legal l�oliday, as approved in advance by the City. 7U. Work—The entire cons�ction or the various separate�y identi�able parts thereof required to be provided under the Coniract Document�. Work includes and is the res�alt of perfarming or providing all labor, services, and documentation necessary to produce s�ch construciion including any Chan�e Order or Fie�d Order, and furnishing, installing, and incorporating all materials and equipment into such construction, a11 as required by the Contract Documents. 71. Working Day — A worlcing day is defined as a day, not including Saturdays, Sunc�ays, or legai holydays authorizec� by the City far contract purposes, in which weather or ot�er conditions not under the control af the Contractor will pertnit the perforrnance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m, and 6 p.rn. 1.02 Termtinology A. Tke words and terrns dzscussed in Paragraph 1.02.5 through E are not defined but, when used in the Bzdding Reyuiremen�s or Cantrac� Daeurnents, have the indicated meaning. B. �ntent of Certain Tet�rns or Adjectives: CITY OF FORT WORTH 2O18 $ond Year 2, Contract I3 STANDAIZD CaN3TRUCTION SPECIFICATION DOCUMENTS City ProjectNo. IQ1475-1 Re�ised March 9, 202Q 00 72 DO GENERAL CONDI'�kONS Page 7 nf 63 L The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to auihorize an exercise of judgment by City. In addition, the ad�ectives "reasonable," "suitable," "accepta�le," "proper," "satisfactory," or adjectives of like effect or import ara used to describe an action or determination of City as to the Work. It is intended that such exexcise of professional judgment, ac�on, or detertnination will be solely to evaluate, in generai, the Wor� for campliance with the inforznation in tke Contract Documents and with the design concept of the Pxoject as a funct�oning whole as shawn or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the ward "Wark," xefers to Warlc tha� is unsatisfactory, fauliy, or deficient in that it: a. does not conform to the Can�ract Documents; ar b. does not meet the requirements of any applicable inspection, reference standard, test, ar approval referred to in the Contract Docurnents; ar c. has been damaged prior to City's written acceptance. D, Furnish, Install, Perform, Provide: The word "�'urnish" or the ward "Irjstall" or the word "Perform" or the word "Pmvide" or the word "Supply," or any combination or similar directive or usage thereoi, shall mean fiirnishing and incorporating in the Work including all necessary labor, materials, equipment, and eveiything necessary to perform the Work indicated, unless specificaily limited in the context useci. E. U�ess sta.ted otherwise in the Con�r'act Docurnents, techr�ical or canstruction industry or trade meaning accordance with such recognized tneaning. ARTICLE 2 — PRELIIVIIlVARY MATTERS 2.01 2.02 Copies of Documents words or phrases that ha�e a we11-known are used in the Contract Documents in City shall fiirnish to Contaractor one {1) original executed copy and one (1} electronic copy of ttie Contract Docu�nents, and faur {4) additional copies of the Drawings. Additinnal copies will be furnished upo� request at the cost of reproduction. Comrnencement of Cantract Time; Notice to Proceed The Cont�act Time will comFnence to run on the day indicated in the Noiice to Proceed. A Noiice to Proceed rnay be given no earlier than l4 days after tl�e Effective Date of the Agreement, unless agreed io by both parties in writing. CITY pF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDAIiD CON53'RUCTIdN SPECIFiCATI�N DOC[JMENT5 City ProjectNo. 101�475-1 Revised March 9, 2020 00 72 00 GENERAL CONDITfpNS Page 8 of 63 2.�3 r �- 2.05 2.06 2.0'7 Starting the Work Cantractor sha11 start to perForm the Work on the date when the Contract Tirne cammences to run. No Wark shatl be dnne at tI�e Site prior to the date on which the Contract Time commences to run, Before Starting Constructian Baseline Schedules.• Subtnit in accordance with the Contract Documents, and prior to sta.rting tl�e Waric. Precanstruction Conference Before any Wark at the Site is started, the Cantractor shail attend a Preconstruction Conference as specrfied in the Contract Dacuments. Pubdic Meeting Contractor may noi mobitize any equipment, materials or resources to the �ite prior ta Contractor attending the Public Meeting as scheduled by the City. Initial flcceptance of Schedules No progress payment shal� be made to Contractor un�i1 acceptab�e schedules are submitted to City in accordance with the Schedu�e Specif cation as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS; INTENT, AMENDIl�G, REUSE 3.Oi Intent A. The Cflntract Documents are camplementary; what is required by one is as binding as if required by aIl. B. It is the intent of the Cont�act Documents to describe a fitnctionally eomplete project (or part tl�ereo f} to be canstructed in accardance witl� t�e Contract Documents. Any lahor, dacumentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevai�ing custnm or trade usage as being required to produce the indicated res�t will be provided whether ar not specifically calIed for, at no additional cost to City. C. Clarifications and interpretatioz�� of the Contract Dacuments shali be iss�ed by City. D. T'he Specificat�ons may vary in form, %rfnat and style. Soma Speci�ication sections may be written in varyulg degrees of strear�lined or declarative style and some sectians may be relative�y narrative by campa.risan. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown,'° or "as specifi�d" are intentional in streamlined sections. Omitted wards and phrases shall be supplied by inference. �imilar types of pravisions may appear in various parts of a section or articles within a paz�t depending on the %rmat of the CITY OF FORT WORTH 37'AI�iDARL7 CONSTRUCTIpN SPECIFTCATION DQCUMENTS ZOIR Bond Year 2, Contract ]3 Revised March 9, 2020 C�ty Project No. 101475-1 oa �z o0 GENERAL CONDITIONS Page 9 of 63 section. The Contxactor shall not take advantage of any variation of form, format or style in making Contract Claiins. E. The crass re%rencing of specification sections under the subparagraph heading "Related Sections incl�de but are not necessarily limited to:" and elsevvhere within each Specification section is provided as an azd and convenience to the Contcactor. The Contractor shall not rely on the cross referencing pro�ided and shall be xesponsible to coordinate the entire Work undex the Contract Documents and provide a carraplete Project whether or not the cross referencing is pravided in each section ar whether or not the cross referencing is complete. 3.02 Reference Standa�ds A. Standards, Specifications, Codes, Laws, and Regularions i. Reference to standa�'ds, specifications, manuals, ar codes af any technical society, �rganizatian, or associatian, or to Laws or Regulatians, �vvhether such reference be specific or by i�plicarian, shall mean tile standard, specification, manuai, code, ar Laws or Regulations in ef%ct at the time of apening of Bids {or on the Effectiv� Date of the Agreement if there werc no Bids}, except as rnay be otherwzse specifically stated in the Contract Doc�ments. 2. No provision of any such standard, specification, manual, or code, ar any instruction of a Supplier, sk�a11 be effective to change the duties or responsibilities of City, Contractor, or any of theix subcantractars, cansultants, agents, or emplayees, from those set forth in the Contract Documents. No such pxavision or ins�ction shali be effective to assign ta Ciry, or any of iis officers, directors, members, partners, employees, agents, consultants, or subcon�ractors, any dnty or authority to supervise or direct the perFarmance of the Work or any duty or authority ta undertake res�onsibility inconsisfient with the provisions of the Contract Documents. 3.03 Repor�ting and Resolving Discrepancies A. Reporting Diserepancies: 1. Contractor's Review af Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractar shali carefully stiidy and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurernents and conditions. Contraator shall promptly report in writing �o City any conflict, errar, ambiguity, or discrepancy which Contractor discovers, or has actual lrnowledge of, and shall obtain a written interpretatian ar clarification from City before proceeding with any Wark af%cted thereby. 2. ConiYactor s Review of Coratract Documents During Per°forntance of Work. If, during the performance of the Work, Contractor discovers any conflict, error, aanbiguity, or discrepancy within the ContracY Documer��s, or between the Contract Documents and {a) any applicable Law or Regulat�on ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Coniractor shall promptly report it �o City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH 2418 Bond Year 2, Contract 13 STAi�€DARD CONSTRUCTION 3PECIF'[CATIQN DOCiTMENT5 City Project No. 141475-1 Revised March 9, 2020 00 �2 00 GENERAL CONDITIQNS Page ] 0 of 63 6.17.A) �til an amendment or supplement to the Contract Documents has been issued by one o�the �nethods indicated in Paragraph 3.04. 3. Contractor shall not be lzable to Ciry for failure to repart any conflict, erroar, ambiguity, or discrepancy in the Contract Documents un�ess Con�ractor had actual knowledge thereof. B. Resolving Discrepancies.• Except as may be otherwise specifically stated in the Contract Documents, the provisions oi �he Con�ract Documents shall take precedence in resolving any conflict, error, ambigexity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specifieation, manual, or the instruction of any Supplier (whether or not specifically incorparated by reference in the Con�ract Documez�is). 2. In case of discrepancies, figured dimensions shali govern over scaled dimensions, P1ans shall govern over Specificatians, Supplementary Conditions �hall govern over General Conclitions and Speci�cations, and quantities shown on the Plans sha11 govern over those shown in the proposal. 3.04 Amending and Supplementirag Contract Documents A. The Contract Documents may be amended to provide for additians, deleiions, and revisions in the Work or to modify the terms and conditions t�ereof by a Change Order. B. The requirements oi t13e Contract Documenis may be supp�emented, and minor variations and deviations in tI�e Wark not involving a change in Contract Price ar Contract Time, may be authorized, by one or more of the folIowing ways: 1. A Fzeid Order; 2. City's xeview of a Submitta� {subjeet to the provisions af Paragraph b.18.C}; or 3. City's written interpretation ar c�arification. 3.45 Reuse ofDacuments A. Contractox and any Subeont�actor or SuppIier shall n�t; have or acqurre any ti�le to or ownership rights in any of the L�rawings, Specifications, or other documents (or copies of any thereo fl prepared by or bearing the seal of Engineer, including electroni� media editions; or 2. reuse any s�ch Drawings, Specifications, other doeuments, or copies thereoi an extensions of fhe Project or any other pro1ect without writtex consent af City anc� specific written verification ar adaptation by Engineer. CITY OF FdRT WDRTH ZO1 S Bond Year 2, Cantrxct ] 3 STAIVDARD CONSTRUCTIO�I SP�CIFICATfpI� I3pCUMENTS City Project No. 10I475-1 Revised IVlarch 9, 2p2Q 40 72 OD GENERAL CONDITI�NS Page 11 of 63 B. The prahibitions of this Paragraph 3.05 will survive final payment, ar termina�ion of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data fiirnished by City or Engineer to Cantractor, or by Contractor to City or Engineer, that may be relied upan are timited to tl�e p�inted copies included in the Contract Documents (also known as hard copies) and ather Specifications referenced and lacated on the City's on-line electronic docurnent management and collaboration systern site. Files in electronic media format of text, data, graphics, or ather types are furnished only for the convenience of the receiving party. Any conclusion or infor�at�on obtained or derived from such electronic files wi1� be at the user's sole r�sk. If there is a discrepancy between the elecironic files a�d the haxd copies, the hard copies govem. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, ar computer hardware differing from those used by the daia's creator. ARTICLE 4— AVAII�ABILITY QF LAi�iDS; SUBSURFACE AND PHYSICAL CONDITI(3NS; AAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall fi�rnish the Site. City shall no�ify Cantractor of any encumbrances ar restrictions not of general application but specifically related to use af the Site with which Con�ractor must camply in perfornr�ing the Work. City will obtain in a tixzlely manner and pay for easements for permanent structures or permanent changes in existing facilities. The Ciiy has obtained ar anticipates acquisition of and/or access ta right-of-way, and/or easements. Any outstanding right-of-way and/or easements axe anticipated to be acquired in accordance with the schedule set %rth in the Supplementary Conditions. The Projec� Schedule submitted by the Cant�actor in accordance with the Contract Documents must consider any autstanding right-of way, and/or easements. 2. The City has or anricipates removing at�d/or reiocating utilities, and obstructions to the Site. Any outstanding rernoval or relocation of utili�ies or obstructians is anticipated in accoxdance with the schedule set forth in the Supplementary Condi�ions. The Project Schedule submitted by the Contractar in accordance with the Contract Docu�n�nts musi consider any outstanding u�i�ities or obstructions to be removed, adjusted, andlar relocated by others. B. Upon reasonab�e written request, City shall fi�rnish Contractor with a current statement of record legal title and legal description of the lands upon which �e Work is ta be performed. CI1'Y OF FORT WORTH 201$ Bond Year 2, Conlraat 13 STANDARD CONSTRUCTIdR' SP�EIF'ICATION DOCLJIVIENTS City Pmject No. 101475-1 Revised March 9, 2020 00 �2 00 GENERAL CONDi710N3 Page l2 of 63 C. Cont�actor sha11 provide for all additional lands and acce�s thereto tYaat may be required for construction facili�ies or storage of maierials and equipment. 4.02 .S'ubsurface and Physic�l Conditians A, Reports and DYawings: The Suppleanentary Conditions identify: 1. thase reports known to City of explorations and tests af subsurface cond�tions at or contiguous tia the Site; and 2. those drawings known ta Ciiy of physical conditions relating to existing surface or subsurface structur�s at the Site (excepi Underground Facili�ies}. B. Limited Reliunce by Cantractor on Technical Data Authorized: Coniractor may rely upon the accuracy of the "technical da�a" contained in such reparts and drawings, but such reports and ci�awings are not Contract Doc�unents. Such "technical data" is identified in the Supplementary Condi�ions. Con�ractor rrxay not make any Contract Claim against City, or any of tlzeir officers, directors, meinbers, partner�, employees, agents, cons�ltants, or subcontractors with respect to: 1, the completeness of such reports and drawings for Cantractor's purposes, including, but not lirnited to, ar�y aspects of the means, methods, techniques, sequences, and procedures of construction fi� be employed by Contractar, and safety pxecautions and pxograms incident thereto; or 2. atYter data, interpretations, opinions, and information contained in such reports ar shown ar indicated in such drawings; ar 3. any Contractor interpretation af or conclusion drawn from any "technical data" ar any such o�l-ier data, interpretations, opinions, or inforination. 4.03 Di, f�ering Subsurface or Physical Conditions A. Notice: If Contractar believes that any subsurface or physical condition tl�at is uncovered or revealed eitl�er: 1. is of such a nature as to establish that any "teehnical data" an which Cantractor is entitied to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is af such a nature as to require a change in the Contract Documents; or 3. differs ma�erially firom that sf�own ar indicated in the Contract Documents; or 4. is of an unusuai naiure, and differs materially from conc�itions ardinariIy encountered and generally recognized as in�erent in work of the character provided for in the Cantract Documents; CITY OF FORT WOR'FH 20 ] S Bond Year 2, Contract 13 STANdARD CONSTRUCTION �pRCIFICATTON DOCUMENTS Ciiy Froject No. 101475-t Revised Marcb 9, 202Q 00 72 00 GENERAL CONI7ITlONS Page 13 of 63 then Contractor shall, promp�ly after becorn�ng aware thereof and before further disturbing the subsurface or physical conditions or pe�rfarming any Work rn connection therewith {except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condit�on. B. Possible Price and Time Adju,stments Contractor shall not be entitled to any adjustznent in the Contract Price or Contract Time if: 1. Contractor lrnew of the existence of such conditions at the tirne Cantractor made a final coanmi�tment ta City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated con�ract; or 2. the existence of such condition could reasanably have been c�iscovered or revealed as a xesult of the exarrmination of the Contract Docurnents or the Site; or 3. Contractar fa.iled to give tl�e written notice as required by Paragraph 4.03.A. 4.04 Undergt�ound Facilities A. Shown or Indicated.• The information and data shown or indicated in the Coniract Documents with respect to existing LTndergraund Facilines af or contiguous to the Site is hased on information and data furnished to City or Engineer by the awners of such Underground Facilities, including Ci�y, or by others. Unless it is otherwise expressly pravided in Y.he Suppler�entary Conditions: 1. City and Engineer shall not be responsible fox t1�e accuracy or completeness oi any such information or data provided �y others; and 2. the cost of all of t�e following will be included in �he Contract Price, and Contractor shall have fizll responsibi�ity for: a_ reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordina�ion and adjustrnent af the Work with the owners of such Underground Facilifies, including City, during construction; and d. the safety and protec�ion of all suc� Underground Facilities and repairing any damage thereto res�lting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at ar cantig�.ous to the Site which was no� shown or indicated, or not shown or indicated with reasonable accuracy in the Cantract Dacurnents, Contractor shall, pro�nptly after becoming aware thereof and before further disturbing conditions affected thereby or perforrr�ing any 2018 Bond Year 2, Contract 13 CTTY �F FOC�T WOR7T-I City PmjectNo. 101475-I STANDAR� CONSTAUCTION 5PECIFTCATION DOCUMENTS Revised March 9, 2020 00 72 p0 GENERAL CONDIiIONS Page 14 af 63 Wark in connection �herewith (except in an emergency as required by paragraph 6.17.A}, identify the awner of sucla Underground Facility and give no�ice to that owner and �o City. City will review the diseovered Unc�erground Facility and determine the extent, ii any, t� whick a change may be requzred in the Contract Documents to reflect and document th� consequences of the existence or location of the Underground Facility. Contractor sha�l be responsible for the safety and profiection af such discovered Underground FaciIity. 2. If City concludes that a change in the Contraci Documents is required, a Change Order may be issued to reflect and doc�unent sucl� consequences. 3, Verification of exist�ng utiiities, structures, and service lines shall include noti�cation of all utility companies a minimum of 48 hours in advance of canstr�ction ineluding exploratory excavation if necessary, 4.05 Refe�ence Points A. City sha11 provide engineering surveys to establish reference points for construction, which in City's judgme�t are necessary to enable Contractor ta praceed with the Work. City wi11 provide cons�ructaon srakes �r �thPr ��.sta�nar�, me��� ����lki�ig ��, esi:ab�zsh line and grades fbrroadway and utility constructian, centerl'znes and benchnnarks far bridgework. Contractor shaIl protect and preserve the established reference poin�s arsd properry monuments, and shall make no changes ar reioca�ions. Contrac�or shall report to Ciry whenever any reference paint or property monument is lost ar destroyed or requires relocation because of necessary changes in grades or lacations. The City shall be responsible for the replacement or reIocation of re%rence points or properiy manuments not carelessIy or v�rillfully des�royed by fihe Caniractar. The Con�ractor shati notify City in advance and with suffieient time ta avaid c�elays. B• Whenever, in the opinion of the City, any reference point or manument has been carele�sIy or willfully destroyed, disturbed, or remaved by the Contractor or any of his ernployees, the fi�11 cost for replaci�g such goints plus 25% will be charged against the Contractor, and the full amaunt will be deductec� from payment due the Contractor. 4.06 Hazardous Environmental Candition at Site A. Reports and Drawings: The Supplementary Condiitions identify those reports and drawings kn�wn to City relating to Hazardous Environmental Canditions that have been identified at the Site. B. Lirrtited Reliance by Contr°actor on Technical Data Authorized.� �ontractor Fnay xely upon t�ie accuracy of the "tec�eal data" contained in such reports and drawings, but s�tch reports and drawings are not Contrac� Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Cox�tract CZairn against City, or any of their o�cers, directors, members, parmers, employees, agents, consultants, or subcoratractors w�th respect to: 1. ihe completeness of such reports and drawings for Contractor's p�.uposes, including, i�ut not Iimited to, any aspects of the means, rnethods, techniques, sequences and procedures of CITY OF RqRT V�JORTH STAT�iDARi} CONSTRL7CTION SPECIFICATION DOCUMENTS Z0� $ Bond Year 2, Contract 13 Revised Nlarch 9, 2020 City Project No. I OI475-I DO 72 DO GENERAL CQNDITIONS Page 7 5 af 63 construction ta be employed by Con�ractor and safety precautions and programs incideni ther�to; or 2. other data, interpretations, opinions and information contained in such report� or shown or indicated in such drawings; or 3. any Contractox interpretation of or conclusian drawn from any "technical data" or any such other data, inter�retations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shawn or indicated in Drawings or 5pecifications or identified in �he Contrac� Docurnents to be within the scope of the Work. Coniractor shall be responsible far a Hazardous Environmental Condition created with any mater�als bro�ghi to the Site by Con�ractor, Subcontractors, Suppliers, or anyone else far whom Con�ractor is responsibie. D. If Contractar encounters a Hazardous Environrz�ental Condition or if Contractor ar anyone for �vhom Con�ractor is responsible creates a Hazardous Environmental Condit�on, Contractor shall immediately: (i} secure or otherwise isolate sucl� condition; (ii) stop all Work in coz�nection with such conditian and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) natify City (and pxomptly thereafter confirm such notice in rvriting}. City may consider the necessity to retain a qualified expert to evaluate such candition or take correc�ive action, if any. E. Contractar shall not be required to resume Work in connection with such condition or in any affected area until a�er City has obtained any required permits related thereto and delivered written no�ice to Contracior; (i) speciiying that such condifi�on and any affected axea is or has been rendered suitable for the resurnp�ion of Work; or {ii) specifying any special conditions under which such Work nnay be resumed. F. Ii after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Wor� under suc� special conditions, then City may order the portion of the Work that is in the area affected by such conditian to be deleted from �he Work. City may have such deleted portion of the Wark perfarmed by City's oum forces ar others. G. Ta the fuliest extent pe�mitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, frorn and against all claims, easts, losses, and damages (i�ciuding but not limited to all fees and charges af engineers, architecis, attat�teys, and other� professionals and all court or a�-bitration or^ other dispute resalution costs) arising out of or reiating ta a Hazardous Environmental Condition created by Contr�actor or by anyone, for whom Cantractor is responsible. Nothing in this Paragraph 4.06-G shall obligate Contractor ta indernn� uny individual or entity from and against the consequences of that individual's or entity s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not ap�ly to a Hazardous Environmental Conditian �ancovered or revealed at the Site. CITY OF FORT WORTH 2�18 Bnnd Year 2, Contract 13 STANDARD CQNSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101475-1 12evised March 9, 2020 00 �z o0 GENERAL CON�ITIOIVS Page 1G of63 ARTICLE � — BONDS AND INSURANCE 5.01 Licerased Sureties and InsureYs Ati bonds and insurance required by the Contrac� Dacuznents to be purchased and maintained 1�y Contractor shali be obtained frorn surety or znsurance companie� that are duly licensed or authorized in �e State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insuran.ce companies shall also meet such additional r�quire�nen�s and qualifications as may be provided in the Supplernentary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish perFormance and payment bonds, in accordance with Texas Govexnman� Cade Chapter 2253 or successor statute, each in an amount equal to the Con�-act Price as security for the faithfi.�i performance and payment of all of Cantractor's obligations under the Contract Documents. B. Contractor shall fiunish maintenance bonds in an amaunt equai to the Contract Price as securi�ty io protec� t�e City against any defects in any portio� of t1-ie Wurk described in tY�e Lantract Documents, Maintenance bands shall remaan in effect for two (2) years after the date of Final Acceptance by the City. C. All bands shall be in �he form prescribed by the Cantract Documents except as pravided ot�erwise by Laws or Regulations, and sha11 �be executed by such sureties as are narned in the list of "Companies Holdir�g Certifieates of Authority as Accepta�le Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 {atnended) by the Financial Management Service, 8urety Bond Branch, U.S. Department of the Treasury. Al� bonds signed by an agent or attorney-in-fact must l�e accompanied by a sea.led an�. dated power of attorney which shall show that it is effective on the aate ihe agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractar is declared bar�krupt or becomes insoIvent or its r�ght to do business is terminated in the State of Texas ar it ceases to meet the requirements of Paragraph 5.02.C, Contractar shall prornptly notify City and shall, within 3Q ciays after the event giving rise to such notificatian, provide anaiher bond and surety, both of which s�all comply with the requirements of Paragraphs 5.01 and 5.02.C. 5_03 Gerfificates aflnsuYc�nce Contractor shall deliver �a City, with copies to each additional insured and loss payee ideniified in the Supplementary Conditinns, certificates of insurance (ather evidence of insurance requested by City or any other additional insured) in at teast the minimurn arnount as specifie� in the S�pplementary Conc�itions which Contractor is required to purchase and maintain. 1. Tne certificate of insurance snall documen� the City, and all identif ed en�ities natned in the Supplementary Conditions as "Additional Insured" on all Iiability policies. C17`Y OF FORT WpRTH 2O18 Band Year 2, Cont�ract 13 STANDARD CpNSTRUCTI4N SPEC1FiCAT[ON BOCUMENTS Cit}* Project No. 101475-f Aevised March 9, 2020 00 72 00 GENERAL CONpITIONS Page 17 of 63 2. The Contractor's general liabiliiy insurance shall include a, "per project" or "per locatian", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an ag�nt authorized to bind coverage on behalf of the insured, be camplete in its enrirety, and show carnplete insurance carrier names as listed in th� current A.M. Best Property & Casualty Guide 4. The insurers for a11 policies must be licensed and/or approved to do busines� in ihe Stai� of Texas. Except for warkers' compensation, al1 insurers must have a minimum rating af A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rat�ng is beiow that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogatian (Rights of Recovexy) in fav�r of the City. In addition, the Contractor agrees to waive all rights of' subroga�ion against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to denaand such certificates or other evidence of full compliance with the insurance requirern.ents or failure of the City ta identify a deficiency from evidence that is provided sha11 not be construed as a waivex of Coniractor's abliga�ion to maintain such lines of insurance coverage. 7. If insurance polici�s are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability sha11 follow forn� of the primary coverage. 8. Un�ess othenvise staied, all required i�asurance shail be written on xhe "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or priar to the date of the effective da�e of the agreement and the certificate vf insurance shall state that the coverage is clainns-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Cont�'act and for three (3) years following Final Acceptance provided under the Contract Documents or far the warranty period, whichever is longer. An annual certificate of insurance submitted ta the City shall evidence such insurance coverage. 9. Palicies shall have no exclusians by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the lirnits of said coverage ur�ess such endorsements are approved in writir�g by tlie City. In the event a Cantract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and tne City desixes the cantractor/engineer to obtain suc� coverage, tlie cont�act price sha11 be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insuxed retention (SIR}, ir� excess of $25,Q00.4U, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In C1TY OF FO[tT WOR77-T 2018 Bond Year 2, Cantract 13 STANDARD COI�ISTRUCTION SPECIF'TCATION DOCUM�IVTS City ProjectNo. i01475-1 Itevised March 9, 2024 00 �2 oa GENERAL CQNDITIflNS Page Y8 of63 Iieu of �radinonat insurance, a�ternative cove�rage maintained tl3rough insurance poals or risk retent�on groups, must also be approved by City. 11. Any deduc�ible in excess of $5,000.00, for any policy that daes not provide coverage on a first-dollar t�asis, must be acceptable to and approved by the City. � 2. City, at its sole discretion, reserves the right to review the insurance requirerrzents and to make xeasonable adjustments to insurance coverage's and their limits �vhen deemed necessary and prucient by the City based upon changes in statutory law, co�.rt decision or the claims histary of the industry as weIl as of the contracting party to the City. The City shal� be rec�uired to provide prior notice of 90 days, and the insurance adjustmants sh:all be incorporated in�a th� Work by Cl�ange Order. 13. City s�iall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletiion or revision or modifcations af par�icular policy terms, condrfions, lirnitations, or exclusions r�ecessary to conform the policy and endorsements to the requir�menis oithe Contract. Deletions, revisions, or modifications shall noi be required where policy provisions are estabiished by law or re�zlatzons binding upo� ei«�e�° parEy or the underwriter on at�y such poticies. 14. City shal� not be responsible for the direct payment of insuErance premium casts for Contractor's insurance. 5.04 Contt•actor's Ir�surance A. Workers Compensation and Employers' Lir�bility. Contractar shall puxchase and xnaintain such insuranee coverage with lirnits consistent rvith statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' LiabiIity a� is appropriate for the Wark being pez-farrned and as will provi�e protection from cla�ms set fortl� below which may arise out of or resuZt from Contrac�or's performance of the Work and Contractor's other obliga�ions under ihe Contract Documents; whether it is to be perforimed by Contractor, any Subcontractor ar Suppiier, or by anyone directly or indirectly employed by any oi them to perform any of the Work, or by anyone far whase acts any of thern may be Iiable: 1. claims under workers' compensation, disabi�ity benefits, and other similar emplayee benefit acts; 2. claims for damages because of bodi�y injury, occupational siclrness or disease, or death of Contractor's employees. B, Cammercial General Liability. C�verage shall incluae but not be Iimited to covering liability (bodily injury or property damage) arising from: premises/operatians, independent coniractors, products/coznpleted operafion�, personal injury, and liability under an insured cont�act. Insurance shail be provided on an occurrance basis, and as comprehensive as the current Insurance Services �ffice (�SO) policy. This ins�rance shall apply as primary ins�irance with respect to any other CITI' OF FORT WORTH S'i'AND�,RD CONSTRUCTIOT�T SPECIFICATIdN DOCUN[ENT5 2b�8 Bond Year2, Contract ]3 Revised March 9, 2U20 City Project No. ] 01475-1 OU 72 00 GENERAL GONDITIONS Page ] 9 of 63 insurance ar self insurance programs afforded to the City. The Coznmercial General Liability policy, shall have no exclusions by e�zdorsements that would alter oi nullify premises/operations, products/completed operations, con�ractual, personal injury, or advertising injury, which are normally contained with the policy, unless the Ciiy appraves such exclusians in writing. For canstruction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of na less ihan three {3) years follawing the completion of �he pxoject (if identified in the Supplemeniary Conditions). C. Automobile Liability. A commercial business auto policy shali provide coverage on "any auto", de�ned as autas owned, hired and nan-owned and provide indemnity for claims for darnages because bodily injury or death oi any person and or property damage arising out of the wark, maintenance or use of any motor vehicle by the Con�ractor, any Subcontractor or Supplier, or by a�yone directly or indir�ctly empIoyed by any of thezn to perfortn any of the Work, or by anyone for whose acts any of them may be liabl�. D. Railroad Protective Liability. If any of ihe wark or any warranty work is within fhe limits of railroac{ right-of-way, the Contractor shall camply with the rec�uirements identified in the Suppleznen#ary Conditions. E. Notification of �'olicy Cancellation: Contractor shall imrnedia�ely notify City upon cat�cellation or ather Ioss of insurance coverage. Contractor sha11 stop work until replacernent insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.45 Acceptance ofBonds and Insu�-ance; Option to Re�nlace If City has any objectian to the coverage affarded by or other provis'rons of the bonds or insurance req�ired io be purchas�d and maintained by the Contractor in accordance with Article 5 on the basis of non-canformance with tl�e Cantrac� Documents, the City shall sa notify the Contractor in writing within ] 0 Business Days after receipt of the certifica�es {or other evidence requested). Contractor shall provide to the City such additional information in xespect of insurance provided as the City rnay reasonably request. If Contractar does not purchase or maintai� alI of the bonds and insurance required by the Cantract Documents, �he City shall natiiy the Contractor in writing of such failure prior to the start af the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPQNSIBILITIES 6.01 Supef-visiora and 5uperintendence A. Contractor shall supervise, inspeet, and direci the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accardance with the Contract Documents. Contractor shall be solely responsible far the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH 2618 Bond Year 2, Contract 13 STANDARD CONSTRLTC'FION SPECIFICATION DOCUMEIti'TS City Project No. 1U1475-1 ltevised 1V�aroh 9, 2020 00 �z oa GENEFiAL CONDITIpNS P�ge 2D of 63 B. At all times during the progress of the Work, Cantractor shall assign a cornpetent, English- speaking, Superintendent who shall noti be replaced c�ithou# written notice to City. The Superintendent will be Contractor's representative at the Site and sha11 have authority �o act on behalf of Coniractor. All coxnrntulication given to or received from the Superintendent shall be binding on Contractox. C. Confractor shall notify the City 24 hours prior to moving areas during the sequenee of constt-uction. 6.02 Labor; Working Hotcrs A. Contractor shall provide competent, suitably qualified personnel to perform constr�tctron as required by tl�e Cont�act Documents. Contrac�or sha3i at all times maintain goad c�scipline a�d arder a� the Site. B. Except as othexwise required for ihe safety or proteciion of persons or the Work or praperty at �ae Site or adjacent ther�to, and except as otherwise stated in the Cantract Documents, aIl Wa�k at the Site shal� be perforr�ed during Regular Warking Hours. Contractor will not permit the perfar�nance of Work beyand Regular Working Hours or far Weekend Working Hours without �i�-y's iv-��tteii c���set,� {�+liich will noi be unreasonabiy withheld). Written request (by let�er or electronic cornrnunication) to perform Work: for beyond Regular Warking Hours request m�xst be rnade by noon at ieast two {2) Business Days prior 2. for Weekend Working Hours request must b� made by noon of �the preceding Thursday 3. for legal holidays request z�nust be made by noon two Business Days prior to the legal hoiiday. 6.03 Ser�vices, Materials, and Equiprr2ent A. Unless otherwise specified in t.he Contract Documents, Contractor shall provide and ass�xme full responsibility far alI serv�ces, materials, equipment, labor, transportatzon, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary faciIities, temporary facilities, and all ot�ier faciIities and incidentals necessary for the per�'ormance, Con�ractor required testing, start-up, and corripletian of the Work. B. Al1 materials and equipment incorparated into the Work shall be as specified or, if nat specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties ara.d guarantees required by the Specifieations shall expressly run to the ben�fit oi City. If required by City, Coniractor shall furnish satisfactory evidence (incIuding reports of required tests} as to the source, kind, and qualiiy ofmate�ials and equipment. CiT�' OF FORT WORTH 2O18 Bond Year 2, Contraot ] 3 STANDARB CONSTRUCTIQIV SPECTFICATTON DOCLTNEENTS City PmjecG No. 101475-1 Revised Mareh 9, 2020 0(} 72 0(3 GEN�RAL COfV[J17EONS Page2i of63 C. A11 materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applical�Ie Supplier, except as otherwise may be provided in ihe Contract Docurrxents. D. All items of standard equipment to be incorporated into the Work shall be the latest mod�1 at ihe time of bid, unless atherwise specified. 6.04 Project Schedule A. Contractar shall adhere ta the Project Schedule estabiished in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted frarn tirne to tirne as provided below. 1. Con�ractor shall submit ta City for acceptance (to the extent indicated in Paragraph 2.07' and the Genera� Requirements) proposed adjustments in the Praject Schedule that will not result in changing the C�ntract Time. Sucn adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit ta City a monthly Project Schedule with a monthly progress payment for the d�ration of the Contract in aecordance with the schedule specification O l 32 16. 3. Proposed adjustments in the Project Scheduie that will change the Contract Time shall be su�mitted in accordazace with the requirements of Article 12. Adjus�nents in Contract Time may only be made by a Change 4rder. 6.OS Substitutes and "Or-Equals" A. Whenever an itern of material or equipment is specif ed or described in the Cantract Documents by using tl�e name of a proprietary item or the name of a particular Supplier, the specification ar description is intended to establish the type, function, appearance, and quality required. Unless the specificat�on or description contains or is followed by words xeading that na Iike, equivalent, or "or-equal" item or no substitution is permitted, other items of mate�ial ar equipment of other Suppliers may be submitted to �ity for review under the circurnstances described below. 1. "Or-Equal " Itenas: If in City's sole discretion an ite� of �naterial or equipment proposed by Contractor is functionally equal to that named and sufficiently simiiar so that no change in related Work will be required, it rnay be cansidered by City as an "or-equal" item, in which case review and approval oithe proposed item may, in City's sole discretion, be aecomplished without cornpliance with some or all of the requirements far approval of proposed substitute items. For the purpases of this Paragraph 6.05.A.1, a proposed ite�n of material or equipment will be considered �'ixnctionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CTi'Y OP FORT WOR.TH 201 S Bond Xear 2, Contract 13 STA�fDARD CONSTRUCTId7�' SFECIFICATION DOClTMEAlTS City Project No. 101475-( Revised March 9, 2020 D0 72 00 G�NERAL CON�ITIONS Page 22 of 63 2) it will xeliably perform at �east equaaly weil the function and achieve the results imposed by �he design concept af the completed Project as a functioning whole; and 3) it has a proven recard of perforn�ance and a�ailability oiresponsive service; and �. Contractor certifies �hat, if appraved and incorporated into the Work: �) there will be no increase in cost to the Ci�y or increase ir� Contract Time; and 2) it w�ll conform substantially to the detailed requixements of the item named in the Contract Documents. 2. Substitute Iten2s: a. If in City's sole discretion an i�em of material nr equipment proposed by Contractar does not qualify as an "or-equal" item under Paragraph b.O5.A.1, i� may be sub�nitted as a propv,sed st�bstitute item. b. Cantractor shal� submzt sufficient informa�on as pravided below to allow City to determine if the itern of material or equiprnent proposed. is essen�iaily equivalent to that named and an accepiable substituie therefor. Req�ests %r review af proposed substitute items nf materiai or equipment will not be accepted by City fram anyone other than Contractar. c. Contractor shall make v�itten application to City for revzew of a prapased substitute item af material or equipment that Contractor seeks to furnish or use. The a�plication shall camply with Section d 1 2S 00 and: 1) sha11 certify that the proposed substiiute item wi12: a) pexform adequately the funet�on� and achieve the results called for by the general design; b) be similax in sub�tance to that specified; c) be suited to �he sa�ne use as that speci�ed; and 2) will state: a) the extent, ii any, to which the use of the prapased substitute item will prejudiee Contractor's achievement of fnal compietion an �ime; b) wheiher use of the praposed substitute item in the Work will require a change in any of the Contract Documents (or ir� the provisions af any other diract contract with City for other work on ihe Project} to adapt ihe design ta the proposed subs�itute item; CIT"Y OF FpRT WORTH 2O18 Bond Year 2, Contract ] 3 STANDARI} CO]VSi'RUC i'IO�T SPECIFICATIOI�i DOCtTNFENTS City ProjeCt No. ] 01475-] Revised March 9, 2020 00 �z oa GENERAL COIVDITIONS Page 23 of b3 c) whether i�corporation or �ase of the proposed substitute item. in connection with the Work is suhject to paynnent of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) availabie engineering, sales, maintenance, repair, and replacement services; az�d 4) shali contain an itennized estimate of all costs or credits that will result directly or indirectly from use af such substitute item, including eosts of redesign and Damage Claims af other con�ractors affec�ed by any resulting change. B. 5`ubstitute Construction Methods or Procedures: If a specific means, methad, technique, sequence, or procedurc of construction is expressly required by the Contract Doc�ments, Contractor may fumish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Ciiy. Contractor shall submit sufficient information to a11ow City, in City's soie discretion, ta deterr�ine that the substitute pxoposed is equivalent to that expressly called %r by the Con�ract Documen�s. Contractor shall nnake written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. Ciry s Evaluation: City will be allowed a reasanable time within which to eva�uate each praposaI or submittal made pursuant to Paz�agraphs 6.OS.A and b.OS.B. City rnay require Contractor to furnish additional data about the propased substitute. City will be the so�e judge of acceptability. No "or-equal" or substitute wall be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Subrnittal iar an "or-equal." City will advise Contractor in writing of its deternvnation. D. Special Gua�antee: City may require Contractar to fui•t�ish at Contractor's expen.se a special performance guarantee, warranty, or other surety w�th respect to any substit�ite. Contracto�- shall indemnify and hold harmless City and anyone directly or indirectly errtpdoyed by them from and c�gainst any and all claims, damages, lasses and e.xpenses (incduding attot-neys fees) arising out of the use of substituted mate�-ials or equiprnent. E. City s Cost Reim�ursernent: City �+i11 record City's costs in evaluating a substitute proposed or submitted by Contractar pursuant ta Paragraphs fi.O5.A.2 and b.OS.B. V�hether or not City approves a substitute so proposed or submitted by Con�ractor, Contractor may be required to reimburse City far evaluating each such prapased substitute. Contractor may also be required to reimburse City iar the charges far rnaldng changes in the Contract Documents {or in the provisions of any other direct cantract wit� City) resulting from the acceptance of each proposed substitute. F. Contracto�'s Expense: Con�actor shall provide alI data in suppart of aziy proposed substitut� or "ar-equal" at Contractox's expense. CTTY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STAI*€DARD CONSTRUCTION SPEC]FiCATION T30CiIMENTS City Project No. i41475-1 Revised March 9, 2020 00 �a o0 G�iU�RPiL CONDI�IOAiS Page 24 of 63 G. City Substitute Reimhursement: Costs (savings or charges) attributable to acce��ance of a substitute sha11 be incorporated to tke Contract by Change Order. H. Time Extensions: No additional time will be granted for snbstitutions. 6.06 Concerning Subcontractors; Suppliers, and Others A. Contractor shaii pe;rfarm with his owri organization, vcrork of a value not less than 35% o� the val�ae embraced on ihe Contract, unless o�herwise approved by the City. B. Contractor shall not employ any Subcontxacior, Supplier, or other indi�ridual or entity, wheiher initially or as a replacement, against whorn City may ha�e reasonabie objection. Coniractor shall nat be r�quired to employ any Subcon�ractor, �upplier, or other individual or entity to furnish or perfarm any of �e Work against whom Con�ractor has reasonable objection {excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City rnay from time ta t�me require the �se of certain Subcontractars, Supp�iers, or otl�er individuals or entities on the project, and will provide such requirements in t�ie Supplementary Conditions. — — D. Minority Business Enterp�ise Compliance: It is City policy to ensure ihe �ull a�d equitab�e participation by Minority Business Enterprises (MBE} in the procurement of goods and services on a coniractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amenc�ed) by-fi,�e following; 1. Contractor shall, upon request by City, provide complete anc� accurate infarcnation regarding actual work p�rformed by a MBE on the Contract and payment �here�or. 2. Cantractor will not malce additions, delet�ons, ar substituiions oi accepted MBE without written consent of the City. Any unjustified change or deletion shall be a� material breach of Contrac� and may result in debarment in accordance witlz the procedures outlined in the Ordinance. 3. Contractor shalI, upon request by City, allow an audit and/or examinarion of any boaks, records, or files in the possessian of tt�e Cont�act�r that will substanti�te the actual woric performed by an MBE. Material rnisrepresentation of any nature will ts� grounds far termination of the Contract in accordanc� witl� Paragraph 15.02.A. Any such misrepresentation may be grounds for disquaiification of Contractor to bid on future contracts with tha City for a periad of not Iess than three years, E. Contractar shall be fiilly responsible to Ciiy for a11 acts and omissions of the Subcontractors, Suppliers, and other individuals or antities perform�ng ar furnishing any of the Work just as Contractor is responsible for Cont�actor's owx� acts ar�d omissions. Nothing in the Coniract Documents: CTl'Y OF FORT WORTA 201 & Horui Year 2, Conhact 13 STtLNDARB CONSTRUCTION SPBCIFICATIaN DOC]JMFNTS City Pmject No. 101475-1 Revisetl March 9, 2020 00 �� o0 GENERAL CONOITIONS Page 25 of 63 �, shall create for the benefit of any such Subcontractor, Supplier, or ather individual ar entity any contractual relationship between City and any such Subcon#�actor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcantractor, Supplier, or other individual or entiiy except as may otherwise be required by Laws and Re�lations. F. Contractor shall be solely responsible far scheduiing and coordinatir�g the Work ofSubconiractors, Suppliers, and other individuals or entiiies performing or furnishing any of the Work under a direct or indirect contract with Coniraciar. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City t�raugh Contractor. H. All Work performed for Cont�actox by a Subcontractor or Supplier wiil be pursuant to an appropriate agreement hetween Contractar and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and canditions ai the Contract Documents for the benefit af City. 6.07 Wage Rat�s A. Duty to pay P�evailing Wage Rates. The Contractor shall comply with all require�nents of Chapter 22S$, Texas Govemment Code {as amended), including the payment of not less than the rates determined by the City Council af the Ciiy oi Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included i� these Contrac� Docu�nents. B. Penalty for Vialation. A Contractor or any Subcontractoar who does not pay the preva�ling wage slaall, upon demand rriade by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its adminis�trative costs, pursuant to Texas Govexnment Code 2258.023. C. Cornplaints of Violations and City Deterrnination of Gaod Cause. On receipt of information, including a complaint by a woar�er, concerning an alleged �iolation af 2258A23, Texas Government Code, by a Contractor or Subcor�tractor, the City sha11 make an initial determination, be%re the 31 st day after the date the City rece�ves the information, as to whether good cause exists to believe that the violation occurred. The City sha11 no�i�y in w�iting the Coniractor or Subcontractar and any affected worker of its initial deternunation. Upon the City's deterxninarian that there is goad cause to believe �he Contractor or Subcon�ractar has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difFerence between wages paid and wages due under the prevailing wage rates, such amounts being subtracted frotn suceessive progress payments pending a final determination of the vialation. CITY DF FORT WORTH 201 S Bond Year Z, Gontract 13 STANDARA CQNSTRUCTION SPECIFTCATION T�OCUMENTS City Pmject No. 101475-1 Revised March 9, 2020 00 �z ao GENERFIL CO�fDITIQNS Page 25 of 63 D. Arbitratinn Requirea' if Vialation Not Resolved. An issue relaiing to an alleged violation of Section 2258.023, Texas Governtnent Cade, including a penalty owed to the City ox an affected worker, shall be submitted �� binding arbitration in accardance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes} if the Cantz�actor or Subcontractor and any affected warlcer does not resolve the issue by agreement before the 15th day after the date t11e City rnakes its initial de�ermination pursuant to Paragraph C above. If �e persons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the date that arbitrat�an is required, a district court shall appoint an arbit�ator on the petition af any of the persons. Th� Ciiy is not a party in the az�bitration, The decision and award of the arbi�rator is finaI and binding an all parties and may be enforced in any court of compeient jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, far a period of tl�ree (3) years following the date of acceptance of the work, maintain recards that �how (i) the name and occupa�inn of each worker emplayed by the Contractor in the consiruction af tne Work pravided for in this Contract; and (ii) ihe actual per diem wages paid. to each worker. The records shall be open at all reasanable hours for inspection by the City. The pxo�isians of Paragraph 6.23, Right ta Auc�it, shall pertain to this inspection. F. F.°o�ress� Fuyments. vdith each progres� paymeni or payroll period, whichever is tess, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, T�xas Gover�unent Code. G. Posting of Wage Rates. The Cont�actor shaIl post prevailing wage rates in a conspicuaus place at all times. H. Subcont�-actor Compliance. The Contractor shall include rn its subcontracts and/or shall oiherwise require ail of i�s Subcontractors io compIy with Faragraphs A through G above. 6.08 Paterat Fees and Royalties A. Contractor shalI pay all license fees and royalties and assurzie ali costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or de�ice vvhicI� is the subject of patent rights or copyrights held by others. If a particu�ar invention, design, process, product, or device is specified in t�e Contract Documents for use in the performaz�ce of filie Woric and if, to the actual knowlec�ge of City, its use is subject to paient rights or copyrights calling far the payment of any Iicense fee or royalty to others, the existence of sueh rights sha11 be disclosed by City in the Contract Doc€iments. Failure of the City to c�sclose such information does not relieve �-ie Contractor from its obligatians to pay for tke use of said %es or royalties to o�thers. B. To the fullest eactent permitted by Laws and Regulations, ContractoY shald indemnify and hold harnxless City, from arad against cclZ claims, costs, losses, arzd darnages (including but nat lirnited to all fees and charges of engineeYs, archiiects, atto�neys, and other professionads and all cou�t or arbitratfon or other� dispute resolution casts) arising out of or relating ta any infringement of patent �ights ar copyrights incident to ihe use in the performance of the Work or� resulting fr�om CITY pF FORT WORTH 201$ Sond Yeax 2, Contgact 13 STANDARD CONSTRUCTION SPP,CIFICATION DOCUMENTS City Project No. 101475-1 Revised March 9, 2020 00 7a o0 GENER/aL CONDITIONS Page 27 of 63 the iracorporation in the Work of any invention, design, pr�ocess, product, ot- device not specified in the Contract Dacuments. 6.09 Pe�mits and Utilities A. Contracto� obtained peNmits and licenses. Coniractor shall obtain and pay �'or all construction per�x�its and licenses except those provided for in the Supplementary Conditions ar Contract Documents. City shall assist Contractox, when necessary, in obtaining such pennits and licenses. Contractor shall pay all governmental charges and inspectian fees neces�ary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if #here are no Bids, on the Effective Date of the Agreement, except for per�nits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections %r providing permanent service to the Wark. B. City abtained permits and licenses. City �vill obtain and pay far all permits and licenses as provided for in tlie Supplementa�ry Canditions or Cont�act Documents. It will be the Contractor's responsibiliiy �o carry out the provisions of the pezmit. If �e Coniractar initiates changes ta the Contract and the City approves the changes, the Cantractor is responsible for abtaining clearances and coordina�ing with the appropriate reguiaiory agency. The City will not reirnb�.Yrse the Contractor for any cost associated with t�iese requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Pernuts 2. U.S. Army Corps of Engineers Permits 3. Texas Comrr�ission on Environmental Quality Permits 4. Railroad Coxnpany Permits C. Outstanding permits and licenses. The City anticipates acquisitian of and/or access to permits and licezxses. Any autstanding pezmits and Iicenses are anticipated to be acquirec� in accordance with the schedule sei fortk in the Supplerzaentary Conditions. The Project 5chedule submitted by the Con�ractor in accordance with the Contract Documents must consider any outstartdiug pernuts and licenses. 6.10 Laws and Regulations A. Cantraetor shall give a11 notices required by and shall comply with all Laws and Regulations applicable to the perfoz�mance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City sha11 not be respansibie for manitoring Cantractor's compliance with any Laws or Regulations. B. If Con�ractor perfarms any Work l�owing or having reason �o knaw tl�at it is contrary to Laws or Regulations, Contractor shall bear all claims, casts, losses, and damages (including but not li�ni�ed to a11 fees and charges af engineers, architects, attorneys, and ather professionals and all CITY OF FOKT WORT� 2018 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPECIFTCATIDN DOClTMENTS City Ptoject No. ] 01475-1 Revised March 9, 2020 00 �a o0 GENERAL COIdDITIONS Page 2$ oi63 eourt ar arbitration or other dispute resolution costs} ar�sing out of ar relating to such Work. However, it sha11 not be Contractor's xesponsibiiity to make certain that the Specifications and Drawings are in accordance wit� Laws and Regulations, but this shall nflt relieve Cont�actor of Contractor's obligations urider Paragraph 3.Q2. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or tiime of performance of the Woxk may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which quaiifies for exemption pursuant io Texas Tax Code, Subchapter H, Sections 151301-335 �as arnended), the Contractor may purchase, rent or Iease all materials, supplies and equipment used or consurned in the performance of this contract by issuing to his supp�ier an exernption certificate in lieu of the tax, said exernption certifieate to comply with State ComptrolIer's R�ling .007. Any such exemption certificate zssued to the Contractor in lieu ofthe tax shall be suhject to and aha1� comply with the pxovision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter I�. B. Texas Tax permits and information may be obtained from: 1. Comptroiler of P�biic Accounts Sales Tax Division Capitol Station Austi�, TX 78711; or 2. htt�� :,ru�w.�znc�ow^siat�.�.u�,tax�nfo/taacforrr�c��E13-f��-m�.htrn� 6.12 Use of 5ite and Other AYeas A. Limitation on Use �f Site and 4the� Areas: Contractor shall confine constructian equipment, the storage of materials and equipment, and the operations of workers to the �ite and oiher areas permitted by Laws and Regulations, and shal� not unreasonably eneumber the Site and o�er areas wi�h canstruction equiprnent ar other materials or equipment. Contractor shall assume fuit respansibility for any damage to any �uch land oar area, or to the owner or accupant the�eof, or of any adjaeent land or areas resulting from the pearformance of the Wark. 2. At any time when, in the judgment of the City, the Contractor has obstz-ucted or closed or is carrying on operatians in a portion of a street, right-of-way, or �asemeni greater than is necessary for proper execution of the Work, the City may require the Contractor to finisl� the section on which operations are in progress before work is cammenced on any additional area of �he Site. Cl'TY QF FORT WORTH 2O1S Bond Year 2, Conmact 13 STP:I�7ARB Cp]VSTR�JCT'ION SPECIFICATI�N DOCUMENTS City Pmject No. 1p1475-i Re�ised March 9, 2020 00 �a oo G�NERAL CONDITIEJNS Page 29 of 63 3. Should aray Damage Claim be rnade by any such owner or occupant because of t1�e performance af the Work, Can�ractor shall promptly attempt to resolve the Damage Clairn. 4. Pursuant to Paragraph 6.21, Contractar shall indemnify and hold harrraless City, f�'om and against all claims, costs, losses, and danxages arising out of or relating to any claim o�- actiora, legal or equitable, bYought by any such owne�- at� accupant against City. B. Removai o, f Debris During Pe�fornzance of the Work: During the progress of the Work Contractor shall keep th� Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal af such waste materials, rubbish, and other debris shail confoz-�n to applicable Laws and Regulations. C. Site Mainienance Cleaning: 24 hours after vvritten natice is given ta the Cont�'actor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, ifthe Cont�actor fails ta co�ect the unsatisfactory procedure, the City may take such direct action as the City deems appropriate io correct the clean-up deficiencies cited ta the Contractor in fhe written notice (by letter or electronic communication), and #he costs of such direct ac�ion, plus 25 % of such costs, sk�all be ded�cted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Worlc Contractor shall clean the Site and the Work and make it ready for utilizarion by City or adjacent property owner. Ai the completian of ihe Wark Cont�actor shall r�move from the Site all taols, appliances, construction equipment and machinery, and surplus materials and shall restare to ariginal condiiion or better all property disturbed by the Work. E. Loading Structures: Contractor shall noi ioad nor permit any part of any s�ructure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Wark or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall rnaintain in a safe place at the Site or in a plaee designated by the Contractor and approved by the City, one (1) record copy of alI Drawings, Specifications, Addenda, Change Orders, �'ield Orders, and written interpretations and clarificatzons in goad order and annotated to show changes made during construction. These record documents together with all approved Samples and a counte�part of all accepted Submittals will be available to City far referenc�. Upan campletion of the Work, tl�ese record documents, any operation and maintenance manuals, and Submittals will be delivered to City priar to Final Inspection. Contractor sha�l include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor sha11 be salely responsible for initiating, maintaining and supervising all safety precautions and programs in eonnection with the Work. Such responsibility does not relieve Subcontractors of their responsibiliry fox the safety of persons or property in the performance of their work, nor for compliance r�vith applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTEI 207 8 Borad Year 2, Contract 13 5TANI]ARI� CONSTRUCTION SPEC1FiCATiQA! DOCUMENTS City PmjectNo. 101475-1 Revised Maxch 9, 2020 00 �z o0 GENERP;� CONDITIONS Page 30 of 63 tak� all necessary precautions for the safety of, and sl�ail pro�ide the necessary protection to prevent damage, injury ar loss to: 1. a11 persons on the Site or who may be affected by the Work; 2. a11 the Work and materials and equipment to be incarporated therein, whether in storage on or nffthe Site; and other property at the �ite �r adjacent thereto, including trees, shrubs, lawr�s, waiks, pavements, roadways, structures, utili�ies, and Undergrouzid Facil�ties not designaied for removal, relocation, ax repiacement in the course of consiruction. B. Cantractar shall comply with a11 appl�cable Laws and. Regulations relat�ng to tlae safety of persons or property, ar to the protection of persons or properiy from damage, injury, or loss; and shall erect and maintain al� necessary safeguards for such safety and protection. Contractox shall notify owners of adjacent property antl of Underground Facilities and other uti�ity owners when prosecution of the Work may affect them, and shall coopez-ate with t�em in �he pxotection, remova.l, relocation, and replacement of their property. C. Cantractor shall corr�ply with tI�e applicable requiremen�s af City's safety programs, if any. D. Cantxactor sha11 inforim City of the specific requirements oi Contractor's sa%ty program, if any, with which City's emp�oyees and representatives znust comply while a� the Site. E. Ail darnage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or b.14.A.3 caused, directly or indirectly, xn whale or in part, by Contractor, any Subcantractor, Suppiier, ar any other ir�dividual ar entity directly or indirectly employed by any of them to perform any af the Woxk, or anyone %r whose aets any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of th� Work shall continue unt�1 such time as ali the Wark is compieted and City has accepted �i�e Wark. 6.15 Safety Representative Contractar shall inform City in writ�ng of Contractar's designated �afety representative at the Site. 6• 16 Hazard Communicatian Pt-ograms Con�ractor shail be responsible far caardinating any exchange of arr�aterial safety data sneeis or other hazard coznmunica�ion information required to be made available ta or exchanged between or among err�pioyers in accordar�ce with Laws or Regulations. 6.17 Emergencies and/o� Rectification A. In emergencies affec�ing the safety ar protection ofpersons or the Work or property at the Site or adjacent thereto, Contracior is obligated to act to prevent threatened damage, inj�.uy, ar Zoss. Contractor shali give City prompt written notice �f Contractor believes that any significant CITY OF FdRT WORTH 2OI8 Eond Year 2, Contract !3 STAIVDARD CONSTRUCTI�N SPECIFICATIpN D4CiTMET�ITS CiEy Project No. ] Oi475-1 Revised March 9, 2020 00 72 OQ GENERAL CONDITIONS Page 31 0£63 changes in the Work ar variations frorn the Contract Documents have been caused thereby or are required as a resuli thereof. If City deternvnes that a change in the Contract Docurnents is required because af the action talcen by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request fram the City to rectify any discrepancies, omissions, or correctian necessary to confarm with the requirements of the Contract Documents, the City shall give the Contrac�or written notice that such work or changes are to be performed. 'The written notice sha11 direct attention to the discrepant condit�on and request the Contraciar to talce remedial action to conrect t�e condition. In the event the Contractor daes nat take positive steps to fulfill this written request, or does not show just cause for not tal�ng the proper action, within 24 hours, the City may take such remedial action with City forces ox by contract. The City shall deduct an amount equal to the entire costs for such rennedial actian, plus 25%, from any fuuds due or become due the Cantractor on the Proj ec#. 6.18 Sub�nittals A. Contractar shall submit required Submittals to City for review ar�d acceptance in accardance wi�h the accepted Schedule of S�b�ni�tats (as required by Paragraph 2.07). Each submittal wi11 be identif�ed as City znay require. 1. Submit number of copies specified in the General Requirements. 2. Data shawn an the Submittals will be complete with respect ta quantities, dimensions, specified perfarmance and design criteria, rnaterials, and similar data. to sl�ow Ciiy #he services, materials, and equipme�� Contractor proposes to provide and to enable City ta review the informatian for the limited purposes required by Paragraph 6.1 S.C. 3. Submittals submi�teci as herein provided by Confractor and reviewed by City for con%rmance with the design concept shall be executed in conformity with the Contract Doeuments uniess otherwise required by City. �. When Suhmittals are subx�tted for the purpose of showing the installation in greater detail, their review sha11 nat excuse Contractor from xequirements shown on the Dravaings and Specifications. S. For-Information-Only submittals upon vvhich the City is not expected to conduct review or ta1�e respons�ve action rnay be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City �nay require to enable City to revievv the subrnittal for the limited purposes required by Paragraph 6.1 S.C. CI'iY OF FORT WORTH 201 R Bond Year 2, Conlract 13 5TANDARD CONSTRUCTION SPEGIFICATION DOCl1M�7VTS City Project No. 161475-1 Revised Mareh 9, 2020 fl0 72 00 GEN�RAL CONbI7fON5 Page 32 of 63 B. Where a�ubmittal is required by the Contract Docuznents or the Schedule of Submittals, any related Work performed prior to City's revzew and acceptance of the pertinent submittal will be at the sote expense and responsibility of Contractor. C. Cily's Review: City will provid� timely review of required Su.bmittals in accordance wit1� the Schedule of Submittals accepta�ble to City. City's review and acceptance will be onIy to determine if the items covered by the submittals will, af�er installation or incorporation in the Work, conform to the information given in the Contract Documents and be compa�ible with the design cancept ofthe completed Pro�ect as a functianing whole as indicated by the Cont�act Docurnents. 2. City's review ar�d acceptance will noi extend to means, methods, techniques, sequences, ox procedures of construction {sxcept where a particular means, method, iechnique, sequence, or procedure o� constr�.xct�on is specifically and expressly called for by the Contract Documents) or to safety precautions or programs ineident thereto. The re�iaw and acceptance of a sepaxate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance sha11 nat relieve Con�ractar fram respansibilrty for any variation from the requirements of the Contract Documents unless Cantractor has compl'aed w�th the requirements of Section 01 33 04 and City has given written acceptance of each suck vat-iiation hy specific written notation ihereof incorporated in or accompanying the Suhnnittal. City's review and acceptance shall not relieve Contractor frorn responsibility for complying with the requirements of ihe Contract Doeurnents. 6.19 Continuing the Wor�k Except as ofil3erwise pravided, Coniractar shall carry on �he Work and adhere to the Prajeci Schedule during all disputes or disagreements with City. No Work shall be detayed or postponed pending resolution of any disputes ar disagreements, except as City and Contractor may otherwise agree in wri�ing. 6.20 Cantractor's General �arraraty and Guaraniee A. Contractar warrants and guarantees to City that ail Work wil� be ira accordance wit1� ihe Contract Documents and will not be defecti�e. City and its officers, directors, members, partners, empIoyees, agents, consultants, and subcontra.etors shall be entitled to rely on xepresentat�on of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defeets ar alamage caused by: 1. abuse, modification, or improper maintenance or operation by persons ather than Contractor, Subcontractors, S�ppliers, or any other individual ar entity far whom Contractor is responsible; or CTTY OF FORT WORTH STANDARD CONSTRUCT[DN SPECIFICA7'ION DOCIJMENTS ZQ1A gond Year 2, Cantract 13 Re�ised March 9, 2020 CiEy Project I+3o. ! 01475-i 00 �t2 00 GENEF2AL CONDIl'IONS Page 33 af63 2. normal wear and tear under normal usage. C. Cantractor's obligation to perForm and complete t�e Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance af Work that is not in accordance with the Contract Documents or a release of Cont�ac�or's obligation to perform the Work in accordance with the Contract Documents: i . observations by City; 2. recommendation or paynnent �y City of any progress or �ina1 payment; 3. the issuance af a certificate of Final Acceptance by City ar any payment related thereto by City; 4. use or oecupancy of the VVork or any part thereof by City; 5. any review and accepiance of a Submittal by City; 6. any inspectzon, test, or approval by others; ar 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or properiy resulting therefrom which shall appear within a period of two (2) years from the date af Finai Acceptanee oithe Work unless a longer period is specified and shall furnish a gaod and sufficiezrt maintenance bond, coinplying witl� the requirements of Article 5.02.B. The City will give narice of observed defects with reasonable prompi�ess. 6.21 Indemni�cation A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its of�cers, servants and employees, from and against any and all claims arisin� ouf of, or alIeged to arise out of, the work and services to be performed by the Contractvr, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS iNDE ATION PROVISION IS SPECIFICALLY Il�ITENDED � OPERATE AND SE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT _ O�O�1F OF DA1V�A ES BEiIiTG SOUGHT WERE CAUSEII 1N OLE �R 1� PART Y ANY ACT Ol�'IISS Ol� OR 1�EGLIGENCE OF THE CITY. This mdemmty provision is intended to i�clude, without limitation, indemnity for eosts, expenses a�d legal fees incurred by the City in defen�ing aga�nst such ciaims and caUses of acnons. B. Contractor covenants and agrees to indemnify and hnid harrnless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, darnage or destruct�on of property oi the City, arisin� out of, or alle�ed to arise out of, the work and set-vices to be performed by the Contractor, its of�icers, a�ents, employees, subcontractars, licensees or invitees under this Con�ract. TH1.S EIVINIF`ICA IO1�T PROVISI� CITY OF FORT WOR.TH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPEC�ICATION DOCLTMENTS Cify Project ]+Io. I01475-1 Revised March 9, 2020 00 72 00 GEfVERAL GONDITIflNS Page 34 of 63 6.22 6.23 �ECIFICALLY INT�.YpED TQ OP�ATE AND B� , F�CTIVE EVE�F TT� �EGE�R P�VEN T�LAT AT L O�O�QF THF D�GE� BFIN OUGHT � CA�ZSED. 1N WH LE �R I� _PART BY ANY �T €�MIS�ION OR NEGL� F CF OF THE C_TTY Delegation of Professional De.�ign Set•vices A. Con#ractor wilI not be required to provide professional design services unless sucl� services are specifically required by the Contract Documents far a portion oithe Work ox unless such services are required to carry out Cantractor's responsibilities for construction means, methods, techniques, sequences and pracedures. B. If professional design services ar certifications by a design professional related ta systems, materials or equipment are specifically required of Contracior by the Cont�act Dacuments, City wilt specify all performance and design criteria that such services must satisfy. Con1ra.ctor shall cause such servic�s a� certificaiions to be provided by a properly licensed prafessional, whose signature and seal shall appear on a1i drawings, calculations, specifications, certifications, and Subz�ttats prepared by such professional. Subxnittals re�ated to the Waxk designed or certified by �uch prcfe�sional, if p;e�ared iiy �ihers, shall bear such professional's written approval when su�mitted to City, C. City shall be entitled to rely upon the adequacy, accur�cy and completer�ess of the services, certifications or approvais periarmed by such design professianals, provided City has specified to Contractor p�rfornnance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance o� design calcu�ations and design cUrawings will be only for the Iimited purpase of checking for confarmance with performance and design criteria given and the desrgn concepf expressed in the Contract Documents. City's review and acceptance of SubmittaIs (except design calculatians and design c�rawings) will be only for the p�upose stated in Paragraph 6.1 S.C. Right to Audit A. The Contrac�or agrees that �he City shall, until the expiratian of three (3) years after final pay�nent under �his Con�ract, have access to and the right ta examine and photocapy any directly pertinent books, documenis, papers, and recards of the Co�tracior involving transactions relating to this Contract. Can�ractor agrees that the City sha11 have access during ReguIar Working Hours to a11 necessary Contractor facilities and sha11 be provided adeq�ate and appropriate wark space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advaz�ce notice of �ntended audits. Contractor fur�her agrees to incl�de in all its s�bcontract� hereunder a�rovision to the effect that �he subcontractor agrees that the City shall, un�il the expzrat�on of three (3) years after final payment under tliis Contract, have access to and the right to examine az�d photocopy any directly pertinent books, doc�ments, papers, and arecords of such Subcontractor, involving �ransactions to �he subcontract, and further, that City shall ha�e access during Reg�.iJar Working Hours to all CITY DP FC)RT WQRTH STANf)ARD CONSTRUCTF�N SPECIFIE`ATIOAF DOCUMENTS Revised March 9, 2020 I'3 . 20] 8$ond Year Z, Cnntract I3 City Project No. 10I4'75-1 00 �z o0 GENERALCONDITIOf�S Page 35 of 63 Subcontractor facilities, and shall be provided adequate and apprapriate work space in order to conduct audits in compliance wi�h the provisions of this Paragraph. The City shall give Subcontractor reasonable advance natice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Cantractor for the cost af the copies as follows ai the rate published in the Texas Administrative Code in effect as of the tirne copying is performed. 6.24 Nondisct-iminaiion A. The City is respansit�le for opera�ing Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Departnlent of TransportatioY ar�d the Federal Transit Administration (FTA), without discriminating against any person in the United States on the �asis of race, color, ar national origin. B. Title VI, Civil Rights Act of 1964 as amended.• Contractor sha11 comply with the requir�ments of the Act and the Regula�ions as further defined in the Supplemen�ary Canditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE STTE 7.�1 Related Work at 5`ite A. City may perfarm other work related to the P�oject at the Site with City's employees, or other City contractors, or th�rough other direct cantracts therefar, or have other work perfoxmed by utility owners. If such other work is not noted in the Contract Documents, then writte�ri notice thereof �vi11 be given to Contractor prior to starting any such otY�er work; and B. Contractor shall afford each othex contractor who is a party to such a direct con�ract, each �tility awner, and City, if City is performing other work with City's emplayees or ather City cantractors, praper and safe access to the Site, pravide a reasonable apportunity for the intraduction and storage of materials and equipment and the execution of such other work, and properly coardinate the Wark with theirs. Cantractor shall do all cutting, fitting, and patching of the VSlark that may be required to properly connect or otherwise make its sevexal parts came togefher and properly integrate with such other work. Cont�actor shall not endanger any work af o�ers by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter a�hers' work vvith the written consent of City and the others whose work will be affected. C. If the proper execuiion or results oi any part of Contractor's Work depends upan wark performed by others under this Article ,7, Contractor shall inspect such other work and pronlptly report to City in writing any delays, defects, or deficiencies in such otl�er vvor� that render i� unavailable or unsuitable %r the proper execution and results af Contractar's Wark. Contractor's faiiure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WOK'iH 2d 18 Sond Year 2, Contract 13 STANDARB CONSTRT3CTTOIV SPECIFICATIOIV DDCCJMEi�ETS CiTy Project T€o. 101475-1 Revised March 9, 2024 ao 7z ao GEEVERAR CON�ITIONS Page 36 of 63 %.�2 C`pOYY�lliLlllQ12 A. If City intenc�s to can�tz�act with oth�rs for the performance of other work on the Praject at the Site, the foltowing will be set forth in Suppierrientary Conditions: the individuaI or entity who will have authority and responsibility for coordination af the activities among the variaus contractor� will be identified; 2. the specific matters to be covered bq such authority and responsibi�ity wi�l be itemized; and 3. the extent of such authority and responsibilities wiil be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such caorc�nation. ARTICLE $ — CITY'S RESPONSIBILiTIES B.OI Communications to Cont�actor Except as atherwfse provided in the Suppietr�entary Conditions, City sha�i issue al� communicatians to Contractor. 8.02 Furnish Data 8.03 : !� 6 � o i. City shal� timely fixrr�ish the data required under the Contract Documents. Pay When Due City shall malce paytnents to Contractor in accordance with Article 14. Lands and Easements; Reparts arad Tests City's dut�es with respect ta providing lands and easements and providing e�ngineering surveys to estabIish re%rence points are set forth in Paragraphs 4.01 and 4.Q5. Paragraph 4A2 refers to City's identifying and making available to Contractar copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface struct�res at or contiguous to the �ite ihat have been utilized by City in preparing tiie Con1ract Documents. Change Orders City shall execute Change Orders in accordance with Paragxaph 10.03. Inspections, Tests, and Approvals City's responsibilit� with respect to certain inspec�ions, tes�s, and approvals is set forth in Faragraph 13.03. CITY OF RORT WOR'[� 201 S Bond Year 2, Cnntract 13 STANQARD CdNSTRUCPI0IV SFECiFICA'I�ON DQCUMENT9 City Projeci No. 101475-1 Re�ised Marola 9, 202p 0o n o0 GENERAL CONDiTIONS Page 37 of 63 8.07 : 1. : 1' Limitations on City s Responsiiailities A. The City sha11 not supeavise, direct, or have coni�ol ox authority over, nor be responsible for, Contsactor's means, meth.ods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws a�d Regulatians applicable to the �erformance af the Work. City will not be respansihle for Contractor's failure to perfo�n the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicahle safety plans pursuant to Paragraph 6.14. Undisclo.sed Hazardous Environmental Condition City's responsib�lity with respect to an unciisclosed Hazardous Environmental Conditian is set forth in Paragraph 4.46. Compliance with Safety Program While at th� Site, City's employees and repxesentatives sha11 comply with �he specific applicabie requ�rements of Contractor's safety programs of which City has been infor�ned pursuant to Paragraph 6.1�. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City s Project Manage� Ciry will provide one or more Project Manager(s) during the constz-uction period. The duti�s axld responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Cantract Documents. The City's Project Manager for this Contract is identified in the Supplementary Cond.itions. 9.42 Visits to Site A. City's Praject Manager will rnake visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observ'e the pragress that has been made and the quality oi the various aspects of Contrac�or's executed Work_ Based on infor�nation obtained during such visits and observations, City's Project Manager wi11 determine, in general, if the Work is proceeding in accardance with the Contract Docurnents. City's Project Manager will nof be required to make e�iaustive or continuous i�nspections an the Site to checl� �he quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greaier degree of con�dence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the li�nitations on authority and responsibility in the Coniract Documents including those set farth in Paragraph 8.07. C1TY OF FdAT WQRTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPECIFICATION I?OCUMENTS City Project No. ]01475-I Revised March 9, 202U DO 72 00 GENERAL CONDITi0iV5 Page 3$ of 63 9.fl3 Autho�ized Variations in Wor�k City's Project Manager may authorize xninor variatiQns in the Worlc fro�n the requirements of the Contract Documents w�ich do not involve an ad.justtnent in the Contract Price or the Contract Time and are companble with the design concept of tihe com�leteci Project as a fiinciioning whole as indicated by the Contract Documents. These may be accompiished by a Field 4xder and wi11 be binding on City and also on Cantractor, who shall perform the Work in�olved promptly. 9.04 Rejecting Defective Work City wili have author�ty to reject Work which City's Praject Manager believes to be defective, ar wi�i not produce a completed Project that conforms to the Contract Documents or thai wili prajudice th� zniegrity of the design cancept af the completed Froject as a functianing whole as indicated by the Contract Documents. City will have authority to conduct speeial inspection or testing of the Wark as pro�rided in Article 13, whether or not t�ie Wor�C is fabricated, ins�Ied, or co�np�eted. 9.05 Deterrrtinations for Work Pe�foYmed Contractor will r1PrP,��� �e actual quantities und classificat��f�s �i Wark performed. Lity's Yroject Manager will review with Contractor the preliminary detern�inations on such �natters before rendering a wriiten recommendation. City's written decision will be final (except as �nodified to reflect changed factual condiiions or mare accuratie data}. 9.06 Decisions on Requirements of Contruct Documents artd Acceptability of Work A, Crty wili be the initiai interpreter of the requireme��s af the Cantract Documents and judge of the acceptabiiity of the Work tliereunder. B. City wi�l render a written decision on any issue referred. C. Ciry's written decision an the issue referred wi�i be final and binding an the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CAANGES IN THE WORK; CLAIMS; EXTRA WORK 1Q.01 Autho�ized Changes in ihe �Yark A. Without invalidating the Coz�tract and wi�haut no�ice to any surety, City may, at any �irne or frarn time to time, order Extra Work. Upon not�ce of such Extra Work, Coniractor shall pronriptly procaed with the Work invalved which will be perfarmed under the applicable conditions of the Contract Documents (except as otherwise specif�caliy provided). Ext�a Work sna11 be memorialized �y a Change Order which may or may nflt preced.e an order af Extra work. B. For minor changes of Work noi requiring changes to Contract Time or Cantract Price, a Field Order may be issued by fihe City. CITY OF FORT I�VORTH 2O1S Bond Year 2, Contract I3 STANDARD CONSTRU�TION SPECIFICATION DOCUMFNT$ City Froject I+io. Ip1475-i Revised March 4, 2020 00 �z ao G�I�ERAL CONDITIONS Page 39 of 63 l 0.02 Unauthorized Changes in the Wark Contractox sha11 not be en�itleci. to an increase in the Contract Pr�ce or an extension of ihe Contract Time with respect ta any work perForn�.ed that is not required by the Con�ract Documents as amended, rnodified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. i0.03 Execution of Change �rde�s A. City and Contractor sha11 execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.41.A, (ii) rec�uired because of acceptance of de%ctive Work under Paragraph 13.08 or City's correction af defective Work under Paragraph 13.09, or {iii) agreed to by the parties; 2. changes in the Cont�act Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount af time for Work actuaily performed. 10.04 Extra Work A. Should a diff'erence arise as to what does or does not constitut� Extra Work, or as to �he payment thereof, and the Citiy insists upon its performance, the Contractor sha11 proceed with the vvoxk after making written request for written orders and sha11 keep accurate account of the act�al reasanable cost thereof. Contract Claims regarding Ex�ra Work shall be made pursuant ta Paragraph 10.Ob. B. The Contractor sha11 furnish the Ciiy such installatian records of aIl deviaiions from the original Contract Docum�nts as may be necessary to enable the City to prepare for permanent record a correeted set of plans showing the actual instailation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payrnent for all costs Contractar incurs as a result or relating to the change or Extra Work, whether said costs are known, uuknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, ar any other effect on changed ar unchanged work as a result of the change or Extra Work. 10.05 Notification ta Surety If the pxavisions of any bond require notice to be given to a surety of any change affecting the general scope oi the Wark or the provisions of the Co�tract Docunr�ents (includir�g, but no� limited to, Contract Price or Cont�act Ti�ne}, the giving of any such notice will be Cantractor's responsibility. The atnount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH 2O18 Bond lfear 2, Contract 13 STANAARD CONSTRUC7'ION SPECIFICATION DOCUMETVTS City Projecf Aio. 101475-1 Revised Maxch 9, 2020 oa �z o0 GEIVERAL COfVDITIQNS Page 40 of 63 10.06 Caniract Ciaims PYocess A. City s Decision Required: A�1 Contract Claims, except thase waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A dacision by City shall be required as a condiiion precedent to any exercise by Con�ractor of a�y rights or remedies he may otherwise have under t�e Contract Documents or by Laws and Regulations in respect of such Can�ract Claims. B. Notice: Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no Iaier than I S days a�ter tt�e start af the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making Yl�e Contract Clai�n. 2. Natice of the amount or extent of the Cantraet Claim, with supporting data shal l be delivered to the City on or before 45 days from the start of the event giving rise thereto (uniess the City allows additional time for Contractar to submit additional or more accurate da�a in support of such Contract Claim), 3. A Contract Claizn fog ar� adjustment in Cantract Price shall be prepared in accordance with the provisions of Paragraph 12.�1. 4. A Contract Claim for an adjustment in Contract Tirne s�all be prepared in accordance with the provisions of Paragraph 12.02, 5. Each Contract C�aim shall be accompar�ied by Contractor's written statement that �he adjustnnent claimed is tl�e entire adjustment to which tI�e Contractor believes it is entitled as a result of said event. 6. The Ci�y s�al1 submit any response to the Contractor within 30 c�ays ai�er receipt of the claimant's last submitta] {unless Contrac� allows addi�ional time). C. City s Action: City will review each Contract Claim and, witl�in 30 days after receipt of the last submittal of the Contractor, if any, take one of the follawing actions in writ�ng: 1. deny the Contraci Claim in whole or in part; 2. approve tk� Cantract Claim, or 3. notify �he Contractor that the City is unable to resolve the Contract Claim if, in the City's soIe discretion, it would be inapprop�riate for the City to do so. F�r puiposes of fii�ther resolution aitl�e Contract Cla�m, such natice shalI be c�eemed a denial. CiTY OF FpRT WORTH 201$ Bond Year 2, Contiraat 13 STANDARB CONSTRiJCTIpN SPF,CIFECATIOf�I DpCUMFiVTS CiEy Project No. 101475-1 Revised Mazoh 9, 2Q20 06 72 OD GENERAL CONDITIONS Page 41 0£63 D. City's wri�ten action under Paxag�'aph 10.06.0 wili be final and binding, unless City or Contractor invok� the dispute resolution procedure set for�h in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contraci Price or Contract Time will be valid if not sub�nitied in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE W4RI�; ALLOWANCES; UNTT PRICE WORK; PLANS QUANTITY MEASURENIENT 11.41 Cost of the Wopk A. Costs Included: The term Cost of the Woxk �neans the sum of all costs, except �hose exeluded i� Paragraph 11.O1.B, necessarily incurred and paid by Cantractor in the proper perfarmance of the Work. When the value af any Work covered by a Change Order, tt�e cos�s to be reimbw'sed to Contractar will be only those additional or increr�ental costs required because of the change in tl�e Work. Such costs shall nat include any of the costs itemized in Paragraph 11.O1.B, and shail include but not be limited to the following items: Payroll costs for e�nployees in the direct employ of Contractar in the perf'orrnance of the Work under schedules o� job elassifications agreed upon by City and Contractor. Such employees sha11 include, witlzout Iimitation, superintendents, %remen, and other personnei employed full tirne on the Wark. Payroll costs for employees not employed fu11 time on the Work shail be apportianed on the basis of their time spent on the Woxk. Payroll costs shall include; a. salaries with a 55°/a markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemplayment, excise, and payz�oll ia�es, workers' co�r�.pensation, health and �etiirexner�t benefits, bon�ses, sick �eave, vacation and holiday pay applicable thereto. The exper�ses of performing Work outside of Regular Working Hours, Weekend Working Ha�rs, or legat holidays, sha11 be included in the above to the extent authorized by City. 2. Cast of a11 materials and equipment fuxnished and incorporated in the Work, including costs of t�ansportation and storage thereof, and Suppiiers' field services required in connection therewith. 3. Rentals of all constructian equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs af trazisportation, loading, unloading, assembly, disrriantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The renial of ar�y such equiprnent, machinery, or parts shall cease when the u�e thereof is no longer necessary for the Work. CITY dF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPECIFiGATIbN DOCIIM�NTS City Prflject No. 101475-i Revised 11Aarcb 9, 2D20 Oi172 DO GENERAL CflNafTIQNS Page 42 ofb3 4. Payment� made by Contractor to Subcontractors far Work performed by Subcontractors. If required by City, Cant�actor sha11 obtain competitive bids fronr� subcontractars acceptable to City and Contractor and shall deliver such bids to City, who will then de�ermine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the hasis of Cost of the Work plus a fee, the Su�contractor's Cosi of the Work and fee sha�l be determined in the same manner as Cantractor's Cost af the VWork arad fee as provided in thzs Paragraph 11.0 Z . S. Costs of sp�cial consultants {including but not iimited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants} employed for services specifically related to the Wark. 6. Suppiemental costs including the following: a. The proportion of necessary transpartation, travel, and subsistence expens�s of Contractor's employees ineurred in discharge of duties connected with the Work. b. Cost, including transportaiion and maintenance, oi a%1 materials, supplies, equfpment, machinery, appliances, cffice, a�� ���iiporary facilitres at the Site, and hand tooIs not owned by the wnrkers, which axe consum�d in the performar�ce of the Work, and cosi, less market value, of such items used but not consurned which remain the property af Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Cantractar is liable not covered under Paragaph 6.11, as imposed by Laws ar�d Regulations. d. Deposita lost for causes other than negligence of Contractor, any Subcontractar, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for pern�its and licenses. e. Losses and damages (ar�c� related expenses) caused by damage to �he Work, not compensated by insurance or atherwise, sustained by Con�tractor in cannection wi�h �he perforrnance of th� Woric, pravicied such Iosses and darnages have resultec� from ca�es other ihan the negligence of Contractor, any Subcontractor, or anyone directly or indirectly emplayed by any of them or for whase acts any of them znay he iiabie. Such losses shall include settlements made with tha written consent and approval af City. No such losses, damages, and expenses shall be included rn the Cost of the Work for the puipase of determining Con�ractor's fee. � The cost of utilities, fue1, and sani�ary facilities at the Site. g. Minor expenses such as telegrarr�s, long distance tielepY�one calls, telephone and eon�munication ser�ices at the Site, express and courier senrices, and similar petty cash items zn connection with the Work. CiTY OP FORT WQRTH STANDARD CONS'T'RUCTipN SPECIFICATIQAI I3pCUMENTS 2018 Bond Yeax 2, Contract 13 Revised March 9, 2020 Cit]' Project No. ] 01475-1 00 �a o0 GENERAL GONDITIONS Page 43 of 63 h. The casts of premiums far aiI bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work sha11 nat include any of the following items: 1. Payrall costs and other compensation of Contractor's afficers, executives, p�incipals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, t�mekeepers, clerks, and other personnel emplayed by Cont�aetor, whether at the Site or in Contractor's principal or branch office for general administration of the Wark ar�d not specifically included in the agreed upon schedule o�' job classifieations referred to in Parag�'aph 11.01.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be cansidered ad�ninistrative costs covered by the Con�actor's fee. 2. Expenses of Contractor's principal and branch ofFices other than Contractor's affice at the Site. 3. Any part of Con�ractor's capital expenses, including interest on Con�ractor's capi� employed iar the Work and charges against Contractor far delinquent payments. 4. Cost� due ta the negligence of Contxactor, any Subcontractor, ar anyone directly or indirectly employed by any of them ar for whose acts any af them may be liable, including but not lirnited to, the correciion of defective Wark, disposal of materiais or equipment wrongly supplied, and making good any damage to properiy. 5. Other ovexhead or general expense costs af any kind. C. Contractor's Fee: W�►en all the Work is performed on the basis af cosi-plus, Contractor's fee shall be determined as set forth in the Agreem.ent. When the value of any Work covered by a Change Ordear far an ad�ustment in Contract Price is determined on the basis of Cost of the Woxk, Con�ractor's fee shail b� determined as sei forth in Paragrap� 12.O1.C. D. Documentation: Whenever the Cost af the Work for any purpose is to be detexmined pursuant to Paragraphs 11 A1.A and 11.O1.S, Contractor wi11 establish and rnaintain records thereof in accordance with generaIly accepted accounting practices and suhmit in a form accep�able to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allawance: It is understood that Contraetor has included in the Contract Price a11 allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such suins and by such persans or entities as may be acceptable to City. B. PNe-bid Allowances: 1. Contractox agrees that: 201 & Bond Year 2, Contract i3 CITY OF FORT WORTH City Project I+Fa. 1D1475-1 5TANAAitBCONSTItUCTI07V SPECIFICATlO%I I30CiJMENTS Revised March 9, 202a 00 �2 oa GENERAL CONDITfONS Page 44 of 63 a. the pre-bid allowances include �he cost to Contractor of inaterials and equipment required by the allowances to be deiivered at the Site, and a11 applicable taaees; and b. Con�ractor's costs for unloading and handling on the Site, labor, insiallation, �verhead, profrt, and other expenses contemplated for the pre-bid allowances have been included in ihe allowances, and no demand far additional payment on account of any of the foregoing wiIl be vaiid. C. Contingency Allowance.• Contractor agrees that a contingency allowance, if any, is for the sole use oi City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts ctue Contractax on accotant of Work covered by atlowances, and the Contract P�ice shall be correspondingly adjusted. 11.Q3 Unit Pt-ice Work A. W�ere the Contract Docume�ts provide �hat a11 or part of the Work is to be Unit Price Woric, initia�ly t�P ror�tract Priee vrilI be dee�e� to i�xcluc�e ior ail Unit Price Work an amo�nt equal to tha sum of the unit price for each separately identified i�em af Unit Price Work times the estirnated quantity of each item as indicated in the Agreennent. B. The esiimated quantities of it�s of Unit Pr�ce Work axe not guaranteed and are solely for the putpose of carnparison of Bids and determining an initial Contract Price. Deterrz�inations af the actual quantiti�s and cIassificatians of Unit Price Work perfor�ned by Contractor wi�1 �e rnade by City subject tc� the provisions of Paragraph 9.05. G Each unit price wi1� be deemed tn �nclude an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identi�ed item. Work described in the Contract Documents, ar reasonably inferred as required for a fune�ionaliy completa installation, but not identified in tl�e listing of unit priee items sl�aii be considered incidental to unit price work listed and the cost af incidental work included as part of the unit price. D. City may make an adjusiment in the Con�ract Price in accordance with Paragraph 12.01 if: 1. the q�antity of any iiem of Unit Price Woxk performed by Con�ractor differs mater�ally and signifcantly from the est�rnated quantity �f such itea�zi indicated in the A�eement; and 2. there is na corresponding adjust�xient with respect to any other item of Work. E. Increased or Dec�eased Quantities: The City xeserves t�e right to order Extra Work in accordance with Paragraph 10.01. If the change� in quant�ties or the alterations do not significantly change the character oi work under the Contract Documents, the altered work will be paic� for at the Co�iract unit price. Gi'E'I' OF FORT WQRTI� S'I'ANDARD CONSTRUCTION SPECiFICATION I3QC[TMENTS 2��8 Bond Year 2, Contract 13 Revised March 4, 2p2p City Froject No. 101475-1 OD 72 00 GElV�RAL CONDIT[ONS Page 45 aF63 2. If the changes in quantities or alterations significantly change the character of work, the Can�ract will be amended by a Change Order. 3. I� no unit prices exist, this will be cansidered Extra Work and the Contract wiil he amended by a Change Order in accordance with Article 12. 4, A significant change in the character o�woxk occurs when: a. the character of work %r any Item as altered differs materially in kind or nature from that in the Contrac� ox b, a Major Item of work varies by more than 25% fi'orn the arig�inal Cont7rac# quantity. 5. When the quantity of work to be done under any Major Item af the Contract is more than 125% of the original quantity stated in the Con�ract, then either party to the Con�ract xnay request an adjustment to the uni� price on the partion of the wark that is above 125°/a. 6. When the quantity af work to be done under any Major Item of the Cantract is less than 75°/o of the original quanti�y stated in the Cantrac�, then either party to the Contract may request an adjustment to the �r�it price. 11.04 Plans Quantity Meusurement A. Plans quantities may or may not represent the exact quantity of work perfonmed or rna�erial moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quanrities, unless revised by the governing Section or this Article. B. If the quantiiy measured as outlined under "Price and Payment Procedures" varies by more than 25% {or as stipulated under "Price and Paymer,t Procedures" for specific Items} fron� the total estimated quantr�+ for an individual Item ariginally shown in �e Contract Documents, an adjustment rnay be made to the quantity of authorized work done far payment purpases. `The party to the Can�ract requesting the adjustment will provide �ield measurements and calc�lations showing the final quantity for which payment will be �nade. Payment for revised quantity will be made at the unit price bid for ihat Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the pians quantity will be inereased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individ�al Item rs less than $250 and the Item is not ariginaIly a plans quantity Itern, then the Item may be paid as a plans quantify Itern if the City and Contraetor agree in wr�ting to fix the final quan�ity as a plans quantity. CITY OF FOK'i WOKTI� 2018 Sond Year 2, Contract 13 STAIVDARi) CONSTRUCTION BPECIFICATiON DOCUMEA�`f5 City Project No. 101475-1 Revised March 9, 2020 OQ 72 00 GENER,AL CONDlTIONS Page 46 of 63 E. Far callout work or non-site specific Contracts, t.�e plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRIC�; CHANGE OF CONTRACT TIME 12A 1 Change of Contr�ct P�^ice A. The Contract Price may only be changed by a Change Order. B. The value of any Wark cavered by a Change Order will be determined as follows: 1. where the Wor� involved is covered by unit prices eontained in the Contraet Doc�ments, by a.pplicahon of such unit prices to the quanti�ies o�the items involved {subject to the provisions of Paragraph 11.03j; or 2. where the Work involved is not cavered by unft prices contained in the Contract Docurnents, by a mutually agreed lump sum flr unit pr�ce (which rr�ay include ani allowance for overhead and profit not necessarily in accordan.ce with Paragraph 12.O1.C.2}, and shall include the eost of any secondary impa�ts that are fore�eeable at ihe time oi�iiici��� i.iie cosi oiExtra �%Voric; or 3. where the Work involved is not covered by unit prices containec� in the Contrac� Documents and agreement to a lump s�un or unit price is not reached under Paragrap� 12,O1.B.2, on the basis of the Cost of the Work (determined as pro�vided in Paragraph 11.01 } plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C), C. Contracto�'s Fee.• The Contractor's additional fe� for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; ar 2. if a fxed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. far costs inc�.ured under Paragraphs 11.OI.A.I, 11.OI.A.2. and 11.O1.A.3, the Contxactor's addi�ional fee s�iall be 15 percent except for: 1} rental fees for Contraetor's own equipment uszng standara rental rates; 2) bonds and insurance; b. for costs incurred uz�der Paragraph 11.01.A.4 and I I.O1.A.5, the Contractor's fee shall be fi�e percent (5%); 1) w�ere one or more t�ers of subcontracts are on the basis of Cost af tlxe Wark plus a fee and no fixed fee is agreed upon, �he intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that t�e Subcontractor who actually performs the Wark, at whatever CIT"Y OF FORT WORTH 201 S Bond 'Year 2, Contract 13 STANDARD CONSTRUCTION SPFCIFICATION DpCUMENTS CiTy Project I�To. 101475-1 Revised March 9, 2020 OD 72 DD G�NERAL CONDITIONS Page 47 oi63 tier, wi11 be paid a fee of 1 S percent of the costs incurred by such Subcontractox under Paragraphs 11.O1.A.l and 11.OI.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee af five percent (5%} of the amount paid to the next lower tier Subcontractor, however in no case sha11 the cumu�a�ive total of fees paid be in excess af 25%; c. no fee shall be payable on the basis of costs itemized under i'aragraphs 11.O1..A.6, and 11.01.B; d. the amaunt of credit to be allowed by Contractor to City far any change which results in a net decrease in cost wall be the amount of t�e actual net decrease in cost plus a ded�ction in Contractox's fee by an ama�nt equal to �ive percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Cantract Tirne may only be changed by a Change Order. B. No extension of the Contract Time vvill be allowed far Extra Wark or far clainr►ed delay ur�less the Extra Work eonteznplaied or claimed delay is shown to be an the crirical path of the Project Sck�edule or Contractar can shaw by Critical Path Method analysis how the Extra Work or claimed delay adversely affect� the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performarice or completian of any part of the Work within the Contract Tirne due to delay beyond the control of Con�ractor, the Contract Time may be extended in an amount equal ta the time lost due ta such delay if a Contract Claim is made therefor. Delays beyond the control of Cont�'actor shall include, but not be linaited to, acts or neglect by City, acts or neglect oi utility owners ar other contractors perforixiing other wark as contemplated by Article 7, fires, floods, epidemics, abnormai weather eonditions, or acts of God. Such an adjustment sha�l be Contractor's sole and exclusive remedy fox the delays describec� in this Paragt�aph. B. If Contractor is delayed, Ciry shall not be liable ta Contractor for any claims, casts, losses, ar damages {including but nat lrmited to all fees and charges of engineers, architecta, attorneys, and other professionals and all court ar arbitration or other dispute resolution costs} sustained by Contractor on or in connect�on with any other prajecfi ar anticipated project. C. Contractor sha11 not be en.titled to an adjustrnent in Contt'act Price or Contract Tinr�e %r delays within the contral of Contractar. Delays attributable to and within the control of a Subcontractor or �upplier shall he deemed to be delays within the cor�trol of Cont�actor. D. The Contractor shail receive no compensation for delays or hindrances to the Work, except when direct and una�oidable extra cost to the Contractor is caused by the failure of the City to provide info�nation or material, if any, which is to be furriished by the Ci�y. CIT'I' OF FORT WORTfl 2018 Bond'Year 2, Conlract i3 STANDARD CDiJSTRUC770N SPEGIFICA`fION DOCUMENTS City Projecf No. 101475-1 Revised March 9, 2024 00 72 00 GElVERAL CdNi7ITIONS Page 48 of 63 ARTICLE 13 — T�STS AND 1N�PECTIONS; CORRECTION, REMQVAL OR ACCEPTANCE OF DEFECTNE WORK 13.01 Naiice of Defects Notice of a�l defective Work of which City has actua� knowledge wili be given to Caniracior. Defective Work n�ay be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, i.ndependent testing laboratories, and governmental agencies wi�h jurisdicfiiona� in�erests will have access tn the Site and the Work at reasonable �imes for their abservatian, inspection, and testing. Cantractor shall provide them proper and safe conditions for such access and advise them of Coni7ractor's safety procedures and programs so that they rriay coznply therewith as applicable. 13.03 Tests and Inspectians A. Contractor shali give City iirnely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate wit�, inspP�tion ar�d testing per,;onncl to faciH�a�e rec�uired inspections or tests. B. If Contrac� Documants, Laws or Regulations of any public body �iaving jurisdiction require any of the Woxk (or part ihereo� to be inspected, �ested, or approved, Contrac�or shalt assume fu11 responsibility for arranging and obtaining s�ch independent inspections, tests, retests or approvals, pay all costs in conticction therewith, and funlish City ihe required certificates of inspection ar approval; excepting, however, �ose £ees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation {TDLR} inspections, which shali be paid as c�.escribed in the S�pplementary Candi�ions. C. Contractor sha1I be responsible for arranging and obtaining and sha11 pay a11 costs in cannection with any inspectians, tests, re-�ests, or approvals required for City's acceptance of materials or equipment ta be incarpara�ed in the Work; or acceptance nf materials, mix designs, or equipment subrnitted for approval prior ta Con�ractar's purchase thereof for incorparati�n in the Work. Such inspections, tests, re-tests, ar approvals shalt be perfortned by organizations acceptable to City. D. City may arrange for the services of an indep�ndent testing laboratory ("Testing Lab") ta per%rn� any inspections or tests ("Testing"} for any part of tl�e Work, as det�rmined sole]y by City. l. City will eoordinate such Testing to the extent possible, with Contractor; 2. Shauld any Tes�ing under this ,Section 13.03 D result in a"faiP', "did not pass" or other similar negative result, t�e Cantractor shall be responsible for paying for any and all retest�. Cont�actor's cancellation without cause of Ci�y init�ated Testing shall be deemed a negative result and require a reiest. CITY O�' FORT WORTT-� STANDARD CONSTRUC'ETOI�i SPECFFICATION DOCUMENI'S 2018 Sond Year 2, Contract 13 Revised Maz�ch 9, 202U Cii}' Pmject No. 1 a1475-1 00 72 DO GENERAL CONDITI�NS Page 49 of 63 3. Any arnounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Con�ractar. 4. Ii Contractor fails to pay the Testing Lab, City will nat issue Final Payment until the Tes�ing LaY� is paid. E. If any Work (or the work of others} that is to be inspeeted, tesied, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for �bservation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractox sha11 have �he right to rriake a Goniract Claim regarding a,r�y retest or invoice issued �der Section 13.03 D. 13.04 Uncoverifag Work A. If any Woxk is cavered contrazy to the Can�ract Documents or specific instructions by the City, it must, if requested by City, be ur�cavered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by at�iers, Contractor, at City's xequest, shall uncover, expose, or otherwise xnake available for observation, inspection, or testing as City may require, that portion of ihe Work in question, furnishing all necessary Iabar, maxerial, and equipment. If it is found that the uncovered Wark is defective, Contractor shall pay all claims, costs, losses, and damages (including but not lirnitied to all fees and charges oi engineers, axchitects, attorneys, and other professianals and aIl court ar other dispute resolu�ion costs) arising out of or rela�ing to such uncovering, exposure, obsezvation, inspection, and testing, and of sa�isfactory replacement or recanstruction {including but not limited ta all costs af repair or replaceznent of work nf oihers); or City shall be enti�led to accept defect�ve VVork in accordanee with Paragraph 13.08 in which case Cantractor shail still be respansible far all costs associated with exposing, observing, and testing the defect�ve Work. 2. If the uncovered Wark is nat found ta be defective, Cantractar shall %e allow�d an inerease in Yhe Contract Price or an extension of the Contract Time, or bat�, directly attributable to such uncavering, exposure, observation, inspection, testing, replacernent, and reconstrucrian. 13.05 City May Stap the Work If the Wark is defeetive, or Contractor fails to suppiy sufficient skilled workers or suitable materials ar equipment, ar fails to perforrn the Work in such a way thai the completed Work will conform to the Contract Documents, City may order Contractor to stop the Woxk, or any portian thereof, until th� cause for such order has heen eliminated; however, this right of City to stop the Wark sha11 not give rise ta any duty an the part of City ta exercise this right for �he benefit of Contractor, any G1TY OF FORT WOCtTH 201 S Bond Year 2, Contract i 3 STANDARD CONSTRUCTION SPECIF[CATION DOCiJMENTS City Pr�ject No. 101475-1 Revised March 9, 2020 oa �rz ao GENERAL GONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surely far, or employee ar agent of any af them. 13.06 Correction orRe�naval afDefective Work A. Promptly a$er receipt of wt-itten notice, Cantractor sha1l correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or campleted, or, if the Wark has been rejacfied by City, remove it fram the Project and replace ii with Work that is not defective. Contractor shall pay ali cIaims, casts, additional testing, losses, and damages (including but not limited to ali fees and charges of engineers, architeets, attorneys, and other professionals and a11 court or arbitration or other dispute resalution casts} arising out of or relating to such correction or rernoval {including but not limited to ail costs of repair or replacement of wark of others). Failure tfl require the removal of any defective Work shall not constitute acceptance oi such Work. B. Wiien correcting defective Wark under ihe terms ni this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that wouId void ar otherwise impair City's special warranty and guarantee, if any, on said Work. ? 3.47 Cc�rectio,� Pzriod A. If within two (2) years after the date of Final Accepta�ce (or such longer periad of time as may be prescribed by the iexr��s of any applicable special �uaran�ee required by �e Contract Documen�s), any Work is fo�anci �a be defective, or if the repair of aziy damages ta the land or areas made available for Con�ractor's use by City or permitted by Laws and Regulatians as contemplated in Paragraph 6.10.A is found to be c�efective, Contrac�or shall pramptlq, wzthaut cast to City and in accordance with City's writt�n instructions: 1. xepair such defective land or areas; or 2. correct sue�t defective Wark; or 3. if t�e defective Work has been rejected by City, remove it from the Project and replace it with Wark that is not defect�ve, and 4. satisfact�orily carrect or repair or re�nove and replace any daznage to other Work, ta the work of athers or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's wxitten insiructions, or in an ernergency where delay would cause serious risk of loss or dama�e, City may have the defec�ive Work corrected ar repaired or may have the rejecied Work removed and repiaced. Ail claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and alI �ourt or other d�spute resalution costs} arisrng out of or reiating tn such carrection or repair or suck re�no�rai and replacement (including but nflt limited to all costs of repair or replacement of work of others) will be pard by Contractar. CTTY OF FORT WORTH 201 S Bond Year 2, Contract 13 STANDARD C�N3TRUC`7ION SPECIFICATIQN DdCUMENTS �ity Projecf No. 10I475-1 Itevised March 9, 202� 00 �z o0 GENERAL CONO1TfONS Page 51 of G3 C. In speeial circumstances where a particular item of equipment is placed in continuous service before Firzal Acceptance of all the Work, the correction period for that item may start io run from an earliex date if so provided in the Contract Dacuments. D. Where de%ctive Work (and damage to other Work resulting therefrom) has been corrected ox remaved and replaced under this Paragraph 13.07, the co�ection period hereunder wifih respect to such Work may be required to be extended for an additional perzod of one year after the end af the initial correction period. City sk�all provide 30 days written notice to Contractor should such additioa�al warranty coverage be required. Cantractor may dispute this requirement by filin� a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligatians under this Paragraph 13.07 az�e in additian to any other obiigation or warranty. The pro�isions of this Paragraph 13.07 shall not be construed as a substituie for, ar a waivex of, the provisions af any applicable s�atute of limitation or repose. 13.08 Acceptcance of Defective Work If, instead of requiring correction or rernaval and replacementi of defective Work, City prefers to accept it, Ciry may da so. Contractor shall pay all claims, costs, losses, and damages (including but not limited ta all fees and charges of engineers, architects, attarneys, and other professionals and all court ar other dispute resolution costs) atiributable to City's evaluation of and determination to accept such defective Work and far the diminished value of tl�e Work fa the extent not o�herwise paid by Contractor. If any such acceptance accurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Con�ract Documents with respect to the Work, and City shall be enfitled to an appropriate deerease in t}ie Contract Price, reflecting the diminished value of Wark so accepted. 13.a9 City 1l�Iay Co�rect Defective WaYk A. If Contrac�or faiis within a reasonabie ti�ne af�er written nofice from City to correct defective Work, vr to remove and replace rejected Work as required by City in aceordance with Paragraph 13.06.A, or if Contractor fails to perForm the Work in accordance with the Contract Documents, or if Con�ractor fails to comply with any other provision of t�ie Contract Documents, City may, after seven (7) days written notice to Contractor, cor�'ect, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiausly. In connectian with such coxrective or remediai action, City tnay exclude Con�ractor from all or part of the Site, take possession of all or part of the Work and suspend Contractox's services related thereto, anc� incorpoxate in the Work all materials and equipment incarporated in the Work, stored at the Site or for which City kas paid Contractor but which are stared elsewhere. Contractor shall allow City, City's representatives, agents, consuliants, employees, and City's other contractors, access ta the �ite tv enabie City to exexcise the rights and rernedies under this Paragraph. C. All claims, costs, losses, and damages {including but noi lirr�itec� to aIl fees and charges of e�gineers, arcl�itects, attorneys, and other professionals and all court or other dispute resolutian CITY OF FOK"I' WORTH 2ff 1 S Bond Year 2, Contrack 13 STANDARD CONSTRLTCTION SPEC]FICATTDN AOCiJMENTS City ProjectNo. 1ff1475-1 Revised March 9, 2020 00 �a t�o GENERAL CONDITIONS Page 52 of 63 costs} incurred or sustair�ed by City in exercising the rig�its and remedies umder t�is Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessaty revisions in the Con�ract Documents witia respect to the Work; and City shall be er�iitled to an appropriate decxease in the Contract Price. D. Cantractor shall not be allowed an extension of the Cont�act Time because of any delay in the perforrnance of tlae Work at�ributable ta the exercise of City's �ights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND C011'IPLETION 14.01 Schedule of T�alues The Schedule of Values for lump sum contracts estabtished as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporaied into a farm of Applica�ion for Payrnent acceptabie to City. Progress payments on account of Unit Price Work will be hased on the nu�nber of u�its completed. 14A2 Progress P�vrt2ents A. Applicatians for Payments: Contractar is responsible for providing all information as reqnired to beco�ne a vendnr af the Ci�, 2. At least 2Q days before the date established in the Generai Requirements far each progress payxnent, Contractar shal� submit to City for review ar� Applica�ion for Payment fi11ed out and signed by Contractor covering the Work completed as of the date of the Apptication and accompanied by such supporting docuznentation as is required by the Con�ract Dacuments. If payment is requested pn the basis oi materials and equipment not incorporated in the Work but delivered and suitabty stored at the Site or at another Iocation agreed to in writing, the Application for Payment shal� also be accompanied by a bill af sa1e, invoice, or other d.ocurnentation warranting that City has received the materials and equipment free and clear of all Liens and evidenee tha� the materials and equipment are covered by appropriate insUrance or other arrangements to protect �ity's interest therein, all of which rn�st be satisfactozy to City. 4. Beginning with the second Applicatioz� for Payment, each Application shall include a.r� affidavit of Contractor sta�ing that previous progress payments received on acco�ant af the Waxk have been applied on account to discharge Contraetor's legitimate obligat�ons associated with pr�or Applicafiions for Payment. 5. The amount of retainage with respect to progress payments wilt be as s�ipulated in the Contract Docwrzents. CiTY dF FORT WpRTH STANUARD CDNSTRUCT�OIV SPECIFICATION DQCUMENT5 2p1R Bnnd Year 2, Cnnkract 13 Revised March 9, 2020 City Aroject Na. T 01475-1 0� 72 UD GENERAL CONDITIONS Page 53 of 63 B. Review o,fAppdications: 1. City will, after receipt ai each Applicatian fox Payment, either indicate in writing a recors�endation of payment or return the Application to Contractor indicating reasans for refusing payment. In the latter case, Contractor rnay make the necessary corrections and resubmit the Application. 2. City's processing oi any payment requested in an Appiication for Payment will be based on City's observat�ons of the executed Work, ar�d on City's review of the Applicatian for Payrnent and the accompanying data and schedulas, tliat to the best of City's l�owledge: a. the Wark has progressed to the point indicated; b. the quality o�the Wark is generally in accordance with the Contract Documen#s (subject to an evaluation of the Wark as a functioning whale prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other yualif�cations stated an the recommendation). 3. Processing any such payrnent will not thereby be deemed ta have represented that: a. inspections made to check the q�ality or the quantity of the Work as it has been perForrned have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City ir� the ContY'act Documenis; or b. thexe may not be other matters or issues between the parties that znight entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractox, or c. Contractar has complied with Law� and Regulations applicable to Contractor's performance af the Work. 4. City may refiise to process the whole or any part af any payment because oi subsequently discovered evidence ar �e results of subsequent inspections or tests, and revise or revoke any such payment previously made, ta �uch ex#eni as may be necessary to protect City from loss because: a, the Work is defective, or the completed 1Vork has been damaged by the Contractor or his subcontractors, requiring correctian or replacernent; b. discrepancies in quantities contained in previous applica�ions for payrnent; c. the Contt�act Price has been reduced by Change Orders; d. City has been required to correct de%ctive Work or complete Work in accordance with Paragraph i 3.09; or CITY OF FOAT WORTH 2�18 Bond Year 2, Conhact 13 STANDARD CON5TRUC7'iON SPECJFICATION DOCiIMENTS City Project No. 101475-1 Revised March 9, 2020 ao �2 00 GENERAL COND1ilONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enUmerated in Paragraph 15,Q2.A. C. Iletainage: 1. Fox contracts iess than $400,OOQ at the time of executian, retainage shall be ten percent (10°/a}. 2. For coniracts greater than $4Q0,000 at the time of exec�tion, retainage shalt be five percent (5%}. D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after tke time specified in tiie Contract Documents, the surn per day specified in the Agreement, vv�ll be aeducted from the manies due tI�e Contractor, not as a penalty, but as liquidated damages suifered by the City. E. Payment: Contractor will be paid pursuant �to the requiretnents of this Article 14 and payment will become due in accarclance with the Contract Doeuments. F, Reductlon in Payment: �. City may refi�se to make payment flf the amount requested because: a. Liens ha�e been filed in connec�ion with the Work, except where Con�ractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are othe�r items entitling City to a set-off agains� t�e amount recommended; or c. City has act�iat knowledg� of th� occurrence af any of the events en�nerated in ParagrapI�s I4.02.S.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refu�es to make payment of the amount requested, City will give Contractor written no�ice stat�ng the reasons for sueh action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustrnent there�o agreed io by City and Contractar, when Carnractor remedies the reasons far such action. 14.43 Contractor's �arranty of Title Con�ractor warrants and guaran�ees that iitle to a11 Work, materials, and equipment covered by any Applica�ion for Payznent, whet.�er inco�porated in the Projec� or �ot, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRLJCTION SPECIFTCATTOI�i DOCUM$NTS 2018 Bond Year 2, Canhact t3 Revised March 9, 2D26 City Project No. lOI475-1 0o n o0 GENERAL CONDITIONS Page 55 of b3 14.4� Partial Utilizaiion A. Prior to Final Acce�tance oi all the Work, City may use or occupy any substantially campieted part of the Wark which has specifically been identified in the Con�ract Documen�s, or which City, de#ermines constitutes a separately functioning and usable part of the Work that can be used by City for its intended pi�rpose withaut significant interference with Contractor's perforrnance af the renaainder of �he Work. City at any time may no�ify Contractor in writing to permit City to use or occupy any such part of the Work which City deternvnes to be ready far its intended use, subj ect to the follawing conditions: 1. Contractor at any time may notify City in vvriting that Cantractor considers any such part of the Work ready %r its iritended use. 2. Within a reasonable tirne after notiiication as enurnerated in Paragraph 14.OS.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completian. If Ciiy does not consider that part of the Work to be substan�ially complete, City will norify Contractor in writing giving the reasons therefar. 3. Partial U#ilization will not cansritute Final Acceptance by City. 14.05 Finallnspection A. Upon written natice from Cantractor that t�e entire Wark is complete in accordance with the Coniract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writit�g of alt particulars in. which this inspection reveals that the Work is incomplete ar de%ctive. Contractar shall immediately take such measures as are necessary to cornplete such Wark or remedy such deficiencies. B. No tirrie charge wili be made against the Contractor between said date of notiification of the City and �he date of Final Inspection. Shoulci the City determine that the Wark is nat ready for Final Inspect�on, City �ll notify the Contractor rn wr�ting of the reasans and Can�ract Tirne will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identifred in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CIT'Y OF FORT WORTH 201$ Bond Year 2, Cotatcact 13 STANDARD CONSTRUC�ION SPECIFTCA'CION DOCUM8NT5 City Projeci No. 101475-i Revised March 9, 2020 00 72 UO GENERAL CDlVDITEONS Page 55 of 63 14.07 Final Payment A. Application for Payment.• 1. Upon Final Acceptance, and in the opinion of City, Cont�actar may make an applicatian for final payrnent following the procedure for progress paymen�s in accordance with the Contract Docurnents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. aIl documentation ca11e� for in the Contract Documents, including bnt not limited to the e�idence of insurance required by Paxagraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City t�at Cantractor believes are unsettled; and e�.. affidavits of payments and cnmplete and legally PffPct��� rPlea�es ox v�rai�rer; (satisfactory to City) oi all Lien rights arising out of ar Liens filec� in connection with the Wvrk. B. Paysnent Becames Due: 1. Aiter City's acc�ptance of the Applicati�n for Payment and accompanying documentation, requested by Contractor, less pxevious payrnents made and any sum City is entitled, including but no� lirnited ta iic�u�dated darnages, will ]�ecome due and paya�Ie. 2. After all Damage Claims have been resolved: a. directly by t1�e Cantractor or; b. Con�tractor provides evidencc that the Damage Claim has been reported to Contractor's insurance provider for resolutian. 3. Tk�e rnaking of the final payment by the City shall not relieve tI�e Cantractor of any g�axantees or other requirem�nts of the Contract Dacuments which specifica�ly continue thereafter. 14.48 Final Completion Deluyed and Par�tial Retainage Release A. If �nal comp�etion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Appiica�ion for Pa}m�ent, and without ter�ninating the Contract, make payment a£ the balance due for that portion ai the Work fiiily cornpleted and accepted. If t�ie remaining baIance to be held by Ciiy for Work nat fa11y cornpleted or corrected is Iess than the retainage stipulated in Paragraph 14.02.C, and if bonds have be�n furnished as required in Faragraph 5.02, the written cansent of the surety to the payment of the balance due for that CITY OF FORT W4RTH STANDARD C07�3STRUC'I'TON SPECIFICATION DOCLTM�NTS ZOI$ BancE Year 2, Contraat 13 Revised March 9, 2020 C�h' Project No. 101475-1 00 �z o0 GENERAL CONpITIONS Page 57 of 63 portion of the Work fu11y c�mpleted and accepted shall be submitted by Contractor to Ci�y with the Applicatian %r such payment. Such payment shall be made under the terms and c�nditions governing �ma1 payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retain�ge Release. Far a Contraet that provides for a separate vegeta#ive establishment and maintenance, and test and performance periods follawing the co�npletio� of all other construction in the Coniract Documents for all Work locations, the City �ay release a portion of the amount retained provided that all other wark is completed as determ�ned by the City. Before the release, a}1 sub�nittals and final quantities rnust be completed and accepted for all other work. An am�ount suffieient to ensure Cantract compliance will be retained. 14.09 Waive� of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or fumished or relating ta the work under the Con�ract Documents or any act or neglect of Ci�€y related to or connecied with the Cont�act. ARTICLE 25 — SUSPEI�TSIOI�T OF WORK AND TERMTNATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contraetor shall resume the Work an the date so fixed During tempoxary suspension of the Work covered by these Cantract Docu�x�ents, for any reason, the City will make na extra payment for stand-by tirr�e of construction equipment andlor construcrion crews. B. Should the Con�ractar not be able to complete a portion of the Pro�ect due ta causes beyond the control af and without the fault ar negligence of the Contractor, and should it be determined by mutual consent of the Cont�actor arad City that a solutian to allow construction to proceed is nat available within a reasonable period of time, Contractor may request an extensian in Contract Time, directly attributable to any such suspension. C. If it should becorne necessary to suspend the Wark for an indefinite period, the Cantractor shall store a11 materials in such a manner that they will not abstnict or irnpede the public unnecessarily �or hecoxne damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he sha11 pxovide suitable dxainage abo�t the work, and erect temporary structures where necessary. D. Contractox may be reimbursed for the cost of moving his equipment off the jab and returning the necessary equipment to the job when it is deterfnined by �he City that construc�ion may be resumed. Such reimbursemen� sha11 be baseci vn actual cost to �he Contractor of moving the equipment and no profit vvill be allowec�. Reimbursement may not be allowed if the equipment is moved to another construction project for th.e City. CITY OF FORT WOR`FI� 2018 Bond Year 2, Contract 13 5"FANDARD CONSTRUCTION SPACIFICATION BOCiJMENTS City Pmject No. 103475-1 Revised March 9, 202Ei 0o n oa GEIVERP;� CDNqITiQNS Page 58 of63 15.02 City May Terminate for� Cause A. The accurrence ot'any one or more af the following events by way of exarnple, hut no� of limitation, may justify termination for cau�e: Contractor's pexsistent failure to perform the Wark in accordance with the Contract Documents (incluc�ng, but not limited to, failure to supply suifcient skiIled workers or suiiable materials or equipment, failure to adhere to the Project Schec�uIe estabiished under Paragraph 2.07 as adjusied fro�n time to t�me pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #�20020-12-2011established under Paragraph 6.06.D); 2. Contraetar's clisregard of Laws or Regulations of any public body havzng jurisdictron; 3. Contractor's repeated disregard of the authority of City; oz- 4. Contractor's violation in any subs#a.n:tial way of any provisions of the Con�ract Documents; or 5. Contractor's failure to proinptly make gaod a�y defect in materials or worl�manship, ar defects of any nature, the correction of which has been directed in writing by the City; or �. Substantial indication that the Contractor has made an unauthorized assignrnent of the Contract or any funds due therefrom for the benefit oF any creditar or fox any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or banknzpt, or othenvise financially �abie to carry on the Work satisfac�orily; or 8. Contractor commences legal action in a court of cornpetent j�urisdiction against the City. B. If one or znore of the events identi�ied in Paragraph 15.Q2A, occur, City wiil provide written noiice to Cantractor and Surety to axrange a canference with Con�raetor and �urety to address Contractor's fai�nre to perform the Work. Conference shali be helc� not later than 15 ciays, after receip� of notice. l. If the City, �he Contractor, and the Surety do not agree to a11ow the Contractor to proceed to perform the constr«ction Contracfi, the City may, to ihe extent pernutted by Laws and Regulatinns, declare a Con�ractor default and formally ternunate the Cnntracior's xight to compiete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received natice of conference �o address Contractor's failure to perform the Work. 2. If Contraetor's services are terminated, Surety shall be obligated to ta�e over and perform the Work. If �urety does not commence perf'ormance tl�ereof within 15 con�ecutive calendar days after date of an additional written notice demanding Surety's performance af its crr� oF �oRT wotiT-x STA�7ARD CONSTRUCTfON SPECIFICATION DpCUMHNTS 2018 Bnnd Year 2, Cpntract 13 Reviseil Marcb 9, 2024 City Aroject Nn. I01475-t 00 �2 00 CaEN�RAL GONDITlONS Page 59 of 63 obligations, then City, without proeess or action at law, may take over any portion of the Wor� and complete it as described beiovcr. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of �he Wark, and all materials and equipment incorporated into the Work stared at the Site ar for which City ha� paid Contractar or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. Wl�ether City or Surety compietes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balanee of the Contract Price e�ceeds all claims, casis, Iosses and darnages sustained by City arising aut of or resulting from completing the Worl�, s�ch excess will be paid to Contractar. If such claims, costs, losses and darr►ages exceed such unpaid balance, Contractor shall pay the dif%rence to City. Such cIaims, costs, losses and damages incurred by City will be incorpoxated in a Change Order, provided t�at when exercising any rights or rer�edies under this Paragraph, City shall nat be required fa obtain the Iowest price for the Work perfarmed. 4. Neither City, nor any of i#s respective consultants, agents, afficers, directors or employees shall be in any way liable or accountable to Contractor or Surety far the rnethad by which tkae completion of the said Worlc, or any portion thereof, may be accomplished or for the price paid iherefor. 5. City, notwithstandin.g the method used in completing the Cantract, shall not forfeit the right to recover damages from Contractor or Surety for Coniractor's failure to timely complete the entire Contract. Contractar shall nat be entitled io any claim on accaunt of the method used by City in com�leting the Contract. 6. Maintenance of the Work shall continue to be Cantractor's and Surety's responsibilities as provided for in the bond requirenrzents of the Contract Documents or any special guarantees provided for under tlie Contract Dacuments or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contxactor begins within seven �ays of receipt oi notice af intent fo teraninate to correct its failure to perform and praceeds diligently to c�xre such failu�re within no more than 30 days of receipt of said no�ice. D. Where Contractor's seroices have been so terminated by City, the terinination wili nat affect any �ghts or remedies af City against Contractor then existing or which may thereafter accrue. Any retention or payment of �noneys due Contractor by City will not release Contractar from lfability. E. If and to the extent that Contractor has provided a perforn�ance band under the provisians of Paragraph 5.02, the ter�nination procedures of that bond shall �ot supersede the provisions of this Article. C1TY OF FORT W OR77-I 201 & Bond Year 2, Conlract 13 STANDARI3 CONSTRUCTION SPECIFICATIOI�i DOCLTMFNTS City ProjectNo. 10I475-1 Revised March 9, 2020 00 �rz o0 G�IVERAL CONDlTIONS Page 6Q of 63 15.03 City May Terminr�te For Canvenience A. City may, without cause and without prejudzce to any o�her right or remedy of City, terminate the Contract. A��.y termination shall be effected by mailing a notice of the termination to the Contractor speeifying the extent to which perfor�nance oi Work undex the cantract is termrnated, and the date upon which such terrnination becomes efFective, Receipt of tne natice shaIl be deemed conclusively presurned and estabIished when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deetned conclusively presumed and established that such termination is made �with jus� cause as therein stated, and no praof in any claim, demand or suit s�iall be requixed of the City regarding such discre�ianary action. B. After reeeipt of a notice of iern�ination, and except as otherwise directed by the City, �e Contractor sl�tall; 1• Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services ar facilities except as may be necessary for compietion of such portion of the Work under the Cantract as is not terminated; 3. ternunate a11 orders and subcon�tracts to the extent that they relate to the performance of the Work tercxiinated by notice of termina�ion; 4. �ransfer title to the City and delivex in �he znanner, at �he times, and to tl�e extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in coru�ection with the performance af, the Work terrninatec� by the natice of the termination; and b. the completed, or partially completed p1an�, drawings, informa�ion and other property which, if the Contract had been completed, wauId have been required to be fi�rnished to the City. 5. campl�te perfarmance of such Work as shall nat have been terFninated by the notice of tennination; and 6. talce such action as may be necessary, or as the City may dixect, for the protection and preservation of the property related to its cantract which is in t�ie passession of the Contractor and in which the owner has ar rnay acquire the rest. C. At a time not later t�an 30 days after the termination date specified iri the notice of termination, the Cantractor may s�brr�rt to the City a Zist, certified as ta quantity and quaiity, of any or alZ items of termination inventory not pxeviously disposed of, exclusive of iterns the disposi�ion of whicIa has been directec� or authorized by City. CT7i' OF FpRT WORT�I STAIVDARF} CONSTRUCTIpN SPRCIFICAT[ON DOCCJMENTS ZQlB Bond Year 2, ConhacG i3 Revised March 9, 2020 City Project No. 10I475-] ao n oa GENERAL CONDI710N5 Page 61 of 63 D. Not later than 15 days �hereaf�er, the City shall accept �itle to such items provided, that the list submitted sha11 be subject to ver�fication by t1�e City upon rernoval oithe items or, if the items are stored, within �45 days from the date of subrnissian of the list, and any necessagy adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days aftex the notice of iermination, the C�ntractor sha11 subrnit his termination claim to the City in the form and with the certification prescribed by the City. Uniess an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims sha11 be conclusively deemed waived. F. In such case, Contractor shall b� paid �or (withaut duplication af any items}: 1. corr�pleted and acceptable Work executed in accardance with the Contract Documents pnor to �he effective date of terminatian, including fair and reasanable surns far averhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and f�arnishing labor, materials, or equipment as required by the Gontract Docuinents iri cozanection with uncotnpleted Work, plus fair and reasonable s�uns for overhead and profit on such expenses; and 3, reasonabie expenses directly attribuiable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid ta the Cantractor by reason af the terrninarion of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to tlie Contractor by reason of the temvna�ion and shall pay to the Contractor the amounts detertnined. Contractor shall not be paid on account of loss of anticipated profits ar revenue ox o�her econamic loss arising out af or resulting frorn such termina�ion. ARTICLE 16 — DISPUZ`E RESOLUTIOl�i 16.01 Methods and Procedure�s A. Either City or Con�ractor may request mediation of any Contract Claim sub�nitted far a decision under Paragraph 10.06 before such decision becomes final and binding. The request far mediation shall be submit�ed to the other party to the Contr'act. Tirnely subrnission of the request shall stay tl�e effect of Parag�raph 10.06.E. B. City and Contxactor sha11 pa�ticipate in the mediation process in good faith. The process shall be coi�runenced witliin 60 days of filing of the request. C. If the Contract Claim is not xesolved by mediation, City's action under Paragraph 10.06.0 ox a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall became final and binding 3Q days after termination of tlae meclia�ian unless, within that t�me period, City or Contracfor: CITY OF FORT WORTH 2�18 Bond Year 2, Contract 13 SFANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City ProjectNo. ]01475-1 Revised March 9, 2020 00 �zoo GENERAL CONbI7fONS Page 62 of 63 1. elects in writing ta rnvoke any o�her dispute resolution process provided for in the Supplementary Conditions; ar 2. agrees with tl�e other party to submit the Contract Claim to another dispute resalu�ion pracess; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdictian. ARTICLE 17 —1VIISCELLANEOU� 17.01 Giving Notice A. Whenever any provision of the Contract Dacurnents requires the gi�ing of written notice, it wi11 be deemed to have been vaIidly given if: i. de�i�ared in person to the individual or to a member of the firm ox to an o�ficer of the corporation for whom it is iniended; or 2. de�ivered at or sent by registered or certified mail, postage prepaid, to the last business address kr�own to the giver of �he notice. B. Bu�iness address changes must be promptIy rnade in writing to the other party. C. Whenever the Cnntract Dacu�nents specifies giving notice by electronic means such electronic notiee shall be deemed suffrcient upon confirmation of receipt by the rec�iving party. 17A2 Computation of Times Wf�en any per�od of time is refez7-ed to in ihe Contract Documents i�y days, it wi�l be �omputed to exclude �e frst and include the last day af such period. If the lasi c�ay of any s�ch period falls an a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become tl�e Iast day of the period. 17.03 Cumulative Remedies The duties anc� obligations rrnposed by these General Conditions anc� the rights and retnedies available hereunder to the parties hereto are in adc�ition to, and are not to be constz-ued in any way as a limitatian of, any rights and remedies avaiiable to any or all of ihem which axe otherwise imposed or availabla by Laws ar Regula�ions, by special warranty or guarantee, or by other provisions of tl�e Contract Documenfis. The provisions of this Paragraph will be as effective as if repeaied specificaliy in the Cant�act Doeurnents in connection with eac� particular duty, oblzgation, right, a.z�d remedy to which they apply. CITX OF FORT WORTFJ STANDARB CdN37'ItLIC°TION SPECIFICA'�'[OIV DOCTJMENTS �fl1S Bond Year 2, Contract 13 Revised March 9, 2020 Ciiy Pro}ect Nn. 101475-7 OD 72 OD GENERAL CON[]ITlONS Page 63 of 63 17.��4 Sutvival of Obligations All representatians, iz�dernnifications, warrannes, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, wili survive final payznent, campletion, and acceptance of the Wark or terzninatian ar comple�ion of the Con�rac� or tezmination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted far convenience only and do nat constitute parts of these General Conditions. 2018 Bond Year 2, Contract 13 CITY OF FORT WORTH City Project No. 161475-1 STANDARI7 CONSTR4JCTION SPECIFICATION DOCUMENTS Itevised March 9, 2D20 00 73 00 SUPPLEMENTARY CONRTTIONS Page 1 of 6 sECT�oN oa �3 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 'Thesa Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions af the Contract Documents as indicateci belaw. All provisions of the General Canditions that are modified or supplemented remain in full force and effeet as so modified or supplemented. All provisions of the General Conditions which are not sa modified or supple�r►enced reFr►ain in full €orce and effect, Dafined Terms The terms used in these Supplementary Conditions which are de�ned in the General Conditions ha�e the meaning assigned to them in the Generai Conditions, unless specifically noted herein. Modi�cations and SuppletnEents The following are instructions that modify or supplernent specific paragraphs in the General Conditions and other Cotatract Doculr►ents. SC-3A3B.2, "Resolving Discrepancies" Plans govern ov�r Specifications. SC-4.D1A � Easement lirniis si�own on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Con#ractox sha11 compare them to the lines shown on the Contract Drawings. SC-4.D1A.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 4/23/2024: Dutstancling Right-�f Way, andlor Easements to Bc Acquired TARGET DATE PARCEL ��ER p� pOSSESSION 1VUMBER None The Con�ractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractox considers the finai easements provided to dii�'er materia�ly from the representations on the Contract Dravvings, Contractor shall within five (5) Business Days at�d before proceeding with the Work, natify City in writing associated with the differing easement line locations. 2018 Sond Year 2, Contract 13 CiTY OF FORT WORTH C{ty Peoject No. 101475-1 STAN�ARD CONSTILUCTION SPECIFICATION DOC[FA+lENC5 Revised March 9, 2020 00 73 QO SUPPLEMEI�iTARY CONBITIQNS Page 2 of 6 SG4.OlA.2, °GAvailabili[y of Lands" UtiEities or obstraction,s to be removed, adjusted, and/or relocated The following is �ist of utiiities anc�/or obstructions that have not been removed, adjusted, andlor reioca#ed as of 03/19/2021: EXPECTED U7'TLITY AND LOCATI�N OWNER TA�GET DATE OF ADNSTMENT 1 QO% Utility Conflict log . Submitted to City The Cant�ractor understands and agre�s that the dates listed above are estimates only, are not g�aranteed, and do not bind the City. SC-4.Q2A., "Subs�rface and Physfcal Conditions" The foIlowing are reports of exp]orat�ons and tests of subsurface concii�ions at the site of t�e Work; A"Lab�ratory Test kesults for a 5treet Coring Froject" CPN #101475; dated 6/17/19, prepared by City of Port Worth Capital Deli�ery Division Soil I,ab, providing ac€diiioual information on pavennent and subgrade materials and characterisiics. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at ar contiguous to the site of the Work: Limi#ed SUE, sheets (1 of 6) thru (6 of 6), dated September 2Q19, prepared by Tha Rios Group, a subconsultant of Wade Trim, a consultant of the City. SC-4.OGA., °fHazardous Environmental Conditions ai Site" The following are reports and drawings of existing hazardous environmental condrtions known to the City; None SC-S.Q3A., �°Certi�cates of Insurance" `£he entities listed below ara "additional insureds as their integest may appear" including their respective of�icers, directors, agents and e�nployees. (i} Cify (2) ConsuItant: Wade Trim, Inc. (3) Other: None SC-S.Q4A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GG5.04 shall provide tl�e following ca�erages for not less #�-ian the faiiowing amaunts ar greater where requirec� by laws and regulations: S.U4A. Workers' Compensation, under Paragraph GC-S,Q4A. Statutory limits Emp�oyer's liabiIity $100,000 each acciden�/occurrence $100,000 Disease - each employee CITY OF POIiT WORTH 5TANDARI� CONSTRUCTION SPECIFICATIpN D4CTJ�vIENTS 201 g Bond Year 2, Canhact 13 Rev[sed Mazch 9, 2p20 City Project hIo. 101475-I oa �3 oa SUPPLEMENTARY CONDITIONS Page 3 of 6 $500,04� Disease - policy li�nit SC-5.048., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.048., which shall be on a per project basis covering th� Contraetor with minimum limits of $1,00�,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 Comrnercial General Liability Insarar�ce policies shail provide "X", "C", and "U" coverage's. Verifcation of such coverage must be shown in the Rem�arks Article of the Certificate of lnsurance. SC 5.44C., "Contractor's insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.0�4C., which shall be in an amount not less than the follvwing aznaunts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos ov�med, hired and non-owtaed. $1,000,0�0 least: $25b,000 $5�0,000 $100,00� each aceident on a combined single limit basis. Split limits are acceptable if limits are at Bodily Injury per person / Bodily Injury per accident / ProperEy Datnage SC-5.04D., "Contractor's Xnsurance" The Contractnr's constructian activities will require its employees, agents, subcontractors, eq�ipment, and material deliveries to cross railroad properties and tracks: None The Contractor shall conduct its operaLians on railsoad properties in such a manner as not to interfere with, hinder, or obstruet the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such oparations on railroad properties may require ihat Contractar to execnte a"Right of Entry Agreement" with the particular railroad company or companies involved, and to tl}is end the ContracYor should satisfy itself as to the requirements of each xailroad company and be prepared to execute the right-of entry {if any} required by a railroad company. The requirements specif{ed herein iikewise relate to the Contractor's use oiprivate and/or constructian access roads crossing saici railroad company's properties. The Contractual Liability coverage required by Paragraph 5.44D af the General Condiiions shall pravide coverage far not less than the following amounts, issued by cvmpanies satisfactory to the City and to the Railroad Campany for a term that continues for so Iang as the Contractor's operations and worlc cross, occupy, or iouch railroad property: (i) General Aggregate: (2) Each Occurrence: , Required for this Contract CITY OF FQItT WORTN STANDARD CONSTRUCTIDI�E 5PECIFICATfO1V DOCUMENTS Aevised Mazch 9, 2020 N/A N/A X Not required for this Contract 2018 Bond Y ear 2, Gontract 13 City Praject ]�o. 101475-1 00 �3 ao 5UPFLBMENTARY CQNDITIONS Page 4 of 6 With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, #he Contractor shall provide one insurance poiicy in the name of the railroad company. However, if more tlaan one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same raiIroad company, sepatate coverage may be required, each in tlze amount stated above. 2. Where more than one railroad compaz�y is operating an the sa�ne right-of way or wl�ere several raiIroad cornpanies are involved and operated on their own separate rights-of-way, the Contractor rnay be required ta pravide saparate insurance policies in the na�ne of each railroad company. 3. If, in addition to a grade separatian ar an a#-grade crossing, other work ar act�vity is proposed on a railroad company's right-of-way at a location entirely separate froin the grade separation or at- grada crossing, insuranca coverage for this work must he included in the policy covering the grade separation. 4. If no grade separation is involved but other work is praposed on a railroac[ cornpany's right-of- vcTay, all such o#her work may be cavered in a single policy for that railroad, even though the work may be at two ar more separate �ocations. No work or activities on a railroad company's properry to be perforrned by the Contractor shall be commenced until the Cantractor has furnished the City with an original policy or policies of the insurance for each raz]raad company named, as required abave, AlI such insurance must be approved by the City and each affected Railroad Company prior to the Coniractor's beginning work. The insurance specifed above must be carried unti! alI Work to be performed on the railroad right-af-way has been comgleted and the grade crossing, if any, is no longer used by the Contractar. In addition, insurance must be carried during a!1 maantenance and/or repair work performed in the railroad righ#-of-way. Such insurance must name the railroad company as the insured, together with an� tenant or lessee of the railroad cainpany operaring over tracics involved in the Project. SC-6.04., ��Praject Schedule" Project schedula shall be Tier 3 for the project. SGG.07., "W�ge Rates" The foliowing is the prevailing wage rate table(s) applicahte ta this praject and is provided in the Appendixes: 2013 PrevaiIing Wage Rates (Heavy and Highway Construction Projects} A copy of the tabte is also available by accessing the City's website af: htt�s;//anns.fortworthtexas �ovlPro'ectResources/ You can access t.�e file by fol�owing the directory path: d2-Constr�xction Documents/Specif cations/Div00 — General Conditions SC-6.(i9,, "permifs and Utilitfes" SC-6.09A., "Contractor ab�ained �termits and licenses" Tha folIowing are known permits anc�/or �icenses required by the Contract to be acquired by the Contractor: CITY QF FORT WORTH STANDARD COTYSTRUCTION SPECIPICATIDN DOCUMENTS 2�7 � Bond Year 2, Contract 13 Revised I1�arch 9, 202Q City Pmject No. ] 01475-1 00 73 tl0 SUPPLEMENTARY CQNDiTIONS Page 5 of 6 City of Fort Worth Street Use Permit for Gonstruction gC-6�U9D. iiCity obtained permits and licenses" The following are i�nown permits and/or lieenses required by the Contract to be acquired by t1�e City: Tree Removal Perrr►it SC-6.09C. "Outstanding permits and iicenses" The foilowing is a list oF known outstanding permits and/or licenses to be acquired, if any as of 8114/2020. Outstanding Permits andlor Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION Contractar SC-7.0�., "Coordination" Sireet Use Permit for Construction SC-S.bl, "Communicatians to Contractor" Contractor sha11 pexform explaratory excavations prior ta consL7uction. Phase eonst.�uciion to camplete water �nain in Margaret St. �rst 5C-9.OL, "City's Praject Manager" The City's Project Manager for this Contract is Greg Robbins, PE, or his/her successor pursuant to writken notiiication from the Director af Transportatian and Public Works. 5C-13.D3C., "Tests and Inspeetians" Inspection : Texas Departrrient of Licensing and Regulation (ADA compliance) SC-16.�1C.1, "Methods and Procedures" None. END OF SECTION 2018 Bond Year 2, Conti�act 13 CITY OF FORT WORTH City Project No. 101475-1 STANDARD CONSTRUGTTON SPECIl'ICATIQN DOCUMENTS Reviseci Mazch 9, 2020 'ihe individuals or entities listed below have contrac#s with the City for the performance of other work at the Site: 00 73 00 SUPPLEMENTARY CONDITfOM9 Page 6 of 6 Re�ision Log DATE �A�� 1122l2Q9fi F. Griffin 3/9/202p D.V. Magana SUiVIMARY OF CHANGE 09., "Cify's Pro�ect Representati�e" wording changed to City's Pro ger. D7, Updated the link such that files can be accessed v�a the CiEy's 4.. CITY pF FORT WQIZTH 5TANDARI3 CON51`ItUCTION SPECiFICATI�N DOCUFViENTS �QYg $�d Year 2, Contract 13 Revised March 9, 2020 Ciry I'roject No. 101475-1 O1i100-1 SiJ�vIMARY OF WORK Page 1 of 3 SECTION Ol 1100 SUMMARY OF WORK PART 1- GENERAI. Ll SUMMARY A. 5eetion Ineludes: 1. Summary of W�rk to be performed in accordance with the Contrac� Documents B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification 5ections include, but are not necessarily li�nited to: 1. Divisi�n 0- Bidding Requirements, CQntract Forms, and Conditions of the Co�tract 2. Division 1- Generai Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with Yhis Item is considered subsidiary to the various items bid. No separate payxnent will be allowed far this Ite1n. 1.3 REFERENCES [NOT U5ED] 1.4 ADMINISTRATNE REQUIREMENTS A. Work Cavered by Contract Documents 1. Work is to include fumishing all labor, materials, and equipr�aent, and performing all Wark necessary for this construction praject as detailed in the Drawings and �pecifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imiposed by the Drawings ar Contract Docuanents in which no speciizc item for bid has been provided for in the Froposal and the item is not a typical unit bid itexn included or� the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises �nder direetion of the City. 2. Assume fu11 responsibility for protection and safekeeping of materials and equipment stored an the Site. 3. Use and accupy anly portions of the public streets and alleys, ar other public places or other r�ghts-of way as provided for in the ordinances of the City, as shown in the Contract Docurxients, or as may be specifically anth.orized in writing by the City. a. A reasonable amount of tools, maierials, and equipment for coristruction purposes may be stored in such space, but no more than is necessary to avoid delay in the construchon operations. C1TY OF FORT WORTH 2b18 Bond Year 2, Contract 13 STANDARD COI�fSTRUC`I'ION SPECIFICATION DOCLTIVIENTS City ProjeCt No. 1D1475-1 Revised Decemher 20, 2012 OL i1p0-2 ST.fMMARY pF WORK Page 2 of 3 b. Exca�ated and waste materials shall be stored in suck a way as not to interfere with the use of spaces that may be designated to be left free and unobstrtxcted and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by raalroad tracks, the Wark shall be carried on in such manner as nat to interfere with the operation af t�e railroad. 1) All Work shall be in accordance with railroad requirements set forth in Divisian 0 as well as the raiIroad permit. D. Work within Easements 1. Do noi enter upon pnvate property for any purpose without having previously obtained permission from th� owner of such property, 2. Da not sto�e equipment or material on pri�ate property unless and until the specified approval of the property owner has been secured in w�'iting by the Contractor and a capy furnished to the City. 3. Unless speci�cally provided otherwise, clear all rights-of-way ar easements of obs�ructians which must be removed to make possible proper prasecut�an af the Work as a part of the project constructian operations. 4. Preserve and use every precaution to prevent damage to, all trees, slu-ubhery, planfs, lawns, fences, culverts, cur�ine, an� all atl�pr types of strttetures or ixn�roJe�tieii�s, to all watez-, sewer, and gas lines, to atl conduits, or�erhead poIe lines, ar app�rtenances thereof, including the construction of temparary fences and to atl other public or private properiy adjacent to the Work. S. Natify the proper representatives of the owners or occupants of the public a� private lands af interest in lands which might be affectec� by the Work. a. Such natice shali be made at least 48 hours in advance of the beginning of the Wark. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or oti-ier, either as owners or occupants, whose land or intarest in land might be affected by the Work. c. Be responsible for a11 damage or injury ta property af any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or a� any tiir�e due to defective work, material, or equipment. 6. Fence a. Itestore a�l fences encauntered and removed during canstt-uction of the Proj ect to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at alI times to provide site security. c. The cost for ali fence wark within easements, including removal, tenttporary closures and replaceznent, sha�l be subsidiary to the various ftems bid in. �Yte project propasal, unless a bid item is specifically provided in the proposal. CITY OF FOR'I' WORTH STAIVDARD CONSTRUCT70N SPBCIFIGATION DpCiTMENTS 2D18 Bond Year 2, Contract 13 Revised Aecember 20, 20]2 City Project No. 101475-1 O11LD0-3 SUMMA�Y DF WOI2K Page 3 of 3 1.5 SUBMITTALS �NOT USED� i.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT IISED] 1.7 CLOSEOUT SUBMiTTALS [NOT U5ED] 1.8 MAINTENANCE MATEItTAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] Lla DELIVERY, STORAGE, AND H�NDLING [NOT USED] Lll FIELD [SITE] CONDITION� [NOT USED] 1,1� WARRANTY [NOT USED] PART 2 - PR�DUCTS [NOT USEDj PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2D1 S Bond Year 2, Corrtract i 3 STANBARA CONSTRUC7'ION SPECCFICATIOI+E DdCL11vIENTS Gity Project No. 101475-1 Revised December 20, 2012 oiasoo-� SUBSTITUTION PROCEDiJRES Page 1 of 4 SECTION 0�. 25 00 SUBSTITUTION PROCEDi.TRES PART1- GENER.AL l.i SUMMARY A. Seciion Includes: 1. The procedure far requesting the appraval of substit-�.ition of a product that is not equivalent to a product which is specified by descriptive or perFormance critEria or defined by reference to 1 or more of the fallovv�ng: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1, None. C. Related Specificatian Sections include, but are not necessarily limited io: 1. Division 0— Bidding Requirements, Contract Foz'ms and Conditions of the Contract 2. Division i— General Requirements 1.Z PRiCE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work assaciated with this Item is considered subsidiary to the various items bid. No separate payment will be allawed for this Item. 1.3 REFERENCES [NOT USED] 1,4 ADMINISTRATNE REQUIREMENTS A. Request for Substitution - General 1. Wit�in 30 days after award af Cantract (unless noted otherwise}, the City will consider fortnal requests from Contractor for substitution oiproducts in place of those specified. 2. Certain types of equipment and kinds af material. are described in Specifications �y means of references to names af manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude fro� consideration other products bearing other manufacht�'er's ar vendor's names, trade nanaes, or catalog numbers, provided said products are 'br-equals," as deiernvned by Ciiy. 3. Other types of equipment and kinds of materiai may be acceptable substitutions under the foilawing conditions: a. Or-equals are unavailabie due to strike, discontinued producYion of products meeting speci�ied requireznents, or other factors beyond control of Contractor; or, CIT'Y OF FORT VNOR'I`I-T 201$ Bond Year 2, Contract 13 STANDAitD COT#STKUCTION SP�CIFICATION DOCLTivIENTS City Project No. 101475-1 Revised July I, 2011 a�zsoo-z SUSSTiTTI`I'ION PIZOCE➢UR�S Page 2 af4 b. Contractor proposes a cost and/or time reduction incen�ive to the City. �.5 SUBMITTALS A. See Request for Substitqtion Fortn {attached) B. Procedure far Requesting Subsntution I. �ubstitution shail be considered only: a. After award of Contract b. Under tiie conditions stated herein 2. Submit 3 copies of each written xequest far subst�tution, including: a. Documentation 1} Complete data substantiating complzance ofproposed substitution with Contract Documents 2) Data rela�ing to cha;nges in construction schedt�le, when a reduction is propased 3) Data retating to changes in cost b. For praducts ij Product identification a} Manufacturer's name b) Telephone number and represez�tative contact narne c} Spacification Sectian or Drawing reference of origixially specified prodUct, including discrete name or tag number assigned to originaI product in the Contract Doc�ments 2) Manufacturer's literature clear�y tnarked to show campliance of proposed product with Contract Documents 3} Itemized comparison af original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of consttuction c) Weight d} Electrical or mechanical requirements 4) Praduct experience a) Location ofpast projects �tilizing produci h} Name an�. telephone number af persons associated wiih referenced projects knowledgeahle concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Sampies become the praperty of tkie City, c. Far canstructian methods: �} Detailed description of proposed method 2} Illustration clrawings C. Approval or Rejection Writ�en approval or rejection of substitutian given by the CiEy City reserves the right to require proposed product to comply with color and pattem of specified product if necessary to secure design intent. In the event the substitution is approved, the resulting cast and/or time reduction will be documented by Change Qrder in accordance wi�h the General Conditions. CPT'Y OF FORT WORTH 5TAIVDAIZD CONSTRUCTION SPECIFICATION DOCiJMENTS 2018 Bond Year 2, Contract f 3 Revised 7uly 1, 2011 City Projecf No. i01475-1 OI2500-3 5UBSTITUTi07�i PROCEDURES Page 3 of 4 4. No additional contract time will be given for substif�ttion. Substitution will be rejected if a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinio�, acceptance wi31 require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consist�nt with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL5 [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAI. SUBMITTALS [NOT USE➢] ].9 QUALITY ASSURANCE A. In making request for substitutian or in using an approved product, tlxe Contractor represents that the Cantzactor: 1. Has investigated proposed product, and has determineci that it is adequate ar snperior in al1 respects to that specified, and that it will perform fiinction for which it is intended 2. Will pravide same guarantee for substitute item as far product speciiied 3. Wil� coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be cQnr�plete in all respects �. Waives all clairr�s for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HAll�DLING [NOT USED] 1.11 FIELD [SITEj CONDITIONS �NOT USED] L1� WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Aevision I,og DATE I NAME I SUMMARY OF CHANGE C1TX OF �'QRT WORTH 2D18 Bond Year 2, Contract 13 5TANDARD CONSTItUC'TION SPECIFICATION DOCLfNIicNTS City Project No. � 01475-1 Revised July l, 201 [ oizsaa-a SUBSTITUTION PROCEDiiRES Page 4 of 4 EXHIBIT A REQUEST FOR SUSSTITUTION FORM; TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of tl�e specified item for the above praject: SECTION PARAGI{APH SPECIFIED ITEM Froposed 5ubstitution: Reason far Suhstitution: Include c�mplete information an changes to Drawings and/or Specifications which praposed substitution wiII require for its proper installation. Fit1 in Blanks Below: A. Wi11 the undersigned contractor pay for changes to #he huiIding design, inc�uding engineering and detailing costs caused by th� requested substitution? B. What effect does substitution l�ave on other trades? C. Differ�nces between proposed substitution and specifiet� item? D. Differences in product eost or product delivery t�me? E. Manufacturer's guarat�tees of the proposed and specified items are: EquaI Bet�er (explain on attachment) The ut�dersignet� states that the funetion, appearance and quality are ec�uivalent or superior to the specified. item. Snbznitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City _ l�ecoznmended Not recommended By Date Remarks .` Recoia�mended Ctl`Y OF FOILT WORTH STANDARD CONSTRUCTIpN SPECIFICATTON DdCUMENTS Revised July l, 20l 1 Rej �eted Date ,�Received Tate 2018 6nnd Year 2, Contract � 3 City Project No. 101475-1 d13119-1 PRECONSTRIUCTION MEETING Page 1 of 3 SECTION 0131 I9 PRECONSTRLTCTION MEETING PART l. - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions far the precanstruction meeting to be heid priar to the start of Work to clarify constn�etion contract administration proeedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speci�'ication 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 PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various i#ems bid. No separate payment will be allawed for this Item. 1.3 REFERENCES [NDT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination Attend preconstruction. meeting. Representatives of Cantractor, subcontractors and suppliers attending meetings shall be qualified and authoz�zed io act on behalf of the entity each represents. Meeting ad�ninistered by City may be iape recorded. a. If recorded, tapes will be used ta prepare minutes and retained by City for future reference. B. Preconstructiion Meeting 1. A preconstruction meeting wi11 he held within 14 days after the execution o� the Agreement and be%re Wark is started. a. The meeting wiil be scheduied and adrninistered by the City. 2. The Project Reprasentative will preside at the meeting, prepare the notes af the meeting and distribute copies of same to all participants who sa request by fully completing the aftendance form to be circulatied at the beginning af the meeting. 3. Attendance shall include: a. ProjectRepresentative b. Coniractar's pro�ect manager c. Contractor's superintendent d. Any subcontractor ar supplier representatives whom the Cantractor may desire to invite ar the City may request CTTY OF FORT WORTH 2O18 Band Year 2, Contract 13 S'FANDARD CONS'I`RUCTIQN SPECIFICATION DOCUMBNTS City Project No. 1U3475-1 Revised August 17, 2Q12 oi �� 39-z PRECO�iSTRUCTIdhI MEETING Page 2 of 3 e. �ther City representatives f. Others as appropriate 4. Construction Schedale a. Prepa�e baseline canstruction schedule in accordance with Section 01 32 16 and pra�ide at Preconstruction Meeting. �. City will notify Cantractor of any schedule changes upon Natice of Preconstruction Meeiing. 5. Pre�iminary Agenda may include: a. Introduction of Projeci Personnel b. General Description of Project c. Stahts of right-of-way, uti�ity clearances, easernents or other pertineni per;mits d. Contractor's wark plan and schedule e. Contract Ti�ne £ Noiice to Praceed g. Construction Staking h. Pragress Payrrients i. Extra Worlc and Change Order Procedtares j. Field Orders k. Disposal 5ite Let�er fr�r Wa�tP l�aterial i. Insurance Renewals m. Payroll Certificatian n. Materiai Certifications and Quality Contral Testing o. Public Safety and Convenience p. Dacumentatian of Pre-Construetion Conditions q. Weekend Work Notif cation r. Legal Halidays s. Trench Safety Ptans t. Confined Space Entry Standards u. Coordination with the City's representative for operatipns of existing water systems v. Storm Water Pollutipn Preventian Plan w. Coordfnation with other Contractors x. Early Warn�ng System y. Contractor E�aluation z. Special C�ndifions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Subsiitution Froeedures dd. Carrespondence Routing ee. Record Drawings ff. Temporary construction iaciliiies gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Fayment jj. Questions ox Comments CITY OP F4RT WORTH STANDARD CONSTRUCTION SPECIFICATIpN DOL`S.iMENTS 2018 Band Year 2, Contract 13 Revised August ]7, 2U12 City Projec3 No. 101475-1 U13114-3 PRECONSTRUCTION MEETING Page 3 of 3 l.s SUBMITTALS [N�T USED] 1.6 ACTION SUBMITTAI.SIINFORMATIONAL SUBMITTALS [NOT USED] l.i CLOSEOUT SUBiVIiTTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUBNIITTALS jNOT USED] 1.9 QUALITY ASSURANCE [NOT USED) 1.1� DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT iTSED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DA`I'E NAME SUMMARY O�' CHANGE C1TY pF FORT WORTFi 2D18 Band Year 2, Contract i3 STANDARD CONSTRUCTION SPECIFICATION DOCUMB�ITS City ProjeCt No. 101475-1 Itevesed Augt►st 17, 2012 413l20-1 PROJECT MEETIlVGS Page 1 of 3 SECTION 0131 �0 PRO]ECT MEETINGS PART 1 - GENERAi. 1.1 SUMMARY A. Section Inclndes: 1. Provisions for project meetings thraughaut the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviatians this City of Fort Worth Standard Specification 1. None. C. Related Speci�cation Seetions include, �iut are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contrac� 2. Division 1— General Requirements L� PRICE AND PAYMENT PROCEDURES A. Measurement ar�d Payment 1. Work associated wfth this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Ite�n. 1,3 RE�'ERENCES [NOT USED] 1.4 ADMINiSTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially ealled meetings throughout progess of Yhe Work. 2. Representatives of Contraet4r, s�bc.ontractors and suppliers attending meetings shall be qualified and autharized to act on b�half of the entity each represents. 3. Meetings adtninistered hy City may be tape recorded. a. If recorded, tapes will be used to prepare �ninutes and retained by City far future ref�rence. 4. Meetings, in addit�on to those specifisd in this Sectian, rnay be held when requested hy the City, Engineer or Contractor. B. Pre-Cor►struction Neighborhood Meeting 1. After the execution of the Agreement, but before consiruction is ailowed ta begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related ques#ions 2. Meeting Location a. Location of ineeting to be deternuned by the City. 3. A�tendees GTl'Y� OF FORT WORTH 2D18 Band Year 2, Contract 13 g3'A,MDARD CON3TRUCTION SPECIFICAT1dN DOCiJMENfS City Project Na. 101475-1 ltevised July 1, 2011 ai 3� zo -2 PR07ECT MEETINGS P�gc 2 of 3 a. Contractor b. Project Representative c. OY1-ier City representatives 4. Meeting Schedule a. In general, the neigt�]sorhood rrxeeting wili occur within the 2 weeks following the pre-constnt.ction conference. b. In no case wilI construction be allowed to begin until th�s meeting is held. C. F�ogress Meetings 1. Formal project coordination meetings will be held perindically_ Meeiings will be scheduled and administered bq Praject Representatiea. 2. Additional progess meetings to discuss specific topics wili be canducted on an as- needed basis. Such additional meetings sP�all include, but noi be limited to: a. Coordinating snutdawns b. Instatlation of piping and equipment c. Caordination between other construction projects d. Resol�ztion of construction issues e. Equipment approval 3. The Project Representative wiil �rP���� �� �rQ�-e�� m�e��ngs, prepare t��E iioies cii fhe meeting and distribute copies of the same to a�l participants wha so rec�uest by fuily compleiing tl�e attendance form io be circulated at the beginning af each meating. 4. Attendance shall include: a. Contractor`s project manager b. Contractar's superinfendent c. Any subcontractor ar supplier representatives whom the Coniractor rr�ay desire ta invite or the City may request d. Engineer's representati�es e. City's representati�es % Others, as requested by the Project Rep�esentative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, prob2ems, conflicts c. Items which impede construction schedule d. Review of off site fabrication, delivery scheduIes e. Review of eonstruc�ion interfacing and se�uencing requirements with other canstruction contracts f. Corrective measures and procedures to rega.in projected schedule g. Revisions to canstructian schedule h. Progress, schedule, during succeeding Work period i. Coardinaiion of schedules j. Review submittal schedulas k. Maintenance of quality standards 1. Pending changes and substitutions m. Review praposed charages for: I} Effect on cons�ction schedule and on completion date 2} Effect on other contracts of the Project n. Review Record Documents a. Review monthly pay request CTTY OF FORT WORT�I STANDARD CONSTRUCITON SP�CIFICATIpN D�i;i_TMENTS 20i 8 Bond Year 2, Contract 13 Revised Ju1y 1, 2U11 City Project No. 101475-1 013120-3 PRO]ECT MEE'I'IAIGS Page 3 af 3 p. Review staius of Requests for In.format�on 6. Meeting Schedule a. Progt'ess meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request af Yhe: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1} To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] �,6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7' CLOSEOUT SUBMITTALS �NOT USED] L8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 1.9 QUALITY ASSLTRANCE [NOT USED] LIO DELIVERY, STORAGE, AND �I�1llLING [NOT USED] 1.11 FIELD [SITE] COND�TIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE � NAME I SUMMARY OF CHANGE CITY OF FORT WORTIi 2018 Bonci Year 2, Gontract 13 STANDARD CONSTRUCTION SPECfFICATION DOCUMENTS City Project No. 101475-1 Revised July I, 2411 013216-1 GONSTRUCTIO7rf PROGRESS SCH�➢ULE Page 1 of 5 SECTION Ol 3216 CONSTRUCTION PROGRESS SCHEDULE PART 1- GENEItAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, staius reporting and managetnent of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviatians frorn this City of �ort Worth Standard Specification I. None. C. Related 5peci�cation Sections incl�ade, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Farn1s and Conditians of the Contz'act 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wark associated with this Item is considered subsidiary ta the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Deiinitions 2. 3. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief dura�ion projects b. Tier ti- Na schedule suh�nitta� reguired by contract, but vvill requira some milestone dates. Sma11, brief duration prajects c. Tier 3- Schedule submittal required by contract as described in t11e Specificatian and herein. Majority of City projects, inclucling all bond program proj ects d. Tier 4- Sehedule submittal reyuired by contract as described in the Specification and herein. Large and/ar complex prajects with long durations 1) Examples: large water purnp sta�ion project and associated pipeline with interconnection to another governmenial entity e. Tier �- Schedule subr�ittal requixed by contract as described in the Specification and herein. Large and/or very cox�plex projects with long durations, high public visibility 1} Examples might include a water or wastewater treatment plant Baseline Schedule - Initial schedule submitted before work begins that wili serve as the baseline for measuring progress and departures fram th� schedule. Progress Schedule - Monthly submi�tal of a progress schedule documenting progress on the projeci and any changes anticipated. CITY OF FORT WORTH 2O18 Bond Year 2, Gontract t 3 STANDAAD CONSTRUCTIO�T SPEGIFICATION DOCUNIENTS City Project No. 101475-1 Revised July 1, 2011 n�3�i6-z GONSTRUCTYON PROGRESS SCHEDUL$ Fage 2 af 5 4. Sc�tedule Na�rrative - Cancise narrat�ve af the schedule including schedule changes, expect�d delays, key schedule iss�zes, critical path items, etc B. Re�erence Standards 1. City of �'ort Worth Schedu�e Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline SeheduTe 1. General a. Prepare a cost-loaded baseline Schedule using approved software and. the Critical Path Method (CPM) as required in the City of Fort Worth Schedute Guidance Dacument. b. Review the draft eost-laaded haseiine Schedule with the City to demanstrate unc�ers�anding of the work to be performed and known issues and constraints zelated to the schedule_ c. D�signate an authorized representative (Praject Scheduter} respons�ble for developiz�g and updating the schedule and preparing reports. B. Progress Schedule 1. Update the pro�ess Scki�dule monthly as required in the City o£Fort W�rth Schedule Guidance Document. 2. Prepare the ScP�eduie Narrative to accompany the monthly progess Schedule. 3. Change Orders a. Incorporate approved change orders, resuliing in a change of contract time, in the baseline Schedule in accordance with City of k'art Worth Schedule Guidance Document. C. Responsibility far Sehedule Compliance 1. W�enever ii becomes apparent from t�e current progress Schedule and CPM 5tatus Iteport that delays to the critical patl� have resultec� and the Contract compl�tion date will nat be me�, or when so directed by the City, make some or all of the following actions at no additianal cost t� the City a. Submit a Recovery Plata to the City far approval revised baseline Schedule autlining; 1) A written statement of the steps intended ta ta,ke to remove or arrest the delay to the critical path in the ap�roved sched�le 2) Increase construction rnanpower in such c�uantii�es and crafts as will substantzally elimi�iate the backlog of work and z'eturn cutrent �chedule to meet prajected baseline completion dates 3) Increase th8 number of vs,prking haurs per shift, shi�ts per day, working days per waek, the amaunt of consiructfan aquipment, ar any combination of the foregoing, su#fiiciently to substantially eliminate the backlog oi work 4) Reschedule activities to achieve maximum practical concurrency of aceomplishment of activities, a�d comply with the revised schedule 2. If no written statement of the steps intent�ed to t�ke is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower {trades), eq�zipment and work schedule (overtime, weekend and haiiday work, etc.} to be emplayed by the Caniractor in order to remove or arrest the delay ta the critical path in the approved schedule. a. No additional cost for such work wil� be considered. CTI'Y OF FC)RT WOI�'1'H STANDARD CONSTRUCTION SPECIFICATION DOC'�JMENTS 2018 Bond Year 2, Cnntract 13 Revised 3uly I, 2011 City Praject No. 101475-1 01321b-3 CONSTRUC'fION PROGILESS SCHEDULE Page 3 of5 D. The Coniract completion time wi11 be adjusted only for causes specified in this Contract. a. Requests for an axte�sion of any Contxact completion date must be supplemented with the fallowing: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitlad under the provisions of this Contract. a) The City will, afte:r receipt of such justification and supporting evidence, tnake findings of fact and will advise the Contz'actar, in writing thereaf. 2) If the City iinds that the requested extension of time is entitled, the City's deiermination as to ihe total number af days allowed for the extensions shall be based upon the approved total baseline sc�edule and on a11 data reievant to #he extension. a} Such data shall be included in t1�e next updating of the Progress schedule. b) Actual delays in activitaes which, accarding ta the Baseline schedule, do noi affect any Contract completion date shown by the critical path in the network will not be the basis for a cha�ge 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 req�ested but before the date of final payment under this Contract. a. No time extension will be granted foz' requests which are not submitted within the for�going tinne limit. b. From time to time, it may be necessary for the Contract schedule ar completion time to be adjusted by the City to reflect the effects of job canditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unfareseeable conditiox�s which may indicaYe schedule adjust�nents or completion time extensions. 1) Under such conditions, the City will direct the Contractor to rescl�edule the work or Contract completian time to reflect the changed conditions and the Contractor shall revise his scheciule accordingly. a) Na additional compensation will be made to the Contractar for such schedule changes except fox unavoidable overall contract time extensions beyond �he actual completion of unafFected work, in which case the Contractar shall take all possible act�on to minitnize any time extenszon and any additio�al cost ta the City. b) Available float time in the Baseline sched�le �ay be used by the City as well as by the Cantractor. 3. Float or slack time is defined as the amount of time betweea the earliest start date and the latest sta,rt date or between the earliest finish date and t�e latest �'mish date of a chain of activiries on the Baseline Schedule. a_ F1oat or slack time is not for the axclusive use or benefit of either the Contractor or �he City. b, proceed with wark according to early start dates, and the City shall ha�e the �ight to reserve and apportion float time according to the needs of the project. C1TY OF FORT WOR'�`H 201 B Bond Year 2, Contract 13 5'fANDARD CQNS'I'RUCT'ION SPECIFICATION DOCLTMENCS City Project No. 101a75-1 Revised July 1, 20f 1 O132I6-4 CONSTRUCTTOTI PROGRESS SCHEDULE Page 4 of 5 c. Aeknowledge and agree that actual delays, affecting paf.�s of activities containing f�oat time, will not have any effect upan contract completion tiznes, providing that the actual delay does not exceed the fioaf time associated with those activities. E. Coortiinating �chedule with Other Confract Schedules 1. Where work is to be pe�-formed under this Contract cancurrently with ar contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shalI be coozdinated with t�e schedules of the other cont�acts. a. Obtain the schedules of the other appropriate contracts fro� the City for t1�e preparation and updating of Baseline schedule and rnake the required changes in his schedule when indicated hy changes in cnrresponding schedules. 2. In case of interference between t1�e operafions of different contractors, tYl� CI� Wl�� deterrnine the wark priority of each contractor and the sequence of wark necessary Yo expedite the completion of the entire Pxoject. a. In such cases, the decisian of the City shall be accepted as final. b. The tennporary deTay of any work d�e to such circumstances shall nat be consideted as justifcatian for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf faxrriat as required in the City of �'ort Worth Schedule Guidance Document. a. Nativa file forniat incIudes: 1) Primavexa (P& or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting atzd bring in hard copy to the meeting for review and discussion. B. Pragress Schedule 1. Submit progress Schedul� in native file format and pdf format as rec�uired in the City of �`ort Worth Schedule Guidance Document. 2. Submit progress Schedule rnontl�ly no later than the last day af tl�e month, C. Schedule Narrative i. 5ubmit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidanee Document. 2. S�bmit schedule nar.rative �nonthly no tater than the last day of the month. D. Subrnittal Process l. The City adtninisters and manages schedules through Buzzsaw. 2. Contractor shall submi� documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed ar�d Final Acceptance has b�en issu�d by the City, no furth�r progress scheduI�s are required. crr5r aF �ox� wox�rx STANDARD COI+ISTRUCT7pN Si'ECIFICATION DOCUMENT$ 2418 Bond Year 2, Contract 13 Revised July I, 2p11 Gity Pr�ject No. 101475-1 O] 32 16 - 5 COI�STRUGTION PROGRESS SGHEDULE Page 5 of 5 1.6 ACTION SUBMITTALSIIN�'ORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1,g MAINTENANCE MATERIAI. SUEMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person pr�paring and revising the constructian Progress Schedule shall be experienced in the prepax'ation of schedules af similar complexity. B. 5chedule and supporting docurnents addressed in this Specifieation shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractar is responsible �or the q�tality of all subxnittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND I3ANDLING [NOT USE➢] 1.11 FIELD [SITE] CONDITIONS (NOT USED] 1,1� WARRANTY �NOT USEDj PART 2 - PRODUCTS [NOT USEDj PART 3 - EXECUTION [NOT USEDJ END OF SECTION Revision Log DATE I NAME I SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CQNS"1'RUCTION SPECIFICATION DOCUMENTS City Project No. 101475-i Revised July 1, 2011 Ol 32 33 - 1 PAECONS'I`RUC'I'IOT' VIDEO Page 1 af 2 SECTION 0132 33 PRECONSTRUCTION VIDE{) PART 1 - GENERAi. 1.1 SUMMARY A. Sec�ion Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specificatio� 1. None. C. Related Specification Sec�ians include, bui are not necessarily limited to: 1. Divasion 0— Bidding Requirements, Cantract Forms and Conditians of the Contract 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with fhis Item is considered subsidiary to the various items bid. No separate payzneni will be allowed for this Itern. 1.3 REFERENCES [NOT USED] 1.4 ADNIIIVISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of a�nd to be affected by construction. a. I'rovide digital copy of video upon request by the City. 2. Retain a copy of the preconstr�ction video un:kil the end of the maintenance surety period. I.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] L9 CLOSEOUT SUBMITTALS [N�T USED] 1,8 MAINTENANCE MATERIAL STISMITTALS [NOT USED] 1.4 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] l.i� WARRANTY [NOT USED] PART Z - PRODUCTS [NOT USED] 20i S Bond Year 2, Contract 13 CI'CY OF FORT WORTH City Project No. 101475-1 STANDARD CONSTItUCTIaN SPECIFICA'1'ION DO[;CTNIENTS Revised 7uly 1, 2011 013233-2 PREGOI�ISTRUCTI�N VIDEO PART 3- EXECUTI�N jNOT USED] END QF SECTION Aevision Log DATE � NAME I SUMMARY OF CHANGE Pagc 2 of 2 CITY OF FORT WORTT3 2018 Bond Year 2, Contraet 13 STANI)ARb CpNS1TtUCTION SPECdFICATION DOC�FMEI+ITS City Project No. 161475-1 Revised 7uly 1, 2011 0133fl0-i SUBMITTALS Page 1 of 8 SECTION Q133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Seciion Includes: 1. General methods and requirements of subxnissions 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 frorn this Ciry of Fort Worth Standard Specification 1. None. C. Related Speci�cation Sections include, but are nat necessarily Iimited to: I. Division 4— Bidding Requirements, Contract Forms and Conditions ofthe Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated witl� this Item is conside:red subsiciiary to the various items bid. No separate payment will be allowed far this Item. l.3 REFERENCES [NQT USED] 1.4 ADMiNISTAATIVE REQUIREMENTS A. Coordination 1. Natify the City in writing, at the time af submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of perfarnung the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Speci�ications. b. Contxactor is responsible such that the installation will not be delayed by processing tim�s including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Tes�ing d) Purchasing e) Fabrication f} Delivery g) �imilar sequenced activities c. Na extension of time will be authaz`ized because of ihe Contractor's failure to transmit submittals sufftciently in advance of the Work. CITY OF FQRT WOR7'H 2O18 Bond Year 2, Contract 13 STAI�DARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. i 01475-1 Revised Decem6er 20, 2012 az 33 00 - z sus�r�rrnT.s Page 2 of 8 d. Make suhmittals promptiy in accardance with approved schedule, and in such sequence as Yo cause nn delay in the Work or in the work af any other contractor. B. Submittal Numbering 1. When subrnitting shop dravvings or samples, �atiiize a 9-character submittal cross- reference identifcation numbez-ing system in the following manner: a. Use the first 6 digits of the applicable Specification �ection Number. b. For the next 2 digits number use n�ambers Oi-99 to sequentialty number each initial separate item or drawing submitted under each specii'ic Section nu�nber. c. Last use a let�er, A-Z, indicating the resubmission of the sanne drawing (i.e. A-2nd submissian, B-3rd submission, C= 4th submission, etc.). A typicai submittaI number would be as foTlows: 03 30 00-D8-B �) 03 30 OD is the Specification Section for Concrete 2) OS is the eighth initial submittal under this Speci%cation Section 3} B is the tl�ird sub�riission (second resubmission} of that particular shop drawin� C. Contractor Certification Re�iew shop drawings, prod�zct data and samples, including those by subcontractors, priar to submisszon to detern�ine and verify flie following; a. Field measurements b. Field constructian criteria c. Catalog numbers and si�lar data d. Confarmance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by tiie Contracior with a Certification Statement af�xed including: a. The Contractor`s Cornpany name b. Signatuxe ofsubrnittal reviewer c. Certification 5tatement 1) "By this submiital, I hereby represent that I have determined and vez-ified field measurements, field constrtaction criteria, �naterials, dimensions, catalog numbers and similar da�a and I ha�e checked and caordinated each item with other applicable appraved shop drawings." D. Submittal Format 1_ Fold shop drawings larger than 8 1/� inches x 11 inches to S'/z inches x 1 I inches. 2. Bind shop drawings and product data sheets together. 3. Qrder �. Caver Sheet 1) Description af Packet 2) Contractor C�rkifacation b. List o.f items / Table af Contents c. Praduct Data /Shop Drawings/Samples /Calcu�atzons E. Subr�ttal Content 1. The date of submission and the dates of any previous submissions C1TY OF F�RT WORT"H 2D18 6ond Year 2, Cnntract 13 STANDARD CO�'STRUCTION 5PECIFiCATION I30CLTMEI�zTS �ity Project No. 101475-1 Revised December 20, 2Q12 033300-3 SUI3MT1'TALS Page 3 of 8 2. The Project title and number 3. Con#'actor identifieation 4. The names of: a. Contractor b. Supp�ier c. Manufacturer 5. Identificatian of the product, with the Specification Section numbex, page and paragraph(s) 6. Fieid dimensions, clearly identified as such 7. Relatiott to adj acent or critical features of the Work or materials 8. Applicable standards, such as ASTM ar Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11, An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, b�t is not n�cessarily limited to: a. Custom-pz'epared data such as fabricatian and erection/installation (working) drawings b. Scheduled informaYion c. Setting diagrams d. Actual shopwork rnanufacturing instructions e. Custom templates £ Special wiring diagrams g. Coordination drawings h. Tndividual system or equipment inspectian and test reports including: 1) Perfotxnance curves and certificatians i. As applicable to the Work 2. Details a. Relation of the various parts ta the main members and lines of the structure b. Where correct fabrication af the Work depends upon field meas�trements 1} Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of praduct data for products included on #he City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals af product daf.a for products not included on ihe City's Standard Product List, submittal data may include, but is not necessarily lirnited to: a. SYandard prepared data for manufactured products (somatimes referred to as catalog data} 1) Such as the manufactur�r's product specification and installatian instz-uctions 2) Availability oicalors and patterns 3} Manufacturer's printed statements of compiiances an.d applicability 4) Roughing-in diagratns ancl. templates 5) Catalog cuts b} Product photagraphs CITY OF FORT WdRTH 2O18 Bond Year 2, Cont�act 13 STANDAIiD GONSTRUCTIdN 5FECIPICATIaN DOCUMENTS Cily Project No. 101475-1 Revised Decemher 20, 2012 o� ssoa-a SUBMITTAI,� Page A of 8 7) Standard wiring diagrams 8) I'rinted performance curves and operational-range diagrams 9) Productian or quality control inspectian and test reports and ceriifications 10} Mill reports 11) Product operating and maintenance insiruc�ions and recommended spare-parts listing and printed product warranties 12} As applicable to the Work H. Samples 1. As speci�ed in individual Sections, include, but are not necessarily limited to: a. Playsical exarnples o�the Work such as: 1) Sections of manufaciured ar fabricated Work 2) Small cuts ar containers of materials 3} Complete units of repetitiveIy used products colar/texture/pattern swatches and range se#s 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City far independent inspection and testing, as applicable to the Work I. Do not start Wark requiring a shop drawing, sampie or proe�l�ct r�ata nor an f material ta be fahricated or installed priar to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or an-site construetion accam�iished which does not confortn to approved shap drawings and data is at the Contractor's risk. 2. The Ciiy will not be liabfe for any expense or delay due to cprrect�ons or remedies required to accom�lish confornuty. 3. Complete project Work, matezials, fabricatian, and installa�ions in conformance with appro�ed shop drawings, applicable samples, and product data. J. Submittat Distributian 1. Electronic Distributian a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or anoCher external FTP site approved by the City. b. Shop Drawings 1) Upload subrnittal to designated praject direcEory and notify appropriate City representatives rria email of submi�tal posting. 2) Hard Copies a} 3 copies for all submitiais b) If Contractor requrres more than i hazd copy of Shop Drawings returned, Contractor shall subznit more ti�an the number of copies listed above. c. Product Data 1) Upload sub�ittaI to designated project directary and notify appropriate City representatives via email of submittal post�ng, 2) Hard Copies a) 3 capies for all submittals d. Sarnples 1) Distz'ibuted to the Project Representative 2. Hard Copy Disiribution (if required in lieu of electronic t�istrihution) CITY OF RORT WORTFI STANDARD CpNSTRUCTION SPECIFICATION DOCUMEI�3TS 2flf g gond Year 2, Coniraci 13 Revised Becember 2fl, 2012 City Praject 1�3n, 101475-1 0133D4-5 SUBMI'i'TALS Page 5 of S a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractar requires mare than 3 copies of Shop Drawin�s returned, Cantractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Sarr�ples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specificatian Seciions. 3. Distribute reproductions of approved shap tlrawings and copies of approved product data and samples, where required, ta the job site fzle and elsewhere as directed by the City. a. Provide number of eopies as direeted by the City bui not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any depart�re from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from deta�ls furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not reliev� the Contxactor fro�n his/her responsibility with regard to the fulfillment af the tern�s of the Contract. a. All risks a�errar and omission are assumed by the Contractor, and the City wiil have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating ihe Work with all other associated work and trades, %r selecting fabrication processes, for techniques of asserr�bly and for performing Wark in a safe manner. 4. If the shop tlrawings, data or samples as subrr�itted describe variations and shor�v a departure from the Contract requirements which City iinds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for perfor�nance, ihe City may return ihe reviewed drawings without nating an excep�ion. 5. Submittals wi11 he returned to the Contractor under 1 of #he following codes: a. Cnde 1 i) "NO EXCEPTIONS TAKEN" is assigned when there are no notaiions or comments on the s�bmittai. a) When returr�ed under this code the Contractor may release the equipment and/or material for manufacture. b. Cade 2 CITY QF FdRT WORTH 2O18 Bond Year 2, Contract 13 STANDAAI3 COI�STRLTCT�ON SPECIFICATION DOCUMENTS City Praject No. 141475-1 Revised December 20, 2012 013300-b SUBMiTTALS Page 6 of S 1) "EXCEPTIONS NOTED". This code is assigned when a eonfirmation of the notafians and camments IS NOT required by the Contractor. a) The Contractar may release the equipment or material far manufacture; however, all nataiions and comments must be incarporated into the �nal product. c. Code 3 1) "EXCEFTIONS NOTED/RESUBMIT", This combination of eodes is assigned when notations and comments are exter�sive enough to require a resubmittal of the package. a} The Contractor may release ihe equipment or material %r manufact�u�e; however, all natations and comments must be incarparated inio the finat product. b) This resubmittal is to address all camments, omissions and non-conforming items that �vere noted, c) Resubmittal is �o be received by the City within 15 Calendar Days of the date of the City's transmittai requiring the resubmitt�.1. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) ihe Cantractar must resubmit tl�e entire package re�ised to bring the submittat into confarxnance. b) It may be necessary to resubmit using a different manufacturer/vendar ta meet the Coniract Documents. Resubmittals a_ Handled in the sarr�e manner as first submittais 1) Corrections other than requesied by tha City 2) Marlced with revision tz-iangle or flther simitar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed na znore tha�n twice at the City's expense. 1) All subsequent reviews will be performed at times con�enient to the City and at th� Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractar reimbursement to the City within 30 Calendar Days for alI such fees invoiced by the City. e. The need far more than 1 resubmissian or any other delay in obtaining City's review of submittals, wili not entitle the Confi�actor to an extension af Contract Tirt�e. 7. Partial Submittals a. City reserves the right to not review submittafs dee�ned partial, at the City's discretion. b. ,Submitta�s deemed by the City to be not camplete wili be returned io the Contractor, and will be considered "Not Approved" unt�l resubrnitted. c. The CiEy may at its opfion provide a list or mark the subzmitta2 dir�cting the Contrac�or to the areas that are zncomplete. 3. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then writ�en notice must be pravided th�reof to the City at least 7 CaIendar Days prior ta release for manufacture. CITY OF FORT WdRTH STANDAR� CpNS'I'RUCTION SPECIFICATION DQCiTMENTS ��18 Bond Year 2, Contract 13 Aevised December 20, 2012 City Praject Np. 101475-1 013304-7 SUBMITTALS Page 7 of 8 9. W�en the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no fitrther changes therein except upon written instructians from t�ie City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessa3rily limited ta, complste units of the standard of acceptance for that type af Work to be used o� the Project. Remove at the completion af the Work or when directed. M. Qualifications 1. If specifically x'equired in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Infor�nation (RFI� 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes ihere is a conflict between Contract Documents c. Wt�en the Contractor believes there is a conflict between the Drawings and Specifcations i) Identify the conflic� and request clari�"ication 2. Use the Request for Information (R�`I) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-�x", beg�nning with "Ol" and increasing sequentially with each addi.tional transmittal. 4. Sufficient information sha11 be atitached to per�nit a written response without fiirtlier infarmation. 5. The City will log each request and will review the request. a. If review of the pro}ect informatian request indicates that a change to the Contract Documents is required, the City will issua a�'ield Order or Change Order, as appropriate. 1.� SUBMITTALS [NOT USED� 1.6 ACTION SUBMITTALS/INFOItMATIONAL SUBMITTALS [NOT USED) 1.'� CLOSEOUT SUSMITTAL� �NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, ST�RAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIQNS [N�T USED] 1.1Z WARRANTY jNOT USED� CITY OF FORT WORTH 2O18 Bond Year 2, Gontract 13 STANDARD CO3YSTRUCTIaN SPECIFICATION DOCiJMENT5 City Prajsct EVo. 101475-1 Iievised December 2Q, 2012 Oi 3300-8 SLIBMITTALS Page 8 of 8 PART � - PRODUCTS [1VOT USEDj PART 3 - EXECIITION [NOT USEDj END OF SECTION Revisian Log DATE NAME 12/20/2012 D. Jo4►nson SUMMARY OF CHANGE 1,4.K 8, Working Days modi�ied to Calenttar Days CFI'X OP FQRT WORTH ST.AN�ARD CONSTRUCTION SFECIFICATIdN DOCUMEAI7'S 2Q� 8 Bflnd Year 2, Contracl 13 Redssed December 20, 2012 City Project No. 101 a75-1 at 3s i3 - i SPECIAL PR�JECT PKOCE�URE5 Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY S 6 7 8 9 10 11 12 13 I4 15 16 17 18 19 A. Section Includes: The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Valtage Lines c. Coniined Space Entry Program d. Air Pollution Watch Days e. Use of Explosi�es, Drop Weight, Etc. f Water Department Noti�ication g. Public Not��cation Prior to Beginnittg Constructian h. Coordination with United Sta#es Arn�y Corps af Engineers i. Coardination within Railroad permits areas j. Dust Control k. Employee Parking I SECTION Ol 35 �3 SFECIAL PR�3ECT PROCEDURES B. Deviations from this City of Fort Worth Standard Speeification 1. None. 20 C. Related Specification Sections include, but are nat necessarily limited ta: Z� 1. Division �— Bidding Requirements, Contract Farms and Conditions of the Contract 22 2. Division 1— General Requiremients 23 3. Section 33 I2 25 — Conneciion to Exisiing Water Mains 24 1.� PRICE AND PAYMENT PR�CEDURES 25 2b 27 28 29 30 31 32 33 3�4 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination w�thin Railroad permit areas a. Measurement 1) Measurernent for this Item wi11 �e by lump sum. b. Payment 1j The work perfonmed and tnateriais furnished in accordance with this Item will be paid for at the luxnp sum price bid for Railroad Coardinat�an. c. The price bid sha11 include: 1) Mobilizatian 2) Inspection 3) Safety lraining 4) AdditionalInsurance Sj Ins�trance Certificates 6) Other requirements associated with genaral coordination with Railroad, including additional empioyees required to protect the right-ot=way and property of the Railroad from damage arising out of and/or from the consiruction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH STA3�lDAItll CONSTRUCTiON SPECIFICATION DOCUMENTS Revised J.?ecember 2R, 2012 20i$ Bond Year2, Contract 13 CityPmjecilVo. iD1475-i 013513-2 SPECIAL PR07ECT PROCEDURES Page 2 af S 1 2 3 4 5 6 7 S 9 10 11 12 13 a. Measurement 1) Measurement for this Item will be ger working day. b. Payment 1) The work perfarmed and materiats fitrnished in accordance with this Item will be paid for each working day that Railroad Flagmen as-e present at the �ite. c. The price bic! shali inciude: 1) Coordination far scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. A�1 other items a. Work associated witla these Items is considered s�bsidiary to the various iterns bid. No separate payment wi�l be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 l. Reference standards cited i�z this Specification refer to the current reference 1� standaatd publtshed at the time of the latest revision date logged at the end of this �g Specifr..cation, �nles� a date is specifically cited. 1� 2. Health and Safety Code, T'itle 9. Safe#y, 5ubtitle A_ PubIic Safety, Chapter 752. Z� High Voltage O�erhead L�nes. 2� 3. North Gentral Texas Cauncil of Governrnen#s (NCTCOG} — Clean Consiruction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 3S 3b 37 38 39 40 4i 42 43 44 45 A. Coordinafion with the Texas Department of Tra:nsportation 1. When work in the right-of-way which is untlez the jt�risdiction of the Texas Departt�ent of Transportation (TxDOT): a. Notify the Texas Department of Transporta�ion prior io commencing any wark therein in accordance with t�e pravisions of the pernut b. AIl work performed in the TIcDOT right-of way shall be performed in compliance witih and subject to approval from the Texas Department of Transportation B• Work near High Valtage Lines 1. 2. 3. � Regulatory Requirements a. All Work t�ear High Valtage Lines {more t�an 60d voIts rneasured between cond�ctors ar betweex� a canductor and the ground} shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. Warning sign a. Provide sign of s�aff�cient size meeting all OSHA requirements. Equipment operating witi-iin 10 feet of high voltage lines wil� require the fo�iowing safety features a. Insulating cage-type of guard abnut the boom or arm b. Insulator links on the lift hook connectians for baek hoes or digpers c. Equipment must meet the safety require�nents as set farth by OSHA and the safety requirements of the owner of the hagh vaiiage lines Work within b feet o£high voitage electric lines C]TY OF FORT WORTH STANDqRD CONSTRUC`TIOA1 SPECIFIC.ATiON DOCCTMENTS 201& Bond Yeat 2, Contract 13 Revised December 2U, 2Q12 CiEy Projecl No. 101475-1 013513-3 BPECLAL PROJECT PROCEDUILES Pa$e 3 oi8 1 Z 3 4 5 6 7 8 9 10 11 12 13 14 15 lb 17 1S 19 20 21 22 23 24 25 2b 27 28 29 34 31 32 33 34 35 3b 37 3S 39 �a 41 42 43 44 45 a. Noti�cation shali be given to: � 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notif�cation coordinate with the power company to: a} Ereci temporary rryechanical barriers, de-energize the lines, or raise or Iower t�e lines c. No personnel may work within 6 feet of a high voltage iine before the above requirements have been rnet. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance wi�h OSHA requirements. 2. Confined Spaces includ�: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1 2. General a. Ohserve the following guidelines relating fo working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through �ctober 31. c. Crifical Emission Time 1) b:00 a.m. to ] 0:00 a.m. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coardination with the National Weather Service, will issue the Air Pollution 'Watch by 3:00 p.m, on the afkert�oon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m, wS�enever construction phasing requires the use o� motorized equipment for periods in excess of 1 haur. 2) However, the Contractar may begin work prior to 10:00 a.m. if: a} LTse of motarized equipment is less than 1 hou�', or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfi�c' Diesel (ULSD), diesel emulsions, or alternatzve fuels such as CNG. E. TCEQ Air Pet�nit 1. Obtain TCEQ Air Permit far construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documants permit an tl�e project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insttrance coverage, 24 hours prior ta cornmencing. 2) Minimurn 24 hour public natification in accordance with Section O 1 31 13 4b G. Water Department Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIRICATION DOCI.TMEI+ITS Revised llecember 20, 2012 201 & Bond Year 2, Contract 13 City Projecl No. 101A75-1 0135I3-4 SPECTAL PROJECT PROCEDURES Page 4 oi8 1 l. During the construction of this project, it will be necessary to deac�ivate, for a 2 period of time, existing lines. The Cantractor shall be ret�uired to caardinate with 3 the Water Department to determine the best times for deaciivating and activating 4 those lines. 5 2. Caordinate any event tliat will require connecting to or the operation of an existing � City water line system wrth the City's representative. � a. Coordinatian shall be in accardance with Section 33 12 25. S b. If needed, obtain a hydrant water �neter from the Water Department for �se g during the life of nam�d project. �a c. In the event ti�at a water vai�e on an existing live system be turned off and on � 1 to accommodate the cons#xuction of the project is required, coordinate f�is 12 activity tl�rough the appropriate City representative. 13 1) Do not operate water line valves of existing water syste�n. 14 a} Failure to comply wzll render the Cantractor in violation of Texas Penal 1� Code Title 7, Chapter 28,Q3 (Ctiminai Mischief) and the Contractar ;6 will be prosecuted to the fulI extent of the Iaw. I� b) In additian, the Contractor will assume all liabilities and 1 g responsibiIities as a result of these actions. 19 �-?. Public No�i�cation P�ior �o �Seginning Canstruc#ion 20 2] 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 3� �40 �4 i 42 43 44 45 46 47 48 1. Prior to beginning construction on any black in the project, on a block by block bas�s, prepare and deliver a notice or fIyer of the pending constntction to the front door of each xesidence or business that will be impact�d by consirruction. The notice shall be prepared as fotlows: a. Post notice or flyer 7 days prior to begir�ning any constntction activity on each black in the project area. 1) Prepare flyer on the Contractor's letterhead and include the foZiowing in%rmation: a) Name of Project b) City Froject No (CPI� c} Scope of Pxoject (i.e. type of co:nstruction activity) d) Acfual constructian duration within the btock e) Name af the contractar's foreman and phane number � Name of ihe CiEy's inspeetor and phane number g) City's after-hours phane number 2} A sample of the `pre-construction noiification' flyer is attached as E�ibit A. 3) Subrnit schedula showing the construct�on start and finish time for each block of the projeci to �tte inspector. 4} Deliver flyer to the City Inspector for review priar to distzibui�on, b. No canstruction will be allowed �o begin on any block uniil the flyer is delivered to all residents of the blvck. I. i'�zblic No�ificaiion nf Temporary Water Service Interruption during Construction 1. In the event it becomes �ecessary to temporarily shut down water service to residents or businesses during constr►�ction, prepare and deliver a notice or flyer of the pending interrup�ion to the front door of each affectea resident. 2. Prepared noiice as follows: a. The notification or flyer shaIl be posted 24 hours prior to the temporary interruption. CTl'Y OF FORT W�RTH 2U18 Bond Year 2, Contract 13 STA,NDARD CONSTRUCTIdN SPECIFICATION DOCCIMENT3 Cily Project No. 101975-3 Revised December 20, 2012 013513-5 5PECL4I. PROJ�CT PROCEDURLS Page 5 oi 8 i b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name af the project 4 2) City Praject Number 5 3) Date of the interrElption of service 6 4} Per�od the inierruption will take piace � 5} Name of the contractor's foreman and phone number g 6) Name of the City's inspector and phone number g c. A sample of the temparary water service inte�-rupiion notiiicaYion is att�ched as l0 Exhibit B. 11 d. Deliver a copy af tt�e temporary interruption notification to the City inspector 1 Z for re�sriew prior to being distributed. 13 e. No interruption of water service can accur until the flyer has been delivered to 14 all affected residents and husinesses. 15 f. Electronic versions ofthe sample flyers can be obtained from the Project lg Construction Inspecior. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Froject where construction activities occur in areas where USACE perrnits are required, meet all requirements set forth in each designated permit. K. Coordination within Ra�lz'oad Permit Areas 1. At locations in the project where construetian activities oceur in areas where railroad pertnits are required, rr�eet all req�irements set forth in each designated railroad permit. This includes, but is not limited to, provisians for: a. �lagmen b. Inspectors c. Safety training d. Additional insurance e. Insnrance certiiicates f Other employees required to protect t1�e right-of-way and property of the Railraad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with tY�e permit guidelines. 2. Obtain any supplemental infarmation needed to comply wiih the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for veri�ication of working days that railroad fla�rrten were present on Site. L. Dust Control 40 1. Use acceptable rneasures to contirol dust at the Site. 41 a. If water is �sed to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is perfox�ned, capture and properly dispos� of slurry. 43 44 M. Employee Parking 1. Provide parking for ernployees at locations approved by the City. CI7'Y OF FORT WORTH 201$ �ond Year 2, Conlract 13 STANDARD CdNSTRUC'FIOI�i SPECiFICATION DOCLTM�NTS Ciry Project No. 141475-1 Revised Decemher 20, 2012 Ol 35 13 - 6 SPEGL4I, PROJHGT PROCEDURES Page 6 af 8 1 2 3 4 5 b 7 8 9 10 1T 12 1.� SUBNIITTALS [NOT USED] 1.6 ACTZON SUBMITTALS/INRQRMATIQNAL SUBMITTALS [N�T USED] 1.7 CLOSEOUT SUBMITTALS [NOT USEDj 1.8 MAINTENANCE MATETtIAL SUBMITTALS [N�T USED] i.9 QZTALITY ASSURANCE [NOT USED) L10 DELIVERY, STORAGE, A,ND HANDLING [NOT USED] 111 FIELD [SITE] CQNDITIONS [NQT USED] 1.12 WARRANTY [NOT USED] PART � - PRODUCTS jNOT USED] PART 3 - EXECUTIQN (NOT USED] END QF SECTION DATE NAME 8/31/2412 D.]ohnson 13 Revision Log SUMMARY OF CHANGE 1.4.8 — Added reqairecnent of compIiance with Health and Safety Code, Title 9. Safety, Sabtitle A. Pe�blFc Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for ohtaining a TCEQ Air Permit CITY OF FORT WORTH 2418 Bond Year 2, ConfrncE ]3 STANDARD CONSTAUCTiON SPECIFICATiON DOCUMENTS Cify Project No. 101475-1 Revised December 20, 2012 Ol 35 13 - 7 SPECIAL PR03ECT PKOCEDURE5 Page 7 of 8 1 2 3 � 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 z2 23 24 25 26 27 2$ 29 3� 31 32 33 3�4 35 36 37 EXHIBIT A (To be printed an Contractar's �etterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construciion: - - '� � I ' '� ' '� I 1 I I '� ,� ' ii YWIS IS �O IP�1�b��fl Y��I ibAi IJi���R A(:ONTI�ACT IfV1'�F� TF;� CITY �� �ORT F�VSORiH, 4UR GORlIF'dP1Y 1!4!!�� 1�lORI4 �R4 UTI�i�Y LIiV�S gN OR �eR�l�A�p YDUR �ROP�R�Y. �ONSYRUCiION �ll�� ��Clfi� E�PPROXIf�II,�T��Y S�V�� pAYS �R�� �b� ��►�� �F YR1lS NBiICE. I� YOU I��,l�� �tU�SilOiidS �o�OIJT' �aCC�S�, SECIJI�I�Y, 5►4r��TY OR,�f+IY O�F1�R ISSUE, ���E�S� �ALL: ��. <CONTRACTOR'S 5liPER111fTEiVDENT� AT l7EL�PIiON� P[O.� �� �➢r. �CI'iY IWSPEC70R� r4i � T�LEPHONE NO.� dFT�R �:30 �R�i QR OR! ���F��IVD�, �LEAS� C��� (�17) 392 8306 PLEASE KEEP TNiS FLYER HANDY WHEN YOU CALL CITY OF FQRT WORTH STANDARD CONSTRTICTION SPEGIFICATION DOCUMENTS Revised Decemher 2Q, 2012 2DI8 Bvnd Year 2, Contract 13 City Froject Na. 1D1475-1 �13513-8 SPECIAI, PROJECT PRdCEDURES Page S of 8 1 2 EXHIBIT B �_ O� ��RT'I� � �: � H�. � �� �: ��'�'�� o� ������ "��'��� ��t��� �7�IE��'���[ Di3E TO U'FAI.ITY IMPR(3V�ME1VT3 IllT YOUR NEIGFISORHOUD� YOiTIt WATER SERVIC� WiL�, BE i�T'CERIttTPTED ON BETWEEN 'I'HE HU[IItS O� APTiI IF YOTJ HA� QLTESTi02�iS ABQETT THIS 5Hi7'i'-p[7T, PLEA$F, CALi: 114R AT iCE)NTRAC'I`O1iS SUPERIIVI"ENITEi� (TELEP�ONE Ni3MB�:lt) OR M� AT (CITY INS�ECTOR? � {TELEPHOI�TB iYiFI1�BEltj 7'I�IS INCONVEIV1EiVCE WII,L $� AS SiiQ12T AS POSSIBL�. THANK YUU, G'OIY1'RACTE]R 3 4 CITY OF FOIZT WpRTH STANDARD CONSTIiUCTiQN 5PECIFICATIQM DOCLIMENTS Re�ised December 20, 2p12 2018 Band Year2, Contrac[ i3 CiTyPmjectNo. (pI47S-1 Q14523-1 TEgTING AND I1�ISPECTION SERVICE5 Page 1 of 2 SECTION 014� 23 TE5TING AND INSFECTION SERVICES PART1- G�NERAL 1.l SUMMARY A. Section Includes: 1. Testing and inspectian services proced�r'es and c�ardination B. Deviations from this City of Fort Worth Standard �pecification l. None. C. Related 5pecification Sections include, but are not necessarily lsinited to: 1. Division a— Bidding Requirements, Contract Fortns and Conditions af the Contract 2. Division 1— General Requirements 1.� PR�CE AND PAYMENT PROCED�TRES A. Measurement and Payment 1. Work associated with this item is considered subsidiary ta the various Items bid. No separate payment will l�e allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of ali Quality Control tesii�g. b. City is responsihle for perfornvng and pay�nent for first set of Quality Assurance testing. 1) If the first Quality Ass�.u'ance test perfoz�med by �he City fails, the Cantractor is respo�sible for payment of subsequent Quality Assurance testing �til a passing test occurs. a} Final acceptance will no� be issued by City until all required paymeats for testing by Contractar have been paid in full. 1.3 REFERENCES [NOT USED] 1,�4 ADNII1�iISTRATIVE REQUIREMENTS A. Testing 1. Compie#e testing in accardance with the Contraci Documents. 2. Coordination a. When testing is required ta be performed by the City, notify City, sufficiently in advance, when testing is needed. b. Whe� testing is required to be completed by the Cont�actor, notiiy City, sufficiently in advance, that testing will be perforxned. 3. Distribution of Testirig Repoz�s a. Eleetronic Distribution 1} Confirm development of Pr�ject directory for electronic submittals to be uploaded to Ciiy's Buzzsaw site, or anotl�er external FTP site approved by the City. CITY OF FORT WORTH 2O18 Bond Year 2, Cantract 13 STANi]ARD COTiSTRUCTION SPECIFICA7'ION AOC;CIMENI'I'S City Project f�o. 101475-1 Itevised July 1, 2011 014523-2 TESTING AND IIVSi'ECTION �ERVICES 4. Page 2 of 2 2) Upload test reports ta designated praject directory and notify appropriate City representatives �ia err�ail of submittal posting. 3) Hard Copies a) 1 copy for alI submittaTs submitied to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution} 1} Tests performed by City a} Disiribute i hard copy to the Contractox 2) Tests perfozmed by the Contractor a) Distribute 3 hard copies to City's Project Representative Provide City's Project Representative with trip tickets for each delivered load of Cancrete or Lime material including the following information: a. Name af pit b. Date of d�livery c. Material delivered B. Inspection 1. Inspection or Iack of inspection does not relieve the Contractor froxn obligation to perform wark in accardance witi� the Contract Doc�.unents. LS SUBMITTALS �NOT USED] 1.6 ACTIQN SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS �NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [N�T USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, ST4RAGE, AND HAZVI}I,ING [NOT USEDj 1.11 FIELD [SITE) CONDITIONS [NOT USED] 1.12 WAi�IiANTY [NOT USED] PART � - PRODi7CTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Re�ision Log DATE � NAME CITY OF FOR'I' WORTH STANDARD CONST`dti3C770AT SPECTFICA7`IpN DpCUMENTB Revised July 1, 2031 SUMMARY OF CHANG� 2R18 Bond Year 2, Contract 13 City Project No. 101475-1 0150OD-1 'iEMPORARY RACILITIES AND GON'PiiOLS Page 1 of4 sECTioN oi �a oa TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAi, 1.1 SUMMARY A. Section Includes: 1. Provide texnporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and B�zildings d. Ihast control e. Temporary fencing of the construction site B. Deviations from this City of Fort Wort� Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited ta: 1, Division 0— Bidding Requirements, Cantract Forms and Conditions of the Contract 2. Divisian 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Iterrfs bid. No separate �ayment wi31 be allowed for this Item. 1.3 REFERENCES �NOT USED] 1.4 ADMINISTRATIVE REQU�REMENTS A. Temporary Ll'tilities 1. Obtaining Temporary 5ervice a. Make arrangements with utility service companies for temporary services. b. Abide by rules and reguiations of utility service companies or authorities having jurisdiction. c. Be responsible %r utility service costs �ntii Work is approved for Final Acceptance. 1) Included are fitel, power, light, heat and o�her utility services necessary for execution, eoznpletion, testing and initiai operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and fox specified tests of piping, equipment, deviees or other use as required for the campletion af the Work. b. Frovide and maintain adequate supply of potabie water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contac� City 1 week before water fflr constructian is desir�d C1TY OF FORT WORTH 2Oi8 Bond Year 2, Contract 13 STANDARD CONSTRUCTIOAI3PECIFICAT10Tf BOCiJNiENTS City Project No. 101475-1 Revisad July I, 2011 aisaoo-2 TEMPQRAIZy FACII.ITIES AND CbNTROLS Page 2 nf 4 d. Cantractor Payment for Construction Water 1) Obtain canstruction water meter from City for payment as billed by City's esfablished rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testtng of Work. 1} Provide pawer for lighting, operaiion of equipment, ar other use. b. �lectr�c power service includes temporary power service or generata� to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telepl�one service at 5ite for use by Contractor personneZ and others performing work or fizrnishing services at Site. 5. Temparary Heat and Ventflation a. Provide temporary heat as necessary for protectian or campletion of Work. b. Provide temporary heat and ventilation io assure safe working conc�ition�. B. Sanitary Facilities 1. Pz-ovide and maintaan sanitary facili�ies far persons on Site. a. Comply with regulations of �tat� and leeal department� a�heaIth. 2. Enforce use of sanitary facilities by consinzcti.on persannel at jab si#e. a. Enciose and anchor sanft�y facilities. b. No discharge will be allawed from these faciiities. c. Col�ect and store sewage and waste so xs nat to cause nuisance or heal�i problem. d. Haul sewage and waste off-site at no less than weekfy intervals and praperly dispose in accordance with applicable regulation. 3. Locate fac'rli�ies near Work Site and keep elean and maintained throughout Projeci. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequate�y ventilated, watertight, weatherpraof storage facilities with floor above ground level for materiais and equipment susceptible to weatiier damage. 2. Storage of materials not suscept�ble to weather damage may be on hlocks off gtound. 3. �taxe materials in a neat and orderiy manner. a. Place materials and equipment to permit easy access for identificatio�, inspection and inventory. 4. Equip building with lockable d.oars and lighting, and provide eIectgical service for equipr�ent space heaters and heating or ventilatian as necessary to provide storage environments aeceptable to specified manufacturers. 5. Fi1I and grade site for tempo�ary structures to provide drainage away from temparary and existing buiIdings, 6. Remove building fram site prior to Final Acceptance. D. Temporary F'encing Provide and maintain for the duratzon or construction when require�. in eontract documents E. Dust Contt-ol C1TY OP FORT WORTH 2O18 Bond Year 2, Contract 13 STANbARD COI�iSTRUCTIO�I SP�CIFICATION DOCi.JTvIENTS City Project No. 1 Q1475-1 Revised July 1, 20ll O150D0-3 TEMPORARY FL�CII,ITIES AND CO3V'fIiOIS Page 3 of 4 1. Contractar is responsible for maintaining dusY control through the durat�on of the project. a. Contractor remains on-call at all times b. Must respond in a tim.ely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [N�T USED� 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.i CLaSEOUT SUBMITTALS [NOT USEDj 1.8 MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1,1z WARRANTY [N�T USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 31 INSTALLERS [NOT USED] 3.2 EXAMINATI�N [NOT USED] 3,3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain alI temporary facilities for duration af construction activities as needed. 3.5 [REPAIR] 1 [RESTORATI[)N] 3.6 RE INSTALLATION 3.7 FIELD [o�] SITE QUALITY CONTROL [NOT USED] 3.� SYSTEM STARTUP [NOT USEDJ 3.9 ADJUSTING [NOT USED] 3.10 CLEANING �NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 2018 Bond Year 2, Contract 13 CI1`Y OF FORT �ORTH City Project No. 1 D1475-1 STANDARD CONSTRUCTION SPEGIFICATION DOCUMENPS Revised July l, 201 l O1 5000-4 TBMPORARY FACII.ITIES AND CONTROLS Page 4 of 4 Remove aIl temporary facfli�es and restare area after completion of the Work, ia a condition equal to or better than priar to s#art of Work. 31� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT U�ED] 319 ATTACHIVIENT� [NOT USED] END OF SECTION Revision Lag DATE I NAME f �UN�vIARy OF CHANGE C.1TY OF FORT WORTH STANbARD CONSTRUCTION 3PECIFICATION DpCIJMENTS 2�18 sond Year 2, Contract 13 Revised 7uly 1, 2011 City Prnject No. 101475-1 015526-1 57'REET USE PERMiT AND MOIIIFICATIONS TO TRt�FFIC CONTROL Page 1 af 3 SECTION Ol �� 26 STREET USE PERM�T AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAi, 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approv�d traf�c control c. Remaval of Sireet Signs B. Deviations from this City af Fort Worth Standard Speeification 1. None. C. Related Speci�ication Sections include, but are not necessarily limitec� to: 1. Di�ision �— Bidding Requirements, Contract Forms and Conditions af the Coniract 2. Divisian 1— General Aequire�nents 3. 5ectian 34 71 13 — Trafiic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measure�nent and Payment 1. Work associated with this Item is considered subsidiary to the various Iterns %id. No separate payment wiil be allowed far this Item. 1.3 REFERENCES A. Reference Standa�ds I. Reference sta�dards cited in this specification refer to the current reference standard published at the time of tiie latest revision date lagged at ihe end of this specification, unless a date is specifically cited. 2. Texas Manual o� Uniform Traffic Control Devices (TMUTCD). 1.4 ADMI�iISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, pravide Traffic Control �n accordance with Drawings and Section 34 71 i3. b, When traf�ie control plans are not included in the Drawings, prepare traffic con�ral plans in accordance with Section 3�4 71 13 and submit to City for review. 1) Allow minimum 10 worl�ng days for review of proposed Traffic Control. B. 5t�eet Use Permit 1. Prior to installation af Trafiic Control, a City Street Use Pern�it is required. a. To obtain Street Use Perm�t, submiY Traffic Control Plans to City Transpartation and Public Works Department. CITY OF PORT WORTH 2O18 Bond Year 2, Contract 13 STAAFDAZtD CONSTRUC"PION 3PECIFICATION DOCiTMENTS City Project Na 141475-1 Revised July 1, 2011 01 55 26 - 2 STItEET USE PERMI'I' ANb IVIpi)IFICATIONS TO TRAFPIC CONTRpL Page 2 of 3 1) Allow a minimum af 5 warkin.g days for permit review. 2) Cantractor's respansibiiity to coordinate review o� Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification ta Approved Traffic Cantrol 1. Priar to installation traffic control: a. Submit rev�sed traffic control pIans to City Department Transportation and Pubiic Works Depart�nent. 1) Revise Traffic Control plans in accorda.nce �th Section 34 71 13. 2) Allaw minimum S working days for review of revised T'raffic Control. 3} Ii is the Contractor's responsibility to co.ordinate review of Traffc Control plans for Street Use Pernut, such ihat canstruc�ion is not detayed. D. Remaval of S#t'eet Sign 1. If it is deternained that a street sign must be removed for construction, then co�tact Ciry Transpartation and P�ablic Warks Department, Signs a�d Markings Di•vision to rernove the sign. E. Temporaty Signage I. in the case of regu�atory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of �he Texas Manual on Uniform Traf£'ic Control Devices {MU1'CD}. 2. I�stall temporary sign befare the removal of permanent sigi. 3. When construction is complete, to the exient that the pernnanent sign can be reinstalled, contact the City Transportataon and Public Wo�ks Department, �igns and Markings Divisian, to reinstall the pez-ananent sign. F. Traf�c Conirol Standartis �. Traffic Control Standards can be fnund on the City's Buzzsavv website. L� SUBMiTTALS [NOT USED) 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED) 1.7 CL�SEOUT SUBMITTALS jNOT USED] 1•8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 19 QUALITY ASSURANCE [NUT USED] 1.�0 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [SITE] CONDITIONS [1VOT USED] 1.1� WARRANTY [NQT USED] PART � - PRODUCTS [NOT USED] PART 3 � EXECUTION [N�T USED� END OF SECTION CFfY bF FQRT WORTH STA�IDARD CONSTItL1CTION SP�CIFICATION DOCLI3vIENTS 2018 Bor�d Year 2, Contracf 13 Re�ised 7uiy 1, 2011 Ciiy Pcoject No. 10] 475-� 015526-3 STR�ET U5E PERMiT .4Nf3IVI0I71FICATIONS TO TRAFF'IC CONTROL Page 3 of 3 Revision Log DATE I NAME I SUMMARY OF CHANGE C1TY OF FORT WORTH 2O18 Bond Year 2, Contraot 13 STANDARD CONSTRUCTIOTI SPECIFICATION DOCiTMENT5 City Project No. 16i�75-1 Revised July 1, 2011 015713-1 STORM WATEA POLT,UTION PREVENTIdTF Page 1 af 3 SECTiON Q15913 STORM WATER PO�LUTION PREVENTION PART 1 � GENERAi., 1.1 SUMMARY A. Secti�n Includes: l. Proeedures for Storm Water Follution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Re3ated 5pecification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contraet Formis and Conditions of the Contract 2. Division 1-- General Reqnirements 3. Section 31 25 00 — Erosion and Sediment Contral i.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Paym�ent 1. Constructian Activities resulting in less than 1 acre of disturbance a. Wark associated with this item is considered subsidiary to the various Items bid. No separate payrnent wi�l be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of distui'hance a. Measurement and Payment shall be in accordance with Section 31 25 00. i.3 REFERENCES A. Abbreviations and Acron.yrns 1. Notice of Intent: NOI 2. Notice af Termination: NOT 3. Storm Water Pollutzon P�evention Plan: SWPPP 4. Texas Cornxnission on Enviranmental Quality: TCEQ 5. Notice of Change: NOC A. Re%rence Standards 1. Reference standxrds eited in this Speeification refer ta the current reference standard p�hlished at the time of the latest revision date logged at the end af this Specification, unless a date is specificaliy cited. 2. Integrated 5torm Management (iSWM} Technical Manual for Construction Controls 1,4 AD1i�I1NISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with campliance to Siormwater Pollutian Pre�ention Plan. C1TY OF FORT WORTH 2D18 Sond Year 2, Contract 13 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjecY No. 107475-1 Revised Juiy l, 2011 ai s� �3 -z STORM WATER PQLLLTTION P12BVENTION Page 2 of 3 B. Construction Activities resuTting in: 1. Less than 1 acre of disturbance a. Provide erosion an�{ sediment control in accordance with Section 31 25 OU and Drawings. 2. 1 to less ti�an S acres of disturhance a. Texas Pollutant Discharge Elimina�ion System (TPDES) General Construction Permit is required b. Camplete SWPPP in accordance with TCEQ requirements 1) TCEQ Srnall Construction Site Natice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Freconstruction Meeting, send 1 copy to City Department of Tra�sportation and Public Works, Environmental Division, (817) 392- 6088. 2} Provide erosion and sedimen# control in accordance with: a) 5ection 31 25 00 b) The Drawings c) TXRi50000 General Permit d} SWpP1_7 e) TCEQ r�quirements 3. 5 acres or more of Disiurbance a. Texas Follutant Discharge Elimination System {TPDES) General Constz-uction Perniit is requirec� b. Complete SWPPP in accorclance with TCEQ requirexnents 1) Prepare a TCEQ NOI form and sub�nit to TCEQ along with required fee a) S�gn and post at job site b) Send capy to Ciiy Department of Transportation and 1'ublic Works, Environmental Division, (817) 392-b08$. 2) TCEQ Notice af Change required if inakilag changes or updates tv NOI 3) Pravide erosion and sediment control in accardance wit1�; a) 5ect�on 3125 00 b) The Drawings c) TXR150000 General Permit d} �WPpp e) TCEQ requirements 4) Once the praject has beeu completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of'Ternunation can be submitted. a) Send copy to City De}�artment of Transportatio;n and Public Works, Environmental Divisian, {817) 392-6488. 1.5 SUBMITTAL� A. SWPPP Submit in accordance with Section 01 33 Q0, except as staied herein. a. Prior to the Precans�ction Meeting, submit a draft copy of SWP�'P ta thc City as follows: 1) 1 copy to tlte City Project Manager a} Cfty Project Manager wi11 farward to the City Department of Transportation and Fuhlic Works, Environmental Division for review CITY OF FOR1` WORTTi STANDARD CONSTRUCTION SPECIFICATiON DpCiJMEN'�S 201 g Bond Year 2, Contract 13 Revised Tuly l, 20l � Gity Project No. � p1475-1 01 57 13 - 3 STORM WATER POLLUTIOTI PREVENTION Fage 3 of 3 B. Modi�ied SWPPP L If the SWPPP is revised dttring canstruction, resubmit modifiec3 SWPPP to the City in accordance with Section O1 33 00. 1.6 ACTION SUEMITTAL�/INFURMATIONAL SUBMITTALS [NOT USED] 1.'� CLOSEOUT SIIBMITTALS [NOT [78ED] 1.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HA.NDL�IVG [NOT i]�SED] 1.11 FIELD [SITE] CONDITIONS [N�T USED] 1.12 WARRANTY [N4T USED) PART � - PRODUCTS [NOT USEDJ PART 3 - EXECUTION [NOT USED] END OF SECTION Revisior� Log DATE I N�� I SUMMARY OF CHANGE CITY OF FORT WORTH 20i 6 Bond Year 2, Contract 13 STAI�DA�RD CONSTRUCTION SPECIFICATION DOCUMENT3 City Project No. i Oi 475-1 Revised July 1, 2411 Q15813-1 'FEMPORARY PROJECT S3GiVAGE Page 1 of 3 sECTioN ai �s �� TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. �ectian Includes: 1. Temporary Project Signage Requiretr�ents B. Deviations from this City of Fort Worth Standard Speciiication l. None. C. Related Speci�cation Sections include, hut are not necessarily Iimited to: 1. Division d— Bidding Requirements, Contx'act Forrns 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 ta the various Items bid. No separate payment will be allaw�d �or this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT IISED] 1.� SUBMITTALS [NOT U$ED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �NOT U�ED] l.i CLOSEOUT SUBMYTTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] i.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] i.11 FIELD [SITE] CONDITIONS ENOT U�ED] 1.12 WARR.ANTY [NOT USED] PAR,T 2 - PRODUCTS �.1 OWNER-FURNISHED [ox] �WNER-SUPPLIEDPRODUCTS [NOT USED] �.� EQiJIPMENT, PRODUCT TYPES, AND MATERiAI.S A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details f�r praject signs. C1TY OF FOTZT WOR1Ti 2018 Bond Year 2, Contract 13 5TANFJARD CONSTRUCTION SPEC�ICAT30N AOCiTMENTS Ciry Proje�t No. 101475-1 Itevised July 1, 20l 1 O1S813-2 'i'EIVIl'ORAIiY PRQJECT SIGNAGE Page 2 of 3 B. Matezials 1. Szgn a. Constructed of 3/a-inch fir plywaod, grade A-C (exterior) or bettex �.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL (NOT USED) PAR,T 3 - EXECUTIQN 3.1 iNSTALLERS [NOT USEDj 3.� EXAMINATION [NOT USEDj 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Generai 1. Provide vertical ix�stallation at extents of project_ 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3•5 REPAIR / RESTORA'TION [NOT USED] 3.6 RE-INSTALLATION [N4T USED] 3.�' F�ELD [ox] SITE QUALITY CONTR�L [N4T USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING (N�T USED] 3.�.1 CLQSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION �NOT USED] 3.13 MAINTENANCE A. General I. Maintenance wi11 include pai�tting and repairs as needed or direc�ed by t�e City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 2O18 Bond Year 2, Coniract 13 STANDARD Cp]+FSTRUCTIdN S�ECIFfCATION DOCLTMENTS City Project Na. i 01475-1 Revised July I, 2011 015813-3 '�'E]y(ppRARy pKOJBCT SIGNAGE Page 3 of 3 Revision Log DATE NAME I SUMMARY OF CHANGE 2018 Bond Year 2, Contrect 13 CITY OF FORT WORTH City project �[o. 101475-i STAl+]DAR� CQNST1iUCTIdN SPECIFICATTQN AOCUME1+iT3 Revised July 1, 2011 Ol 60 OD PRODUCT I2EQiISREIv1EN`CS Page 1 0£2 sECTioN ai sa o0 PRODUCT REQUIREMENTS PART 1- GENERAi� 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fart Woz�h Standard Speciiication 1. None. C. Related Specification Sections incl�de, but are not necessarily limited to: ]_ Division 0— Bidding Requirements, Contract Forms and Condi�ians ai the Contract 2. Division 1— General Requirements 1,2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: http�:l/apps.fortworthtexas.gov/ProjectResaurcesl and followis�g the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's 5tandard Praduct List in these Contract Documents shall be allowed far use on the Project. 1. Any subsequently approved praducts will only be allowed £or use upon specific approval by the City. C. Any speciiic product requirements in the ConL�ract Documents supersede similaz' producfs included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a speciiic product is included an City's Standard Product List, not all products from that manufacturer are approved for use, including but nat limitad to, that manufactuxer's standard product. E. See Section O I 33 00 for submittal r�quirements of Product Data included on City's 5tandard Product List. 1.� SUBMITTALS [NOT USEDj 1.6 ACTION SUBMITTALS/Il�FORMATIONAL SUBMITTALS [NOT USED] L'� CLOSEOUT SUBMITTALS [NOT USED] l,g MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 1.9 QIIALITY ASSURANCE [NOT USEDJ [Tnsert Project Name] CI'I`Y OF FORT WOR'I`H [Insert Project Number] STANDpRD CONS'I'IZUCTION SPEC�ICATIaN DOCUMENTS Revised March 9, 2020 ai sa ao PRODUGT REQUIRE]�IEd+iT5 Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD jSITEj CONDITIONS [NOT USEDj 112 WARRAiv'Ty [NOT USED] PART 2 - PRODUCTS [NOT USED) PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DAT'E ivp,n,fE 10/12/ ] 2 D. Johnson 3/9/2020 D.V. Magana SUMMARY OF CHANGE Modified Locatiob of City's Standazd Prodnet List Removed reference to Buzzsaw and noted that the City approved products lest is xccessible through the City's website. crr� aF �o�T waxTx STANDARD CONST`�tUCTIpN SPECIFICATION DpCUIv1ENTg C7nsert Projeot Na�e] Revised March 9, 2020 [Insert Project Number] Ol6bDO-1 PRODUC`T' STORAGE AND HANDLIl`IG REQUTREMENT5 Page 1 of 4 sECT�oN o16� ao PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 11 SUMMARY A. Section Includes: i. Scheduling of produci delivery 2. Packaging of praducts for delivery 3. P ratection of products against damage froxn: a. Handling b. Exposure to elements or l�arsh environrnents B. Deviatians from this City of Fort Worth Standard Specification 1. None. C. Related Specifcation Sectians include, but are noY necessarily limited to: i. Division 0— Bidc�ing Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PROCEDURES A. Meas�rement and Payment 1. Work associa�ed with this Item is considered subsidiary to the various Itams bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED) 1.4 ADMINISTRATNE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBNIITTALSIINFOR.MATIONAL SUSMITTALS [NOT USEDj 1.7 CLOSEOUT SUBMITTALS [N�T USED] 1,g MAINTENANCE MATERIAL SUBMrTTALS jNOT U�ED] 1.9 QUALITY ASSURANCE [NOT USED] 1.1U DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule deiivery af products or eguipment as required to allow timely installation and to avoid prolongeci storage. 2. Proaide appropriate personnel and eyuipmef�t to receive deliveries. 3. Delivery trucks will nat be permitted ta wait extended periods of time o� the Site for personnel or equipment to receive the delivery. 2018 Bond Year 2, Cantract 13 CTI'Y OF FORT WOR'I'f-I City Project Mo. 1 D1475-i 5TANAARD CONSTRUCTION SPEC�ICATIOTI DOCUMEi�3T5 Rev3sed 7nly 1, 2011 PR017�fJCT S7'ORAGE AND HANDLIhIG Z2EQi7II2�MENTS Page 2 of 4 4. Deiiver praduc#s or eq�zipment in manufacturer's origrnal unbroken cartans ar other contain�rs designed and canstructed to pratect the contents from physical or er��ironmenta� damage. 5. Clearly and fully mark ana id�ntify as to manufacturer, item and installatran Iacatian. 6. Provide manufactt�rex's insttuctians for storage and handling, B. Handling Requirements Handle producfs ar equipment in accordance with tk�ese Contract Documents and manufactut-er's recommendations and instructions. C. Storage Requirements 4. 5. 7. 8. Stare materials in accordance with manufacturer's recommendations and requirements of these Specificat�ons, 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfactio:n of City's Project Representative. a. Total length which materials may be distributed along route of construction at one tir�e is 1,000 linear feet, uniess atherwise appraved in writing by City's Project Representative. 9• Keep pubtic and private driveways and street crossings open_ Make necessary pravisions far safe siorage of materials ancl equipment. a. Place loose sail materials and materials ta be incatporated into Work io preve�t damage to any part of �7Vork or existing facilities and to maintain free access at all times to all parts of Wark and to utiliry service company installatians in vicinity of Work. Keep materials and eq�zipment n�atIy and compactly stared in locatzans that vv�ll cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to pro�ide easy access for inspection. Restrict storage to areas avaiIabTe on construction site far storage af xnaterial and equip�nent as shown on Drawings, ar approved by City's Project Represez�tati�e. Pro�ide off-site storage and protection when on-site starage is not adequate. a. Pro�ide addresses of and access to off-site storage locaiions for inspection by City's Project Representative. Do not use law�s, grass plots or other private property for storage purposes without written permissian of owner or other person in possession or control of gremises. Store in manufacturers' unopex�ed containers. Neatly, safeiy and compactly stack materiais delivered and stored along 1i�e of Work �o avoid inconvenYence and datnage to property o�,vners and general puhlic and maintain at least 3 feet from fire hydrant, c�� o� �a�T waxTx STANI]ARD CpHSTRUCTIOI�i SPECIFICATIflN DOCTFMENTS 2018 Bond Year 2, Contract 13 Revised 7u[y 1, 2U11 Gity Pra}ec# No. 1D1475-1 D16600-3 PROAi3CT STORAGE A3�ID HANDLING REQUIItEMENTS Page 3 of 4 1.11 F�ELD [SITE] CONDITIONS [NOT USED] 11� 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 U�ED] 3.4 ERECTION [NOT USED] 3,5 REpAIR / RESTORATION [NOT U�ED] 3,6 RE-INSTALLATION [NOT USED] 3.7 FIELD �ox] SITE QUALTTY CC)NTROL A. Tesis and Inspections 1. Inspect all praducts or equipment delivered to ihe site prior to unloading. B. Not�-Conforming Work 1. Reject all products or equipment that are damaged, used ar in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP �NOT USED� 3.9 ADJUSTING [NOT USED] 3.10 CLEAI�ING [NOT USED] 311 CLOSEOUT ACTIVIT`IES [NOT USED] 3.12 PROTECTION A. Protect all products or equiprnent in accordance with manufacturer's written directions. B. Store products or equipment in iocation to avaid physical damage ta iterr�s while in s�orage. C. Protect equipment fram expasure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 2018 Bond Year 2, Cantract 13 C1TY OF FORT WORTH Ciry Project Mo. 141475-1 STAN➢ARD CONSTRUCTION SPEC[FICATIOT! BdGi)MENTS Revised 7uly 1, 2011 PRODUGT STORACiE ANB I-IANDLING j�EQUgLEMENTS Page 4 of 9 Revision Log I�ATE � NAME I SUMMARy OF CHANGE CITY OF FOR"I' WORTH STANDARD CON57RUCTION SPECiI7ICATION DOCLTMENTS 2fl�B $ond Year 2, Cantracf 13 Revised duly ], 20f ] City Project Np. 101475-1 Dl 70 00 - 1 MOBII.IZATTON AND REMOBILIZATIQN Page I of4 1 2 3 PART 1 - GENERA[. 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 �3 4� �5 SECTION 0170 OQ MOB�i,IZATION AND REMOBiL�ZATION A. Section Includes: 1. Mobilization and Demobilization a, Mobilization 1) Transportation of Contractor's personnel, eq��pment, and op�rating supplies to #he Site 2) Establishment of necessary general facilities for the Contractor's aperation at t�e Site 3) 1'remiu�ns paid %r perfonmance and payment bonds 4) Transportatian of Contractor's personnel, equipment, and operat�ng supplies to another ]ocation within the designated Site 5) Relocation of necessary general facilities for the Cantractar's operation frorr� 1 location to another Iocak�on on the Site. b. Demobilizatian 1) Transportat�on of Contractor's personnel, equipment, and operating supplies away fram the 5iie incl�ding disassembly 2) Site Clean-up 3} Removal of all buiidings and/or ot�er facilities assembled at the Site for this Contract c. Mobilization and Demobilization da �ot include activities for specific items af wark that are for which payment is provided elsewhere in the contract. 2. � Rernobilizatian a. Remobilization for Suspension of Work speciiically required in the Contract Documents or as required by City includes: 1) Demobilization a} Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Cantract Documents 2} Remobilizaiion a) Transportation af Contractor's personnel, equipment, and operating supplies to the Site necessary io resume the Work. b) Establishment of necessary general facilities for ihe Contrac#or's operation at the Site necessary to resume the Work. 3) Na Payments wi11 be made for: a) Mobilization and Demobilization from one location to another on khe Site in the nortna� progress of per%nning the Work. b) Stand-by or idle time c) Lost proiits Mobilizatians and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OP FQRT WORT�I STANDAI2D CONS`�iUGTI03�F SPECIFICATIQN DOCI3MEN'I'S Revised Novemher 22, 2016 2018 Boud Year 2, Conlract 13 Gity Pro}ect 3+l0. 101475-1 017U60-2 MOBILIZATION AND REMOBTLIZATIpIV Page 2 of 4 1 2 3 4 5 b 7 8 9 10 11 12 13 14 1S lb 17 I8 I} Mobilization shall consist of the activities arnd cast on a Work Order basis necessaty for: a) Tratzsportation of Contractar's personnel, equipment, anc� operating supplies to the Site for the issued Work Qrder. b) Establishment of necessary general facili�ies for the Contractar's operafion at the Site for the issued Work Order 2) Demobilization sha�2 consist ofthe activif;ies and cost necessary for: a} Transportation of Contxactar's personnel, equipment, and operating supplies from the Siie including disassembly for each issued Work Order b) Site C�ean-up for each issued Wor1c Order c) Rern�oval of a1T huildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobili2ation do not include activities for speci�c items of wark for whic� payment is provided elsewhere in the contxact. 4. Emergency Mobilizations and Deznobilization for Miscellaneaus Prajects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. � g B. I)eVlc'itFDi1S frc�m this �iiy oz Fork Worth Standard Specification Z� 1. Nane. z� C. Related 5pecification 5ections include, hut are not necessarily limited to: 22 i. Division 0— Bidding Requirements, Cantract Forms and Conditions o� the Contract 23 2. Division 1— General Req�iremenis 24 1.2 FRICE AND PAYMENT PROCEDURES 25 2b 27 zs 24 30 3Z 32 33 34 35 36 37 38 39 40 4I 42 43 44 45 A. Measurem�nt and Payment B. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various ltems bid. b. Payment 1) The work performed and materiais furnis�ed in accordance with this Iterri are subsidiary to the various Items bid and no other campensation will be allowed. 2. Remobilization for suspensian of Wark as specifically required in the Contract Docutr�ents a. Measurement 1) Measurerrient for this Item shaIt be pear eael� remobilization perfortned. b. Fayment 1) The work performed and maEerials furnisl�ed in accordance vvith this Item and measured as providet� under "Measurement" wi11 be paid for at the unit price per �ach "Spec�f ed Remobiiization" in accordance with Contract Documents. c. The price shall include: 1) DemobiIization as described in Section 1.I.A.2.a.1) 2) Remobilization as described in Se�tion 1.1.A.2.a.2) CITY bF FORT WORTH STANDAItD CdNSTRUCTIpN SPECIFICATIpN DOCUMEMTS 2018 Bond Yeac 2, Contract 13 IZevised November 22, 2p16 Ciiy Froject No. 1 D 1475-1 017000-3 �viOBILiZATION AND REMOBILIZA'TION Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 z� 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accardance with Article 10 of Section 00 72 00. 2j No payments will be made for standby, idle time, or iost profts associated with this I#em. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Meastu-en�ent far this Item shall be for each Mobilization an.d Demobslization required by the Contract Docuxnents b. Payment 1) The Wark performed and materials furnished in accordance with this item and measured as provided under "Measurement" will be paid far at the un�t price per each "Wark Order Mobilization" in accordance with Contract Documents. De�obilization shall be co�sidered subsidiary to rnobilization and shall not be paid for separately. c. The price shall include: 1) Mobiliaation as described in Section 1.1.A.3.a.1) 2) Demobilizarion as described in Section 1.1.A.3.a.2) d. Na payments will be made for standby, idle tirne, or lost profits associa#ed this Itern. 5. Emergency Mobilizatians and Dexnobilizations for Miscellaneous Projects a. Measurement 1) Measurementi for this Item shall be for each Mobilizat�on and Demobilization required by the Contract Documents b. Payment 1) The Wor� perfortned 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 Ernergency Mobilization" in accordance with Contract Documents. Demobilization shall be cansidered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in �ectian 1.1.A.3.a.2) d, No paysnents will be made for standby, idle time, or lost profits associated this Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMTNISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT U�ED] 42 1.6 IN�'ORMATIONAL SUBMITTALS [NOT USEDj 43 1.'� CLOSEOUT SUBMITTALS jNOT USED] 44 1.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED� 2018 Bond Year 2, Contrncl i3 CITY OF FORT WdItTH City Project No. 101475-1 STANDARD CONSTRILTCT1flN SPECIFICATION DOC�.NTS Revised November 22, 201 b 01 70 00 - 4 1VCOBILIZATION ANb REMOBILIZATION Page 4 of 4 1 1.9 QUAI�ITY ASSURANCE [NOT USED] 2 1,1� DELIVERY, STQRAGE, AND HANDL�NG [N�T USED] 3 1.11 FIELD [SITE] CONDITIONS [NQT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2- PRODUCTS [NOT USED] s PART 3- EXECUTION �NOT USEDj 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 1 ll22/1& Michaei C3wen 1•2 price and Payment procedures - Re�ised specification, including blue text, to ake specification flexible far either subsidiary or paid bid i#em for Mobilization. 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFICA'I'iON DOCi7MENT5 2018 Honc� Year 2, Canfcaci ]3 Revised November22, 20]6 Cfty Project No. 101475-1 oinza-i CONSTItUCTION STAKING AND SURVEY Page 1 of $ SECTION Ol 71 �3 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAi. 1.1 SUMMARY A. Section Includes: 1. Requiremenis for construction staking and ca�struction survey B. Deviations frorn this Ciry of �'ort Wflrih Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iixnited to: l. Divisian 0— Bidding Requirements, Contract Fo�ns and Conditions of the Co�tracY 2. Division 1— General Requirements 1.2 PRTCE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Conshuction Staking a. Measurernent 1) Measurement for this Item shaIl be by lump surr�. b. Payment 1) The work performed and the materials f�rnished in accorda�ce with this Item shall be paid for at the iump sum price bid for "Construction Staking". 2} Payrnent for "Canstrucii4n Staking" shall be made in partiai payxnents prorated by work completed compared to �otal work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification af control data provided by City. 2) Placement, maintenance and replacement of required stalces and markings in the field. 3) Preparaiion and submittai of construction staking docu�nentation in t�e form af "cut sheets" using the City's standard iemplate. 2. Construction Survey a. Measurement 1} This Item is considered subsidiary to the various Items bid. b. Payment 1} The work performed and the materials furnished in accorciance with this Item are subsidiary to the various Tte�ns bid and no other compensation will be aliowed. 3. As-Built Survey a. Measurement 1) Measurement for this Item shall be by lu�np sum. b. Payment 1) The work perfarmed and the materials furnished in accordance with this Item shall be paid for at the ltunp sum price bid for "As-Built Survey". GI'1'Y OF FQRT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPECIFICATIbN DOCLJMENTS City Prctject EVo. 101475-i Aevised February 14, 2a18 017123-2 CONSTRiTCTION STATCING �.ND SURVEY Paga 2 of 8 2) Fayment far "Constn�.c�ion Stak�ing" shall be made ir� partial payments prorated by wark compl�ted eomparad to totai work included in the Iump sum iterrt. c. The price bid shaI� include, but not be limited to the follawing:: 1) Field measurements and survey shots ta identify location of campleted facili#ies. 2) Doc�.unentat�on and submfttal of as-built survey data anto contractor redline plans and digital survey fiTes. 1.3 RE�'ERENCE� A. Definitions 1. Canstructian Surve - The survey mea�urements made prior to or while construction is in pragress to control elevation, horizanYal position, dimensions and confi�ration of structures/improvements included in the Project D�awings. 2. As-built Survey —The measurements made after the construction of the improvement features are complete to provide position caordinates for the features of a project. 3. Constn�ction S�akin — The placement of stakes aiic� ma�kings to provide offsets and elevations to cut and fill in arder to loeate on the ground ihe designed structures/improveznents included in Lhe Praject Drawings. Construction staking shall include staking easements and/or right of way if indicated on tl�e plans. 4. 5urve "Field Checks" — Measurements rnade after construction staking is completed and before constructian work begins to ens�re that structures marked on the gound are accurately located per Projeci Drawings. B. TechnicaI References 1. Cziy of Fort Warth — Construct�on Staking Standards {aeailable an City's Buzzsaw website} — O1 71 23.16.01 A�tachment A_Survey Staldng Standards 2. City of Fort Worth - Stan�ard Survey Data ColIector Library (fxt) fites {available on City's Buzzsaw website}. 3. Texas Departtnent af Transporiation {TxDOT} Survey Manual, tat�st revision 4. Texas Society of Professional Land Surveyors (TSPS}, Manual of Practice for Land Surveying in i�e State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. Tite Con#rattor's seIectinn of a surveyor must comply with Texas Gt►vernmen� Code ���4 {qualificatians based selection} far this project. 1.� SUBIVIITTALS A. Submrttais, if required, shail be zn accordance with Section O1 33 00. B, A11 submittals shall be received anc� reviewed by the City prior to delivery af work. 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS A, Fietd Quality Control Submittals CFI'Y OF FORT WOR1'}3 STANDARD CON57�tUCTION SPECTFICATION DOCUMENTS 2018 Bond Year 2, Gontract 13 Revised Fe6ruary 14, 201$ Ci�y Project No. 101475-1 017123-3 COIVSTRUCTION S'f'AK1NG A1�iD SLTAVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including Coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut-Sheets" co�forming to the standard iernplate provided by the City {refer to O1 71 23.16.O1— Attachment A-- Survey Staking Standards). l.i CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locationslelevations of canstructed improvements �igned and sealed by R�gzstared Pro�essional Land Surveyor (RPLS} responsible for the work (refer to 01 71 23.16.01 — At�achment A — Survey Staking Standards} . 2. Contractor shall submit ihe proposed as-built and completed redline drawing sub�nittal one {1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-buitt r�dline drawings and resubmitted to the City prior to schednling ti�e construction final inspectian. 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 1.9 QUALITY ASSITRANCE A. Construction Staking 1. Constructian staking will be performed by the Contractor. 2. Coardination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduied. b. It is the ContractQr's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Coniractor is responsible for preserving and maintaining stakes. If City surveyozs are required to re-stake for any reason, the Contzactor will be responsible for costs to perform staldng. If in �lae opinion of the City, a sufiicient number of stakes or marldngs have been lost, destroyed disturbed or omitted that the contracted Work cannot take place th�n tha Co�txactor wi11 be required to stake or re-stake the defieient areas. B. Construction Survey 1. Construction 5urvey will be performed by the Cantractor. 2. Coordination a. Contractar to verify ihat horizontal and vertical conY.rol data established in the design survey and required for canstructian survey is available and in place. 3. General a. Construciion survey will be perFormed in order to construct the work s�own on the Canstruction Drawings and specified in the Contract Doeuments. b. For consir�ctian methods other than open cui, the Contractor shall perform construction s�uvey and verify contral data including, but nat limited to, the following: 1} Verification that established benchrnarks and control are accurate. CITY OF FORT WORTH 2D18 Bond Year 2, Conirad 13 STAI*IDARD CONSTRUCTION SP�CIFICATION DOCT.IMENFS City Project 1Vo. 101475-1 Revised February 14, 2018 017123-4 CONSTRUCTION $TAKING AND SURV$Y Page 4 af 8 2) Use ofBenchmarks to fuznish and maintair� a1i reference lines and grades far tunneIing, 3) Use af Iine and grades to establish the lacation of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, azid allow the City to check guidance system setup prior to beginning each tunrieling drive. Sj Pra�vide access fflr the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6} The Cantractar remains fully re,sponsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during eonstruction, 8) Record deviatian with respect ta design line and grade once at each pipe joint and submit daily records to the City. 9) If the insfia�lation does not meet the specifiec� toIerances {as outiined in Sectzans 33 05 23 and/or 33 OS 24), irrnnediately notify the City and carrect the znstallatzon in accardance with the Contract Dacuments. C. As-Built Survey 1. Required As-Built Sutvey will be perFormed by the Cantractor. ? : C�ordinat�on a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor's responsi�bility to coordinate the as-bui�t s�uvay and required measuremenis for items that are ta be buried such that constructian activities are not delayed or negatively impacted. c. For sewer maans and water mains 12" and under in diameter, it is acceptable to physica�ly measure depth and mark the location during the progxess of constrttction and take as-built survey after the facility has been buried. The Contractar is responsible for the quaiity cantrol needed to ensure accuracy. 3. General a. The Cont�ractor shall provide as-built survey including the elevation and locat�on {and provide writ�en docutnentation to the City) af constx�zetion features during the progress of the construction inciuding the fallowing: l) Water Lines a} Top of pipe elevations at�d coordinates for waterlines at the following locations: (1} Minimum every 2SO linear fee�, including (2) Horizontal and vertieal points of inflection, curvaiure, etc. (3} Fire line tee (4) Plugs, stZab-outs, dead-end tines {5} Casing pipe (each end} and aIl buried fittings 2} Sanitary Sewer a) Top of pipe elevations and coordinates for force mains ar�d siphon sanitary sewer lines (non-gravity facilities) at the following locations: (1) Mini�um every 254 iinear feet and any buried fittings (2) Horizantai and vertical points of tnfiect�an, curvature, etc. 3} Starmwater -- Not Applicabte C]TY OF FORT WQRTH 5TA;NUARD CONSTAUCITON SPk,CIFICATIpN DDCUMENTS ��i $ Bfl�� Year 2, Contract 13 Revised Bebruary 14, 2418 City ProjecE No. 101475-1 017123-5 COi�ISTKYJCTION STAI{II�IG AND SURVEY Page 5 nf & b. The Contractor shall provide as-built survey including tne elevation and location (and provide written documentation to the City) of constructian features after the construction is completed including the following: 1) Manholes a} Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathadic protection test stations b) Sampling stations c} Meter boxes/vaults (All sizes) d} Fire hydrants e) Valves (gate, butterfly, etc.) � Air Release valves (Manhole ritn and vent pipe) g} Blaw off valves {Manhole rim and valve 3id) h) �'ressure plane valves i) Underground Vaults (1} Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts {1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junctian structure. 4) Stormwater — Not Applicable L1Q DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY pART 2 � PR�DUCTS A. A construction survey will produce, but will not be limited ta: I. Recovery of relevant control points, points of curvature and points of intersec�ion. 2. EstabIish ten�porary horizontal and vertical controi eievaiians (benchmarks) sufiiciently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and impravements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, ut�lities, streets, highways, tunnels, and other const�uction. b. A record of revisions or corrections noYed in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of faeiliiies, easeme:nts and improvements, as built. 4. G�t shee�s shall be provided ta the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on ihe standarci city template which can be obtained from the Survey Superintendent {817-392-7925). 5. Digital survey files in �he following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI �napefile {.shp) CITY OF FORT WORTH 2O18 Bond Year 2, Cnntract 13 STANDARD CONSTRUCTTON SPECIFICATION DOCLT3vIENTS City Project No_ 101475-1 Revised February 14, 2018 017123-6 COhISTRUCTION STAKING AN77 gURVEy Page 6 of 8 c. CS V�ie (.csvj, formatted with X and Y coordinat�, it� separate calumns (us� standard temptatea, if avazlable} G. Survey fles shall include vertical and horizontal data tied to originaI project contral and benchmarks, and shalI include feature descriptians PART 3 - EXECUTION 3.1 INSTALLERS A. Toierances: The staked Iocatian of any improvement or facility shauld be as accurate as practicat and necessary. The degree of precision required is dependent on many factors a31 of which must remain judgmental. The toIerances tisted hereafter are based an genexalities and, under certain circ�.unstances, shall yield to specific requirements. The surveyor s�all assess any situatian by review o�the overall plans and through consultation wiih responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or raugh cut shouId not exceed 0.1 ft. �ertical tolerance. Horizontal alignment for earthwork and rough cut shn�2lr� not PxcePd 1.0 ft, tolerance. b. Harizontal alignment an a structure shall be within .O.lft tolerance. c. Paving or concrate for streets, c�t'bs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionalIy, along a boundary ar a�y other restrictive line. Away from any restrictive line, these facilities shoulc� be staked with an accuracy producing no mare than O.OSft, #oierance fram their specified locations. d. Undez�ground and overhead ufilit�es, such as sewers, gas, water, �elephane and electric lines, si�al� be lacated hon€zontally within their prescribed areas ar easements. Wit�in assigned areas, these utilities should be staked with an accuracy producing no more than 0. I ft tolerance frozn a specified location. e. The acc�.tracy required far the verticallocation of utili�ies varies wideiy. Many underground utilities require only a zziinimum cover and a toierance of 0. � ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. 5�arveying instruinents sha11 be kept in clase adjustment according to manufact�u�er's specifications or in compliance to standards. The City reserves the righi ta request a calibration report at any time and recommends reg��ar maintenance schedule be performed by a certified technician every 6 months. 1. Fie1d measurements of angles and distances shaIl be done in such fashian as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be estab�ished from a pre-estabTished benchmark and checked by closing to a different hench mark on the sarne datum. 3. Constrt�ctian survey feld wvrk sha�l cozrespond to t�e client's plans. IrreguIarities or conflicts found shall be reparted promptly ta the City. 4. Re�isions, corrections and other pertinent data shall be Iogged for f�zture r�ference. CITY pF F012T WOIiTH STANDARD CONS'IRUCTION SPECIFICATIp1+I DOCITMENTS 2�18 Bond Year 2, Coniraci 13 Revised Fe�ruary 14, Zfl1$ City PrQject Np. 1D1475-1 OL7123-7 CONS'IitUCTION STAICING AND SURVEY Page 7 of 8 3.� EXAMINATION [NOT USED] 3.3 PREPAR.ATION [N�T USED] 3.4 APPLICATION 3.� REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuraents/points set hy the City, the monuments shali be adequately referenced for expedient restoration. 1. Not�fy City if any contral data needs io be restored or replaced due ta damage caused during construct�an operations. a. Contractor shall perform replacements and/or restorations. b. The City may require ai any time a survey "Field Check" of any monument ar benchmazks that are set be verified by the City surveyors before fiu-ther associated work can mave farward. 3.6 RE-INSTALLATION [NOT USED] 3.'7 FIELD �oR] SITE QUALITY CONTROL A. It is the Contracior's respansibility to maintain all stakes and control data placed by the City in accardance with this Specification. This includes easements and right of way, if noied on tt�e plans. B. Do not chan�e or relocate stakes or control data without appro�al from the City. 3.� SYSTEM STARTUP A. Survey Checks 1. The City reserves ti�e right to perform a Survey Check at any titne de�med necessary. 2. Checks hy City personnel or 3`d party contracted surveyor axe not intended to relieve the contractor of his�er responsibility %r acc�tracy. 3,9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [N�T USED] 312 PROTECTION (NOT USE➢] 313 NiA�NTENANCE [1lTOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revisian Log CITY OF FORT WORTf� 2018 Band Year 2, Contract 13 STANDARD CONSTRUCTION SPECiFICATiO3+F l]OCUMENTS City Prpject No. 101475-1 Revised February 14, 2U18 CITY OF FORT WORTH STANDARD CONSTItUCT10N SP£C1k'ICATION DOC1JfvIENTS Za�$ Boad Year 2, Contract i3 Revised Rebruary 14, 2p18 Ciiy Project No. 1 p1475-1 017I23-$ CONS'IRUCTIOIV STAKING AND SURVEY Page S of 8 _ , � ���ti�� 0171 ��.�1- A�ta��nne�n� � S�r��y S���in� St�nd�rds Fe,bruary 2017 O:�Specs-5tds Governanca Process�Temporary 5pec Files\Capital Delivery�Cap Delivery Di� 01�Q171 23.16A1 Attachment A_Survey Staking Standards.docx 2416 gflnd Year 2, Contract 13 Page 1 of 22 City Project No. 101475-1 These procedures are intended to provide a standard method for constr�ction staking service5 associated with the City of Fort Worth projects. These are not to be considered all i�c�usive, but onfy as a generaE guideline, F'vr profects on ►XDOT right-of way or through joint �XDOT participation, adherence to the TXDOi 5urvey ii/lanual shall be followed and if p discreppnry arises, the TX�OT manuol shall prevail. (I��t : or��inemanuafs.txdot. o� txaotmanuals ess ess.Adf) ff you ha�e a unique circumstance, piease consult with the project manager, inspector, or sur�ey department at 817-392-7925. �abl� o� �onients !. City of Fort Worth Contact Enformation II. Construction Colors ifl. Standard Staking Supplies IV. Surv�y Equipmen#, Control, and Datum 5tandards V. Water Staking VI. Sanitary Sewer Stak�ng V!!, 5tarm �taking VIII. Curb and Gutter Staking !X. Cut 5h�ets x. As-built S�rvey �;�Specs-Stds Governance Process�Temporary Spec Files\Capital Deli�ery�Cap Dali�ery �iv p1�01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 2018 Bond Year 2, Contract 13 City Praject [�o. 101475-1 1, Surr�ev I�����ment ��n�act Inforn�ation Physical and mailing address: 8851 Camp Bowie Wesfi Boulevard Suite 300 Fort Worth, Texas 7617.6 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-897�. I1. Cans�ructio� ��lors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint af laths/stakes, pain# of hubs, and any identification such as pin flags if nec�ssary. U�ility Color PROP�S�D EXCAVATION WHkTE ALL ELECTRIC AND �OiVDUITS `� =° POTABLE WATER � GAS OR OIL YLLLC]UV TELEPHDNE/FISER C}PTIC �1����� SURVEY CONTROL POINTS, BEt�CHMARK5, PROPERTY GOftNERS, RIGHT-OF-WAYS, AND P�1�1� ALL PAVING INCLUDING CURB, SIQEWALK, BUiL�ING CORNERS SANfiARY SEWER � IRRIGA710N AND RECLAIMED WATER .. .__.,. �::,� III. S�andar�d ���kin Su lies O:�Specs-Stds Governance Process�Temporary 5pec Files\Capital Delivery�Cap aelivery Div 01�0171 23.16.01_Attachment A_Survey S#aking 5tandards.docx 2018 Bond Year 2, Contract 13 Page 3 of 22 Cicy Project €�o. 101475-i Ifem flllinimum Siae !V. Surw� � ui r��r�i �en�raf �r�d �atur� Sia�d�rds A. City Benchmarks All city henchmarks can be found here: htt :/fortworthtexas,NU'�/itsolut,ions/GIS/ Look for'Zoning Maps'. Under `Layers' , expand `Basert�ap l.ayers', and check on `Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minirr-ium of a 10 arc-seco�rd instrurrtent is required. I I. A copy of the latest calibration report rnay be requested by the City at any time. It is recommended that an instrument be calibrated by certifled technician at feast 1 occurrence every 6 montf�s. C. P�etwar�t/V.R.S. and static GP5 Equipment l. It is critical that �he sc�r�eyor �erify the correct horizontal and �eriical datum prior comrnencing work. A site calibration may be required and shal! consist of at ieast 4 control point� spaced evenly apai i a��ca iii varying quadrar�ts. Additional field checks of the horizontal and �erticaf a�curacies shall be cot�npleted and the City may ask for a copy of the cafibratinn report at any time. II. Network GPS such as the Western �ata Systems or SmartNet systems rriay be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GPS sta�in for concrete�sanitary sewer, storm drain, #inal �rade. or an thin that needs �ertical radin with a tolerante of 0.25' or less is allowed, D. Coro#ro� Poir�ts 5et All control paints set shall be accompaniec! f�y a lath with the appropriate Nflrthing, Easting, ancf Ele�ation (if applicabl.e) of t�e poi�t set. Cantrol points can 6e set rebar, 'X' in concrete, or any other appropriate item with a stabfe base and of a semi-perrnanent nature. A rebar cap is optional, but preferred if the ca� is marked `controi point' or similar wording. Datasheets are required for alf controf points set. batash�et should include: A. Norizontal and Vertica! Datum used, Example: Rl.A.D.83, North Centra! Zone �202, NAVD S8 Ele�ations B. Grid ar ground distance. — If ground, pro�ide scale faetor used and base point coordinate, Exarnple: C.S.F.=0,999125, Base point=North: 0, East-fl C. Geoid mode! used, Example: GEOfp12A O:�Spees-5tds Go�ernance Process�Temparary Spec Files�Capita� Deli�ery�Cap Deli�ery Div 01�017]. 23.16.01_A�tachment A Sur�ey 5taking Standards.dacx Page 4 of Z2 201$ Bond Year 2, ConEract 13 Giiy Project Nn. 101475-1 �. Preferred Grid Datum Althoug� ma�y plan sets can be in surFace caordinates, the City's pre#erred grid daturn is listed l�elow. Careful consideration must be taken to �erify what datum each project is in prior to beginning wnrk. It is essential the surveyor be familiar with coordinate transformations and hnw a grid/surface/assumed coordinate system affect a project. Pra'ected Coordinate 5yster�: 1�AD_i983_StatePlane_7exas_f�orth_Central_FI P5_4Z0�_Feefi Projection: Lambert_Conformak_Canic Fa Ise_Easti ng: 1968500.000OOOOD False_No rthi ng: 6561666.66666667 Central Meridian: -98.500000D0 Standard_Paral(el_1: 32.13333333 Standard_ParalleE_2: 33.966f6667 Latitude_Of Origin: 31.66fi65667 Linear Unit: Faot_US Geographic Coordinate System: GCS_1Vorth American_�.983 Datum: D_North_American_1983 Prime Meridian: Greenwich Angular Unit: Degree Mate: Regardless of what daturr� each particular project is in, d�liverabies to the City must be converted/translated into this preferred grid datum. 1 eopy of ihe deliverable should be in the project datum (wha#ever it may be} and 1 copy shfluld be in the NAD83, TX North Central �#202 zone. See Pre erred File Namin Conventian befow F. Preferred Deliverable Format txt .csv .dwg -Job G. Pre#erred Data Format p,l�,�.Z,�,IV ?oint Number, Northing, Eastirtg, Elevation, Description, Notes (if applicable) b. Preferred �ile Naming Con�ention This is the preferred format: City Project N�mher_Description_Datum.csv Exam le for a ro'ect that has surfaee coordinate$ which must be translated: File 1: C1234 As-i�uilt of Water on Main 5treet_Grid NAD83 iXSP 4202.csv O:�Specs-5tds Gavernance Process�Temporary 5pec Files\Capital Delivery\Cap Delivery Div 0].�0171 23.16.01_Attachment A_5urvey Staking Standards.docx 2018 8ond Year 2, ConFract 13 Page 5 of 22 Ciiy Project No. 1 d1475-i �ile 2: C�234_As-built of Water an Main Street_Project Specific Datum.cs►r Exarv� I� �ontr�f S�a�es 0:�5pecs-5tds Governance Prncess�Temparary Spec Files�Capital Delivery�Cap peli�ery piv 01�0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of Z2 2U# 8 Bond Year 2, Caniract 13 Ciiy Project No. 101475-1 � � �� � � � � � I� � � � I ' ��I � � � �, :� i � 1�.1 m � � � � � ,� �� ���� � � d � _ tJl � J f17 w � IY7 � � � 0 �_- �C � w � w � � � _'� � EL. = 1 DD. Od' � w I � � � � � � I � � �. _ i � � �} � ,1 J 1 � J � L�! � � �- � � � '] Q FQ`,---_.,.,. ._..._. CP �1 � ,, �=�Doa,�O I �� � W � � O � � � C.� p _ � � � � J = d � W � � � � � W �� � � m T � � � Q � l E=50f��.QO +'c��=== . ��� � � Ci 7 LiJ H � � � � � � C_) 1 � V. !�la�er St�E�in� S�r�n�lards O:�Specs-Stds Governance Process�Temporary 5pec Files\Capital Delivery�Cap Deli�ery Div 01�01 71 23.16.01_Attaci�ment A_Survey Staking Standards.docx PD18 Bond Year 2, Conwact 13 Page 7 of 22 Ciiy Project No. 101475-1 A. Cen#erline Stalcing—Straight Line �angents I. Offset lath/stakes every 20Q' on e�en stations If. PainfietE biue lath/stake oniy, no hub is required III. Grade is ta top of pi�e (T/P) for 12" diameter pipes or smaller IV• Grade to flow iine (F/L} for 16" and larger diameter pipes V. Grade should b� 3.50' befow the propased iop of eurb fine for 10" and smaller diameter pipes VI. Grad� should be 4�.00' beiow the proposed top of curb lir�e for 12" and larger diameter pipes VII. Gu� Sheets are required on all staking and a copy can be recei�ed from the survey superintendent Optional: Actualstakes sha!! consist of cr &OD nai! or hub set wrth cr whisker B. Cen#erline 5taking - Curves I. If arc fength is gr�ater than 100', POC {Paint of Curvature) offset stakes should be s�t at a Z5' inter�al II. 5ame gracfing guideiines as above III. Staking of radius points of greater than 100' may f�e omitted C. Water R�ie#er Boxes !. 7.0' perpendicular offset is preferred ta the center of the box !I. Center of the meter should be 3.0' behind the proposecf face af curb III. Me�er should be staked a minimum of 4.5` away fram the edge of a dri�eway !V. Grade is to top of box and should be +Q06' higher than the proposed top of curb unless shawn otherwise on the plans D. Fire Hydrants I. Center of Mydrant sho�ald be 3.0' behind proposed face of curb II. Sur�ey offset stake should be 7.0' frorn the center and perpendicuEar to the curb line or water main III. Grade of hydrants should be +0,3Q higher than the adjacent tap of curb E. Vllater Val�es & Vaults I• Offsets should be perpendic�lar to the proposed water main II• RIM grades shau(d ar�ly be pro�ided if on plans ��¢am 1� !�la��� Sta�es 0:�5pecs-5tds Go�ernance Process�Temporary 5pec Files�Capital �elivery�Cap peli�ery Di� 41�0� 71 23.16.�1_Attachment A_5ur�ey Staking Standards.docx Pag2 $ Of 22 2018 Bond Year 2, Contract 13 Crty Project No. 101475-1 t � � � � � � � �� a � � �, � v� � � L 4 F � � W + Z � O p � �i � �E w r � °- a C7 W � {� J Q � � 2 � O �L �� I ' 1 i 2 Z � W � i.., �T Y-� [L � ¢ � _ � �.i �� FQ � � w �I � Z ri �?� � o � ��� �' a�� � �r�� s�x=o ra� � � � � LL � � � � � � � � � � �aia _ too-.a � � � a. � � z � � � C �a � � � VI. Sanii��� Se�er S$a�in� � N � f S � t' S ��' �7 S� �a Y � Ca ' � � 2 , � � � :' � . E �}Tj'`� ' . 7� � [ z a s � � � �r�=z+aa �-�.s_z � '� � �_ f �ti �� _ � ���� �-� � � ! � � � � � �� �y� 4�'" � '2 `l. La3 � i � � W�� ' ��H � � 9k'�u �_s i� `� � .� 7' [���y � ��L �� w �TA=9+72.81 � C-3.81 �� _ _ '� , � o a �' v� � ¢ � � � � `-� c� � � � 1417 a.- �oi.is' � �� � � d � �n � U V�7 J � m " o �i � 4R � � 2 � d a O m � 7� _ �i � � � � L . =ff � � =o� ��� � `����� ���� ��� ��"�m ���� a�� =m� 2 O:\5pecs-Stds Governance Process\Temporary 5pec Files\Capital Delivery\Cap Deli�ery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx pD7$ 8ond Year 2, Contract 13 Page 9 of 22 City Project No. � 01475-1 l�. Cen#erline S#aking — Straight Line � angents I. Inverts shall be fieid �erified and cornpared against the plans b�fore staking li. Painted greer� lath/stake Wl�f� huh and tack or marker dot, no flagging required III, 1 offset stake between manholes if rnanholes are 4p0' or less apart IV. Offset stakes should be located at e�en distances and p�rpenditular to the centerline V. Grades wilf be per plan and the da#e of the plans used shoufd be rooted V(• If multip(e lines are at one manhole, each line shall have a cut/fill and ciirectian noted VlI. 5takes at every grade 6reak VIIl. Cut sheets are requirecE on all staking Optionpl; Actual stakes sha!! cansist of p SOD nail or hub set with a vvhisker B. Centerfine Staking — Cur�es I. If arc fength is greater than 1D0', POC (Point of Curvature} offset stakes should be set a# a 25' in#erval II. Staking of rad�us points of greaterthan T[�n' ��;. �� a���ted C. Sanitary 5ewer FVlanho�es I. 2 offset stakes per rrianhole for th� purpose of providing afignment to the can#ractor II. Flowiine grade should be on the lath/stake for each flowline and direction noted III• 1�1M grade should oniy be on the stake when pro�idec� in the plans O:�Specs-Stds Ga�ernance Process�7'emporary 5pec Files�Capital Deli�ery�Cap D.eli�ery Di� O1�Qi 71 23.16.01_Attachment A_5urvey Staking Standards.dotx Page 10 of 22 2418 Band Year 2, Gontract 13 City Projec# No. 101475-1 �xarn le ��nitar S��w�� 5$akes �` � (] � � � � � � � � � 0 � � � �Y �W � F � V+ n�x � �; � �i � � � � LL � � [i } kF �� '�� �: l��� E_�!/} � Q f!! ��� 7' f S� S� I� ����TA_3+71� II �m c-a� EI �� e--a�l� � C-4� �' � r �� r"�- �� ��� c+ � ��s � ��� I � ���i �� f i _, 1� %� I ��f/ W � f � h Ui��O i ��h��. G � 4 � -' 12` aJs �. 55 � sr�.-�+�1�'-II ��, c-3� �� �`x �-3��� � r"'o� , , � � S�€ ����z � � ��� ., � ����'� �� � mm�rN �� � ��� � � 7' ��S � S3 ��TA=1+68'�`1���4� lL � 4 �r w' �F; i.: ' z i 4 C! �� Qi ii � � � � � � � � � � � � � fJ1 .� o� a�� I . � N p LL. � a �+ � tJ 6 �t � I � � i � ,� � � � � � � ���� �� � � �� � � � � � a W � � F a d a � 4 � � O � Y� � a �� � � �.q 1 � � � �� 1� n�x,�{ O� W� ota � f I � � � � �� �� �� [3� � U� {l / i - ��� � � 2 �a � J yJa �'�' W 4+�5 �r O� r -t �� � �� ��z W F F F� �� F F F F � w � �� � �7��, h �°°u�i � � ��� � p �� �� �C oa �n G flq0 � jW�O� �� 1 �P�, -� ���. `�r � � � W j � � 7' �OjS. � SS ���T�'�o-+oo� �zh c-5 -.w c-s � F+4 v a � � � � - �'��� � � f�� � �_� U7 c�` ` � m � � • � r i� �, j 1 � rf �� � a `12' iJ�S � SS II �11 STA-Q-FOD}�I � C-6� �I� �sn �fi�-II � C--Q� ; ��� 0 Il �� ^• w � 4w� d �� v�' 2 i�i ='r' � r � u ~� �� �r � oz �o r� �r Q �� z� � W � p" i �t� m6 �� � O:�Specs-Stds Governance Process\Ternporary Spec Files\Capital Deli�ery�Cap �eli�ery Qiv 01�0171 23.16.01_Attachment A_Survey Staking 5xandards.docx 2015 gpnd Year 2, Gontract 13 Page 12 of 22 City Projeci No. 101475-1 !!!I. Si�rm Se��r � inle� ��i�kin A. Cent�rline Staking � 5traighr iine Tangents I. 1 offset stake e�ery 200' on even stations �i. Crades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required an all staking Optional: Actual sicrkes shalf consist of a 60D nail ar hub set with a whisker 8. Centerline 5taking — C�rrres I. If arc length is greaier than 10i�', pOC (Point of Cur�ature} offset stakes should be se� at a 25' interva! fl. Staking of radius points of greater than 100' may be omitted C. Storm prair� #nlets I. Staking distances shaufd be rr�easured from end of uving fl. 5tandard 10' I.nlet= 16.00'totaf length III. Recessed �,0' Inlet = 2D.d0' total length !V. �tandard �oubl� 1Ei' irniei = 26.67' total iength V. Recessed double 10' inlet = 30.67' total length D. Storm Drain iVlanholes !. 2 offset stakes per manhole for the purpose of pro�idi�g alignment to the con#ractar li. Flowlfn� grade shaufd be on the lath/stake for each flowiine ar�tE direction noted IIl. RIM gracle should oniy be on the stake when pro�ideci in the plans 0:�5pecs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap [3elivery Di� 01�01 71 23.16.01_Attachment A_Survey Staking Standards.doex Page 12 of 22 2D18 Bond Year 2, Cantract 13 City Project No. 101475-1 Ex�m le 5torm In��� Stal�es FI� �N T {Sla� FACING �,} BF'S�f\ �LIE FA{7NG H.RW.J �hr� r � I Hi6 EAk�AT1R1 � �1 �� .. � � 3 � ' . � � m g X . � i � �-i I � i � '�', �aEnnFlEs �m�+� � . r�a vF n�E ��r� � � BEIN� STWSED tsx I � I � �a�er s-€nnar� � � �,iF r�o�o oW n�a,Ns, � �T £ ioounfl� cRa� .._} TO TCR OF �31RH : � + 0 � � i= ��, If1ENT1F1�5 RApF ro -�o =ur�� I� � � � }��� {SOE FP13N� R.4.W.} x��+r � IQI �ua ¢�vx�on ���; i� � � �' �� � ]} � i � � ' Z I � € . � I �� ''' �iaeai�r�es vniicH eHo aF 1re xsr�c E eor� s�rn�cea � � .� � I� � TfG �1 -I- �� . � r--= � i � � � ni�;nane�s Fat EN� -- _ _ _ --- � ..--_-- — ' HUB 14sTH TACK BxCY f^F C�JRB � v FLCJhLIrfE � sraHo,t�� yo — ta REC£�SEp 11 a 2{1' SfhtiqPF20 DWBL.E 10` � 25.57 ____... RECf55E6 DGJffLE 10" a 36 57 — — — — ""'_ — — — — '^" - � ��+�-^-------'-�----'-�'------� � I � I F]kCK OF ItJLEi �� i - � � �. � �� ' �._ - i... . ]i" � ti ~ � u�i� M. , .'� o� �� k1Af3Fi0l� `' {'� �I au� ,' � �� � ,-' I f �`" � r�� �F cu�� — — FLOYeLNE — � � =-;'. - �'t:. " ' , F'A{£ i3F INLET , FW E OFTfNLET tTj� 4F PAVEMENT q]GE [7F PAY4:ik7i'i EU� Sii Pt+bE}AEf�T E�uE aF P.44EiAEhlF— — 0:�5pecs-5tds Governance Pracess�Temporary 5pec Files\Capital Deli�ery�Cap Delivery Div 01�01 i1 23.16.01_Attachment A_S�rvey 5taking 5tandards.docx 2p18 Bond Year 2, Contract 13 Page 13 of 22 City Pro�ect No. 101475-1 FR�f�1T (�iDE FA�IN� �) !lfll. �uri� ar�d Gu��er Stakir� A. Cente�line Stal�ing � Straight Line Tangents V. 1 offset stake e�ery 50' on e�en stations VI. Grades are to top of curb unless otherwise shown an plans VII. Stakes at every grade E�reaic Vfli. Cuf sheets are required on ail staking Optional: Ac�ual stpkes shall consist of a 6DD nail ar hub set with a whisker B. Centerline Staking — Currres Ili. If arc length is greater than 100', POC (Paint of Curva#ure) offset stakes should be set at a 25' inter�al IV. 5taking of radius points o�Fgreater than 100' r�ay be omittecf O:�Specs-Stds Governance Process�Temporary Spec Files�Capital Deli�ery�Cap D.eli�ery Div 01�0�, 7� 23.16,01_Attachment A Survey Staking Standards.docx Page 14 of 2z 2018 Bond Year 2, Contracf 13 City Project Nn. 101475-1 ���rr� le ��rb � ��$��� S�al�es F �' � f�l T (51DE F.�CING '�� ���� (S1QE FkC1NG R�C1.'N.} ;'qNi � � r ��' I! Hua _�t . i�u � i�� BA�f: OF �I� � N T �si�E �,�cir�c �7 i a Ff���l iornn�s vao j � {3�E FACENC �} A61NT UF Ti1NCFhT a�� -�u� i � f PON�rF' fIES STaRi ne� (�pE FACiAG �r � r� _ � n ° �� r� €'_ � � � F'T � � o ' � o r� '� c`' oa�rtt� orFser i� ro � � ;, � �dwtu �� �eukd t t r 1' r/C p e� FCR �.� nF Clla9 + � i N I 3 I I . � � ,�- � � i � � , IIII w lIII � -� � � ,�knircE.' i,tihpE <' � -� n � I �• � f��� TFS T''�� 9F CUFda '^ GRr+x ON �• � " �, �IVS fgNn, ' �� �i y�� � . j --�— — 1J „ , ii I f � , � — 1� � � l � � `�n -� � I � f E ' '�i -. I 1 1 f � �' ;; , # / I 1 1 ���� 1 I ! ! � — �" ,� f�� _ ��f . f� , � r A �A��� �f�r' 'F•��f f ^s � r� ' / � � Yr r.r � f 1 '}-�-� - Y` �� I _.�- TGP C�F CURE �'�- i _ �'� x��• rw � �f , } _{_ = �,� _ f r' �,, ' +�4., _ „ �' _ � x, � � � r . GURB ��` - _ - - - - -� � ` - - _. - - � _ _ �~� _ _ - rf (����`.�' r� �� ��,E oF �ur����-��_�- "��-[����� {�� � � FLQVrLI hIE E�GE {3F F ��iEh+�EhT �xam le Curb � Gut�er ����Ses �� I�tersee�ion �:\Specs-Stds Governance Process\7emporary 5pec Files�Capital Delivery�Cap Delivery Div 01\0171 23.16.01_Attachment A Survey Staking Standards.docx 2p18 Bond Year 2. Contract is Page 15 of 22 Ciiy Projeat IVo. 1014i5-i n -,� ' �l � {� a . t� '�� i ��� ' I � . � � � 14' 0/S ` Sfa=2t50�1 � F+O� �� �- t� _ __ �.�� � �a , � � � tlrl 434 �4 F ��� P. O c9 � \�' e5 � � � � C N � ��� i ei �oT — — i 4 s{ — _ � � „ 4 m 0 � � � — -- ,_ 1 :� J� F d _. p�[ C `� i C "j L7 N Q 7 �Z2� , ff4� _��� �3 � � � l I� � F' �=.� f. �� "` �']� '�»�/ ���� ! M1}�/ £. 1 f ! �i ' �� I � � l _. _ n i _YF �-�,w 2 w� `�~`� Z�N � �� i� � � � ti 4 x _��u _� 4 ' '� � I w �.. �[ �� I� ��§�0 ean� �o- xaae �, I ,. _ I �, �I � � � � �� � d. b. ♦ � � , � ,a�,. !}, : ¢ � "�'�.�� — �.� Y E a-! -- — i i �' � '_ f ' �� � ,�I � �, t � ��' � s� 4 5 i., . itio` ' �r� r` S � " c ��� ro � � .. 4 `�5 F .�L � _ ��' O:�Specs-Stds Go�ernance Process�iemparary Spec Files�Capital Deli�ery�Cap Delivery Div 01��171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 2018 Bond Year 2, ConEract 13 City Project Nn. 101475-1 IX. Cut Sl��efis A. Date of field work B. Siaking Method (G�S, to�al station) C. Project Name t3. City Praject f�umber (Example: C01234) E. Loca�ion (Address, cross streets, GPS coordinate) F. 5urvey company name G. Crew chief name !i. A blan� template car� be obtaineci from the sun+ey superintet�dent (see item I abouej Sfiand�rd �i� Cu� Si�@et �ate: City Project IVumber: P�oject f�ame: C] iOTAI. Staking ii�ethod: � GPS STATION �OCA f IOP4: CONSU ��AFlTICOWiRAC�Oit SURV�Y CR�W IRlI�'1�►LS ❑ 4THER r. �r n� �ot� � �AEI LCC AT'4d�idWllC� ii1Ci7E❑ qLL CRADES ARt I V��uv►r�irv� �+r� ivr vr vv.... .....�._...... — -----•_ OFFSET PROP. STAK�D , C�.� � FILL PT # STATION DESCRiPTION G�D� ELEV. -L.TI+�RT O:\Specs-Stds Go�ernar�ce Process\Temporary Spec Files\Capital Deliveryl�ap �eiivery u+v us�u� �1 23.16.01_Attachment A_Survey 5taking Standards.docx 2ff1g Sond Year 2, Contract 13 Page 17 of 22 City Project No. 'E 01475-1 1�. AsQb�aift �ur+��� A. i]efiniqion and Purpose Th� purpose of an as-huilt survey is to �erify the asset was installed in the praper location and grade. Furtherrr�ore, the ir�farmation gatherecE will be used to supplement the CRty's G15 data and must be in fhe pra��r format when submitted. See sectian 1V. As-b�ilt sur�ey should inciude the failowing (additional iiems may be requested): Manholes %p of pipe elevations euery 250 feet Norizonta! and verticpl poin�s of inflection, curvai�ure, etc. (AI! FitCingsJ Cathadit protectran test station5 Samplrng stutions Meter boxes/vaults (A!! sizesJ Fire iines Fire hydrants Gpte valves (rim pnd top of nutJ Plugs, stuh-outs, dead-end lines Air Release valves (Manhole rim and vent pipeJ BLow off vplves (Mpnhole rim and valve lidJ Pressure plane valves Cleaning wyes Clean outs Casing,nipe (eqch end} lnverts of pipes Turbo Meters 0:�5pecs-5tds Governance Prncess�Temporary Spec Fifes�Capital pelivery�Cap Deli�ery Div 01�01 71 23.16.01_Attachment A_Survey 5taking Standards.docx PBge 18 qf 22 2018 Bond Year 2, Contract 13 City Rraject Nu. 101475-1 B. Example Deliverai�[e A hand written red line by the fie[d surveyor is acceptable in most cases. 7his should be a copy af the plans with the point number no�ed by each asset. If the ass�t is missing, then the surv�yor shouid write "NO� FOUND" to notify the City. O:�Specs-Stds Go�ernance Process�Temporary 5pec Files\Capital Deli�ery�Cap Delivery �iv U1�0171 23.16.01_Attachment A_5urvey Staking Standards.docx �018 Bond Year 2, Contract �3 Page 19 of 22 City Pr❑jecr No. 1 a1475-1 � --_ - - � 9ZG�d�x �vrsawr�br n ndr of'bro bN [�3roya w� �.rnsAlroa ���x�n7 lkln3xtd3ll aaN3s NroJ1hV5 onv u_ fr._ � �� + ,, sa} �; ` =.;1�3I t . . . . . x " � € I I' . „ �' �-. i' kci!r: 1Fle i I . ' b� I :' ''' I� - i� ' l'�$ �[' �` 'r � I13 I I� � � � `' E', �y � i ' i _ _ I'�� z ��,;° � �k�� �� E,��, � � vrs �� ;;. ,�RII f,��;_$ �s�4,. ��-���;�;�= ;1=��;� ��{s�j ,,r3'. �p i�E"� � � ��a � � f��l� � � � � iCl'�S �j��t�''�:,7 � + 'I`° g� s' �'�� I.I� r,f'. �sa- !�'I� 'I � 1�� SL+ �1 �r � g'. �tS `���{f� `"�i �4 �' I�I�S�� 17� � I � ±�� �"�� .� `7�� ' ,� ?� • , ,. . # I . 2y . 1�[ y k45 t�{" ,I�y 4���' J � I .I f �'�' '_I '_ _ ���. � G ��t F 5��..�'J 1:'j7. L• � 4.ni{{� ��� M1'���.'�'� - �_ —_' ' I �� . — — � �__... — �r, � -- -.. . _ .— -- .�, �,. _ _. �; _ > ; ,: � OS•6 Y15 3NR N�1Vri ' . _.. - ---.. . ._._.. . _ 11 ; ,, � ,._�-- iic�.�,- �+'F�� ui�,V� _ ,�... _.._,., � � . �i �'�' � �._ �E� 9 � � ;L'��.•,'�r� ._' --- :� ..,. = 9 � � �.. . € .,I': ,.�M, i r'�� -- - �} ,sf f � �`j'_� '' 'f' . " _.�J.; i �r�._ �� .._ ��f`;"i.�l . �I: - ��i' �jr - ' — --- �+— -- �c::� k i+ I !I � �I 'i ,� � i P �� _ --- "- �` � + � - : : I � �, '� ---- - ��� --� � � �°�; -. ;- ,_. -- - �. ��� 4� �� �'� ., ' ,� �{ .; � � '� , � � � -- � 9.� i` •�� �. I � 'I \� I � � ... J r_ -? � � I 'I I � \ ' � � �7� -- � �. �� I .� I ;�` i+ .��' V..,. S h � Mi I ' I � I � �� ,� � � 3 .N. f � ? � � , ��'�� _ - ..._ ..��� � � j,, � F ;� �__ : � � I 3 �. I � :. g �� � � I I r-: ` . k9a --- � - � � i, 'I � ,' �,^ ;,� � � ,� �._ �'� � � t',� ' �;:�' �!y� ' +�'�� __. � �_ . ���iv �+ --- � M1�f . . ; �' k:t�i�, � �' � � � . . - �� _�{, .:.��.� ' �?',E' ' �, 'I � � � � � �'ss' �•• �::��ol I; --� �' ' �I i���� i — � _ '� ..� —���'� �II . ,rn� - ,..�,i..�a -� _�r, �---- —� 'l.'� � + , . $, �x " � .. � . j, �� , `" ti�s — . _.:�= : +j� : 3� . ��: ?' `"';� r.,`� r .i .. ry I, i-�`i� J�r�. �� ,fJ+ -- �Bw. � v '�'� Ji I' . rr� - _ :'� .'-!��''ppp_� �_ . '.�; ' . � i _ii _ ' '�f� ',� � , '�V'i1��--'—; .�p �- ,r +!s'"'Yir'+ r� �� I �� �� �����[ �"�' ���54-� "f :�-I :F- li���i�-.i . . . I � h. i=:G �I 5' � ..��Fi' . ' �+�{ ' � , , . -��.: _. � � . �r .,- f. , � _ � ' y� " .� �- '�''}' I ' ,,4ivi+79� — +:�fl..—._ � al�,a3 ' jY 3.f . .. . .. _ . . ° ����',� � ` �'`� � '� ��� . G� �� .yi —..� � -- - �f .xlr � -��i sl if ��.�� � - - --.. ' �ir;�:;C�t � �I'.lF� \\ �--- �— � ----- �-- � , � — - —�. - �--- � � M1� � —� ��� O:\Spees-Stds Governance Process�Temporary Spec Files�Capftal Delivery�Cap Deli�ery Di� �1�01 71 23.16,a1_Attachment A_Survey Staking Standards.docx PBge 20 of Z2 2�18 Bond Year2, Contract f3 City Projeci No. 701475-1 5FA �,-�p ^ 12W1. AV.CGW! �yj p�mli'IYrQERPiwo �X �iiE !�g{o 7a]I97. �D srtYF_AiEififi PIfl `� `` $LK 8 � tnr z 3qg H �cny�w 1u�aixvlh Hk��'++ !a^9.'Hc lltl re,' Fl�[M1i"SY RElr17V�' EXfST.-� lzpMEF A�1'l� �� � � � ya`'dJ �,�� :,. ,-� , i / /� G, STA 037A0 -1T IJL fFlESYU G?7 HEWVE & SA[YAGE fJY1ST. 4ATE Vt1YE a /�DUCYJt WNR�ECT TD FXlsT.8Y7RFlt lIISI'�11: F}2�Y10 Slf.EYE }!P" X � fi�M.CER !�L?6,O'E VALVE N�673lv�_tSmltU E-PL563'3TAS/ l�3i' A6 T v.� ,�,,.,n- � FufW�A �n ��c� �� ��r �4�,� � ��a� ,��� r � �nsi.�e r12'f�VENf.BEFD !l�G4RUII15J2S E•z�ssn.sro ������ �� / � � /� SJ:'IJ /a�•• A'dl7' x�c E�9G F.iEV. 7 � �� � s¢r� TBN 'Z ��_�„�- % �- RFr.�arE k sur,�� \ � �YfST.44� YHYE � Si'A Q�3'€HO - f2'W � k 1NS7'i11. t iz.�s�ar. efxn s�� a� w�.n a�r�►� x,s�an.ar�e � n����y, E-2�9fi315.iW2 ' 57A�OdX1l1� - !T.'WL fFlD1D LW �D5l5B ^ !2'I�"! lNS1'.@Le r12�Vfal7. H£NO tJ2'l�SGlID SLFEI'E A'.5.gaiaS.S�77 5/ !F .oF !��'+PER P!P£ �-p::�3R3re�3 LLSVMEC7 TO EXlS7: ft'IsQER H�9f/1�459'17� F-?2�iiO3(Yi36 STA 6fK73 - 6'!i'L INSTAlL r r,�x e �cr�a2 _ r� .� - r es: ►'� Vstvc � FF1� M'LVtM7",+ NIF e�M'L�RAYr 1F�47 F f2 E14i YAfYE N�?7/�3bAP8F E^ `214,219T_788 � ar��W �q,r.�e-a:.n c_au.r.M x nU. a�ew n.K • �ays�e � N i'�Kd7 y� PAIOf'05�L? SAf,'fPARY ' s�'� sxFF �Si' � BFYD N-6W7v5S9G.57 O:�Specs-Stds Governance Process\Temporary 5pec Files�Capital Delivery�Cap Delivery Div 01\0171 23.16.01 Attachment A_5urvey Staking Standards.docx p018 Bond Year 2, Cantract 13 Page 21 of 22 Ciiy Project No. 101475-1 � � I.ti S"-. 4�. �: �:�.': '1 y - R-i�- -�� � � .; ; �. a@a �€ �""I i i�i i y 4 y_ t o ' � _' � �' S'. . I R '1 .`4 ���3 ��Y I . . ' ;- .l_ •:i i' �� '� k�'`� + .C� e� -, �� °-;�; �-, ;�: �" ' r � ' .- '��. , I�� _ � . _ � = :a� �� 5 F � � [ � � ;_- �• � . fk_ � � ��' � � � � p '� 'T� �� � ' � . ,�. �,� �' � ' , , t; �a�' t i Yr�� � _FI,,;;��;� ,,� _�;.�i ��. •F ��;:�, � i �• Ff � III.F f � W. _.::'.,I- �� �1�� I ' ' I . ! YL' I I i ;{- -` - ;�y� � �Y � `� R r1 . 1� �'' � �? � '� ,z��� f$ ��,� a� .B f �Y'i ���� II; ��' ,I` _:�.�: I.i � `� � � `� `� iti�� s���� ?; � i3=�; � i. , � , I -! � �._—�4� . �+!� �� �_f{!!. k�ik_I j { y.F4�ry�.'� �� I ��' � �.�I��'+!J — F �.I _Ix`ii�� Y� _ p �'� '� , p S' J h � ,-.. _ '.: '-- I '' _.. ':'- V 3N17 SS 'd0!!d OS�O ro t� �Nl7 H�l�'iY ` - - -• -.�-_ �Z 1 _ �. � I. � �.�._..� .._.._ . . _ . 11 � . � � -� � . , '���� _... � I�I_�` 'til.- '—'�� s ;��;;�-�i ".. .�.._ _�;. i���-- \ `u � ,�� �1 "�_ -�— .__;=�;=--= .`��-' --�f�.. ---- � �I :�� i �.I.. -' ` _ . — . ... w.r_: � . .__ ;: . ..r.. �'-'��- - �. ,.. � . . -.r .. I .. . _ 4' �� „ .. .__ . � % ��. . 1 �� .�r,. f �.� , . �_ _ .: ._.__-. ... ,..::-� .. ;—�n�� . ;f , _a :� I III �� ,i� � �F .._ � .. --- .::::_r. i� +;� ' � +� _ I � � �� � * . ..: , � � . ?,�C� �� .. _- --.— .. �' .� �� . '4 ;�,_ _ rt �r�:�_ � _ , ,.;. , i ; ` . , � � F�, _ .: _.. ,�xl��;� ' �� - ,�,.,�.o i� � � I� � ' � F _ ,� ��� 'J . '�� �li IYs :'; y. , � , ;''-�c �i�s�;�.i� ..... __.� . X ���?�._ .�;rr�yrr=� � � � , .. y• '�i �' . _. . ..._ . . � i: j � _ � �� i i��..i � � � . � � \�f ` .. ... � ---- - � . - _ ' � a �, I , � �� ' ��} .:� I � . ' �' � �II- I ��! ;,- -� � � � � il -: -rn. . � 1�� . I � �ii I �;I� 1� . ::' ! .+fw .,. . ,p � I I _ . � r'� : ..- - .,� 1 � �- ; ; �,� q � � �p ��` r.:. y - • �-��, ,: �. , " -- . �. � . � . F � r � .�,4 ,. �- �,� �_" . . ' � � � � Y, .� �,. '`�`-� � � ' - �:s ... . ��..� ...�� ��� �' � ' ) € � ' y � - ` - -- . ! 4 `� - ao�� . f . r � ,, . .. .... - - .r I m � I� �� �� , _... . '�- r.�-..�.. �� - .a.�, � � � �, r. "� : I .i4 ��� :: j `� ,� ' � F . , . . . � - � I�� 'k'� � 5� ,�� ,��� i � ,� .�- � . .;.,..._. .. ��.�� !+� � • r ._ . -- . t � � �- , � >; .... i -- - . � I ' . .. , —.. _ - , - - - ., i , � � ��_:�� � , ; ... . . � ----� T. ; , �- , .. ' . � : ih �—�#i I I' -I yl I� I F' — --`Irl- I� I I i . \ } i i � . �� 1 .... _.._ ' - JJ_ _ ' � ' �1 }' � I � .�/ ' f ' �— 11 .. wli fS '� .� .'..; _..� �, •�' 'f � ; � � _ �; _ . � ��— ... : _ ' �� T �- I 'I �� �' , , R�� � .._f�-,--,�� '.� '�f- ... : r � , , . , - . • � I �,� --�-� . �+19�- � f _ �. �_ *�'=�-- ' �. `�� � i � ' � f�5 ._ ...��r. �.. :k�:� .... ..� �. �� �+' .i °4kk".�. � ' r .r'.�--:- .._. ,,. .. r � ks �y]Mr ,I . , I��;,� ,.., .:_ . �+�$ } � 'ti,i-�5;i, ,i��� � ..-:q,� -� �W . . , � � , . ..- � ,... - -�' .. �I�! � . __. „ �� Yi.�a \6. `^�a,,�� -- . --- - � .�. --�: ._ �...� -- K I` f -. � �� � . :�� ~ I , " r � . � � \� \ '�4."' Jr��� ��kY�1!�'{_ +I'-'}.F}"".FG , g• �Y���rid� � \ \` � _ _.�J...� .�! r�.__ _ �� �..,? ��'�:}} ' � .�� - � i Y ih�� j.y"� .��, \ .i —i ��.��'t;., '�'t4k4ib�wl��k!�� � '� ;:�[�� • ` , , —.'—" � . �--�-- Y�_-� � � w k 4 K+ —' _ ri ti 1F F _._ . . _ - i - C 23.16.�1_Attachment A_Survey 5taking Standards.docx p��� Z2 Qf 2Z 2018 8ond Year 2, Contract f 3 Ciry Praject No. 701475-1 Q:�SP 1oz 71 Z3.16.01_Attachment A_Sur�ey 5taking standaras.aocx 2D18 gond Year 2, Gontract is Page 23 of 23 City Project No. 101475-1 Obr�iously th� .cs� or .txt file cannot be signed/sealed by a surveyor in the farmat requested. This is just an �xamp�e and afl this information should be nated when defivered to the City so it is clear to what coordinate system #he cEata is in. POINT Nq. NORiHING EAS7ING ELEV. 1 694G2S7.189 2295D79.165 2 f946260.e93 2295062.141 3 G9G6307399 229603$.30fi 4 G946226SS2 223GD11.025 5 G946395.23 229G025,116 6 694619pSZ8 2296422.721 7 6945136.p12 2295993.115 8 6946902.267 22�5919.133 9 69A6003-055 �Z95�33:418 30 694548A.677 2295&80.52 11 6945986.473 2295869.892 12 5945895.fl77 Z295860.9b2 13 6945R96.591 ?295R62.188 lA 6945934.286 2295BA1.925 15 G94S936.727 2295$30.44i 16 G945835.f78 2295799.707 17 fi945817.468 21958Z7.d11 18 6945759,776 2295758,643 19 699576B.5G3 2295778.424 20 6945743.318 2295788.392 21 fi445723,�]9 229.5754.394 Z� 6985682.21 2295744.Z2 23 69A5621.90� 2295b69.471 24 6945643.407 2295736.p3 25 5945571.059 2295655.195 26 6945539.498 �295667.803 27 6945519.834 2?956i9.49 �8 6945417.879 2295580.27 29 5945A56.557 2,2956A3.195 30 6945387.356 Z295597.3.01 32 fi945370.688 22956fl6.793 32 6945383.53 �295b1tl.559 33 6945321.2Z& 2z95551.105 34 fi445319.365 2295539.7i$ 35 69q5242.289 Z29557D.715 36 6945233.624 229554q.626 37 6945205.h83 2Z955233a5 38 5945142.015 2295557.666 39 6445373A45 2295520.335 AO A9A5049.02 2295527345 41 69A50d1.024 2295552.675 42 6945038.B78 2295552.197 43 6445D06.397 229551$.135 a4 64RA944.782 2295520.635 45 69949A3.432 2295556.479 46 6944854.416 2395534.397 6FSCliIPTION 726.09 SSMN RIM 725.GG8 GVRlM 726.85 GV HIM 723.358 SSMM RIM 712.123 GV RIM 722.325 FH 319A4$ WM ftlNi 713331 WPh RIM 713.652 CO RIM 72i.Fi62 SSMN R�M 710.046 WM RIiV! 7(J7.72 WM RIM 7Q8.205 WM RfM 709.4&7 WM ftlM 710.DA4 CO REM 707.774 SSMH RIM 7p839Z SSMH RIM 7�1.21$ S5MH RIN! 710.Q$6 GV RIM 710.631 GV RIM 712.849 GV RIM 716.585 WM RfM 723.76 WM RIM 719.737 C� RIM , . 727.514 SSMH RIM 729.i23 WM RfM 732.fi89 WM RI{V 740.521 WM RIM 736.451 CO Rlhh 740.756 GV fi1fN - 7A0.976 GV R!M . 74D.40S FW 74fi.34 WN! RiM 746.777 CO iilM 74$.454 1NM RIM 749 59 5SMH RiM i . � �J 751.058 WN! RIM , 750.BS3 WArE RIM . , ; 751.871 WM REM 752.�57 SSMF! RIM ` 751.79 WM RIM 751.8$ WM R1M 752,615 WfvE kIM 752.801 WM R[M 752.156 WM RIEV! 752.986 SSMH RIM • O:�Specs-S#ds Go�ernance Frocess�iemporary Spec Files\Capital �efivery�Cap Delivery pi� 01�0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 24 nf 24 2p18 Bor�d Year 2, Contract 13 City Project No. 101475-1 C. Other pregerred as-built deli�erable Some vendors have 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 obtained by request from the survey superintendent. O:�Specs-Stds Govemance Process�Temporary 5pec Files�Capita[ Delivery�Cap DeGvery Qiv 01\4� 71 23.16A1_Attachment A_5urvey Staking Standards.docx 2p18 Bond Year 2, Contrack 13 Page 25 of 25 City Project No. 101475-1 O:�Specs-5tds Ga�ernance Process�iemporary Spee Files�Capital Delivery�Cap aelivery Di� 01�0171 Z3.16.01_Attachment A_S�rvey Staking Standards.dacx Page 2fi of Z6 2fl1 S Bond Year 2, Contract 13 City Project iVo, 1 Qi 475-� 017423-1 CLEANING Page 1 of 4 SECT.�ON Ol i4 Z3 CLEANING PART 1- GENERAi. 1.1 SUMMARY A. Section Includes: 1. �iitermediate and final cleaning for Work nat includin.g special eleaning of ciosed systezn,s speciiied elsewhere B. De�iations from this City of ForY Worth 5tandard Specification l. None. C. Related Specification Sections include, hut are not necessarily limited to: 1. D'zvision 0— Bidding Requirements, Contract Forms and Co�ditions of the Contract 2, Division 1-� General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No sepaxate payment will be allowed for this Item. �.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cIeaning operations so that dust and other contami�ants disturbed by cleaning process will not fall on r�ewly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.S SUBM�TTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATI�NAL SUBMITTALS [NOT USED] l.i CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAI. Si3BMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Stare cleaning producis and cleaning wastes in containers speciffcally designed %r those materials. CITY OF FQRT WOItTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTItUCTION SPBCTFICATIOAT DOCUMENTS City Project No. 101475-1 lievised 7uly i, 2011 O1 74 23 - 2 CtLANING Page 2 of 9 111 �IELD [SITE] CONDITIONS [NOT U�SEDj 1•12 WARRANTY [NOT USED] PART � - PRQDUCTS �.1 �WNER-FURNISHED [ox] OWNER-SIIPPLIEDPRODUCTS [NOT USED] �.Z MATERIALS A. Cieaning Agents 1. Campatible with surface being cleat�ed 2, New and uncontaminated 3. For manufactured s�rfaces a. Material recommended by manufacturer 2.3 ACCES�ORIES [NOT USED] 2.4 S4URCE QUALITY CONTRQL [NOT USED] PART 3 - EXECIITI�N 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NC1T USED] 3.5 REPAIR / RESTORATION [N�T USED] 3.6 RE-INSTALLATION [NOT USEDj 3.'� FIELD [ox� SITE QUALITY CONTROL [NOT U�SED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NDT USED] 3.14 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditians. 2. Conduct cleaning and disposal opez-ations to comply vs�th Iaws and safety orders of gavcrning authorities. 3. Da not dispose af volatile wastes such as mineral spirits, oi2 or paint thinner in storjn or sanitary drains ax sewers. 4. Dispose af degradable debris at an appraved solid waste disposal site. 5. Dispase of nandegradable debris at an approved solid waste disposal site or in an alterr�ate manner approved by City and regulatory agen;cies. CITY OF FORT WORTH STAND,ARD CON57RUCTTOI�S SPECIFICATION DOC;IIMENT3 2098 Bond Year 2, Corrtract 18 Revisett July 1, 2011 City Project No. 101475-1 017423-3 CLEANING page 3 af4 6. Handle materia�s in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash a�d polish all Wark and �quipment associated with this projecf. 8. Rema�e all signs of temporary canstructian and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the Cify, th� City reserves the right to have the cleaning completed at tl�e expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience af personnel in existing faciliiy operations. 2. At maximum weekly intervals, dispose of waste materials, debris and ruhbish. 3. Confine construction debris daily in strategically Iocated container(s): a. Cover to prevent blawing by wind b. Store debris away fror�a constructio� or operatianal activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuurn cleaning on an as-needed basis, until Final Acceptance. 5. Prior to siorm events, tharonghly clean site of a11 Ioose or �nsecured items, which may b�came airborne or transported by flowing water during tlse storm. C_ Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe alI light�ng fixture reflectors, lensas, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish giossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace dispflsable filters if units were operated during construction. b. Cleat� d�cts, blowers and eoils if units were aperated without filters during con�truction. b. Replace all burned out lamps. 7. Broom ciean process area floors. 8. Mop office and controi room floors. D. Exterior (Site or Right af Way} Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disiurbed by location af trash and deblris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove a�l racks, pieces of asphalt, concrete or any other object tltat may hinder or disrupt the flaw of traff�c along the roadway. 3. Clean any interior areas including, bui not limited to, vaults, manholes, sttuctures, junction boxes and inlets. C17"Y OF FOItT WOR7'H 2O18 Bond Year 2, Contract 13 STANDARII CONS77tLTCTION SP�.CIFICATION DOCI.JMENTS Gity Project IVo. 101475-i Itevised 7uly 1, 20l 1 01 74 23 - 4 CLBANING Page 4 of 4 4. If no langer required for maintenance of erosion facilities, and upon approval by City, remove erosion cantrol fram site. 5. CIean signs, lights, signals, etc. 3.11 CLQSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [N�T USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHIVIENTS [NOT USED] END OF SECTION C1TY OF FORT WORTFF 20i8 Bond Year 2, ConEract 13 STANDARD GONSTT2UCTION SFECIFICATI4N DOCi.JMENTS City Project Na. 1 fl1475-1 Revised 7nly 1, 2011 p17719-1 CC.OSEOUT ItEQUIREMEIVTS Page 1 af 3 SECTIQN Ol '�i 19 CLOSE4UT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Sectian Includes: 1. The pracedure for closing out a con#raci B. Deviations from tk�is City of Fart Worth �tandard Speciiication 1. None. C. Related 5peci�cation Sections incl�de, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Cantract For�s a;nd Conc�itions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Itenn.s bid. No separate payment will Ue allawed for this Item. 1.3 REFERENCES �NOT USED] 1,� ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds atid Affidavits 1. No applicatia� for �nai payment wi11 be accepted un�l all guaraniees, bonds, certificates, licenses and aff davits required for Work or equipment as specified are satisfaciorily filed with the City. B. Release of Liens or Clairns 1. No application for final payment will be accepted until sa�isfactory evidence of release of liens has been sub�itted to the City. 1.5 SUBMITTALS A. Sub�nit all required documentation to City's Project Representative. GTI'Y dF FORT WQATH 2O18 Bond Year 2, Contract 13 STANDHRD COIISTRUCTION SPECIFICATION DOCiJM�NTS City Project Na. 101475-1 Revised 7uly 1, 2011 017719-2 CLOSEOETT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.9 CLQSEOUT SUBMITTALS [NOT USED] PART Z - PRODUCTS [NOT USED� PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATIQN [NOT USED] 3.3 PREPARATION [NUT USED] 3.4 CL4SEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 7$ 39 2. Operation and Maintenance Data, ifrequired, in accp.rc�anrP with Secti�n O1 78 23 B. Frior ta requesting Final Inspection, perform �nal cleaning in accardance with Section 01 74 23. C. Fznal inspection 1. After final cleaning, provide notice ia the City Project Representative that the Work is completed. a. The City will make an initial Fina� Inspection with the Contrac�or present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, af any particulars in which �is inspection reveals that the Wark is defective or inco.mplete. 2. Upon receiving writ�en notice fram the City, immediately undertake the Work required to remedy de�ciencies and complete the Work ta the satisfaction of the City. 3, Upon campletion of Work associated with the itexns listed in the City's written notice, inform the City, thai the required Work has been caanpleted. Upan receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Pro�'tde all sgecial accessaries required ta place each item of equipment in fia11 opera�ion. These special accessory items include, but are not tirnited ta: a. Specified spare parts b. Adequate oii and �ease as required for the %st lubrication of the equipment c. Initial iill up of ali chemical tanks and fuel tanks d. Light bulbs e. F�.ses f. Vault keys g. Handwheets h. Other expendable it�ms as requiz-ed for initial start-up and operatian of all equipment D. Notice of Project Completion CITX OF FORT WpRTH 2O18 Band Year 2, Cantract 13 STANDARD CONS7'RUCTION SPECiFICATION DdCiJMENTS City Praject No. 101475-1 Revised 7uty 1, 2pl 1 017719-3 CLOSEOiIi IiEQi3IREMSNT5 Page 3 of 3 1. Once the City Froject Represeniative finds the Work suhsequent to Final Inspection to be safisfactory, the City will issue a Notice of Proj ect Campletion (Green �heet}. E. Supporting Documentation 1. Coordinate.with the City Project Representative to complete the follawing additional forms: a. Final Payment Request b. S#atement of Cantract Time c. Affidavit of Payment and Release of Liens d. Consent af Surety to Final Payrnent e. Pipe Report (if requiredj £ Cantractor's Evaluation of City g. Performance Evaluation of Contractor F. Let�er of Final Acceptance 1. Upon review and acceptance of Noiice of Project Completion and Supporting Documentation, in accordance with General Conditians, City will issue Letter af Final Acceptance and release the Final Payment Request for pay�ment. 3.� REPAIR / RESTORATIQN [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.i FIELD �o�] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTU�' [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 OF SECTION CIT`Y bF FORT WORTH 2O18 Bond Year 2, Contraat 13 STANDARD CONS7TLUG'FION SPEC�IGATIOM DQCUMENTS City Project No. 101475-1 Revised 7u]y 1, 2011 Dl 78 23 - 1 pPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0� '�8 23 OPERATION AND MAINTENANCE DATA PARTI- GENERAL i.l SUMMARY A. Sectian Includes: 1. Product data and related information appropriate fc�r City's maintenance and operation of products furnished under Confract 2. Such products may include, but are not limited ta: a. Trafiic Controllers b. IrrigaYion Confirollers (ta be operated by the City} c. Bu�ierfly Valves B. Deviatians from this City of Fort Worth Standard Speci�ication 1. None. C. Related Specification Sections include, but are not necessari3y limited to: 1. Division �— Ridding Requiremenis, Contract Farms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDi1RE5 A. Measurement and Payment 1. Wark associated with this Item is considered subsidiary to the various Ttems hid. No separate payment will be allowed for this Itenn. 1.3 REFERENCES [NOT USED� 1.4 ADMINXSTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final f4rm to the City within 30 calendar days of praduct shipment ta the project site. 1.� BUBNIITTALS A. Subr�ittals shall be in accordance with Section O1 33 00 . All submittals shall be approved by the City priar tp delivery. l.b INFORMATIONAL SUBMITTALS A. Submittal Form 1. Pr�para data in form of an instructfonal manual for use by City persoru�el. 2. Format a. Size: 8'/z inches x ll inches b. Paper 1) 40 pound m�€nimum, white, for typed pages 2) Holes reinforeed with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FQRT WORT�i 20i8 Bond Year 2, Contract 13 STANUAAl? CO�i3TAUCTION SPECIFICATION DOCUMENT3 Cily Project No. 101475-1 Revised December 20, 2012 01 78 23 - 2 OPERATiON AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size af te�t pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed descrip#ion of product, and majar component parts of equipment. 2) Provide indexed iabs. f. Cover 1) Idet�tify each volume with typed or printed title "OPERATING AND MAINTENANCE 1NSTRUCTIONS". 2) List: a) TitieofProject b} Identity af separate structure as applicable c} Identiiy of general subject matter covered in ihe manual Binders a. Commerciai qualify 3-ring binders with durabte and cleanable ptastic covers b. When muTtiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic forrn of the �&M Manual. B. Manuat Content 1. Neatly typewritten table af contents far each valuTne, arranged in systematic order a. Confraciar, na�ne of responsible principal, address and teIephone nnmber b. A list of eaeh product required to be included, indexed ta content af the valume c. List, with each product: 1) The name, address and teIephone nurnber of the subcontractor ar installer 2} A list of each product required to be included, indexed ta content of the �olurrza 3} Identify area of responsihility of each 4} Local so�zrce of suppiy far parts and replacement d. Identify each product hy product name and other identifyin� symbols as set forth in Contraci Documents. 2. Prac�uct Data a. Include only thase sheets whic� a,re pertinent to the sgeeific product. b. Annotate each sheet to: 1} Clearly identify specif c product ar pat-E installed 2) Ctearly identify data applicable to installaiion 3) Delete references to inapplicable i�fortnaiion 3. Drawings a. Snpplement product data with drawings as necessary ta c�eariy il�ustrate: 1} Re�aiions of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate dz'awings witi� information in Project Record Docutnents to ass�u-e correct illustration of completed insta�lation. c. Do nat use Project Record Drawings as rnaintenance drawings. 4. Written text, as required to supplement product data for the particular ins�allation: a. Organize in consistent �ormat t�nder separate headings far different procedures. b. Pravide lagical sequence of instructians oi each procedure. CITY OF FOItT WOIiTH STANBARD C4NSTRUC7TON SPECIFICATIQN DOCUMEI�IT'$ 2018 Band Year 2, Contract 13 Revisad Deccmber 20, 2012 City Praject No. i D7475-i D17823-3 OPERATiON ANB MAINT'�NANGE DATA Page 3 of 5 5. Copy of each vaarranty, band and service contract issued a. Provide information sheet for City persorjnel giving: 1} Proper proceduxes in event of failure 2} Instances which might affect validity of warranties or bonds C. Manual for Materials and �inishes 1. Submit 5 copies of complete manual in final form. 2. Cantent, for architeciural products, applied materials and finishes: a. Manufacturer`s data, giving fi�ll information on products 1) Catalog number, size, compositian 2) Colar and texture designations 3) Informatio� required for reardering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cieaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufact�zrer's data, giving fi�ll information on products 1) Applicable standards 2) Chemical composition 3) Details af installatian b. Instructions for inspection, maintenance anci repair D. Manual for Equipment and Systems 1. Submit 5 capies af complete manual in final form_ 2. Content, for each unit of equip:tx�ant and system, as appropriate: a. Description of unit and com�panent parts 1} Function, normal operating characteristics and limiting comditions 2} PerFormance curves, engineering data and tests 3) Complete nomenclature and cammercial number of replaceable parts b. Operating procedures 1} Start-up, brealc-in, routine and normal op�rating instructions 2} Regulation, control, stopping, shut-down and exnergency instructions 3} Summer and winter operating instruc�ions 4) Special aperating instructions a Maintenance procedures 1) Routine operations Z) Guide �o "trauble shooting" 3) Disassernbiy, repair and reassembly 4} Align�ent, adjusting and checking d. Servicing and lubrication schedule 1} List of lubricants required e. Manufacturer's prinied operating and inaintenance instructians f. Description af sequence af aperation by controi manufact�arer l) Predicted life of parts subject to vvear 2) Items recornmended to be stocked as spare parts g. As ir�stalled control diagrams by controls manufacturer h. Each contractor's cooxdination drawings 1) As installed calor coded piping diagrams CTTY OF FORT WORTFi 2018 Band Year 2, Gontract 13 STANDAItD CONSTKUCTION SPEC�'FCATiQM DdCUlViENTS City Prvject No. 101475-1 Revised December 20, 2D12 O17823-4 OPERATION AND IvIAIt�1TENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with Iocation and function of each vaIve j. List of oariginal tnanufactz�rer's spare parts, man�facturer's current prices, and recommeztded quantities to be rnaintained in storage k. Other data as requixed under pertinent Sections of Specifications 3. Cantent, for each electric and electronic system, as appropriate: a. Descriptian of system and camponent parts 1) Funciion, narmal operating ck�aracteristics, and lirr�ting conditions 2) Performauce curves, engineering data and tests 3) Complete nomenclature and commerciai number of replaceabte parts b. Circuit directories of panelboards 1) Electricat service 2) Controls 3) Communications c. As installed color caded wiring diagrams d. Operating procedures I) Routine and normal operating instructians 2} Sequances required 3j Speciat operating insiructions e. Maintenance procedures 1} koutine operations 2) Guide to "Lroubie shooting" 3) Disassembly, repair and reassetnbly 4) Adjustment and checking f: Manufacturer's pri�ated operating and maintenanee instructions g. List of original manuiacturer's spare parts, manufaeturer's current prices, and recommended quantiti�s ta be maintained in storage h. Other data as required under pertinent �ections of Spec�ficatians 4. Prepare and include additional data when the need for such data becomes apparent during insiruction o� City`s personnel. I.'� CLO�EOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] L9 QUALTTY ASSURAlVCE A. Provide operation and mafntez�ance daia by persann�l with the following criteria: 1. Traizted and experienced in maintena�ce and operation of described products 2. S�iled as technical writer to the extent required ta commur�icate essential data 3. �kiIled as draftsman campetent to prepare required drawings CITY flF FORT WdRTI-� STANDARD CpNSTIZUCTIQ�T SPECIFICATIOI�I DOCI.IMEIV'I`S 2�� 8 Bd�d Year 2, Cantract 13 Re�ised Decaraber 20, 2012 Ciiy Project I�o. 101475-f O1 78 23 - 5 OPBRATION ANA MAII�T'1'ENANCE DATA Page S of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [SITE] CONDITIONS �NOT USED] 1.12 WARRANTY [NOT U�ED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME $/31/2012 D. Jahnson STTMMARY OF CHANGE 1.5.A.1 — title of section removed CITY OF FdRT WOR"1'H STAi��AI2D CON3TRUCTIQN SPECIFICATIOP[ DOCUMENTS Revised Becember 20, 2012 2018 Bond Year 2, Contract 19 City Project No. 1 D1475-1 oi�rsas-i PR.OJECT RECORIJ DOCUMENTS Page I of 4 SECTION Ol �8 39 PROJECT RECORD DOCUMENTS �'ART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with th� docu�nenting the project and recarding changes ta praject documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer 5ervice Reports d. Large Water Meter Reparts B. Deviations from this City af Fort Worth Standard Specification 1. None. C. Related Speci�catian Sectians include, but are not necessarily 1imi�ed to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYME1�iT PROCEDURES A. Measurement and Payment 1. Vl�ork associated with ihis Item is cor�sidered subsidiary ta the various Items bid. Na separate payment wilI be allowed for this Item. 1.3 REFERENCES [NOT USED� 1.4 ADMINISTRATIVE REQUIREMENTS �NOT USED] 1.� SUBMITTALS A. Frior to submitting a request for Final Inspection, deliver Project Recard Documenis to City's Project Representative. 1.6 ACTION SUSMITTALS/YNFORMATIONAL SUBNIITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS �NOT USED] 1.8 MAINTENANCE MATERIAL SUSMITTAL� [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, �naking adequate and proper entries on each page of Specifications and each sheet af Drawings and other pocuments �vhere such entry is required to show the change properly. 2. Accuracy oi recards shall �e such that future search for items shovvn in fhe Contract Documents may rely reasonably on inforxnation obtained from the approved Praject Record Documents. CITY OF FORT WORTH 2U18 8ond Ysar 2, Contract 13 S7'ANDARI) CDNSTRUCTION SPECIFICATION DOCLTMENTS City Project Na. 101475-1 Revised Jnly 1, 2011 O17S39-2 PROJECT RECORD DOCLIMENTS Page 2 of 4 3. To facilitate accuracy af records, make entries within 24 hours af�er receipt of information that the change has occurred. 4. Pro�ide fact�al information regarding all aspects of the Wflrk, both concealed and visible, to enable future modiiication of the Work to praceed witi�out lengthy an[� expensive site measurement, investigatio� and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Recard Documents completely protected fro�n c�eterioration and from loss and damage until compietion of the Work and transfer of all recorded data to th� final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure ihe data to the City's approval. a. In such case, provide rep�acements to the standards originally required by the Cont:ract Documer�ts. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1•12 WARR�NTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oxj OWNER-SLFPPLIED PRODUCTS [NOT USED] 2.� RECORD DOCiTMENTS A, ]ob set �. Frompflq following receipt of �he Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising t�e Contract. B. Final Record DpGuments l. At a time nearing the cotnpletion oit$e Work and prior to Final Inspection, provide the City i cotnplete set of alt Finai Record Drawings in the Contrac#. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INST,ALLERS [NOT USED) 3.� EXAMINATION [NOT USED] 3.3 PREPARATTON [N�T U�ED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Im�ediately upon receipt af the �ob set, identify each of the Docutnents with the title, "RECORD DOCUMENTS - JOB SET", CITY OF F'QRT WORTH 2p78 Bond Year 2, Gontract i3 STANDARD CONSTRUCTIOTI SPECIFICATIpN DOC'UMENTS City Projeet No. 1d1A75-1 Revised Ju]y 1, 2fl11 Ul 78 39 - 3 PROIECT RECORD D(?CUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for pro�ecting the jab set. b. Do not use the job set for any pwpose except entry of new data and for review by ihe City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly marlc any deviations from Contraci Documents assaciated with installaiion of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contraet Docurnents. b. Use an erasable colored pencil (not �nk or indelible pencil), clearly descri�ie the change by graphic lix�e and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. S. Conversion of scher�natic layouts a. In some cases on the Drawings, arrangements of cond�aits, circuit5, piping, ducts, and similar items, are shown schematically and are not intended ta portray precise physical layout. 1) Final physical arrangement is detertnined by the Contractor, subject to the City's approval. 2) However, design of fufure modifications of the �aciIity may require accttrate inforn�ation as ta ihe �inal physical layout of items which are shown only schematically o� the Drawings. b. Show on the job set oiRecard Drawings, by dimension accux'ate to within 1 inch, the centerline of each run of items. 1} Final physical arrangem.ent is detem7ined by the Contractor, suhject Yo the City's approval. 2} Show, by symbol or note, the vertical lacation of ihe Item ("t�rider slab", "in ceiling pienutn", "expased", and the like}. 3} Make ail identificatio:n suffieiently deseriptive that it may be related relia.bly to the Specifica�ions. c. The City may waive the requirements for conversion af schematic tayouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely npon waivers being isst�ed except as specifically issued in writing by the City. B. Final Project Recard Dacutnents L Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding iinal documents, coordinating the changes as r�quired. b. C1early indicate at each affected detail and other Drawing a full descrip�ion of changas made during construction, and ihe actual location of items. CI'I'Y OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CON3T`[tUCTION SPECIFICATION DOGTJMENT3 City Project No. 3 p1475-1 Revised July 1, 201I 017839-4 PRpJECT RECORD DOCLIMENTS Page � of 4 c. Call aitention to each entry by drawing a°cioud" around the area or areas a�'ected. d. Make changes neat�y, consistently anci with the proper media to asstu�e Iangevity and clear reproduction. Transfer of data to atheg Documents a. If the Documents, ot.�er Ehan Drawings, have been kep� clean duri�g progress of the Wa rk, and if entries thereon have been arderly to the approval pf tlie City, the job set of those Doc�ents, other than Drawings, will be accepted as fnal Record Documents. b. If ariy such Dacument is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge far reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.� REPAIR / RESTQRATION [NOT USED] 3.5 RE-INSTALLAT'ION [NOT USEDj 3.'7 RIELD [ox] SITE QUALITY CONTROL [NOT USED] 3:� S�'�T�+l!� C�'A1?T�J�!' �1`70:''U���] 39 ADJUSTTNG [NOT USED] 3.1U CLEAI�ING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED� 3.1� PROTECTION �1vOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE � NA.ME � Si]NIMARY OF CHANGE CTTY bF FORT WOR1T� 2018 8ond Year 2, Contract 13 5TANDARD COI+ISTJtUCTIdN SFECIFICATION DpCUMENTS City Project No. 101475-1 Revised July 1, 2p11 32 11 33 - 1 v CEMENT TREATED BASE COl3RSES Page 1 of 7 SECTIQN 3� 11 33 TMi VIODIrIED CEMENT TREATED BASE COURSES PART1- GENERAL 1.1 SUMMARY A. Section Includes 1. Treating subgrade, subbase and base courses by the pulverization, addtiian of cement, mixing and cornpacting the mix �aterial to the required density. 2. Item applies to the natural ground, er�bankinent, existing pavement, base or subbase courses placed �n� shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations fram City of Fort Worth Standards �dd 2. ? � [�c.,.tm� c�a! (�'� �eni-LT�rc� S`?v••. C. Related Speci�cation Sections incl�de but at'e not necessarily limiied to 1. Divisian 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- Genez'al Requiremen#s 3. Sectior� 32 11 23 -�'lexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Cement a. Measurement 1) Measurement fox tl�is Item shall be by the ton {dry weight}. b. Payment 1) The work performed and xnaterials furnished in accardance with this Item and rneasured as provided under "Measurement" will be paid for at the unit price bid per ton (dry weight) of Cemeni. c. The price bid shaIl incl�zde: 1) Furnishing Cement material 2} All freight involved 3} All �nloading, storing and handling 2. Cement Treatment a. Meas�rement 1} Measureineni far this Item shall be by the square yard of surface area. 2} The dimensions for deternuning the surface area are establ:ished by the wicl.�hs shown on the Drawings and the lengths measured at placement. b. Payment 1} The work performed and materials furnished in accordance with this Item and measured as provided �nder "Measurement" will be paid for at the unit price bid per square yard of Cement Treat�nent placed for: a) Various depths c. The price bid shall include: 1} Pulverizing or providing the sail ma�erial 2} Handling, hauling and spreading dry or slurry cement 3) Mixing the cement with t}ze soil either in piace or in a mixing plani C1TY O�' FORT W�RTH 2O18 Bond Year 2, Conlract 13 STANDARB CONSTRUCTIOTi SPECIFICATION DOCiTMENTS �ity Project No. i D14'7b-1 Revised Decemher 20, 20I2 321133-2 r GEMENT TREATED BASE COURSES Page 2 of 7 4) Furnishing, hauling and mixi�g water with the soil-cement �nixture 5) Spreading and shaping the mixture; compacting the mixture, inclutling all rotling re[�uired for campaction 6j Surface �nishing 7) Water and sprinkiing 8} Curing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specifxcation refer to the current reference standard pubTished at the time of the latest revision date lagged at the end of this specification, unless a da�e is specifically cited. 2. ASTM international (ASTM): a. C150, Standard Specifica#ion for Portland Cement �. D698, Standard Test Methods far Laboratary Cornpactian Characteristics of Sail Using Standard Effort {12 400 ft-lbf/ft3 {600 kN-m/m3)) 3. Texas Department of Transportation (T�OT} a. Tcx-101-E, Preparing soil and flexible base materiats for tes�ing b. Tex-140-E, Measurin� thiclenPss �fpaving layer� 1.4 ADMTNI,STRATNE REQUIREMENTS �NOT USED] 1.5 AGTION SUBNIITTALS [N�T USED.] 1.b ACTTON SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] l.q CLOSEOUT SUBMITTALS [NOT IISED] 1.8 MAINTENANCE MATERIAL SUBMITTLAS (NOT USED] 1.9 QUALITY ASSURANCE [NOT IISED] 1.10 DELIVERY, STORAGE, AND HANDLING A, Truck Delivered Cement 1. Each truck �icket shall bear the weight of cernent measured an certiiied scales, 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of cement ta the site. 1.1� FIELD [SITE] CUNDITIONS A. Start ce�nent application only when the air temperature is at least 35 degrees F and rising or is at Ieas� 4� degrees F. B. Measure temperature in the shade away from artificial heat. C. Suspend application when tlae City detez�nines that weather conditions are unsuitable. 1.�2 WARRANTY [NOT USEDj PART � - �'RODUCTS 2.I OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Generat CT!`Y OF FaRT V(rORTH STANDART3 CONSIT2UCTION SPECIFTCATFQN DOCTJNIENTS 2018 Band Year 2, Contract i 3 Revised December 20, 2012 City PrajeCi No, 101475-1 321133-3 � CEMEI�iT TREA3'ED BASE COURSES Page 3 of 7 1. Furnish uncantaminated materials of uniform quality Yhat meet ihe requirements of the Drawings and specificat�ons. 2. Notify the City of the prapased material sources and of changes �o ma#erial sources. 3. Obtain verification from the City that ihe speci�cation requiremenis are rnet before using the saurces. 4. The City may sample and test project rnaterials at any time before compaction. B. Cement: ASTM C150 Type I, II or IP. C. Flexible Base Caurses: Furnish base material that meets the requirernents of Sectian 32 I 1 23 for the type and grade shown on the Drawings, before the addit�on of cement. D. Water: Furnish water free of industrial wastes and oiher objectionable material. 2.3 ACCESSORIES [N�T USED] <- 2.2 E. Commercial Cement-Li�r�e 2.4 SOURCE QUALITY CONTROL [NOT USED] -�lurry shall meet the performance �haracteristics of CEM-L11VIE Technical Data found in Appx G1Z-Ol 60 DO PART 3- EXECUTION Produ�! Requirements 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape existing material in accordance with applicable bid items to conform to typical sections shawn on the Drawxngs and as directed. 3.4 �NSTALLATION A. General 1. i'roduce a completed course of treated material containing: a. Unifartn Portland ce�nent mixture, free from loose ar segregated areas b. Uniform density and moisture content c. Well bound for full depth d. With smooth surface and suitable for placing subsequent courses 2. Maximum layer depth of cement treatment in si�gle layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equip�nent l. Provide machinery, toals, and equipment necessary for proper execution of the work. 2. Rallers a. The Contractar may use any type of roller to meet the produciion rates and quality requirements of the Contract unless otherwise s�own on the Drawings or directed. b, Wl�en specific types of equiprnent are reyuired, use equipment that meets the specified requireme�ts. c. Alternate Equipment 1} Ir�stead of the specified eq�aipment, the Contractar may, as approved, operate other compaction equipment that produces equivalent results. CITY OF FORT WOR1T3 2018 Bond Year 2, Gontract i 3 5'FANI]ARD CCINS1TiLiCTION SPECIFICATION DOCIJMENTS City Project No. 101475-1 Revised Decemher 20, 2012 321E33-4 -" CEME�iT TREATED BAS� COURSES Page 4 of 7 2) Discontinue the use of the alternate equipment and furnish the specified equipm�nt if the desired results are noi achieved. d. City may require Contractor to substitute equipment if praduction rate and quality requirements of the Contract are not met. 3. Slurry �quipment a. Use sIurry tanks equipped with agitation d�vices for cement application. b. The City may approve other sturrying methods. c. Provide a ptunp for agitating the sIurry when the distributaz truck is not equipp�d with an agitatar. 4. Pulverization Equipment a. Frovide pulverization equipment that: 1) Cuts and pulverizes material uniformly to the proper depth with cu�ters that plane to a uniforim surface over the entire width af the cut �} Provides a visible indication of �e depth of cut at all times 3} Unifornlly mixes the materials C. Pulveri�ation 1. Pulverize or scsrify existing material after shaping so fhat I00 percent by dry weighi passes a 1 inch sieve, and 80 percent by dry weight passes a No. 4 sieve exclusive oi gravel or stone retained in sieves. 2. Pulverize recycied asphalt pavement so that 100 percent by dry weight passes a 2 inch sieve, and 64 percent by dry weight passes a No. 4 sieve exclusive af gravel or sto�e retained in sieves. D. Cement Application 1. Spread by an approved dry or slurry rnethod uniforn�iy on the soil at the rate specifed on the Drawings 2. Tf a bulk cement spreader is used, positian by string lines or other appro�ed method during spreading to insure a uniform distribufion of cement, 3. AppIy to an area that all the operations can be continuous and completed in daylight wi#hin 6-hours of initial application. 4. Do not exceed the quantity of cement �at permits �aniform and intimate mixture of soil and cement during dry-mixing operatians 5. Do not exceed the specified optimum rnoisture content %r the soil and cement mixture. b. No equipment, except that used in the spreading and mixing, allowed to pass over the freshly spread cement until it is mixed with the soil. E. Mixing 1. Thoraughly mix the �nateriat and cemenk using approved equipment. 2. Mix un,til a homogeneous, friable mixture af znaterial and cement is obtained, free from all clads and lumps. 3. Keep inixture within moisture tolez�ances throughout the opea-ation. 4. Spread and shape the campleted mixture in a uniForm layer. 5. After mixing, the City shall sample the mixture at roadway moisture and test in accordance with Tex 101 E, Part III, to determine compliance with the gradation requirements in Table 1. ci� o� FORr woRT�r STANDARD CONSTRUCTIOI+I SPECIRICATION AOCi]MEN'FS 2018 Bond Year 2, Contract 13 Revised December 20, 20I2 City Projecf Na. i Oi 475-1 32 I 1 33 - 5 'a� CEMENT TREATED BASE COURSES Page 5 af 7 Table 1 Gradation Re uirert�ents Minimum °/n P$ssing Sieve 5ize Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 F. Compaction 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for its fuil depth. 2. Compact material to at least 95-percent of the :maximum density as determined by ASTM D698. 3. At the start af compaction, the percentage of moisture in the mixture and in un- pulverized soil lumps shall be less than the quantity which shall cause the soil- cement mixture to become unstable during compaction and �nisking. 4. When the uncQmpacted soil-cement mixture is wetteci by rain so that the average moisture eontent exeeeds the talerance given at the tirr�e af �inal cotnpaction, the entire section shall he reconstructed in accordance with this specification at the sole expense of the Con�'actor. 5. The specified optit�um moisture content and density shall be determined in the field on the representative samples of soil-cement m�t�re obtained from the area being processed. b, Final moisture content shall be within minus-2 to plus-4-of-optirnum. 7. Begin corripaction after mixing and after gradation and maisture requirements have been met. 8. Begin compaction at the bnttom and continue until the entire depth of the mixture is unifarmly compacted. 9. Unifortnly compact the mixture to the specified density within 2-haurs. 10. After the soil and cement mixture is compacted uniformly apply water as needed and thoroughly nrxix in. 11. Aeshape the surface io the required lines, grades and cross section and then lightly scarify to loosen any imprint left by the compaciing or shapit�g equipment. G. Maintenance 1. Maintain the sail-cement treatment in good condition from the time ii first starts work until a11 work shall is completed. 2. Maintenatzce includes immediate repairs of any defect that may occur after the cement is applied. 3. Maintenance work shall be done by the Contracior a� the Contractor's expe�se and repeated as often as neeessary to keep the area continuously intact. 4. Repairs are to be made in such a ananner as to insure restoration o� a uniform surface for the full depth of treatment. 5. Rernedy any 1ow area oftreated subgrade by scarifying the surface to a depth of at least 2 inches, filling t�te area with treated material and compacting. 6. Remedy any 1ow area of suhbase or base shall by replacing the material for the full depth of subbase or base treattnent rather than adding a thin layer af stabilized material to the completed work. CTI'Y OF FORT WORTH 2O18 Bond Year 2, Contract 73 STAIVI?ARD CONSTRUCTIODf SPECIFICATIDN DQCi1MEN`i'S City Praject Nu. 101475-i Revised I3ecember 20, 20I2 321133-6 CEM�NT TREATEb BAS� COLJRSES Page 6 of 7 H. �1T115�i11�� 1. After campleting compaction of the final course, clip, skin, or tight-blade the s�u-face af the cement-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 znch. 2. Remove loosened material and dispose oi at an approved location. 3. Roll the clipped surFace immediately with a pneumatic tire roIIer adding smail increments of moisture as needed and until a srnooth s�u-face is attained. 4. Add small atnounts of water as needed d�ring roIling. �hape and maintain the course and sugface in conformify with ihe typical sect�ons, lines, and grades shown on the Drawings or as directed. 5. Sur�ace compaction and iinishing shall proceed in such a manner as to produce, in not more than 2-hours, a smooth, closeIy knrt surface, free of cracks, ridges or laose material, conforrning to the clrawaa grade and line shown on the Drawings. 6. After the finaI layer or ca�rse of the eement modified soil has been compacted, it shall be brought io the required lines and grades in accordance with t.�e typical sectians. 7. The carnpleted section shall then be finished by rolling with a pneumatic tire or other suitable roller sufficiently t� rreatP micr� eracking. I. Curi�tg 1. Gez�erai a. Cure for at least 4$ hours. b. Maintain the maisture content during curzng at no lower than 2 percentage paints below optimum. 2. Curing method depends on finished pavement type: a. Concreie paveinent: 1) Sprinlcle with water 2) Maintain moisture during curing 3} Da not a11ow equapment on the finished caurse during curing except as required for sprinkling, uniess othez'wise appraved. b. Asphalt Pavement: 1} AppIy an asphalt materiai at a rate of 0.05 to 0.20 galion per square yard, 2) Do not allow equipment on the finished course during curing 3. Continue curing �until paving aperations begin. 3.� REPAIR / RESTORATIDN [N�T USED] 3.G RE-INSTALLATION [NOT USED] 3.i FIELD QUALITY CQNTROL A. Density Test City Project Representative must be on site during density testing City to rneasure density of cement treated base course in accordance wi#h ASTM D6938. 3. Spacing directed by City {1 per block minimum}. 4. City Project Representative deter�nines densi�y testiing �ocations. CITY OF FORT W4IZTH STAND?.TiD C�NSTRUCTION SPEC�ICATION DOCLIMENTS 2018 Band Year 2, Contract 13 Revised ]�ecember 20, 2012 City PrpjeCt No. 101475-7 32 11 33 - 7 -- C.�MEN`I' TREATED BASE COURSES Page 7 of 7 B. Depth Test 1. Take minimum of one core per 500 linear feet per each direction of travel stag�ez'ing test lacation i� each lane to determine in-place depth. 2. City Project Representative determines depth testing lacat�ons. 3.$ SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEDJ 310 CLEANING [NOT II5ED] 3.Ii CLOSEOUT ACTIVITIES (N�T USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END �F SECTION Revision Log DATE � NAME � SUNIMARY OF CHANGE CITY OF FORT WORTH 2O18 Bond Year 2, Contract i 3 STANDARD CON5T7t[TCTION SPECIFTCATION DbCLTMENTS City Prvject No. 10i�75-t Revised ]Jecember 20, 2012 SP 34 71 13.Oi TRAFFIC CONTROF. Page 1 of4 SPECIAL PROVISION TO STANDARD SPECI�'ICATION 34 71 13 TR_AFFIC CONTROL For this Project, the Standard Specification 34 71 13 for Traffic Control {dated 11/22/2013) is amended with respect to the clauses cited below. No other clauses or requirements of this Standard Specificat�on are waived or changed. DeXete section 1.1. from Standard Specification 34 71 13 and replace with: 1.1 SUMMARY B. Installation of Traffic Control De�ices and preparation of Traffic Controi Plans, including moving, replacing, maintaining, cleaning and removing upon completion of the wark, a11 temporary or per�nanent street clost�re barricades, signs, cones, lights or oYher c�evices required to handle tra�fic in confortnance with the current edition of the Texas Manual of Uniform Traffic Control Devices and as indicated o� the Drawings or directed by the Engineer or designated City representative. C. Deviations from this City of Fort Worth 5tandard Specification 1. As outlined in this Special Provision to Stanc�ard Specification 34 71 13. D. Relaied Specifications Sections include, but are not limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cantract 2. Division 1— General Requiremen�s Delete paragraph 1.2. from ��andard 5peciiieation 34 71 13 and replac.e with: 1.� PR�CE AND PAYMENT PROCEDURES A. Measurexnent and Pa�nent 1. Tnstallation of Traffic Control Devices a. Measurement 1) Traf�c Control Devices for the project will be measured per m.onth throughout the project duration regardless of the number of set-ups, locations or streets under construction. b. Payment 1) The work performed and materials furnished i� accardance with this Item and xneasured, as provided under "Measurement," shall be paid for at the unit price bid for "Traf%c Con#rol" under each Unit of Work {Water, Sewer, Pavittg, etc). No additional compensatian is made for materials, equipment or labor required for this Item. C1TY OF FORT WORTH 201 S Bond Year 2, Contract 13 DATE: NOVEMBBR 6, 2020 City Froject No. 101475-I SP 34 71 13.01 'I'R AFFIC CONI'ROL Paga 2 of 4 SPECIAL PROVISION TO STANDARD SPECIFICATION 34 '�1 13 TRAFFIC CONTROL 2) No more than one month may be charged during �e same 30 day period of a contract. Projects with multiple cr�ws perfoxming concurrent Uniis of Wozk (Water, Sewer, Paving, etc} will be paid far 1{one) month tiotal, under the contractor's selected unit. The selected unit must ha�e had active wark during that period. 3) The montl�s for each Unit of Wark will be approximated for bidding and can be adjusted during construction as the work progresses according to the Contractoz''s schedule. The Contractar's sch�dule shal� reflect the project being corz�plete within the praject duration set by the contract. c. The work perforn3ed under this Item shall incl.ude, but not be limited to: 1} Traffic Conirol implementation 2) Instatlation 3) Maintenance 4} Adjustanents 5} Replacements 6) Removal 7) Police assistance during peak hours d. Traff'ic Control P1an Changes: 1} Contracfor clriven changes to the sequencing, resources, or location of traffic control activities do not warrant additional cost for traffic conirol. 2} City requested changes to the scape or sequencing can be submitted as a change arder wi�h supporting docume�tation for review by the City. 3} During periods af inactivity the contractor must provide supporting documen#ation ihat additional traffic contro� was required based on current site conditions and was present at the site. 2. Portab�e Changeable Message Board Signs a. Measuz'ement 1) Portable Changeable Message Board Signs for the project shall b� measured per week regardles� of the number of set-ups, locatians or streets under construc�ion. b. Payment 1) The wark performed and materials furnished in accordance to thi5 Ite�a� and �easured as pravided �nder "Measurement" shall be paid for at the unit price bid per week far "Portable Message Sign". c. Tl�e price bid and wark performed. under this Item shali ir�clude, btat not be limifed to: 1) Delivery of Portable Message Sign to Site 2} Message updating 3) Sign movement throughout construction 4) Ret�rn af the Portable Message Sign post-consf�ction S. Preparafion of Traffc Control Plans or details if not pravided on the ➢rawings and applicable Ci�y Standard Tz-affic Control Detail is available at: CITY OF FORT WORTH 2O18 Bond Year 2, Contracl 13 DATE: NOVEMBFI2 6, 202D Ciry ProjecE No. 10I475-E SP 34 7i 13.01 TRAF'F1C COTZTROL Page 3 of 4 SPECIAL PROVISIQN TO STANDARD SPEC�FICATION 34 71 13 TRAFFIC CONTROL http:UforLworthtexas.gov/uploadedFiies/Transportation_and Public_Wor ks/Permits/TrafftcContralPlans..pdf a. Measurement 1) Traffic Control Plans far the project shall be measured throughout the contract time period and furnished by the Cantractor. b. Payment I) The vvork performed and materials furryished in accordance with this Item shall be subsidiary to tke unit price bid for "Traffic Cantrol". c. The work performed under this item shall include, but nat be limited to: 1) Prepa�'ing the Traffc Control Plans 2} Adherence to City and T�xas Manual on Uniform Traffic Control Devices (`1'M[JTCD) 3) Obtaining the signature and seai of a licensed Texas Professional Engineer for all Traf�c Control Plans subrnitted to the City. 4) Incorporation of City camments Delete paragraph 1.5.B, D, E and G from �tandard Speciiication 3�F 71 13 and replace with: 1.� SUBMITTALS B. Obtain a Street Use Perrnit frorn the Street Management Section of the Traf�c Engineering Division, 311 W. 10t� Street. The Traffic Control Plan (TCP) for the Prpject shall be as detailed on the Traffic Control Flan sheeYs of the Drawing set if provided. A copy of the Traffic Control �'lan shall be submitted with the Street Use Permit and upon approval uploaded to the City's BIM360 pro,�ect page as a submittal. D. Contractor shall prepare Traf�c Control Plans if required Uy the Drawings or Specifications. The Contractor will be respansible for having a lice�sed Texas Frof�ssianal Engineer sign and seal the Traffic Cont�'ol Plan sheets. Contractor, at his or her expense, shall prepare and submit for approval Traffic Control Plans where Contzactor wishes to deviate frorn the approved set of Trafiic Control plans if provided in the construction documents. E. Lane clasures (including moving operations) that require a lane �o be closed to thraugh trafiic for 24 hours or longer shall require a site-specific traf�c cantrol plan. G. Design Engineer will furnish standard details far traffic control. These are guidance and are not sufficier�t far a site specific traffic control plan for lane eiosnres over 2� hours. Delete paragraph 1.S.G from Standard Specification 34 71 13. Delete paragraph 3.3.K from Standard Speciiication 34 71 13 and replaee with: C1TY OF FQRT WORTH 2O18 Bond Year 2, Conhacl 13 DATE: NOVENfBER 6, 2020 City Project No. 1O1475-1 SP3471 t3.Ol TRAFPIC CO�TTRdL Page 4 of 4 SPECIAL PROVISION TO STANDARD SPECIFICAT�QN 34 71 13 TRAFFIC CONTROL 3.3 INSTALLATIQN K. Contractor shall make arrangerr�ents, at his or her expense, for police assistance to direct tra�'ic if �raffic signal ium-ans, st�reet light pole instal�a�ion, or other constt�zc�ion will be done during peak traffic times (AM; 7 am — 9 am, PM: 4 pm - 6 pm). CfTY OP FORT WQRTH 2O18 Hond Year 2, Coniract 13 DATE: NOVEMBER b, 202D CiLy Projeci No. 4Q1475-i 999401 GRAVEL SURFACE COURSE Page 1 of 5 1 2 3 4 5 6 7 8 9 ia 11 Z2 13 14 15 16 17 18 19 20 21 zz 23 24 Z5 26 27 2$ 29 99 99 01— GR,4VE� SURFACE COURS� 1.0 GENERAL 1.�. SUMMARY A. 5ectian incfudes: 1. Gra�el surface course. B. Deviations from this City of Fort Worth Standard 5pecification 1. None. C. Reiated Specification Sections include, but ar� 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 PROC�DURES A. Measurement and Payr�ent 1. Measuremer�t a. Measurement for this Item will be by the tubic yard {CY) of Gravel 5urface Repair for various: 1) Depihs 2J Types 3j Gradations b. Payment 7.) The work �erformed and materials furnished in accordance with this Item and measured as pro�ided under "Measurement" will be paid for at the unit price bid per cubic yard (loos� measure) of Grave( Surface Repair. c. The price bid shall include 1) Preparation and carrection of subgrade 2) Furnishing of material 3) Hauling 4) Blading 5) Compacting November 6, 202D 2D18 Bond Year 2, Contract 43 City Project No. 101475-1 999901 GRAV�L SiJRFACE COURSE Page 2 af 5 1 2 3 4 5 6 7 8 9 1{� zi 12 13 14 15 16 1i 18 19 za 21 22 23 24 25 25 27 �EFERENCES [not used] ADMINISTRATIVE REQUIREMENTS [not used] ACTION SUBMITTALS [not used] ACTION SUBMITTALS/lNFORMATIONAL SUBMITI`ALS [no� used] CLOSEOUTSUBMITI"ALS [nat used] MAINTENANCE MATERIA�SUBMI7TALS [nat used] RUALITY ASSURANCE [not used] DELIVERY, ST�RAGE, AND HANDLING [not used] FIELD (SiTE) CONDITIONS [not used� WARRANTY [not used] PRODUCTS OWNER-FURNiSHED PRODUCTS [NOT USED] MATERIALS A. Genera! �. Furnis#� uncontaminated materials of unifarm quality that meet the requirerr�ents of the brawings and specifications. 2. Qbtain rnaterials frorn appro�ed sour�es. 3. EVotify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the orawings and conforrning to the requirements of Tabl� 1. 2. Each source must meet Table 1 requirements. 3. Los Angeles abrasion test: 50% Maximurri we�r per ASTM. Table 1 Material Requirements Sie�e Size % .�» ,. �„ 1.3 1.4 1.5 1.G 1J 1.8 1.9 1.1D 1.11 1.1� � Z.1 2.Z '� � 4Q-7 2$ �4. Material Tolerances fdo�ember 6, 2020 20i8 Bond Ysar 2, Contract 13 Ciry Projec[ No. 101475-1 999401 1 2 3 4 5 6 7 8 9 10 11 2.3 12 2.4 GRAVEL SURFACE COf�RSE Page 3 of 5 1J The City may accept material if no mare than 1 of the 5 most recent gradation tests has an indi�idual sieve outside the specified iimits of the gradation. 2j When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points an sieves No. �4 and larger or 3 percentage points on sieves sma�ler ihan No. 4. 5. Material Types 1) Do not use fillers or binders unless approved. 2) Furnish the type specified on the Drawings in accordance with the following: a. Gravef 1) Washed gravel graded from a single, naturally occurring source. ACCESSORIES �NOT USED] 50URCE QUALITY CONTR�L [NOi� USED] i3 3.0 EXECUTION 14 3.1 INSTALLERS [NOT USED] �5 3.2 EXAMIf�ATION [NOT USED] �s 3.3 17 18 19 20 zz 22 23 24 25 26 27 28 29 30 31 32 33 34 35 PREPARATION A. Genera! 1. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings ar as directed. B. Subgrade Compaction 1. Proof rofE the roadbed before pul�erizing or scarifying in accordance with the fo��ow;ng: a. Proof rolling 1j City Project Representative must be on-site during proof rolling operations. 2) Use equi}�ment that vuill app{y sufficient load to identify snft spots that rut or pump. a) Acceptable equipment includes fully loaded single-axle water truck with a 1,500-gallon capacity. 3j Make at least 2 passes with the proof roller (dawn and back = 1 pass.]. 4) O�fset each trip by at most 1 tire width. Sj lf an �nstable or non-�nifarm area is found, correct the area. b. Corrett aj So�t spots that r�t ar pump greafier than % inch. b) Areas that are unstable or non-unifarrn. 2018 BoncE Year 2, Contract 13 November 6, 2020 City Profect Na. 101475-1 99 99 01 GRAVELSURfACECOURSE Page 4 of 5 1 2. Installation of base material cannot proceed until compacted subgrade appra�ed 2 by the City. 3 3.4 INSTALLATION 4 5 6 7 $ 9 so 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 A. General 1. Construct each fayer uniformly, free of loose or segregated areas, and compac� �o a uniforrn surface. 2. Provide a smooth surface that confarms to the typica! sections, fines, and grades shown on the E]rawings, or as directed. �. Haul appro�ed gravel in dean, covered trucks. B. Equipment 1. Ger�eral a. Pro�ide machinery., tools, and equipment necessary for proper execution af the work. 2. R�llers a. The Contractor may use any type of roller to rneet the production rates and quality requir�men�s of the Contract unless otherwise shown on the Drawings or as dire�ted. b. Whert specific types of equiprnent ar� required, use equipmeni that meets the spetified requirements. c. Afternate Equipmen#. 1) lnstead of the specified equipment, the Contractor may, as appro�ed, operate ofher compaction equipment that produces equi�alent res�lts. 2} �iscontinue the use of the alternate equiprnent and furnish the specified equipment if the desired results are no# achie�ed. d. City may require Contractor to substit�te equipment if produttion rate and quality requirements of the Cantract are not met. C. Placing 1. Spread and shape gravel into a uniform iayer by appro�ed means the same day as deli��red unless atherwise appro�ed. 2. Cor�struct fayers to the thickness shown on the Drawings, while maintaining the shape of the course. Minimum total depth shall be 2.5". 3. Control dust by sprinkling. 4. Correct or replace segregated areas as d�rected. 5. Place successive courses using the same canstruction methods required for the first course. D. Compaction 1. General 2018 Bond Year 2, Contract 13 November fi, 2020 City PrnjecE No. 701475-1 99 94 DI GRAVELSURFACECOURSE Page 5 of 5 1 2 3 4 5 6 7 s 9 10 11 �z 13 14 15 16 17' �.8 19 za 21 a. M�altiple 9ifts are permitted when shown on the Drawings or appro�ed. b. Corr�pact the full depth of the s�arface course to the extent necessary to remain firrn 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/RESTORATION [NOT USED] RE-INSTALLA710N [NOT USED] A. inspettian 1. City to inspect final course. a. Notify City Project Representafi�e when gra�el surface is ready for inspection. FIELD QUA�ITY C�N7R�L [NOT LJSED] SYSTEM STARTUP [NOT IJSED] ADJUSTING [NOT USED] CLEANING [fV�T USED] CLOSEOUT ACTIVITIES [N�T US�D] PROTECTiON [NOT USED] MAINTENANCE [NOT USED] 4 ATTACHMENTS [NOT USED] 3.5 3.6 3.7 3.8 3,9 3.10 3.11 3.12 3.13 3.1 EP�D OF SECTIOIV November b, 2020 2018 Bond Year 2, Contraci 13 City I'roject No. 101475-1 330130-1 SEWER AND MA7lHOLE TBSTING Page 1 of 7 SECTION 33 0130 SEWER AND MANHOLE TESTING PART1- GENERAL 1.1 SUMMARY A. Section �ncludes: 1. Testing for sanitary sewer pipe and �nanholes prior to placing in s�rvice a. Low Fressure Air Test and Deflection (Mandrel) Test 1} Excludes pipe with flow 2} Hydrastatic Testing is not allowed. b. Vacuum Testing for sanitary sewer manholes 2. Befare any newly constructed sanitary sewer pipe and manholes are placed into service iC shall be cleaned and tested. 3. Pipe testing will include low press�are air test for 6d-inch pipe and smaller. 4. Pipe testing will include low prassure air test of jaints for 27-inch or larger pipe. 5. Pipe t�sting will include deflection (mandrel) test for pipe. b. Hydrostatic testing is not aliowed. 7. Manhole testing will include vacuura test. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sectians include, but are nat necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forins, and Conditians of the Contract 2. Division 1— General Requirements 3. Section 03 SO 00 — Modiiications to E�sting Conerete Structures 4. Sectian 33 04 50 -- Cleaning of Sewer Mains 1.2 PRICE AND PAYMENT PROCEDLTRES A. Measurement and Payment Pipe Testing a. Measurem�e�t 1) This Itern is considered subsidiary to the sanitary sewer main (pip�) completed in place. b. Payrnent 1} The wark performed and the materials fiirnishing in accordance with this Item are subsidiary to the unit price bid per linear foot of sanitary sewer main (pipe) campleie in place, and no other compensation will be aliowed. 2. Manhole Testing a. Measurement 1) Measurement for testing manholes shall Y�e per each vacuum test. b. Fayment C1TY OF FORT WORTH 2O18 Bond Year 2, Contract i 3 STANDARU CONSTItUCTION SPECIFICATION DOCLIMEN'TS City Project No. 901475-1 Revised December 20, 2D12 33013�-2 SEWER ANi? MANHOLE TESTING Page 2 of 7 1) The work performed and the materials fuznished in accordar�ce with this Itam shall be paid for at the unit price hid per each vacuum test completed. c_ The price bit� shall include; 1} Mabiliza�ion 2) Pl�gs 3) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.� SUBMITTALS A. Submittals sha11 be in accordance with Sectian O1 33 00. B. Atl submititals shaIl be approved by the City prior to delivery. 1.b ACTION Sj7BMITTALSIINFQRMATIONAL SUBMITTALS [NOT LTSED] 1.7 CLOSEOUT SUBMITTALS A. Test and Evaluatian Reparts I. All test reports generated during testing {pass and fail} i.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASS�.TRANCE A. Certifications t . Mandrel Equipment a. If requested by City, provicle Quality Assurance certification that the equipment used has been designed and manufactured in accordance to ihe required speci�cations. 2. .Toint Testing a. T�sting Service - Engage a qualified independent testing agency to p�rform joint evaluation tests b. Equipment - If requested by City, pravide Quality Assurance certification that the equipment used has been designed and manufact�red in accordan�e to the required speci�cations. CTTY 4F FOIZT WORTF3 STANDARD CONSTRiJCT101�i SPECIFICATION DQCiJMENTg 2018 8ond Year 2, Contract i 3 Revised December 20, 2012 City Project No. 101475-1 330130-3 SEWER AND MAl�iiiOLE TESTING Fage 3 of 7 1.10 DELIVERY, STORAGE, .AND HANDLING [NOT USED� 1.11 FIELD [SITE] C�NDiTIONS [NOT USED] 1.1� WARRANTY �NOT U5ED] pART 2 � PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED� 3.3 PREPARATION A. Low �ressure Air Test (Pipe 60 inch and smaller) l. Clean ihe sewer main before testing, as autlined in Sectian 33 44 50. 2. Plug ends af all branches, laterals, tees, wyes, amd stubs to be included in test. B. Low Pressure Joint Air Test (Pipe 27 inch or larger} 1. C1ean the sewer n�ain before testing, as outlined in Section 33 04 50. 2. Asserr►ble individual joint tester over each joint from within the pipe. C. Deflection (mandrel) test (Pipe} 1. Perform as last wark item before final inspection. 2. Clean ti�e sewer main and inspect for afiset and obstrt�ction pz'ior to testing. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mandrel altered or modiiied after certification wii� invalidate the deflection test. 2) Mandrel requirements a} Odd number of Iegs with 31egs nvnitnum b} Effective length not less than its nominal diameter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Sta�mped or engraved on some segment other than a runner indicating the following: (1) Pipe material specification (2) Nominal size (3) Mandrel outside diameter {OD) � Mandrel diameter must be 95 peree�t of inside dia�neter (ID) of pipe. g) Mandrel eq�ipment shall be suitable far the gipe material to prevent damage to khe pipe. Consuli manufacturer for appropriate mandrel equipment. D. Vacuum test {Manholej 1. P3ug lifting holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. CTFY OF PORT WORTH 2O18 Bnnd Year 2, Cantract 13 STANDARA CONSTRi3C1ION SP�GIFICATION BOCUMENTS City Project No. 101475-1 Ae�ised December 20, 2012 330130-4 SEWER AND MANHOLE TE3TIIVG Page �4 pf 7 3. Sec�re stubouts, manhole boots, and pipe plugs to prevent movement whiie vacuum is clrawn. 4. Plug pipes with drop connections heyond drop. 5. Place #est head inside the frazne at the top of the manhole. 3.4 INSTALLATION A. Low pressure air test (Pipe 60" Inch and Stnaller) 1. InstaIl plug with inlet tap. 2. Connect air hose ta inlet tap and a portable air cnntroi source. 3, After the siabilization periad {3.5 psig minimum pressure) start the stop watch. 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum permissible pressure hoIding time per diameter per lengfh of pipe is computed from the following equation: T = (0.485fl*D*K� Q Where: T= shortest titne, seeonds, altowe� i��° air pressure to drop ta 1.0 psig K= O.Qd0419*D*L, but not less than 1 A D= nominal pipe diameter, inches L= iength af pipe being tested {by pipe size), feet Q= 0.0015, cubie feet per minute per square foot of internal surfaee UNI-B-6, Table 1 provides required time for given lengths oipipe for sizes 4-inch through 60-inch based on the equation above. UNI-B-6, Tab1e Z Minimum specified time required for a 1.0 psig pressure drup for size and Iength af pipe indicated far q = 0.0015 S cihcation Time for Le h I. Shnwu minsec ] 2 3 G MS�inmui �� T'vne �� fPr Tmic fpr Diameter (�: Mmimum L.onger IOM2 ]SOR ZODR 25f1h 300ft 350ft ��} sec} T°"e (ft) Length (sec) 4� 4� 4 3:q6 597 .3$0 L 3:4fi 3:4! 3:95 3:q6 3:46 3A6 3:46 3:q6 6 5:49 396 .854 L 5:40 5:417 5:40 5:90 5:40 5A0 SxVz 5:2q 8 794 298 L520 L 794 794 734 734 7:3fi 8:52 ]O:D& l l24 �� g� �9 2374L 92G 926 9:26 9:53 1152 13:51 I5:49 17:48 12 i1:ZQ 144 3.418L 1I:20 1J20 1124 14:15 ]7.05 195fi 22�47 253B:00 15 14:I0 I59 5_342L 14:20 14:I0 17:48 22:15 26:42.IX1 31:09:OD 3536:00 qa:p4{p 1A F7:(1� 133 7.692 L 17:00 19:13 25389D 32,fl3A6 38;27:W 445200 5J:16t10 57:4I:D0 2l I450 ll4 10.470L 19:SD 26:Ip;(q 34:54-04 4337:00 52;21:0p 61;ppdp bg:4g:pp 789JA0 24 22yA6 99 13.fi74L 22:47 34:11:OQ 45.34Uf# 565R.00 6822;00 74:�:00 91:10f70 10233:OD 27 2530.�06 68 17306L 28,S1:OQ 43:1bA0 57:41�0 72U7fSQ 8632.�QD ]0057:00 II522{10 I29�8-00 30 2820:f1p 80 21366L 35:37�(1 5325:OD 71:13:pD 89:p2;p(} ]06:50.�00 1?A38A� 142�6U6 1b0:I5A0 33 31:10�.00� 72 25.852L 43�D511D 64:38i10 8k16fl(1 707:43�10 I29:16i1D 350:43.IX1 172:ZIq1 193S3;pp 36 3�I:a1:IX1 66 30.7GSL 51:1700 76:SS:OQ ]0234i10 128:12:I1b 15350.00 i7929:i1D 2i15fl7:pp 230.�46,9p 42 39:ASt10 57 41.8&3L b9:48:00 ipq:42:00 I393700 17430.i10 209:24:[10 24k:i9:d0 279:13�00 3I4:070[I A8 45:3A:OQ 50 54_705 L 9I:19:01f 136:45IX1 I822IIX1 7.2755:(q 27331:06 319.Ufi:00 364:42:00 410:17.{l6 54 51:02:00 q4 69.Z3bL I75;Z4:04 173�SA6 230:47:00 2R8:29:90 3q6:11:00 903:53:00 q5194Ap 519:16:Q0 60 56:40:00 46 85.476 L 14228;pp 213AIUQ 284:55:00 356:09:06 427:23:00 498:}7.90 5G9:SO.UO 64[:04:00 CITY �F FpRT W ORTH STANBAAD CpNS'FRiiC170N SPECIFICAT`fON DOCiJMENTS 20i8 Bond Year 2, Contract 13 Revised Dacember 20, 2012 City Pruject No. 101475-1 330130-5 SEWER AND MANfiQLE T�STING Page 5 of 7 6. Stop test if no pressure loss has accurred during the first 25 percent of the ealculated testing time. B. Low pressure j oint air test (27 Inch or larger pipe) 1. All pipe joints, for all pipe materials, shall be tested in accordance wi#h ASTM C1103 as follows: 2. Equipment shall be the praduct of manufacturers having more than five years of regular production of successful joint testers. Jaint tester shall be as �nanufaciured by Cherne Industrial,�Inc., of Edina, Minnesota, or approved equal. 3. Follow equipment manufacturer's recommendations when performing tests; only experienced technicians shall perform tests. 4. The testing equipment shalI he assembled and posi�ioned over the center of the pipe joint and the end element tubes inflaied to a maximum of 2S psi. 5. Pressurize the center jaint test area to 4.0 psig and allow the temperature and pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to testing. G. To test, adjust the pressure to 3.5 psig and measure the t��ne required to decrease the pressuxe from 3.5 psig to 2.5 psig. 7. The joint is acceptable if the tirne for the pressure to drop from 3.5 psi� ta 2.5 psig is greater than 10 secands. C. Defleciion (mandrel} fest {Pipe) 1. For pipe 36 inches and sxnaller, the mandrel is pulled through the pipe by hand ta ensure that maximum allowable deflection is nof exceeded. 2. Maximum percent deflection by pipe size is as foilows: Nominal Pipe Size Inches Percent Deflection AIlowed 12 and smaller �•0 15 tlarou h 30 4.0 Crreater than 30 3.0 D. Vacuum test (Manhole) 1. Test manhole prior ta coating with epoxy pr other material. 2. Draw a vac�zum of 1 d inches oi mercury and turn off the purnp. 3. With tbe valve closed, read tlae level vacuum level after the required test time. 4. Minimum time required for vacuum drop of 1 inch of inercury is as follows: CI7'Y OF FORT WORTH 2U18 Bond Ysar 2, Contract 13 S7'ANDARi] CONSTRUCTION SPECIFICATiON DOCLTM�A'TS City Project No. 141475-9 Revised I7ecem6er 20, 2012 33 0 ] 30 - 6 SEW�,A AI�1D IvIANHOLE TESTING Page 6 af 7 Depth af 4-faot Dia 5-foat Dia G-faot Dia Manhole,f�et Secands Seconds Seconds S 20 26 33 1� 2� 33 41 12 30 39 49 �� 35 45 57 �6 �0 52 67 18 40 59 73 * * T=5 T=6.5 T=8 ** For �nanhoies aver 18 feet deep, add "'I"' secands as shown far each respective di�eter for each 2 feei of additional depth of man�oie ta the t�me shown for I$ foot depth. (Example: A 3d foot deep, 4-foot diameter. Total test time would be 7a seconds. 40+b(5}-70 seconds) `. Manhale -vacuuui levels observed to drop greater than 1 inch of rnercury will have fai�ed the iest. 3•� REPAIR / RESTORATION [N4T USED] 3.b RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Non-Conforrx�ing Work 1. Low pressure aix test (Pipe 60 Inch and smaller) a. �hould the air test fail, find and repair leak(s) and retest. 2. Low pressure j oint air test (Pipe 27 inch ar Iarger) a. l OQ percent of all joint� shall be field tested, prior ta the placement of backfill over the spr�ng line of the pipe, aftez' the pipe has been substantially lociced in ta place b}� embedment. If the pipe does not pass the field air test, the joint will be pulled and reiitted or rejected and remaved from the project. After fu11 placement of backf'ili and proper compaction, 100% of all joints wil� be tested again, as the installation pragresses. At na t�me shall pipe installation exceed 3Q0 feet beyond the last jaint tested. b. No more than 2 percen:t of tha tota� number of joints failing to meet the requirements af this test shall be field repaired by joi;nt grout inject�on, or band clamps, or otlaer method. Any joints over 2% requiri.ng fietd repairs shall he rejected and remo�ed from the praject site. Rejected pipe shall be removed from the project. Installat�ion shal� be stopped untiI defective joints are repaired or replaced. 3. Should De#�ection (mandreI) test (Fipe) a. Should the mandrel fail to pass, the pipe is consider�d overdeflected. b. Uncover overdeflected pipe. Reinstall if not damaged. c. If damaged, remove and replace. 4. Vacuum test (Mani�ale) CITY OF FORT WOILTH STANDAd;D CONSTRUCTIQN SPECIFICATION DOCTJMENTS 2018 Bond Year 2, Cantract 13 Revised Decem6er20, 2012 City Project iVo, 1Ui475-1 33fl130-7 SEWER AND MAIVHOLE TE5Ti1VG Page 7 of 7 a. Shattld the vacuum test fai1, repair suspect area and retest. i} External repairs req�i:red for leaks at pipe cont�eetion to manhole. a) Shall be in accordance with Section 03 80 00. 2} Leaks within the manY�ole structure may be repaired internally or externally. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADNSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION GITY OF FORT WORTH 2D18 Bor�d Year 2, Contraci 13 STANDARD CONS1'ftUGTION SPECiFICATTDN DOCLJMENTS Gity Project No. 1 Di 475-1 Revised Decemher 20, 2D12 330i31-1 CLOSED CIRCIJIT TELEVISION {CCT� INSPEC'TION PageloflD 1 SECTION 33 U1 31 2 CLOS�D CIRCIJIT TELEUISION {CCTV) INSFECTION 3 PART I - GFNF'RAi, 4 1.1 SUMMARY 5 b 7 8 9 10 11 iz 13 14 IS 16 17 B. Deviations from this City of �'ort Worth Stiandard Specificatzon 1 g 1. None. 19 C. Related Specification 5ections include, but are not necessarily limited to: 2p 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 21 Contrac t 22 23 24 A. Section Includes: 1. IZequirements and procedures for Ciosed Circuit Television (CCT� Inspection 2 3. 4. E' of sanitary sewer or storm sewer mairis For City Capital Improvement Projects, which include sanitary sewer rehabilitation projects, a Fost-CCTV is required. Pre-CC"I`V for mains will be project specific and noted on the plans. For new development san�ary sewer installation, a Post-CCTV is required. �or all City Capital �mprav�nnent Frajects and new development sanitary sewer installation, a F`inal Manhole CCTV is requ�red. Final-CCTV will be project specific, and would ir�clude majar collector, arterial, County, Railraad, and TXDOT prajects tna� include extensive paving, structures, drait�age, and grading activities 2. Division 1— General Requirements 3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 4. Sect�on 33 04 50 — Cleaning of Sewer Mains 25 5. Sectian O1 3216 — Construction Progress Scheduie 26 1.2 PRICE AND PAYMIIVT PROCIDITRFS 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Pre-CCTV Inspection a. a. 3. a. b. c. Measureznent Measurement for this Itern wi31 be by the linear foat of l�e televised far CCTV Inspection perfgrmed prior to any lix►e rnodif'icaiion or replacement determined fro�n the distance recorded on the video log. Payment The work performed and tnaterials furnished in accordance with this Item and measured as provided under "Measurement" will be paid far at the unit price bid per linear foot for "Pre-CCTV Inspection". 1) Contractar will not be paid for unaccepted videa. The price bid shall include: Mobilization Cleaning Digital file CTI'Y OF FpKT W dRTH 2D18 Bond Year 2, Contract 13 STANDf+RD CONSTRIIGTION 3PECIFICATION DOCiJMENT5 City Project No. 101475-1 Revised Apri] 29, 2021 Addendum No. 1 33 O1 31 -2 CLOSEBCIRC[IIT TELEVISION (CCT�II�iSPECTTOI�T Page2of10 B. Post-CCTV Inspection Z 3 4 5 6 7 S 9 10 ll 12 13 14 15 16 17 18 19 20 zi 22 23 24 25 26 27 28 29 �a 31 32 33 34 35 36 37 38 39 40 �31 42 43 44 45 1. Maasurement a. Measurement for this Item will be by the linear foot of line teievised %r CCTV inspection performed foltowing repair ar installation determined from the dis#ance recorded on the video iog. 2. F ayment a. The work performed and materials furnislaed iri accordance with t1�is Itezn anr� meas�red as provided t�nder "Measurement" wi1I be paid for at the unit price bid per linear foot for "Post-CCTV Inspection". 1} Contractor wil� only be paid far video that is accepted in writing by Water Departrnent. 3. The price bid shall include: a. Mobilization b. Cieaning c. Digital fi�e C. Final-CCTV Inspection 1. Measurement a. Meas�rement for this Item will be by the linear foot of ]ine te;lPvisPri for CCT�T Inspection performed followirig repair ar installation determa�ed from the distance recorded on the video log. 2. Payment a. The work performed and rnater�Is fu�nished in accordance with th�s Item and measured as provideel under "Measurement" will be paid for at the �nit price bid per linear foot for "Final-CCTV Inspection". 1) Co:ntracior wiI� only be paid for video that i� accepted in writing by Water Departrr�ent. 3. The price bid shall include: a. Mobilization b. Clea�ing c. Digital fi�e D. Final Manhole CCTV Inspectian 1. Measnrement a. Measurement for this Item will be per each manhole, junction st�-ucture; televised for CCTV Inspeetion performed foIlowa�g repair, manhole coating, final adj�tstments to grade, ancl/or instalIation determined an the video 1ag. 2. Fayment 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 �aid per each for "Fina1-Manhale CCTV Inspectian". 1) Contractor wilI only be paid far �ideo that is accepted in writing by Water Department. 3. The price bid shall include: a. Mobitization b. Cleaning c. Digita] file crrY a�FoxT wax�rx STANDAItD GONSTRUCTIpN SPECIFICATION DDCUMENTS Revised Apri129, 2D21 2018 Bond Year 2, Contract 13 City Project No. 101475-1 Addendum No. 1 33013i-3 CLOS EI7 CDtCTJ�T T�LEVISiON (CCT� INSPECTIOTi Page 3 of 10 1.3 REF`IItINCF.S 2 3 4 A. Reference Standards 1. a. Reference standards cited in this Specif'icaYion refer to the current referenca standard published at the time of the lates� revision date logged at the end of this Specificatian, uttless a date is speci�`ically cited. City of Fort Worth Water Department City af Fort Warth Water Departtnent CCTV Inspection and Defect Coding Program (CCTV Manual}. C'rty of Fort Worth Water Department CCTV Inspectton Log. 10 11 12 13 14 15 16 17 18 19 B. Definitions L Pre-CCTV — CCTV Inspection perfarmed by Contractor an existing mains priar ta any line madification ar replacement. 2. Post CCTV— CCTV Inspectionperformedby Contractar following installation of new mains hut before cornpletion of other infrastructure {i.e. s�eets, sidewalks, final grading, etc.) 3. Fina1 CC`I'V — CCTV Inspection performed hy Contractor on mains and manholes aiter all construction is camplete. Includes CCTV ofthe manholes (i�cluding grade rings, casting, etc.) after street construction, fi�al gradirig, and man�aole coating, if the c oating is required. 2p C. Final Manhole CCTV — CCTV Inspection performed by Coniractor on manholes and/ar 2� junction structures, after all construc�ion is complete. Includes CCTV of the manholes/ Z� {including grade rings, casting, etc.) after sireet cons�'uction, final grading, and 23 manhole coating, if the coating is required. 24 1.4 ADMIIVISTRATIVE REQLIIREIV�TTS 25 26 27 28 29 3d 31 32 33 34 3S 35 37 38 39 40 41 42 A. Coordination 1. Sanitary Sewer Lines a. Meet witla City of Fart Worth Water Department staffto coniirm that the appropriate equipment, saftware, standard terr�plates, defect codes and defect rankings are being used, if required. 2. Storm Sewer Lines a. Meet with City of Fort Worth Transportat�on/Public Works Department staff to coniuzn that the appropriate equipment, saftware, standard templates, defect codes and defect raiilcings are heing used, if rec�uired. B. Schedule 1. Include Pre, Post, Final Mar�hole, and Final CCTV schedule as part of the Constructi4n Progress Schedttle per Section O1 3216. 2. Al(aw time for City review {2 weeks ininimum — Notification needs to he send out to Praject Manager, City Inspector, & Fie1d Operations). Post�CCTV can be scheduled and subtsaitted for review after each sewer main construction has be� completed. 3. If CCTV is accepted by City Project Manager, proceed witl� work If rejected, coordinate with City per Part 1.4 A. CITY OF FOR'i' WO12TH 2D18 Bond Year 2, Contract 13 STANDAItD CONS7'RL3GTION SFEGIFICAT103�I DOGiIMENTS City Project No. 101475-1 Revised Apri129, 2021 Addendum No. 1 33 01 31 -4 CLOSED C1RCU1'i' TELBVFSIQN (CCT� INSPECTION P agc 4 of 10 1.� SUBMITTALS 2 A. Submittals shall be in accordance with Section 41 33 00. 3 B. All CCTV submitta(s shall be subnnitted ta the City Inspectar to be upIoaded to 4 common location for review and comment by Water Operations and Inspections. 5 Alternatively, the Inspector can provide Contractar access to upload directly to cornmon � location. Ir►spection and Water Operations staf'f shall be not�ied when CCTV upload is 7 c ompleted. g C. If inspected with Infrastructure Technologies IT Pipes Software per CCTV Manual 9 provide video data per the CCTV Manual. Provide additional copy of video in video IO file MP4 w�h I�264 code—Advanced Vdeo Coding and eampressian standard, 11 12 13 i4 IS 16 77 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 44 41 42 43 44 45 46 47 D. If inspected with other sofiware provide video data in video fiie MP4 wi�la �L264 cade — Advanced Video Coding and compression standard. E. Inspection Report shall include: l. Asset a. Dat� of Inspection b. City e. Projeci 1`dame �Address acce�iec� u projc:et name does not exist) d. Main Number — as shown on drawings or GIS ID (If Available) e. Upstream Manhole Station — as shown on drawings or GI� ID {IfAvailable) f. Downstreatn M�hale Station — as shown on drawin�s or GIS ID(If Available) g. Pipe Diameter h. Material i. Pipe Length j. MapscoLacationNunnber k. Date Constructed i. Pipe Wall Thickness m. Grade percentage n. Inspector Name 2. a. b. c. d. e. f. g- h. i. J• k. I. m. n. o. P� Inspection Inspection Number (i,e. 15�, 2��,e#c...) Crew Number Operator Name Operator Comments Reason for Inspection Equipment Number Camera Travel Direction is Upstream to Downstream — Deviation will require wriiten Justif'ication, with t�e exception of stubou�s & abandonment ph.�gs that will atways be recorded from the dowx�streatr� side. Inspected Length {feet) Wark Order Number ( �f required) City Project Number {if required) City Contract Name DOFJTPW Number {if required) Consulta�nt Company Name Consultant Contact Name Consultant Contact Phone Nurriber Contracior Company Name C1TY QF Fd$T WORTH STt1Ni}A$D CONSTRUCTTOI�i 5PECIE'ICATIpN DOCiIMEN'FS ZOIA B4nd Year 2, Contract i3 Revised April 29, 2021 C`ity ProjecY bVo. 101475-1 Addendum IVo. � 33 013 i - 5 CLOSED CIRCUIT TELEVISIQN (CCT�INSPEC'fIdTI Paga 5 of LO 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1b 17 18 q. Contractor Contact Name r. Contractor Contact Phone Number F. CCTV overlay screen shall inctude {opening text to CCTV i�spection} a. Date of inspection b. City Name a City Project number d. Project na�ne e. Main number f i7pstr�arn S5 Manhole {or Plug) station g. Downstream S5 Manhole siation h. Diameter i. Grade/Siope j. Material k. Lengtl� L Contractor m. Inspectors name n. Travel directian o. Date Construction �9 �.6 ir�o�TTo�. suB��r�.s 20 21 zz 23 24 25 26 27 28 29 30 31 A. Pre- and Post CCTV submittals 1. CCTV video results shall be submittedto City that can be uploaded to shared common location by the inspection staff, upon confrmatian that the submittal is complete (partial submissions are not accepted, except in speciai situatians that are approved by the Wa�er Department). For pre-CCTV subtnittaLs, approval of the submittal shall be provided by the Pxoject Manager prior to construction start when connecting to existing sewer. 2. Alternatively, the Inspeotor can provide Contraetor access to upload directly to common location. Inspection and Water Operations staff sha11 be noti�ied when CCTV upload is completed in order ta con%-m submittal is complete. Inspecti� Report (separate report f�le for each individual shall be submitted to Inspector ar direcily uploaded to shared common location. 32 B. Additional information that may be requested by the City 33 1. Listing of cleaning equipment and procedures 34 2. Listing of flow diversion procedures if req�xired 35 36 37 3. Listing of CCTV equipment 4. Listing o�bac�up and standby equipm�n.t 5. Listing of safety precautions and traf�c control measures 38 l.i CLOSEOLTI' SUSMITTALS 39 A. Final CCTV shall not be completed until all ma�ahales and stu�face covers are set ta fin�l 4p grade. All as built changes to plan and prafile drawings (redlines), are required ta be 41 reflected on the final CCTV inspection information. Final CCTV shall not be 42 eompleted until all as built corarections have been made. 43 1. Firtal CCTV submittals C1TY OF FORT WORT�T 2d18 Bond Year 2, Cvntract 13 STAiVDARD CONSTKUCTIQN SPECIFIGAT30N DOCUMEN"i�5 City Project No. 101475-] Revised Apri] 29, 2D2i Addendum No. 1 33 0131 - 6 CT.OSEDCII�CUIT TELEVISION {CCTV}1NSPECTION 2 3 6 7 8 10 11 12 13 14 15 �6 17 18 19 20 21 22 23 24 2S 26 27 Page 6 of 1D a, CCTV video results shall be submitted to City that can be uploaded to slaared camnaon location by the inspection staff, upon con�nation that the submittaI is cornpiete {partial submissions are not accepted, except in special situaiions that are appraved by the Water Departtnent). Alternati�ely, the Inspector c an provide Contractor access to upioad directly to cominon Iocation. Inspection and Water Operations staff shalI be noti�ied when CCTV upload is completed in order to confirm submittal is complete. Sanitary sewer video %Ie(s} in MP4 with H.2b4 code Advanced Video Coding and compression standard 1�. Ciiy Project Number displayed within text of sanitary sewer video. c. Construction Plans identifying the line segments that were videoed. Include cover sheet, 1 digital capy of the redlines (Contractor to upload into Accela ar BIM 360), overall ]ine layout sheet(s), and plan ar�d profite sheet{s). 1} One (1) 11"X 17" copy d. Sar�itary sewer lir�e segment from drawings match iine segmenfs an Inspectian Report. Recommend sorne minirr�uu�n guidance for standardization of line segment submittals, to include proper identif"icaiian of Project; name, CPN, lme identification and stations, as we�las %rmat (e.g. PDF?} and mit��num ax�otations required ta expiain deviations from poficies as specified 'm this docutnent, ar atzy anomafies that are considered within tolerance. e. Inspection Keport (separate report%Ie for each individual shall be submitted to Inspector or directly uploaded to shared cammon location_ £ Allow tivo (2) weeks to review befane requesting final inspection. After review by the City Inspector and Water Field Operations, if applicable a combined set ofp�nch list it�ns wi11 he submitted to the Contractor for correction. �• 1.8 J. CCTV SPEADSHF',Lr L4G INEKCEL FORMAT 11'7AINTII�ANCE MATERIAI, SUBMITTALS [NOT USID] 28 1•9 QUALITY ASSURANCE [N�T II�ID] 29 1,10 DELIVERY, S'I�ORAGE, AND HANDLING [NOT IISID] 30 l.11 FIELD �SITEJ CONDITIONS [NOT USID] 31 32 33 34 35 36 37 38 39 44 41 42 43 1.12 WARRANI'Y [NOT USID] PART2- PRODUCTS A. Equipment- 1. Closed Circuit Television Camera a. The ielevisian camera used shaIlbe ort� specifically designed and constructed far sewer inspection. Lighting for the camera shallbe suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be nperati�e in i00 percent humidity/submerged conditions. The equipment willprovide a view of the pipe ai�ead of the equipment and af features ta the side oithe equipment through turning and roiation of the lens. The camera shall be capable of tilting at right angles aIong th� axis of the pipe while panning the camera lens thraugh a full circle about tlae circumference of the pige. The Iights on �e camera shall also be c apable of panning 90-degrees ta ihe axis of the pipe. CITY OF FORT WORTH STAI�DAR➢ CONSTRUCI'IQN SPEC]FICATION D(7CUMENTS 2Q18 Bond Yeaz 2, Contract 13 Kevisecf Apri129, 2021 C`ity Project No. ]01475-1 Addendum No. 1 33 Ol 31 -7 CLOSED CIIiCL11T T ELEVISION {CCT� 1NSPECTiON Page 7 of 10 i b. The radial view camera must be safid state calar and have xemote control of the � rotational lens. The camera siaall be capable of viewing the complete 3 circumference of tlae pipe and manhole siruct�are, ir�cludirig ihe cone-section o� 4 corbeL The camera lens shallbe an auto-iris type with remote c4ntrolled 5 manual override. 6 7 9 10 11 12 13 14 15 16 I7 I8 I9 20 21 22 23 24 25 2b 27 A. General 28 PART 3 - EXF.CUTI�N 29 3.i INSTALLERS (NOT U5ID� 30 3.� EXANIINAI�ON �NOT USID] 31 3.3 PREPARATiON 32 33 34 35 36 37 3& 39 40 41 42 �3 4�} 2. 4. 2. Video Capture System a. The video and audio recordings of the sewer inspectians shall be made using digital video equipment. Avideo enhanc�r maybe used in conjunction with, but noi in lieu of, the required equipment. The digital recording ec�uipment sha�l capiure sewer inspectian on USB drive, with each sewcr segment (from upstream rnanhole to downstream manhole) inspection recorded as an individual file in MP4 with H.264 code format. b. The system shallbe capable of printing pipeline mspection repflrts with captured it�ages of defects or other related signi.f'icant visual information on a standard co�or printer. c. The system shall store digitized color picture images and be sa�ed it� digital fortnat on a USS drive. d. The system sl�alI be able ta produce data reports to include, at a mi�imum, all observationpaints andpertinent data. A11 data reparts shallrnatcl� the defect severity codes outiined in the City's CCTV manual (electronic copy available on Water Departmeni's website — ht�t, ��: .T_ :ii�xas.�o, Iv, ate��. w�s�ev� �terri'C'I � Manual. e. Camera %otage, date & manhole numbers shall be rz�aintained in real tit�ae and shall be displayed on the video monitor as well as the video character generators illuminated footage display at t�ae control console. Priox to inspection obtain pipe and manl�ole asset ident�cation numbers from the plans or City to he used during inspections. Inspections performed using identificatic�n numbers ather ihan the line number (or existing sanita�y sewer main/latera�) and station numbers from pIans or from assigned nu�nbers fron� the Ciry will not be accepted. CCTV Inspection sha11 not commence until ihe sewer section to be televised has been completely cleaned in con�armance with Section 33 04 SQ. CCTV Inspection shaltnot commence untilthe sewer section to be televised has been completely eleaned 'm eonformance with Section 33 04 50. (Sewer system should be cannected to exi�t�g sewer system and should he active) A final CCTV Inspection of newiy installed sewers (not yet in service) shallnot comtnence untii completion of the following items: CITY OF FORT WORTFC STANDARD CONSTRUCI'IOI� SPECIFICATION DOCUIvIENTS Revised April 24, 2D21 201$ $and Year 2, Contract 13 City Project Na 101475-1 Addendum No. 1 33013]-8 CT,OSED CIl2C[71T T ELE'VTSION (CCT� INSPECTiON Pagc 8 of ] 0 1 2 3 4 S b 7 8 9 10 a. Manhale fmal grade is set {after street pavirag, under Final CCTV, �'inal Manhole CCT� b. Manhole Iining is complete {after street paving, under Fina1 CCTV, Finai Manhole CCT� c. Sewer inain is cleaned d. Sewer air test is camplete e. Vacuurr� test of manholes f. Installation of all la.teral services and completion of �ow pressure testing of all new ser�icas g. All sewer main and xnanl�ole work is complete � 1 Once reviewed a�d accepted by Water Field Operations t�e sewer system should be T� c�nnected to existing sewer system and ready for use upon final accepfiance of the 13 project. 14 S. Temporary Bypass Pump�g (if required} shall canfarm to Section 33 03 10. 15 B. Starm Sewer Lines �� 1. Coordinate w�ki City af Fort Worth Tra�sportationlPub�ic Works Department f� far CGTV equipment and cleaning requirements. �$ 2. Inspection {CC`TVl �9 C. General 20 1. Use r�anual winches, power winches, TV cable, and power rewmds that do not 21 obstruci the camera �iew, allaw�g for proper evaluation. 22 z3 24 25 26 27 zs 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 D. Pipe 1. Begin inspectinn immediately after cleaning of the main. 2. Mave camera through the line in either directian at a�noderate rate, stoppirig when necessary to permit proper docunientation of the main's conditian. 3. Do not rr�ave camera at a speed greater than 30 feet per minute. 4. Durirtg investiigation stop camera at each defect a�ong the main. a. Recard the nature, �ocation and oriet�tat�on of the defect or ir�filtration location as specified in the CCTV ManuaL 5. Service connectians, Pan the Camera to get a complete overview af service eonnection includttig zoomi�ng into service conx�ectian Ynclude location (i.e. 1 o'clock, �tc...) See p�-za�c� J' _ ..;;a�nnle� 6. Joint defects, Include comrr�ent on conditian, signs of damage, etc .,, Note affset and/or segaration at a joint. Includes joints where ane pipe is not correctly aligne.d with the connecting section of pipe caus�g a�ip that could impede flow or a section of pipe that as aligned but has pulled apart horizontally and may not connect to the other section of pipe. See Pho�i,� �� thtu 25� 35 3h fo� ��Am�ics 7. Notate visible pipe defects such as cracks, broken or deformed pipe, hales, offset joints, obstructions, sags ar debris (show as % of pipe diameter). If debris has been found � the pipe durrng the post or final-CCTV mspection, additional cleaning is required, and pipe shall be re-televisec�. ��„ P`�ota� 1 4�ra i'_ f�, A� urt�lea 8. Notate Infi�ration/Inflaw locations. - �i�oto� 13, 20 far eacamples 9. Notate Pipe material transitions. os 30 for exampl� CPTY OF PORT WORTH STANDAIZD CONSTRUCTI�N SPECIFIGATION DpCUMEIV'TS 2018 Bond Year 2, Conh-act 13 Revised Apre] 29, 2021 City Project No, l O1A75-7 Addendum IVo. 1 33 Ol 31 -9 CLOSED CIRCUiT 'i`ELEVISION (CCT� TNSPECTION Page 9 of Itl 4 5 6 7 9 10 lI 12 13 14 IS 16 17 18 19 20 21 22 23 2� 25 ZG 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 13 a. h. 14 a. C.� c. � IS a. 16. a. 10. Notate other locations that do not appear to be typical for norxr�al pipe conditions. For exa�nple, locations could include canflicts between the repl,aced main with other utiiities {includit�g paving and s�orm sewer), causing pipe deflectians, sags, eic. holding water. This could aL�a include any damage to the main and/or services after the mau� has been replaced. These locations could oecur between the Post-CCTV and Final-CCTV submittals. See Yhotos 31 thru 34 for examples 11. Note Iocations where camera is underwater and level as a% of pipe diameter. Camera underwater — Point in which the camera lens is 100% submerged underwater and/or SO% of the pipe's diameter. Cam�ra emerged — Point in which the camera lens has emerged from being underwater. Severity is described in rangas by linear fee�. Th�s would include pipe deflections causing a considerable increase (i.e. double or more) in the depth of flow in the pipe {to at least between 1/3 to '/z of the pipe dianneter). See attached example photos at the end of this Specif'ieation showing the depth ehanges in % full of pi�e. See Phe�tos 14 thru 16 for examples. 12. Pravide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/14 foot. CCTV recordirzg segments are ta be single continuous f'�le item. A single segment is defined from manhole to manhale. Onty single segment video's will be accepied and pxeferably include manhole inspections (manhole to manhole}. Individual manhole inspection will require written justif�ication, included under #he Final CCTV bid rtem. Pre-Installation Inspection for Sewer Mains to be rehabilitated Perfarm Pr�CCTV inspection im�nediately after cleaning of the raain and beforerehabilita�ion work. l) No cleaning equipznent in the main during CCTV. 2) Water shall be present {or flowing) while recording CCTV to confirm system functionafiry. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspectian can be performed from the opposite manhole. City Project Manager (F1V� shall revie�v and may consult with Sewer Projects Reporting and Operations (S�RO), and provide comments on identif'ied defects. Contractor shall present proposed repair method(s) for approval by the City PM, before proceeding with constnzction. Provisions for repairing or replacing the i�npassable locatian are addressed in Section 33 3120, Section 33 3I 21, Section 33 31 22 and Section 33 3123. Past-and Final Installation Inspection Prior to inserting the camera, flush and clean the main in accordance to Section 33 04 SQ. Water should be present/flowing during the recarding aperation, to derno�trate the functioning of the installed system. Daeume�tation of CCTV Inspection Sanitary Sewer Lines 1} Follow the CCTV Manual {CCTV standard manual supplied by City upon req�zest) for the inspection video, data logg�g and reparting or Part 1.5 E of this section. CITY OF FORT WORT}T STANI]ARl7 CON5TRUCTION SPECIFICATION DOCUME3+f'I'S Revised Apri129, 202i 2018 Bond Year 2, Conh'act 13 City Project No. 141475-i Addendum Ido. 1 33 az 3i -ia CLOSED CIRCUIT TELEVISION {CCT� IN5PEGTIQN P age 1 p of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 �4 15 1G 17 18 I9 20 b. SipTfTl S8`iV eT' I,lti�5 1} Pravid�d c�acumentation for video, data lagging, and reporting in accordance witt� City of Fort Worth Transportation/Public Works Dapartrnent requirements. E. Manhole 1. Fina� Manl�ole CCTV Inspection recordittg segments, wi11 reveal candition of mianhole in its entirety, incIuding corrosion proteciion if applicable. Camera should pan the entire manho�e while lower�g to mclude complete vievv of invert. This requiremextt applies to new manhole installations and rehabilitated rnanholes after epoxy lining insta]]ed, if applicable. 2. Notate Infi�ira#ion/In�ow �oca#ions for Pre-construction CCTV recordings. 3. Post-Installation CCTV Inspec#ion is only done after all construction is c amplete. F. 3.4 REPAIR / RE�TORATION [NOT iTSID] 3.� 1�INSTALLATiON [NOT iTSIDj 3.6 FIELD �o�] �ITE QUALI'Ty Cpn'TROL [NOT USID] 3.'� SYS'l'IlVI STARTUP [NOT USID] 3•8 ADJiTSTiNG [NOT USED] 3.9 CLEANING 21 A. See Section 33 44 SU. 22 310 CLOSEOiJT ACTIVI'TIF� [NOT 1TSED] 23 24 zs 26 27 28 29 3.11 PRdTECTIpN [NQT iTSID] 3.12 MAINTEIVANCE [NOT IISID) 3.i3 ATTACHMENTS [NOT USID] DATE J NAME � oF sEc�oN Revisian Lng �UMMARY OF Cf iANC�, 12/2Q/2012 D. 7ohnson Various— Added requirements far coordination with T/PW for Storm Sewer CCTV 4�29�202 7 J Kasavich Various — Alternative to CCT V 1Vlanua[, modified sul7mittal detail requirements CITY QF F4RT'FVORiH STANpARD CQNSTRUCTION SPECIFICATION BOCUMENTS 2018 Bond Yeaz 2, Contract 13 Revised Apri129, 2p2I City Froject Nu. IQf475-1 Adciendum No. f '���{� �'��*�-1c-�; FI" - � 4 y �' � �� -' �[ � � Photo 1 Flow Depth Acceptabie 2018 Bond Year 2, Contract 13 City Pmject No. l O1A75-1 Addendu� No. 1 ����'�1FL1-CT B� � �i ! � �1��'� � `1 �1 �. 7 �i':;�� P�ato 2 F�ow Ler►el Aeceptable 2018 Bond Year 2, Contract 13 City Project No. 101475-I Addendum No. 1 L�,�MH: ��+4- D�11AH: 2��+'1�� �i y k #� ' * ����, - � , '� ! � '� �.'� `�� Phata 3 Flaw Le�el Acceptable 2D18 Bond Yeaz 2, Cantract 13 City Project I�io. 101475-1 Addendum No. 1 �4 �� . � ���'Y�-��,� I1 � ,. - 'i � �'� �f���a �'� �: � �'.�� �►�nn Photo � Flaw ievel is elevated. ���.�"�: �.���� ���.� � 207 8 Band Year 2, Contract 13 Ciiy Froject No. lOI475-] Addendum No. f Photo 5 Flow E[evated but belaw 1/3 capacity. No action required 20(8 Bond Year 2, CantracE 13 City Project No. 101475-1 Addendam No. 1 � ��N.�-J: ��i�+� � �� �• � -� W � , ,... _ ,_ 7"�11����`�� 7'�:�'���� � Photo 6 Flaw abo�e 30%. ifr,;enti�i Sag or debris. ��'�.7 �, 2018 Bond Xear 2, Contract 13 Ciiy Project No. IQf475-1 Addendum Ivo. i �; � - - Y � ��3����� ���*�3 �06#7� i�;7 �� _� � �� ' Phota T Uffsetloint Example 201 S Bond 'Year 2, Contract 13 Ciry Project No. 10I475-1 Addendum �fo. 1 �.�r �� e� , � . .�'+.���, , f. � ti,+� , �" w- . . � _f i. . �' . „ 4 ` yf � ' , �� �* �����7��'�"�� ��'_'■'�#la��� Photc 8 Ffow appears ta F�e s�a��,nant ��s�ssih!� sag. ��11�F�1: �17,+�'� � � � �!`� �,�. ,� �� �,# � � - �. � ���� i�i� 2�18 Bond Year 2, Contract i3 City Froject No. ] 01475-] Addendum No. 1 ! �l � �f���� I�:�� '�i��l�-� �I� Photo 9 Debris �vident. Clean and Re-CCN prfor to submittal 2p18 Bond Yeaz 2, Contract 13 City Project No. 101475-1 Addendum I+Io. 1 �-�,1��'L�I�T . }-- � . #_ _ ' �_II'��'i� �°;1:�+`�7� '�'!!`i�l���i��l�� '����:��i ' � -� �� ; Photo 10 G�bris e�ident. Clea� and Re-CCTI/ p�ior ta submittal. I� � +�r� '� 2018 Sond Year 2, Contract i3 City Project Na. 101475-1 Addendum F�o. 1 ��,1+�1F'�Li�T � - @�IVIFi: 1 �,+ � � ;-� � � ,. , � ' � Photo 11 CCN should not be s�bmitted. Clean and Re-CCN priar to submittal 20i8 Bond Year 2, Contract 13 Ciry Project No. 141�F75-I Addendum No. 1 ►+� � ,���-- Phota 12 Survey was not comrEeted. Take eorrecti�e x�.iion and Re-CCN I,J��IIH: �'�� Q�IUIH: ��+�� 2018 Bond Year 2, Contract 13 CityProjectNo. ]01475-1 Addendum No. 1 2018 Bond Year 2, Contract 13 City Project No. 101475-1 Addendum 1Vo. 1 Phota 13 Example of Patential Infiltration/in#low location Photo 14 Water iavel approaching sub�erging carrrera. Record beginning of le��l increase and note ti�e point at which the �uuater level returns to normal. Corrective act�an wi11 i�e reauired. 201 S Bond Year 2, Contract 13 City Praject No, 101475-1 Addendum No. 1 Carrective actian will be required 2018 Bond Year 2, ConFract 13 City Project No. 101475-1 Addend�m No. 1 Photo 15 Camera submerged. 'Vote beginning paint af increase le�el and the end af the increased depth. ' �I�VIH; ��'1 *�� Phoio i6 Camera subrr�erged. Note beginning point af inE�ease le�el and the end ofthe increased cispth. CorrectivQ .�tkion wiil be required 2018 Bond Yeaz 2, Contract 13 City ProjecE No. t01475-7 Addendum No. 1 � � � r � f � "ir � � � - - �r 'R` a Photo 17 5ervice Tap. Note tfie Incation and gositinn of tap in relaiian to the sewer main. Repair required? 2018 Bond Year 2, Coniract 13 City Project No. 101475-1 Addendum No. 1 �� �:��� . � � � � � � � � � � � �� � � .� .� F , i , � � � � 1 �`�'� � � � �t k ,; � � , �r k ■ a Phat� �,S tCN should ++�r�!ude viEw af service line. Retake CCTV Video? �a 2078 Bond Year 2, Contract �3 City Project No. 101475-1 Addendum No. i � � r ► �' . J 2p18 Hand Yeaz 2, Contract L3 City Project No. i01A75-1 Addendum No. 1 Pho�o 19 5ervice tap halding water. Corrective actian required. � � PF�p:y �p SGrvice #.3�7 is ia34l�lie�# incorrectly. Afso is a point af potential tnfiltration and Inflow iocation. 2Q18 Bond Year 2, CantracF 13 City Project No. 1D1475-1 Addendum Nv. 1 2018 Battd Year 2, Contraci 13 CSty Project No. 141�475-1 Addendum No. 1 Phota 21 Proper Sho# o' Sew�r Tap �,- . � � � �� � -'� ������.I �I' - f :��.�'��I�'�, � � � r # . ` �, a I� �� a� �1 _ �•'�;:. i �.1,. - � �.. � II . j� .- �� � � 7 �; � _ Phato 22 Dabris in service line. 4+i�'"rY�ftIVP aC�1011 1'�'{�kk�i'C� f�� �� . ` � � � .r �# � � s� � i � + # . f � � � . ' ' r ,r _ • � I �rll ' I� i � r � � - � � �r � ' • '� illi -1 � ] �- fl�� � • 2U18 Boad Year 2, Cnntrect 13 Ciiy Project AIo. 101475-1 Addenduro Na. 1 � � �" ������ � ��.� � Photo 23 Ser�ice tap at proper location. 2018 Bond Year 2, Confitact l3 City PmjecE No. ]014'75-1 Addendum DEo. 1 �_� �� � � �. � - � � ' �`� � `� , - ��-.t �- r � # � � _ r � � f � � � #. �� . � �,i. � - � * ' +`� � ' " �} � �1 � � iC '_ i *- �� � k - '-M�� �! � �� 2U18 Bond Year 2, Contract 33 City Projea# No. ID1475-1 Addendum No. ] Phnto 24 „�i�;age ta liner. Repaired is required. .i _.-�.�_� . ._ _�.� ' � ��I �r�- � �. , � � �`.� t -�� '' *� a� . � � � '�f � o- � � #i' � . - # ti '� ' � '►_ V - � .�� _ � �'{� '� � � J� � { +�y��'� !F� � � �� � _ . . 201& Bond Yeaz 2, Conlract 13 Ciry Project No. 10I475-1 Addendum No. 1 Phota 25 �amage to iiner. Repair is required. 2Q18 Bond Yeaz 2, Contract i3 City Project No. 101475-1 Addei�dum No. 1 Photo 26 Damage ta Liner. Repair is required. 2018 Bond Year 2, Contracc 13 City Axoject �%. 101475-1 Addendum Na. 1 Photo 27 Liner �amage. Repair required. '� ��; � r � �'� ` *' *' � �. .. � �_ 'r. { . �_ . � } � } � . } �� , � ; � ;` � . ,� � � . -� � � �, r � � � � ..� � �" ` + � � � *� � � � �� � � - � . . , � � . ,� # � � ' � _ .� O - � � T . � � � 2018 Bond Yeaz 2, Contract 13 City Project No. t01475-1 Addendum No. 1 Pho#o 28 Damaged L�ner. Damage to be repaired. 2018 Bond Year 2, Contract 13 City Project No. IOI475-1 Addendum No. 1 Photo 29 Liner damaged. Damaged to be repaired. 2018 Boad Year 2, Contract 13 CityProjectNo. �01475-1 Addendnm No. I Ph¢to 30 l.hange o: �aterizl. Note c!:angE an CCN log. Kzpair r�wred' 20L8 Bond Yeaz 2, Coniract 13 City Project No. 101475-1 Adde�dum IYo. 1 Photo 318eginning of potential impact frarn adjacent utilities Repair required't 201$ Bond Year 2, Contcact 13 CityProjecf Na IQI475-1 Addendum No. I Phata 32 Cantinuation of impact from acfjacent utifixies Repair required� 2018 Band Year 2, Contract 13 City Project No. 101475-2 Addendum No. 1 Phata 33 Continuation of impact from ad}'acent utilities Repair required7 201 S$ond Year 2, ConExact 13 City Praject No. 101475-1 Addend�m No. I Phota 34 End of impact for ��;#ti i,if�l impact from adjacent utilities. Repair required? PhoYo 35 Short Jaint installed �not a closure piece) does not comply with specification itepair required? 2018 Sond Xear 2, Contract I3 City Project No. 101475-1 Addendum No.l 2018 Bond Year 2, Contract 13 City Project Na. ]01475-1 Addendu►n No. 1 �I�U5U 3fi 5hort piece in�t�lf�d wi#h vuye inserted daes not camply with design .# ' y . �#�� �� , I {.�� � C.'� .� :�;�;:�� �� ,y�"`.�.. +� � �: , �,� . � i �I .� � � � i ,' �f .�� f � I'' � + , i ' +.t , 1' , � ��� i+ �� I' i� . �'� _ 11 T . -:#., ,i" ��►� �� •4 �`'� ' 2418 Sond Year 2, ContracE ] 3 CiYy Project No. 101475-1 Addendum No. 1 2078 Bond Xear 2, Conttsct T3 City Project No. I�f475-1 Addendum I�o. 1 �� {� _ Sy . ;�_� �h� a����. . _ ti_ �,. ,. —� ���.* � { , {'� � . �,t� - { � �`'S`.i ; �. F * `� ` � y� ; 4 * i '1F �� � ' �T I � ��. �� �� �' ' � f _ �� ��1 �, �� ;� Y � �� � � ` � ' �'' t� � I Y �ii � 4 � � A �� � #��. ',k' y �. • 1 . _�, ... i7 .F J�• $ r � T'� � 'L .�' A ' � I � � n ;.� � + ° �' � �� { • , � � r� { , , ;�,� � . ' . � N sy- ' � '+ .A�_1 �� . � -#� 1 � ♦. , � i � �_ _ � � � ��r � � E rYf�� � '.� � �[� "�. �+ , ' :� i w�# � � . � f t � ^ � ���� � � �' � � -. � ��-� •.� �,,r� �.� � � .�� . ►�+-- , � *r �"'� �� � �' � 1k ' � � �� a 1 ��- i � � �� � # �' ' ' i . r w # ' F —�i° . �'� � . ." F � ' � �� �l + � � L�+ . I �F I��� + i . . � �� � � ��__� 2018 Bond Year 2, Contract 13 City Project No. 10I475-1 Addendum No. I , ♦ � � .� 4� � F �I � ■� �{ � �1 � � � +. r I �I� I� r�'� I � � y� L � � +f�� � �� { ti� I �� * 1 _ T �� � . �� f� � ��I � � � � � E� , � �7''�G� � � � �• 1� � �� 2Q18 Bond Year 2, Cantract 73 City Project No. 101475-1 Addendum No. 1 � , �w�+r - ■ i :��` �� . � r F ' .1 _ �� � � � � � � *' 1 ' � _ 2018 Sond Year 2, Contract 13 CiEy Project No. 101475-1 Addendum No. 1 i I 1 a �a 7� Ir-� �i �� ��1�_ , { � . , �. , � +i F� �I��+� !' * r y_y* ` •'4 ��I r ' • � ���# ��} � * - "I 1 ; .� �. � _ � • � � ■y � � 3 � i � r�#y � ' � • I _ .-. • .�� #- M � + " �+� � - i � %� .�. .i � • - A * �q _� � j r * � � � � F . �+3 , �3 � �� I1{ �v } � - � �'!k*��'{IM � � I * ; � �a � . ' � � ; � # _ '� f #� � � ■ �i�� _ ' ! • v � . # �li �� �� � * I w� 4 _r �� '� � � !4 �J ��I. � . � t �-� � � � { � �� � _ , }- �� {�;� +- � � , y ■ ' , �• • , i * i.'""��. r � � , • - Ai - � � '� t��=���. # „� � �';� ` � � ��. 4 + r, �"1� i'i+� x �� ��•.F ' ' a. • '�M� ���N ' ' ..* � ' { . � . � ` _ �� .�� � , .- �� , ;" . ' �� ' � • - _ It r 11'_� ' ; 1 �� �� � , ` � I• ���� ; • # � � . * ' �i If��� �iR 1 ±� � . � ry t ��' � �- � '.` �� -' ♦ � � S 's � �t � ; - - 4'' + { � { 'i # � � � ` � �' * - E��"� i .�*� . r £' # �s � { �ryl�l �� �� T �4 � -� * e ��"� - r*€ ' A 5 � �� �.1k.� *. " *� . � -� �� f.��� r � r�_.� ��� ��i� � 2018 Bond Yeaz 2, Contract i3 Ciry Project No. 1p1475-1 Addendum No. 1 i k I�.if5�` ` ` , � �1 ��, ,� { . _, � � , ' , � �'��y'� � ; . . �. F � Il�YS# t . Y 4 � � � +� r . y, } � _ �� � � � ; , � I � r �. _ „ � } . , ' ,� � ��. � �r� i��', F � . ; -t J - - .� i � � ;�.._ r • ' � - - �'� � - i�+l � . � , �� � f� � • r, . ' � � �- r.'11' � R ,.IF. � ` �;�. � - � }� � i� . F _• ��' � �` ��+ !' � � i T�• , w � *w :��'' � . h- � � � ` r� � ' ' + - * : r � � . ,� �� �, . y� ju�� r sL� - �. w �r� �..,, � + � '� +'� � �� - * ` :: �` � � �'� x � �— M { � , �. � � # � � c-M �� � + � - * � � � ,� _ � s� r r . X � �I� '� - �� - � � � . � -�� • �� � 2418 Bond Yeaz 2, Contract 13 City Project AIo. 101475-] Addendum Na. 1 � -. � — jC�orill[►� ��_t� ,w�k � ' +� . „� F + �ia����i��i4 � �1 T �■ r . �� � ^� � y � � :i I � �.� � � � rl �.. �.1 �`. r �ti Cf � �� . _ . r . w ' �. - � — 4 � �* '� * . ' ..J � ' # F/ # � ' � � �• � • ��� � * � � � '� - � ' � * 1� �R * - 4 }� � .� i � � { �.� T +��+'. 4 LL . `��� * . =I 1 .. �,.• ' , ;��y1' ! � '. � t� � _ -� . � � ! .' � {�. � T . �i4 � . � - i ia t � — �� � � � f � . , . • � . h - . ' � ` - � � r � ,�, � �" � x � , _ yE ` ' � ' ' �- � - I , + ,�4* . �.��,��� � ��IJ. '� � �� � i �J��x + ■ . �C.. � � � 4�{ � � �� , � — � . �. . �� �'`ti � � _ ..� � �� . � � 4 �� � f . � t �. r � � •� � " � � � � . � , � � � �■ ` ■�. � . 2018 Bond Year 2, Contract T3 Ciry Project I�Ia, 1Of475-1 Addendum No. 1 +� . t i ,� ��r k �. - • ", * ' � i r � �� '■ � # ' � � ' , � a, .- � , - � ��� t . y .� .t F , �� � � � � f � � � � + � - ` �` � , t�t� �j�1�� .f%_�� �� � � '„���� � . ' � ��` � �,' � L. r' * � } _ - ��F - � � . ���'}���'�l.-�. ;# . � . • � ` . _ '� L * • ; � ~ V � �� �� �1 F _� d� � ~ ! � - 1 ; � " _ �. 4 . \ � T • � F � _ � � �*�= �• '� _ �` { i � y _ F ' � ` T � � _ • . rl � - � � 7 - S � yr - � i , � . y � ' � � y . �� a. �3 � �� � � � � � � .�,t+ jr � . a �� !1 y � ' . � '��#��•' � ' . . �� #I 2D1$ Bond Year 2, Confract 13 City Pmject No. l�1a75-1 Acldendum No. 1 � ,r _ � t' i�' �+I I { f ��� f � f�'� �, ai��rC I� -I . _`� 1 ' F i��= F + {--} � ��A�� I{ �4 I �'. `* � I� � i�:���1 � �� 1� i � s �� � � - - � _ i �� �y�} ' a. ' . �� � � � - � - �" � f t .F F�4. .,, . • Y. � J � ;+ , ; � � , + �� �� - � � i '� ., "}'��( _ `■ Rf # . ���F+� . . • �: . } .. �� w �y,�, i�"4 � �'+ 7 ��� � �r — ���:.� „�.. �� � - ,: � -- '-=., 20i8 Bond Year 2, Contract 13 City Project No. 141475-I Addend�m No. 1 � { �i•i.� � ■� � ' � � #t �� R�,�� "rt � 2018 Bond Year 2, Contract 13 City Project No. IO1475-1 Addendum No. 1 I�� � �� 4�� • ky .x TM _ � � �� � 2018 Bond Yeaz 2, Contract 13 City Pmject No. 101475-]. Addendum No. 1 �� � � '� �. � �1� ::� � i��llr�����.w � � I r_ _i � 1 �1 � :.A+,1 � I r -il .- I � - i � .t ` 4 � I'� 1 yr �{I{ { �" ► I _� � . i �� #� � ,�-�. L � �,�r� i �.-_F.II .� '� �'�'— • ��, 1:+j, i + � --� � � �� , ���'.. h� �� TM • 5' �� —���h . ,' � I�'* ��'"`' ! - - �J _,�+_, i 1.,� �T , ' � � �iR i I _ .�. r ��� { � . , �' �. +�j � i �. �7 �� ,*1�.���� i , � ... - �;__�� . � �� ' ,� �'�� �� � ' ,► � . �.. ;M y � ! �' �� a � r �w „rl� _ , � �; � � . .:� rs� � i� � � i � ��� { � � �. ���� i t � '�����. .. � : 4' � '''I � RR � � `� . � ` # hr � . � i � � � �'� C, , �� � � ��' �'t . � ��+'.� � � �� r� I � * � ' � � i 1 I � I '� � � �� i � '' r . +� � � + � r �� � t ��� �+ ` ` ' U ��: 'R � � 4 � + * �'� t ��=-�� � � � � � . ���� . 20I S Bond Year 2, Contract � 3 City Project No. 101475-1 Addendum No. 1 �'^'— . � y� � . � . _` T1�r� _ �.1 � _ + � �" ' �Ij�., ��` �#�� � � . � � y� ,�,_{- � ��� ,. . -� . . � C�� ���l����t, � ` �. ' rtF 5� i , , �. w, � # . .�. � � � .- . �� F , � � � i I , ,�;'� ' t �► . � �+� � �. ;� . _� �_� 4 . , � I� � ���-yl �� , ,� • �,�� I���,+I � ��. L I r �• , .� I,- � t � ��. � , �, ,,� � .� i� ' � � t.�� . ` �Itiyr� �F � � � �lall� . � h''`# ` J � II���� IiG� - . . 1 4'.F � a i� _ � t � �04�� �� [ � �+���i �� F , � � R� f + � _ r � 2U18 Bond Yeaz 2, Contract 13 City Project No. ]01475-1 Addendum No. 1 20I8 Bond Yeaz 2, Coniract 13 Ci[y Project No, I01475-1 Addendam No. 1 �-- - -- - . - � - �� , �I�� �I I�,�I �� i�"""""� I�t��l �` � �4#� � ��� �_r .__� ��{'-� ���� � --� i—'� 1 1 �{ '� ,��t.� ., � �1 a� If�� . �4� �, r .a -- ` + F* r i � i + .:I 4i F 2�18 Sond Year 2, Contract 13 G�ty Projectl�io.1D1475-1 Addendum No. 1 r � 1Ff � �ia—. � � ' 330310-f BYPA55 PCIMPING OF �XISTING S�WER SYSTBMS Page 1 of 5 SECTION 33 03 �0 BYPASS PUMFING OF EXISTING SEWER SYSTEMS PART1- GENERAL 1.� SUMMARY A. Section Includes: 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer lines unless otherwise specified in the Contraet Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiicat�on Sections include, but are not necessarily lirr�ited to: I. Division 0— Bidding Requirements, Contract �orms, and Conditions of t31e Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Meas�rement a. Measurement far this Item will be by 3ump sum. 2. Payment a. The work performed and materials fi.�rnished in accordance with this Item will be paid for at the lump sum price bid for `Bypass Pumping". 3. The price bid shall include: a. Mobilization b. Development of bypass plans a Transportation and starage d. Setup e. Confined space entry f. Plugging g. Pumping h. Clean up i. Manhole restoration j. S�rface z'estoration 1.3 REFERENCES A. Reference �tandards 1. Reference stat►dards cited in this Specif ca�ion refer to ihe current re%rence standard published at the time of the latest revision date lagged at the end of Yhis �pecification, unless a date is specifically ciied. 2. Occupatianal Safety and Health 4rganization (OSHA}. 1.4 ADMINISTRATIVE REQL]IREMENTS A. Coordination CTI'Y dF FORT WORTH 2O18 Bond Year 2, Gontract 13 STAN➢ARD CON57RUCTION SPECIFICAITON AQCiJMENi'S City Project Na. 10i475-1 Revisad December 20, 2012 330310-2 BYFASB PiJMPING OF EXISTIIVG SEWER SYSTEMS Fage 2 of 5 1. Schedule meeting with City to review sewer shutdown prior to replacing or rehabititating any facilities. 2. City reserves the right to delay schedule d�ae to weather conditions, or ather unexpected ernergency wiYhin the sewer system, 3. Review bypass pumping anangeinent or iayaut in the field with Ci .ty prior to beginning operations. Facilitate prelixninary bypass purnping run with City staff present to affirm the ogeration is satisfactory to #he City. 4. After replacement ar re�abilita�ion of facilities, coordinate the reestablishment of sewer flow with City staff 5. Pro�ride onsite continuous monitoring during all bypass pumping operations using ane of the following methods: a. Personnel on site b. Fortable SCADA equipment 1.5 SUBMITTALS A. Submittals shall be in accordance with Secrion O1 33 00. B. All submittals shall be appro�ed by the Ciry prior ta delivery. 1.6 AC�inN STJRIVIIT"1CA,I,�/�IF;?F1�l�,�TI+�NA.I, C�TBA.�dI �"d'AY.� A. Far 1$-inch and larger sewer lines, submit a detailed p1an an.d description out�ining a1� provisions and preeautians that witl be taken with regard ta the handling of sewer flows. Submit the pIan to the City for approval a minimum of 7 days prior to commencing work. Inelude the following details: 1. Schedule far insfiaIlation and maintenance of the bypass purnping system 2. Staging areas for p�mps 3. �'ump sizes, capacity, number of each size, and pawer requirements 4. Calculations for static lift, friciion losses, and velocity 5. Pump curves showing operating range and system head curves 6. Sewer plugging methods 7. Size, iength, material, joint type, and r�ethod far instaliation oisuct�on and discharge piping 8. Method �of nozse control for each gump and/or generator, if required 9. Standby power generator size and 2ocation 10. Suction and discharge piping plan 11. �mergency actian plan identifying the measUres taken in the event af a p�zxnp failure or sewer spi]1 12. Staf�ng plan for responding to alarm conditions identzfying muitiple cantacts by name and phone numbers (of�ice, mobile) 13. A contingency plan to innplement in the event the replacement or rehabilitat�an has unexpected delays ar problems CITY OF FORT WORTH 201 S 8ond Year 2, Confrac3 13 STANpARD CONS11tUCTION SPECIFICATIQN DOCUM�IV'I'S Ci#y Project No. 1 Di475-i Revised December 20, 2012 330310-3 BYPA55 PUMPING OF EXISTING SEWER SXSTEMS Page 3 of 5 l.i CLOSEOUT SUSMITTALS �NOT USED] L� MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 1.9 QUALITY ASSUIZANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND II�NDLING (NOT USED] 1.11 FYELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT U5ED] PART 2 - PRODUCTS �.1 OVVNER FUIiNISHED [ox] OWNER SUPPL�ED PRODUCTS [NOT USED] �.2 EQU�PMENT A. Pumping 1. Provide equipmant that will convey 100 percent of wet weather peal� flow conditions. 2. Prnvide fully automatic se�f-priming pumps. Foot-valves or vacuum pumps are not permitted for priming the sysfem. 3. Purnps must be constructed to alIow dry running for periods of time ta account for the cyclical nature of sewer flow. 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary systern by valve. 5. If multiple pumps are required to x�eet the flow requirem.ents, provide the necessary fittings and connections to incorparate multiple discharges. 6. Noise levels of the pumpir�g system must foIlow ihe requirements of the Czty noise ordinance �or gas wells. B. Piping 1. Install pipes wiih joints which prevent the incide:nt of flow spillage. C. Plugs or Stap Logs 1. PIugs a. Select a p�ug that is made for the size and potential �ressttx�e head that will be experienced. b. Pravide an additianal anchor, support or bracing to secure plug when back pressure is present. c. Use accuraiely calibrated air pressure gauges far monitoring the inflatian pressure. d. Place inf�ation gauge at locaiion outside of c.on�ned space area. Keep the inflation gauge and valve a safe distance from the plugs. e. Never over inflate the plug beyond its prassure rating. Z. Stop Logs a. Use stop log devices designed for tl�e manhole or sewer vatzlt struciure in use. b. If applicable, obtain stop logs firom City that may be used on speciiic structures. C1TY OF FQRT WORi'H 2�18 Bnnd Year 2, Contract 13 STANDARD CON3TRUCTIdN SPECIFICAT'ION DO[:idMENTS Ciiy Project No_ 101475-1 Revised December 20, 2012 33 03 10 - 4 BYI'A5S PUMPING OF EXISTING SEWER SYST�MS Page 4 of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLER,S [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Locate t1�e bypass pipelines in area to minimize disturbance to e�isiing utilities and obtain approval of those locations from tl�e City. B. Make preparations to comply with OSHA requirements when worlcing in the preses�ce of sew�r gases, oxygen-de�'icient atrr�ospheres and canfined spaces. C. Do not begin bypass preparation and opera�ion ut�til City appraval of the submittals requested per this Specification. 3.4 TNSTALLATION A. Install ant� operate pumping and piping e�uipment in accordance to the submzttals provided per thzs 5pecification, B. Sewer #Iow stoppage Plugging a. Use confined space pracedures and equipment during instalIation when neeessa�y. b. Thoroughly clean the pipe before insertian of the plug. c. In,sert the plug seal surface completely so it is fixllq supported by the pipe. d. Position the plt�g whexe 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 renaoving. C. Sewer flaw contirol and monitoring �. Take suf�cient precautions to ez�sure sewer flow operations do not cause flooding or damage ta public or private property. The Cantractor is responsible far any damage resuiting froan bypass putnp.ing operations. 2. Begin canti�ual mon�toring of the sewer system as saon as the sewer is plugged or blacked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. 3. Sewer discharge may be anto another sewer manhole or appropriate vehicl� or container on1y. Do not discharge sewer into an open enviranment such as an open channel or earthen holding facility. 4. Do not construct bypass facilities where vehicular t7-affic may tra�el over the piping. a. Provide detaifs in the s�etion and disclaarge piping plan that accommodate both the hypass facilities and traffic without c�is�-upting either service. CTTY QF FpRT WORTH 201 B Bond Year 2, Cantract 13 STAND.ARD CONS11tUCTIOTF SPECIFICATION DOCi3MENT9 Cify Prvject No. 10t475-1 Revi se$ Decembar 20, 2012 3303tfl-5 BYAASS PUMPII+IG OF EXISTING SEWER SXSTEMS Page 5 of 5 3.� REPAIR 1 RESTORATI�N [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.i FIELD [oa] SITE QUALITY CONTROL A. Field [oR] Site Tests and Inspections 1. PerFQrm leakage and pressure ie�ts af the bypass pumping pipe and equiprnent before actual operation begins. Have City staff on site during tests. 3.� SYSTEM STARTUF [NOT USED] 3.9 ADJUSTING [NOT USED] 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 norrr�al — preventing surge, surcharging and maj ar downstream disturbance. 3.12 PROTECTIDN [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END O�' SECTION Revision Log DATE NAME SUMMARY OP CHANGE 12/20/2012 D, Jo�►nson 1.6 — Clarified subrnittals required for 1 S" and larger lines CiTY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANClA1tD CONS'TRUCTIpN SPECIFTCATION BOCiJMENTS City Project No. 101475-t Revisect December 2D, 2d32 330430-1 T�MI'ORARY WATER 5ERVICES Page 1 of4 SECTION 33 04 30 TEMPORARY WATER SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Water Service needed to maintain se�ce during water main replacement project B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not F�zrnished Under This Section 1. Fire Hydrant Meters D. 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 Requi.rernents 3. Specification 32 12 i 6— Asphalt Paving 4. Specification 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Speciiicatian 33 04 4d — Cleaning and Acceptanc� Testing of Water Mains 6. Specificaiion 33 i2 l0 — Water Services I-inch io 2-inch �.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurezxient a. Measurement for Temporary Water Services will be measured by: 1) Lump sum or 2) Per linear foot of Temporary Water Main far Miscellaneous Projec#s only 2. Payment a. The work performed and materials furnished in accordance with this Item anc� measured under "Measurement" will be paid for at the unit price bid for "Temporary Water Service" of the type specified. 3. The priee bid shall include: a. Temporary water service line b. Connections c. Fittings d. Valves e. Corporatian siops f. Temporary asphalt for crossings g. Traffic Controi h. Di�infeetivn i. Removal of teznporary services CITY OF FORT WORTH 20f 8 8ond Year 2, Contract 13 STANDARD CONSTKUCTION SPECIFICATI03V DQCiJMENTS City Project No. 101475-f Revised July 1, 2011 33043U-2 TEMPORARY WATER SERVIGES Page 2 oF4 13 REFERENCES A. Reference Standards 1. Reference standards cited in this Specificat�on refer to the current reference standard published at the time af the latest revision date logged at the end of this �pecification, unless a date is specii'ically cited. 2. NSF International a. bl, Drinking Water System Components — Health Effects 3. ASTM International (ASTM): a. D3035, Standard Specificaiion for Polyethylene (PE} Plastic Pipe (DR-PR) Based on Contz�olled Outside Diametex 1.4 ADNiINISTRATIVE REQU3REMENTS A, Scheduling 1. Provide advanee notace for service interruption and rneet requirements of Divisian l. 1.5 SUBMITTALS [NOT USED] l.b ACTION SUBMITTALS/INFORM.ATIONAL SUBMITTAL� [NOT USED] i.7 CLQSEOUT SUBMITTALS {NQT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USE➢] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT U�ED] 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PR4DUCTS A. Fire Hydrant Meters 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERiAi.S A. Descriptian 1. RegEzlatory Requirements a. All Temporary Water Service components in contact with potable water shall conform io the rec�uirements afNSF bl. B. Materials 1. Service Couplings, Fittings, and Corporatiox� Stops a. Canform ta Section 33 12 10. 2. Service Iines a. Polyethylene tubing b. Confann to A�TM D3035 and SDR 11 CTI`Y OF FORT WORTH 2fl1$ Bond Year 2, Confract 13 STANDARD CONS11tidC7'ION SPECIFICATION DOCUMEN`PS City Project Na. 1 D1475-� Revised July 1, 2011 33 D4 30 - 3 TE�vJPORARY WATER $SRVICES Page 3 of 4 3. Temporary Water Serv�ice Main a. Gaivanized steel pipe b. Confor�n to Schedule 4D. 4. Driveway Approach a. Asphalt 1) Type B Asphalt in accordance with Section 32 12 16 C. Design Criteria 1. Service Iines a. 3/4-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 minimurn pipe size �.3 ACCESSORIES [NOT USED] 2.4 50URCE QUALITY CONTROL �NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS (NOT USED) 3.� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USEI3] 3.4 INSTALLATION A. General 1. Xnstall Temporary Water Services in accordance with provisians herein and in accordance with City Standard Details_ 2. Perform disinfection test of temporary water service mair� and water services in aecordanee with Section 33 04 40. B. Temparary Water Service Installation 1. Connect to existing water supply a. Fire hydrant 1) Connect to fire hydrant with hydrant me�er and 2-inch gate valve. b. If a fire hydrant is not availahle, tap e�sting water main. 1} Connect to water main with 2-i�ch service tap at�d a carpnration stop in accordance wii� Section 33 12 10. 2} Record water usage with a hydrant rx�eter. 3) Do not tap existing water main, unless approved by the City. 2. Waier service a. Connect 3/4-inch water service to 2-inch temporary water service main. b. Remove exist�ng meters, tag with address and provide to Ciiy Inspector. c. Connect 3/a-inch ternparary water service ta existing private service. d. Caver dotnestic meter box with protective guard ar barricade. C. Intersection and Driveway Approach Crossing far Temporary Water Service 1. Crossing for Temporary Water Servlce Main C1TY dF FORT WORTH 2Oi8 Bond Year 2, Contract 93 STANDARD CONSTKUCTTON SPECIFICATTON DOCTIMENT5 Ciry Project No. 101475-1 Revised July I, 2011 33 Q4 30 - 4 TEMI'ORARY WATER SERVICES Page 4 of 4 a. Cover temporary service line with sufficient asphalt to protect service line and to provide a driveable crossing. b. If required to bury temporary service line due to high volume trafiic, or a�er reasons required by the City, excavate, e�nbed and bacicf"iil in accordance with Section 33 OS 10. 3.� REPAIR / RESTORATION [NOT U�ED] 3.G RE-INSTALLATION [NOT USED] 3.7 FIELD �oR] SITE QUALITY CONTRQL A. Field Tests and Inspections 1. Check each water s.ervice installation for leaks with full flovv through the curb stop at ihe tirne the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.1a CLE.ANING [NOT USED] 31� CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECT'�UN [N�T USED] 3.13 MAINTENANCE (N4T USED] 3.14 ATTACHMENTS [NOT USED] 1���11��iYM C17►i Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF RORT W�RTH 2U18 Bona! Year 2, Contract 13 STANDAAD CONS'I'itUCTTQiN SPEC]FICATI4N DdCUMEAI'TS Gity Prp�eci No. 101475-1 Revised ,�aly 1, 20] 1 330440-1 CLEANII�TG A]�ID ACCEPTANGE TE3TING OF WATER IVIAI[VS Page 1 of $ SECTION 33 04 4� CLEANING AND ACCEPTANCE TESTXNG OF WATER MAINS PART1- GENERAL 1.1 SUMMARY A. General Before any newly constructed potable water mains will be pertnii�ed to be placed into service in the Fort Worth Water Department's Water Distribution Systetn, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria caunt within the water main nrzeets ti�e standards estahlished by the Fort Worth Water Department and the requirements of Chapter 29d of the Texas Adm�nistrative Cade (TAC) established by the Texas Commission an Envzz-onz�ental Q�ality (TCEQ), B. Deviatians frorn this City of Fart Worth Standard Specification 1. None. C. RefaYed Specification Sections include, but are not necessarity limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Req�irernents 3. Section 33 01 31 — Closed Circuit TeIevision (CCT� Tnspectipn 1.2, PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurex�r�ent a. This Itiern is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the rnaterials f�rnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacterialogical testing and sha11 be subsitliary to the unii price bid per linear foot of water pipe complete in place, and no other cornpensation will be allowed. 1.3 REFERENCE$ A. Reference �tandards 1. Reference standards cited in this Specification refet' to the curXent reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically ciied. 2. American Water Works Association/American (AWWA): a. C301, prestressed Concrete Pressure Pipe, Steel-CyIinder Type. b. C3�3, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. c. C651, Disinfecting Water Mains. d. C6S5, Field De-Chlorinatian. CITY OF FOR'1"WORTH 2O18 Bond Year 2, ConYraci 13 STANDARD GONSTRUGTION SPEC�'ICATIOT[ BOLiIMENTS City Project No. 101475-1 Revised February 6, 2d13 330440-2 CLEANING AND ACCEP'T'ANCE TESTING OP WATER IvIAIi15 Fage 2 of 8 1.4 ADMINI�TRATIVE REQUIREMENTS [N�T USED] 1.5 SUBMITTALS A. Submittals For 24-inch and iarger water mains, provide the following; 1. Cleaning Plat� — Priar to �I�e staxt of construction, submit a water main cleaning pIan detailing the methods and schedule, including: a. A detailed description af cleaning procedures b. Pigging entry and exit ports c. Flushing proeedures d. Flans and hydraulic calculations to dexnanstrate adequate flushing velacaties e. Control ofwater f. Disposal 2. Disinfection Plan — prior to the start of construc�ion submit a disinfection pian including: a. The method mixing and introducing chlorine b. Flushing c. De-chlorination d. Sampling LG ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1..8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 1.9 QUALITY ASSUI2ANCE [NOT USED] 1.1fl DELIVERY, STORAGE, �iND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.13 WARRANTY [NOT USED] PART 2 - PRODUCTS �.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PR4DUCTS [NOT U�ED] �.� PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up io 8 pounds per cubic foot 3. May be wrapped with �olyurethane spiral bands 4. Abrasives are not permitted, unless ezcparessly approved by the City in writir�g for the particular appl�cation. 5. Must pass thrangh a reduction up to 65 percent ofthe cross sectional area of the nominal pipe diameter CI1`Y OF FORT WORTH 2O18 Bond Year 2, Cnntract 13 STANDARD CONS'TiiLIC770N SPECIFICATIpN llaC€J11�NTS City Project No. 101475-1 Revised February 6, 2013 330440-3 CLEANING ANB ACCEPTANCB TESTI�IG OF WATER MAINS Page 3 of 8 6. Pigs shall be able to traverse standard piping arrangements sttch as 90 degree bends, tees, crosses, wyes, and gate valves. 2.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY COI�TTROL [NOT USEDj PART 3 - EXECUTION 3.1 INSTALLERS (NOT USED] 3.� EXAMINATION [NDT USED] 3.3 PREPARATION [NOT USEDj 3.4 ERECTION/INSTALLATIONIAPPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.� FIELD [ox] SITE QUALITY CONTROL [NOT ITSED] 3.8 SYSTEIVI STAIZTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANiNG A. General 1. AIl water mains shaI1 be cleaned prior io bacterioiogicaI testing. a. Pig a1136-inch and smaller water maans. b. Pig or manually sweep 42-inch and largez' mains. c. Flushing is only pernutted when specially designated in the Drawings, or if pigging is noi practical and approved by the City. B. Pigging Meth.od If �e methad of pigging is to be used, prepare the main far the installation and removal of a pig, inciuding: a. Furnish all eq�ipment, material and labor to satisfactarily expose cleaning wye, remove cleaning wye covers, etc. b, Where expulsion of the pig is required ttlrough a dead-ended cond�it: 1) Prevent bacl�iow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the m.ain. 3} Additional excavat�on of the trench may be perfortx�ed on mains over 12 inches, to prevent backwater re-entry inta the main. �4) Flush any backf�ow water that inadvertently enters the main. c. Flush short dead-ead pipe sections not swabbed by a pig. d. Once pigging is complete: 1} Pigging wyes shall rema�n in place unless otk�exvuise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs, CT£Y OF FORT WORTH 2O78 8ond Year 2, Coniract 13 STANDARD CdNSTRUCTION SPECTFICATTON DOCiJMEN"FS Gity Prvject No. 10i 475-1 Revised February 6, 2013 330440-4 CLEANING AND ACCEPTANC�. TESTING OF WATER MAINS Page 4 of 8 3) Plug and plaee blocking at ather openings. 4) Backfill 5} Complete all appurtenan� work necessary to secure the system and proceed with disin%ctian. C. Flushing Methad Prepare the main by installing blow-offs at appropriate locations, of suf�'icient sizes and numbers, and with adequat� flushing to achie�e a rnin.imutn velocity in the main of 2.5 feet per second, a. Minimum blow-off sizes far vaxious main sizes are as follows: 1} 4-inch through 8-inch main — 3/a-inch blow-off 2) 10-inch through 12�inch m.ain -- 1-inch blow-off 3) 16-inch and greater main — 2-inch blow-o�'f b. Flushing sha11 be subject to the following litnitations: 1) Limit the voiume of water for flushing io 3 iimes the valume of the water main. 2) Do not unlawfully discharge chlarinated waier, 3) Do nat damage private property. 4) Do not create a trafiic hazard. c. Once Flushing is complete: 1) Corporations stops used for flushing sha11 be pingged. D. Daily main cieaning I. Wipe joints and ti�en inspect for proper installa�ion. 2. Sweep each joint and keep clean during construction. 3. Install a teznparary plug on all exposed mains at the end of each working day or an extended pariod of work stoppage. E. Hydrostatic Testing A�i water main that is ta be under pressure, shali be hydrostatically tested ta meet t�e following criteria: a. Furnish and install carporations for proper testing of the main. 1) Furnish adequate and satis�actory equipment and supplies necessary ta make such hydrostatic tests. 2} The section of line to be tested shall be gradually filled with water, carefully expelling #he air and t�e specified pressure appiied. b. The City will furnish water required for the testing at its near�st City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressuxe 1} Test pressures should meet the following criteria: a) Not less than 1.25 {� 87 psi �ninimum) times tE�e stated worlang pressure of the pipeline measured at the highest elevation along the iest section. b) Not Iess than 1.5 (225 psi minim�.un} times the stated working pressux'e at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary ta sustain the required test pressure. 3} Test fire hycirants ta the �re hydx'an# �alve. CITY OF FORT WpRTH 2O18 Bnnd Year 2, ContracY 13 S7`AtVAARD CONS3'RIiC'f70N 5PECIFICATIRN BOCIJMENTS C9ty Project No. 101475-1 Revised Fehruary 6, 2013 330440-5 CLEANI3+IG AND ACCEPTA.NCE T�STING QF WATER MAINS Page 5 of 8 a) Leave the isolation valve on the iire hydrant lead line open during the hyd�'ostatic testing. 4) Test service lines to curb stop a) Lea�e the carpoxatioz� stop on the service iine open during the hydrastatic testzng. 5} Close isolation valves for air release valves. 6) Makeup water znust came from a containar of fixed 55 gallon container that does noY 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 SS gallon coniainer. 1) Do not test againsti 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 distributian systena valve, then make arrangements to plug and test the pipe at no additianal cost. 2. Allowable Lealcage a. No pipe installation should be accepted if the amount of makeup water is greater than that deternuned using the foIlowing formuia: In inch-p.ound units, L = SD �IP � 48,OOfl Where: L= testing allowance (make up water), galions per hour S=length af pipe tested, ft. D= no�ninai diameter of pipe, in. P= average test pressure during ihe hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic iest: 1) Identify the cause 2} Repair the leak 3) Restare the trench and surface 4) Retest c. All costs associated wiih repaiz�ng the pipeline ta pass the hydrostatic test is the sole xespansibility of the Cantractor and included in the price per linear foot of pipe. d. If the City det�;rmines that an existing system valve is responsih�e for the hydrostatic test to fail, ihe Contractor sha11 make provisions to test the pipeline without the use of the system valve. e. There shall be no addi�onal payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection 1. General a. Disinfection of the main shall be accomplished by the "cantinuous feed" method or the "slug" method as det�nined by tl�e Contractor. b. The free chlorir�e amo�nts shawn are minirnurns. The Ctintractor tnay require higher ra#es. 1) Calcium hypochlorite granules shaIl be used as the source of chlorine. c. Coniinuous Feed Method CITY' OF FOR7' WOKTH 2O18 Bond Year 2, Caniract 13 STANDAitD C�NSTRUCTION SPECIFICATION DOCi)h�N'I�S City Project No. 10i475-1 Revised February 6, 2D13 33 �4 40 - 6 CLEANII�iG AND ACCEPTANCE TESTING OF WATEIZ MA1N5 Page 6 of 8 1) Apply water at a canstant rate in the newly laid main. a) Use the exist�ng distribution system or other approved source of supply. 2) At a point nat more than 1� feet downstreaxn from the beginning of the n�w main, water entering the �ew mair� shall receive a dose af chlorine_ a} Free chiorine cancentration: 54 zng/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease �unti1 the entire conduit is filled with heavily chlorinated water. 3) Retain ch�orinated water in the rnain for at least 24 hours. a) Operate val�es and hydrants in the sectian treated in arder to disinfect the appurtenances. b} Prevent the flow oichlorinated water into mains in active se�rvice. c) Residual at the end of the 24-hour period: 1Q mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispvse of in a manner and at a�ocation accepted by the City. 5) Test the chlorine r�sidual pzior to flushing aperat�ons. a) �f the chlarine residual exceeds 4 mg/L, the water shall remain in til�e new main until the chlorine residual is ]ess the 4 mglL. b; The Contractar may choo�e t� e�acuate the ��ater into water truck�, or other approved storage faci�ity, and treat fhe water with �odium Bisulfate, or another de-chlorination chemical, or rneihod appropriate for potable watez- and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified cl�lorine residua� is obtained, the wa#er may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the exis�ing distribution system ar okher appraved sottrce of supply shall be made to ftow at a constant rate in the newly laid main. 2) At a point not mare than 10 feet downstream fro�n the beginning of the new main, water entering the new main shall receive a dose of chlorine. a} Free chlqrine concentration: 100 mg/L minimum, or as required by TCEQ, whichever is gi'eater. b} The chlorine shali be applied continuously and for a sufficient time to develop a solid coiumn ar "slug" of chlorinated water that shall expose all interiar surfaces io the "slug" for at least 3 haurs. 3} Operate the fittings and val�es as the chlorinated water flows past ta disinfeci �he appurtenances. 4) Prevent t�e flow of chlorinated water into mains in active ser�ice. 5} Flush fl�e heavily chlarinated water from th� main and dispose of in a rnanner and at a locatian accepted by the City. 6) Upon cozx�pletion, test �he chlorine residual remaining in the main. a) Chlorine levels of 4 rng/l or less should be maintained. 2. Contractar Requirernents a. Furnish all equipment, material and labor to satisfactorily prepare the mai n for the disinfectian meYhad appro�ed by the City with adequate provisiQns for sampli�g. b. Make a11 necessary taps into the z�nain to accomplish chlorinatfon of a new line, unless othexwise specified in the Contract Doc�tments. CTl`Y OF FORT WORTH 2O19 Bnnd Year 2, Contract 13 STANDARD C�NSTRi3CTION SPECIFICA'I`IQN DOC[7MENTS City Project No_ 101475-1 Revised Febrataay 6, 20I3 330440-7 CLEANING Al\A ACGEPTANGE TESTING QF WATER MAINS Page 7 oF 8 c. After satisfactory completion of the disinfection operation, as deternvned by the City, remove surpIus pipe at t�e chlorination and sampling poinis, plug the remaining pipe, back�ll and complete aIl appurtenant work necessary to secure the main. G. Dechlorinatian 1. Generat. All chlorinated water shall be de-c�lorinated before discharge to the environment. Chemical amounts, as listed in ANSUAWWA C65i: "Disinfeciing Water Mains", shall be �sed to neutralize the resid�al chlorine concentrations �sing de-chlorination pracedures listed in ANSUAWWA C655: "Fieid De-Chlorination". De-Chlorination shall continue until chlorine residual is non-detectabie. 2. Testing. Contractor shall continuously test for the chlorine residual level �mmediately downstream of the de-chtorination process, during ihe entire discharge of #he chlarinaied water. Contractor shall periodically conduct chlorine residual testing and check for passible fish ki11s at locations where discha�ged water enters the existing watershed. 3, Fish Kill, If a fisl� kill occurs associated with the dischar�e af water irom the distribution system or any other construction activities: a. The Contract shall immediately aIter acrivities to prevent further �'ish kilis. b. The Contracfor shall immediately notify Water Deparhnent Field O�eratians Dispatch. c. The Contractor shall coordinate with Ci�ty to properly notify TCEQ. d. Any fines assessed by the TCEQ (or Iocal, state of federal agencies) for fish kilis shall be the responsibility of the Contractor. H. Bacieriological Testing (Water 5ampling) 1. GeneraI a. Norify the City when the main is suitable %r sampling. b. The Ciiy shali then take water saznples from a suitable �ap for analysis by the City's �aboratory, unless atherwise speci�ed in the Contract Documents. 1) No hose or fire hydrant shall be used in the coIlection af satnples. 2. Water Sampling a. Compleie microbiological sampling prior to connecting the new main into the existing distribution sysiem in accordance with AWWA C651. b. Co�lect samples far bacterioIogical analysis in sterile bottles treated with sodiiun thia�ulfate. c. Collect 2 consec�tive sets of acceptable samples, taken at least 24 hours apart, from the new mai�. d. Collect at least i set ai samples from every 1,000 linear feet of the new main {or ai the nexi available sampiing point beyo�d 1,000 linear feet as designated by the City), plus l set frozra the end of the line and at least 1 set from each branch. e. If trench water has entered the new main during consiruction or, if in tlae opinion of the City, excessive quantities of dirt ar debris have entered the new main, obtain bacteriol4gical samples at intervals af approxinnately 200 linear feet. f. Obtain samples from vvater that has stood in the new main for at least 1G hours after farmal flushing. 3. Repetition af Sampling CITY dF PORT WdRTH 2O18 Bond Year 2, Contract 13 STANDARD CONS`FRUCITON SPECIFICATIdN DOCLTNfEI�iTS Ciiy Project Na. 101475-i Revised February 6, 2013 33Q44U-8 CLEANl?�3G AND ACCEPTANCE TESTING OF WATER MAINS Paga 8 of 8 a. Unsatasfactoz-y test results require a rep�at of the disinfection process and re- sampling as required above until a satisfactary saxnple is obtained. 3.11 CL�SEUUT ACTIVITIES [NOT USED] 3.�2 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT U�ED] 3.i4 ATTACHMENTS jNOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 310.E.1,e.- Added service lines to hydxostatic tesCing requirements 1.3.A.2.d Added AWWA C655 �ield I7e-Chlorination as reference 2/6/2013 D Townsend 3.10.G — Added De-Chlonination Rec{nirement CITY OF FQRT WQRTH 2D1 B Bond Year 2, Contract 13 ,STANDARD CONSTRUC3'IOl�i SPECIFICATION D�ClJN1ENi'S City Prnjeat No. 101475-i Revised FebrEtary 6, 2013 330450-1 CLEAAIIlVG OF SEWER MAINS Page 1 af 5 SECTION 33 04 50 CLEANING OF SEWER MA1NS PART1- GENERAL 1.1 SUMMARY A. General 1. Before any television inspection, any sewer main shall be cleaned to remove all debris, solids, sand, grease, �-it, etc. fram the sewer and manhoies. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specificatian Sections inelude, but are not necessarily �imited to: 1. Division Q— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— Ger�eral Requirements 3. Section 33 01 31 — Closed Circuit Television {CCT� InspecYian 1.2 PRICE AND PAYMENT PROCEDUI2ES A. Measurement and Payment l. Measurement a. This Item is cansidered subsidiary to the sewer main being cleaned. 2. Payxnent a. The work pez-forxned and the zr►aterials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot nf sewer pipe complete in place, a�d no other compensatiion �vi�l be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADNIIIVISTRATIVE REQU�REMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INF�RMAT�ONAL SUBMITTALS [N�T USED] 1.7 CLOSEOUT SUBNIITTALS �NOT USED] 1.8 MAINTENANCE MATER.IAL SUBMITTALS [NOT USEDj 1.9 QUALITY ASSZTRANCE jNOT USED] 11Q DELIVERY, STQRAGE, AND HANDLING [NOT USED] 111 FIELD (SITE] C4NDITIONS [1�OT USED) 112 WARRANTY [NQT USED] CITY OF FflItT WORTf3 2018 Bond Year 2, Contract 13 STANDARD CONSTRUCTTON SPECIFICATIQN DOCiIMENT3 City Project No. 101475-1 Revised Decemher 20, 2412 330450-2 CLEANING OF SEW�.K MAI3�5 Page 2 of 5 PART 2 - P120DUCTS [NOT USED] 21 OWNER-FURNXSHED [ox] OWNER-SUPPLIED PRODUCTS 2.2 PRODUCT TYPE,S A. Use only the type of cleaning material which wili not create hazards to heaIth or properiy or affect treatment plant pracesses. �.3 ACCESSORIES �.4 SOURCE QUALITY CONTROL PART 3 - EXECUTION 3.I INSTALLERS [NOT USED] 3.� EXAMINATION [NDT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATIONIAPPLICATION [NOT USED] 3.� REPAIR/RESTORATION [NOT USED] 3.G RE-INSTALLATION [NOT IISED] 3.7 FIELD [oR] SITE QUALITY CONTROL jNOT USED] 3.S SYSTEM STARTUP [NOT [7SED] 39 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All tr�aterials, equipment, and personnel necessary to camplete the clear�ing of the sanitary sewer main and max�oles must be present on the jobsite prior to isolating the sewer �nan�ole ox line segment and beginning the cleani�g process. 2. Mainta�n clean work and surrounding premises within the work limits so as to comply with Federal, State, and local environrnental and anti-pollu�on laws, ordinances, codes, anc�. regulations when cleax�ing a�d disposit�g af waste materials, debris, and rubbish. 3. Keep the work and surraunding premises within wark limits free of accumulations of dirt, dust, waste materials, debris, and rubbish. 4. Suitable containers for starage of waste materials, debris, and rubbish shall be provided until time of disposal. a. It is the sale respansibility of the Contractar to secure a licensed legal dump site for the disposal of this �naterial. b. Under no circumstances shall sewage or s.olids removec� from the main or xnauhole be dumped onto streets or inta ditches, catch basins, storm drains, or sanitary sewers. C]'fY OF F'ORT WpRTH 2O18 Bond Year 2, Gontracf 13 STANBARD CQAiSTRUCTIQN SP�CTFICATION DOCEJNIENTS City Prajec! No. 10f475-1 Revised Dacember 20, 2012 330450-3 CLEAIVING OF SEWER MAINS Page 3 of 5 5. The cleaning process shall remave all gease, sand, silts, solids, rags, debris, ete. from each sewer segment, including the manhole(s). b. Selection of cleaning equipment and the rr�ethod far cleaning shall be based on iha conditian of fhe sanitary sewer mains at the time �t�vork cammences and will be subject to approval by the City. 7. All cleaning equipment and devices shall be operated by experienced personnel. 8. Satisfactory precautions shall be taken to protect the sanitary sewer mains and manho�es from damage that might be inflicted by the improper use of the cleaning process or equipment. 9. Any damages done to a sewer main and/or structure by the Contractor shall be repaired by the Contractor at no additional cost and to the satisfaction af the City. 10. Cleaning shall also include the manhole wall washing by high pressure water j et. 1 i. The Contractor may be required to demonstrate the performance capahilities of the cleaning equipment proposed for use on the project. a. If the results obtained by the groposed sanitary sewer cleaning equipment are nat satisfactory, the Con#ractor sha11 use different equipment and/or attachments, as required, ta meet City satisfaction. b. More than 1 Eype of equipmentlattachments may be required at a Iocatior�. 12. When hydrauIzc or high �eIocity cleaning equipznent is used, a suitabie sand trap, weir, dam, or suction shall be constructed in the downstream rnanhole in such a manner that all the solids and debris are trapped for removal. 13. Whene�er hyc�rautically-prape�led eleaning tools which depend upon water pressure to provide their cIeaning force, or any toot which retard the �Iow of water in the sanitary sewer lines are used, precautions shall be taken to insure that the water pressure created does not cause any damage or ffooding to public or private property being served by the manhole section involved. 14. Any damage of property, as a result of flooding, shall be the IiabiliTy and respansibiliiy of the Contractor. 15. The flow of wastewater present in the sanitary sewer main shall be utilized to pravide n:ecessary fluid fox hydraulic cleaning devices vvhene-ver possible. 16. When additioanal quantities of water from fire hydrants are necessary to avaid delay in nonnaI working procedures, the water shall be conserved a�d not used unnecessarily. a. No fire hydrant shall be obstnzcted or used when there is a fire in the area. b. It is the responsibiIity of the Contractor to abtain the fire hydrant, water meter and all related charges for the set-up, including the water usage bills from respective water p�rveyor agency. c. All expenses shall be considered incidental to the cleaning of ihe existing sanitary sewer mains. B. Methods 1. Hydraulic Cleaning a. Hydraulic-propelled devices which require a head of water to opera�e must utilize a collapsible dam. b. The dam must be easily coilapsible to prevent darnage to the sewer main, property, etc. CITY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CON5T32i7CTTON SPEC�2CA'FION I�OCUMENTS Gity Project No. 101475-1 Revised Decembe3' 20, 2012 33 (k4 50 - 4 CLF,A1�'ING OP SEWER MAINS Page 4 of 5 c. When using hydrauiically-propelled devices, precautions shali be talcen ta insure that the water pressure created does not cause damage or flood p�blic or private property. d. Dn not increase the hydraulie gradient of the sanitary sewers beyand the elevation #hat could cause overflow of sewage into area waterways or laterals. e. The flow flf wastewater present i� the sanitary sewer main sha11 be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. High-V�locity Cleaning a. Cl�aning eqiaipment that uses a higi� velacity v�rater jet for re�xaaving debris shall be capable of producing a minirnum volume of 50 gpm, with a pressure of 1,500 psi, for the sanitary sewer line and 3,540 psi for the (manhole) structure at the pu�p. 1} Any variafions to this pumping rate must be appraved, in advance, b� the City. 2) To prevent danr�age to older sewer mains and praperty, a pressure less �han 1500 psi can be used. 3) A warking pressure gauge shall be used an the discharge of all high presstu-e water purnps. 4) For sewers 18 inches and larger in diameter, in addition to conventional nozzles, use a nozzle which directs the cieaning farce to the bottam of the pi�e. 5) Operate the equipment sa that the pressurized nozzie continues to move at all times. 6) The pressurized nozzle shall be turned aff or reduced anytime the hose is on hold ar delayed in order to pxevent damage to the line. 3. Mechanical Cleaning a. Mechanical cleaning, in addition ta normal cleaning when required, shall be vvith appraved eqnipment and accessaries driven by pawer winching de�ices. b. �ubmit the eq�zipment manufac�rer's operational manual and guidelines to the City, which shall be followed strictly unless modified by tihe City. c. All equipment and devices shall be operaied by experienced operators so tl�at they do not damage the pipe in the process of cleaning. d. Buckets, scrapers, scoaters, porcupines, kites, heavy d�aty brushes, and other debris-removing ec�uipmentlaccessories shall be used as appropriate and neeessary in the field, in conjunction with t1�e approved power machines. �. The use af cleaning devices such as rods, metal pigs, porcupi�es, root saws, snakes, scooters, sewer balls, kites, and other a�proved equipment, in conjunction with hand winching device, and/or gas, electrie rod propelled devices, shall be considered normal cleaning equipment. 3.11 CL4SEOUT ACTIVITIES [NOT USED] 3.12 �ROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHII�NTS [NOT USED] END QF ,SECTION CFTY OF �"OR'F WpRTH 2O18 Band Year 2, Contract 13 5TANDARD CQNSTIiFJCTI�N SPECIFICATION DOCIdMEIVTS City Project No. 1 Q7475-t Revised December 20, 2012 330450-5 CLEANIl�IG DF SEWER MAINS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O18 Bonc! Year 2, Contract i 3 STATIDARD CONSTR[IC7TON SPECTFICATi4N DOCi7M�NTS C€ty Pro�ect �a. 101475-1 Revised December 2D, 2012 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND SACICFII,L Page 1 of 21 SECTTON 33 US 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 1 2 3 PART 1 � GENIItAL 4 1.1 �U11M'IARY A Seetian Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1} Water Distr�bution or TransmissianMain 2) Wastewater Force Main 3 ) Rec ]aimed Water Main b. GravityApplications 1) VVastewater Gravity Mains 2) Starm Sewer Pipe and G�lverts 3} Storm Sewer Precast Box and Culverts 2. Includ�ag: a. Excavation af all rnateriat encauntered, including rack acad �nsuitable r�aterials b. DisposaI of excess unsuitable material c. Siie specifc trench safety d. Pumping and dewatering e. Embedment f. Concrete encasement for uti3ity lines g. Backfill h. Compaction 5 6 7 8 9 10 11 �z 13 14 IS 16 17 18 19 20 21 22 23 B. Deviations from this City of Fort Worth Standard Specification 1. None. 24 25 C. Related Speciiication Sections include, but are not necessari�y �imited to: l. Division 0—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1-- Genera� Requ�rernents 3. 5ection 02 41 i3 — 5eiective Site Dernolition 4. Sectian Q2 41 15 — Paving Removal 5. Section 02 41 14 — Utility RemovaUAbandonrnent 6. Section 03 30 0� — Cast-in-place Concrete 7. Section 03 3413 — Controlled Law S�rength Material (CLSM} 8. Section 31 10 00 — Si�e Clearing 9. Section 3125 p0 — Erosion and Sediment Control 10. Sectian 33 OS 26 — Utility Markers/Locators 11. Section 34 71 i3 — Traffic Control 26 27 28 29 30 31 32 33 34 35 36 37 38 39 1.2 PRICE AND PAYII�IT PROCIDURFS �0 A Measurement and Payment CITY OF FORT WORTH STANI]ARD CONSTRiJCTIQN SPEC]FICATION DOCi)IV1EN'I'S Revised Apri12, 2021 2018 Sond Year 2, Contract 13 Ciry Project No. 101475-1 Addendum No. 1 330510-2 UTILITYTREI�lCTI EXCAVATION, EMBEDMENT, AI�fD BACKFILL Page 2 of 21 1 1. Trench Excavation, Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) Th�s Item is considered subsidiary to the insta3]ation of the utility pipe line 5 as designated in the Drawings. 6 b. Payment 7 1} The work performed and the t�aterials fumished in accordanee with this 8 Item are considered subsidiary ta the instalIation of the utiliry pipe for the 9 type of embedment and backfill as �dicated on the plans. No other 10 compensation will be al�owed. 11 2. I�nported Embedment ar Backfiil 12 a. Measurement 13 i} Measured by the cubic yard as delivered to the siie and recorded by truck 14 ticket provided to the City 15 16 17 18 19 20 21 22 23 2�l 25 h. Paymant 1) Imported �'ill shall only be paid when using materials for embedment and backfiU. other ti�an those identified in the Drawings. The work performed and materia7s furnished in accordance with pre-bid ite�n and �neast�red as provided �nder "Measurement" will be paid for at the �nit pric e bid per cubic yard oi"Imported EmbedmentlBack�ill" delivered to the Site for: a) Varia�s em�edment/�ackfillmateriais c. The price bid sha�] include: I) Furnishing backfill or embedment as specifiedby tl�is Specif'ication 2) Hauling to the site 3) Flacement and compactian of backfill ar embedment 26 3. Concrete Eneasement for Utility Lines 27 a. Measurement 2$ 1) Measured by the cubic yard pe� plas� quantity. 29 b. Payment 30 1} The work performed and materia3s fiarnished ir� accardance with this Item 3f and measured as provided under "Measurement" will be paid far at the unit 32 price bid per cubic yard of "Concrete Encasement far Utility Lit�es" per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing, hauling, placing and finishing concrete in accordance with 36 Section 03 30 Od 37 2) Clean-up 38 39 40 41 42 43 414 45 46 47 48 49 4. Grauz�d Water Cont�al a. Measurement 1) M�asurement shall be lump sum when a ground water cont�rolplan is specifically required by the Contract Documents. b. Payment 1) Aayment shall be per �he Iump sum price bid far "Ground Water Control" incl�dmg: a} Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system aperations and maintenance e) Disposal of water CFI'Y OF PoTiT WORTH 2Oi8 Bond Year 2, Cnntract 13 STANDARD CONSTRUCTTON SPECIFICATION DOCiJIviEN'I'S City Projact No. 101475-1 Revisecl Apri12, 2021 Addendum No. i 330510-3 CJTILITY TRENCI� EXCAVATION, EMBEDMENi', AND BAGKFILL Page 3 of 21 1 2 3 4 5 & 7 8 9 10 11 12 i 3 1.3 t�ZEFERFIVC FS l4 15 16 17 18 19 20 � Removal of ground water contral system 5. Trench Safety a. Measurement 1} Measured per linear foot of excavation for all trenches that reyuire trench safety in accordance with OSHA exca�ation safety standards {29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and maierials furnished u� accordance wi�h this Item and measured as provided under "Measurement" will be paid for at the unit price bia per �mear foot of excavation to cornply with OSHA excavation s.afety standards {29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals,labor and eq�ipment. A. Definitions 1. General— Definitions used in this section are in accordance with Terinino�ogies ASTM F412 and ASTMD8 and Terminology ASTM D653, unless otherwise noted. 2. Deiinitions for trench width, backfill, embedment, initial haekfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defzned as shawn in the following schematic: �i _ j �� �3 R f ! i � ��I Wir 'al O i �, ;I -- . . . .�:.�,.. �<., ,.,,�,,, _ _ - . ----------f. � ' ::i';PAVEJ Ah'EAS :��'. L�I��'AVh.O AnFAS � 'y• S,c•� ;�,t..,o�G.� � � li � � - , 1 r .._, � _ . �� —.3 '7 . , _ � �' � � v I.. ��� "�� �3ACK�11 � S'R�i�GLINE � �AI;NCHI�;G � 3C��iNG �OUN�l� �lflN ,��, ' . . ` �� ��N • � E., I aI._. � �_. � - � � I .;. � � € � C� CLtARA1�G� � .., LXCAVAILi? Ti�� NCII i{����ii 21 C1TY OF FORT WdRTH ST.4IVDARD COIVSTRUCTION SPEC]FICATION DOCLIMENTS Revised April 2, 2021 2018 Bond Yeaz 2, Contract 13 City ProjecE No. IOI475-1 Addendum No, 1 33 05 10 - 4 UT II,ITX TRENCH EXCAVATI�N, EIvIBEDMENT, AIdI} BACI{FILL P agc 4 of 21 I 3. Dele�eriaus materials — Haz�rr�ful materials s�ch as clay hunps, silts and organic 2 rnaterial 3 4. Excavated Trench Depth — Distanca from the surface to the battam of the bedding 4 or the trench foundatian 5 5. Final Bac�fill Depth b a. Unpaved Areas — The depth of the finai backfill measured from the top of the 7 initial backf"ill io the surface 8 b. I'aved Areas — The depth of �e final backiill measured frorn the top of the 9 initial backf'ill to bottom af permanent or temporary pa�ement repair lo 11 12 13 14 15 16 17 1$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 B. Reference S#andards 1. Reference siandards cited � this Specification refer to the current reference standard published at the time of the 3atest revision date logged at the end of this �pecif"ication, unless a date is specifically cited. 2. ASTM �tandards: a. ASTM C33-08 Standard Specif'ications for Concrete Aggregates b. ASTM C88-OS Soundness of Aggregate by Use af Sodium Sulfate or Magrzesiutn Sul�ate c. ASTM C136-01 Test Method for Sieve Analysi� of Fine and Coarse Aggregate d. ASTM D448-OS Standard Classification for Sizes of Aggregate for Road and Bridge Canstruction. e. ASTM C535-09 Standard Test Methad for Resistance to Degradation af Large- Size Coarse Aggregate by Abrasion and Impact im the Los Angeles Machine £ ASTM D588 — Standard Test method for Moisture-Density Relations of Soil Cement Mixture g. ASTM D698-07 Test Method for Laboratory Campaction Characteristics of Soil Using Stand Efforts (12,400 ft Ib/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Densrty and Unit Weight of Soils in Place by 5and Cone Method. i ASTM 2487 — IO Standard Class�f'�cation of Soils for Engmeering Purposes (iJnified Sail Classification System) j. ASTM 2321-09 �Tnderground Installation of Therrnoplastic Pipe for Sewers and �ther Gravity-Flaw Applications k. ASTM D2922 — Standard Test Methods for Density of Soits and Soil Aggregate in P1ace�yNucIear Methods (Shallow Depth) l. ASTM 3017 - Standard Test Method for Water Content af So�l and Rock in place by Nuc�ear Methods (5ha�low Depth) m. ASTM D4254 - S�andard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations ofRelative Densi :ty 39 3. 05HA 40 a. Occupational Safety and Healtl� Administratian CFR 29, Part �926-Safety 41 Regulations for Construction, Subpart P- Excavations 42 1.4 ADNIII�IISTRATIVE RF�UIREMF,NTS �€3 44 45 46 A. Coardination 1. ihility Company Nofiiiication a. Notify area utility campanies at least 48 hours in advance, excluding wee�ends and halidays, before starting excavation. Ci'i'Y OP FORT WORTH 2�18 Bond Year 2, Conlract 13 STANDARB CONSTRUCTiOIV SPECIFICATION DdClJMENTS City Project A'o. Id1475-1 Itevised Apri12, 2021 Addenduro �a. 1 33451U-5 UTILTI'Y TRENCH EXCAVATION, F.MBEDMENT, AND BACKFII.L Page 5 of 21 b. Request the Iocation of buried lines and cables in the vicinity of the proposed work. 1 2 3 B. Sequencing 4 1. Sequence worlc fo r each sectzon of the pipe instal�ed to complete the embedment 5 and backfill plac�rnent on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior #o commencement of construction activities. 8 l.s SUBMITTAi � 9 A. Submittals sha�l be in accordance with Section O1 33 00. 10 B. All submittals shall be approved by th� City prior to construction. 11 L6 ACTION SUBNIITTALS/INFORMATIONAZ. SUBM[TTALS A. �hop Drawings 1. Pravide detailed drawings and explanation for gro�ntl water and surface water control, i�required. 2. Trench Safety Plan in accordance with Occupational Safety and Health Admin�stration CFR 29, Part 1426-�afety Regulations for Construction, S�xbpart P- Excavations 3. Stockpiled excavation and/ox back�ll material a. Provide a description af tk�e storage of the excavated material only if the Contract Documenis do nofi allow storage af materials in the right-of-way of the easement. I2 13 14 lS I6 17 18 19 2p 21 22 Li CLOSEOUT SUBM[TTALS [NOT iISED] 23 1.8 MA�NTENANCE MA'TERIAL SUSMITTALS �NOT USID] 24 1.9 QUALITY A5SURANCE [NOT USID] 25 1.10 DII,IVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights-of-Way {ROW} a. Spoil, imported embedment and backfill materials m�ay be stored within existing ROW, easements ar temporary constructian easements, unless specif`ically disaltowed in the Contract Docuznents. b. Do not block drais�age ways, inlets or driveways. c. Provide erosion cantrol in accordance with Sectian 31 25 00. d. �tore rnateria�s only in areas barricaded as provided in the #raffic control plans. e. Ix� non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Dncuments do not allow t.�� storage of spoiLs, embedment or backiill materiaLs withm the ROW, easemeni or temporary construction easement, then secure and maintairt an adequate storage location. b. Provide an af�davit that rights have been sect�red ta store the materials on private property. c. Pravide exosion con�rol �a accordance with Secfron 3125 00. 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 CITY OF FQIiT WORTH STANDARD CONS7'RUGTION 5PECIFICATIOI+! DOCUM�NTS Revised Apri12, 2D21 2Q18 Bond Xear 2, Contract 13 City Project No. 101475-1 Addendum No. 1 330510-6 UTILTTY TRENCH &XCAVATION, EMBEDMENT, ANI) BACKFTLL Page 6 of 21 1 z 3 d. Do not biock drainage ways. e. Only znaterials used far 1 workmg day will be allowed to be stared in the work zone. 4 B. Deli�eries and haul-off - Coordinate atl deliveries and haul-oif. 5 l.11 FIELD [SITE� CONDITIONS 6 A. Existing Conciitians 7 1. Any data which has been or may be provided on subsurface condrtians is not 8 intended as a representation or warranty o� aceuracy ox continuity between soils. It 9 is expressly understiood fk�at neither the City nor tke Engineer will be responsible 10 for interpretations ar conclusians drawn there from by the Contractar. 11 2. Data is made available for the convenience of the Contraetor. 12 L12 WARRANTY [NOT USID] 13 FART 2 - PRODUCTS 14 2.1 OWNER-FURNI�HED [ox] OWNER-S[JPPLIID PRODUCTS i5 ?.2 n�E����1�,c 16 17 18 19 20 21 22 23 24 ZS A. Materials 1. Utility Sand a. G�'arauJar and free flowing b. Generali�y meets or exceeds the limits on deleterious substances per Tahie 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradaiion: sand mater�al consisting of durable particles, free of thin or eiongated pieces, lumps of clay, loam ar vegetable mattar and meets tlae following gradatian may be used for utility sand embedmen�/bacicfil� Sieve Size Percent Retained %2" 0 '/a' 0-5 #4 0-10 #16 0-20 #50 20-70 #lU0 60-90 #240 90-100 26 27 28 29 3� 31 32 33 34 e. The City has apre-approved l�st of sand sources forutility embedment. The pre-appra�ed list can be found on the City website, Froject Resources page. The utility sand sources in the pre-approved list have demonstrated con�inued quality and unif'ormity on City of Fort Worth prajects. Sand from these sources are pre-approved for use an City projects vvithout projeet specific testing. 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers Sb, 57 ar 67 CTT'l' OF FORT WORTH 2O18 Bond Yeaz 2, Contract 13 STANDAItD CQAIS'�'Rl1CTION SPECIFiCATIQI�i DOCiJM�NTS City Project No. 1U147S-I Revised Apri12, 2d21 Addendum No. I 3305I0-7 UTILITY TRETFGH EXCAVATIpN, EMBEDMENT, AND BACKFII.L Page7of21 4 c. May be unwashed d. Free from sign�catat silt ciay or unsuitable materials e. Percentage of wear nat more tlian 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 6 3. Fine Crushed Rock 7 a. Durai�le crushed rock 8 b. Meets the gradation of ASTM D448 size numhers 8 or 89 9 c. May be unwashed 10 d. Free from significant silt clay or unsuitable materials. 11 e. Ha�e a percentage of wear not more than 4Q percentper ASTM C131 or C535 12 £ Not more than a 12 percent max�nnum Ioss when subjective to 5 cycles of 13 sodium sulfate soundness per ASTM C88 14 l5 16 17 18 19 20 21 22 23 24 25 26 4. Ballast Stone a. Stone ra�guig from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free irom significant silt clay or �nsuitable matierials d. Percentage of wear not more than 40 percent per ASTM C131 ar C535 e. Nat more than a 12 percent zn�imum lass wh� subjected to 5 cycles of sodium sulfate soundness per A�TM C88 5. Acceptab�e Back%ll Material a. In-situ or imported soils c�ssi�ed as CL, CI� SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, bou�ders over 6 inches in size and organics c. Can be placed free from voids d. Must ha�e 20 percent passing the numher 20Q sieve 27 6. Blended Backfall Material 28 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 29 b. Blended with in-situ or imported acceptable backfill material to meet the 30 requirements of an Acceptahle Backf'ill Material 31 a�ree from deIeterious materials, boulders over 6 inches in size and organics 32 d. Must have 20 percent passing the number 200 sieve 33 7. Unacceptable Backfill Material 34 a. In�situ soils classified as ML, MI-� PT, OL or OH in accordance with ASTM 35 D2487 36 8. �elect FiII 37 a. Classified as SC or CL in accordance with ASTM D2487 38 b. Liquid limit �ess than 35 39 c. Plasticity index between 8 at�d 20 40 41 42 43 44 45 46 47 48 9. Cerneni Stabilized �and (CSS) a. Sand 1) ShaIl be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the foIlowing xequi�einents: a) Classified as SW, SP, or SMbytheUnited Soil Classification System of ASTM D2487 b) Deleterious rnat�rials (1) Clay lumps, ASTM C142, less than 0.5 percent (2} Lightweight pieces, ASTM C123, less than 5.Q percent CTl"Y O�' FORT WOILTH 2418 Bond Year 2, Cortuacf 13 STANDARD CONSTAIICTION SPECIFICATION DOCUNIEN'i'S City Project No. 101�75-1 Rer+ised Apri12, 202I Addendum No. 1 33 QS 10 - 8 UTiLTF'Y TREI�ICF[ EXCAVATION, EMBEDML�N'1', AND BACKFILL PageSof21 1 2 3 4 IO I1 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 (3) Organic impurities, ASTM C40, cotor na darker than standard calor (4) Plasticity index of 4 ar less when tested in accardance with ASTM D4318. b. Minizzaum of 4 pez�ceni cernent conteni of Type I/II portland cement c. Water 1} Potable water, free oisoils, acids, alkalis, organic matter or ather deleterious substances, meeting requirements of ASTM C94 d. Mv� in a statianary pug mil�, weigh-batch or continuous mixing plan#. e. Strength 1) 50 io 150 psi compressive strengt� at 2 days in accordance with ASTM D 1633, Method A 2) 200 to 250 psi compressive strength at 2$ days in accordance witk� A�TM D1533, Me�hod A 3} The rnaximurn compressive strength in 7 days shallbe 400 psi. Backfili that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. f. Random samples of delivered product will he taken in the �ield at point of delivery far each day ofplacement in the work area. 5pecimens willbe prepared in accordance with ASTM D1b32. iG. �ontrolled Low Strengih I�aterial (i LSIVij a. Conform io Section 43 34 13 11. Trench Geotext�e Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle p�anch, nonwoven geatextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4} Resist naturally occurring chemicals 5} W Resistant 6} Mirafi 140N by Tancate, ar approved eqttal b. Soils Classif"ied as ML or OH in accardance with ASTM D2�87 1} I�igh-tenacity monafilament polypropylene woven yarn 2) Percent open area of 8 perceni tol� percent 3} k'ibers shall retain their relative pasitian 4) Inert to biological degradation 5} Resist nahually occurring chemicals 6) W Resistant 7j Mirafi FW402 by Tencate, or approved equal 12. Concrete Encasement a. ConFo�m to Sectian 03 30 D0. C1TY OF FORT WORTH STANDARD COIVSTRUCTION SPEC]FICATION DOCiIMEhIT'S Revised April 2, 2021 20i8 Bond Year 2, Contract 13 City Project No. 10t475-1 Addendum T3o. ] 33051Q-9 UTILITY TRENCI� �XCAVATION, EMBEDMENT, AND $ACK�'II.L Page 9 of 21 2.3 ACCESSORIFS [NOT LTSID] 2 2.4 SQURCE QUAL�TY CONTROL [NOT USID] �G� ��;71 IK� 3► � ��lly ll [��►`i 4 3.i INSTALLERS [NOTUSID] S 3.2 EXAMINATION 6 A. Verification ofConditions 7 1. Review alI known, ide�tifed or marked utilities, whether public or private, prior to S exe avation. 9 2. Locate and protect a�l known, identified and marked utilities ar underground IO facilities as excavationprogresses. 11 3. Notify all utility owners within the project limits 48 hours prior ta beginnir�g 12 exeavation. 4. The in%rmation and data shown in the Drawings wit}� respect to utilities is approximate and based on record information ar on physical appurYenances observed within the project l�nits. 5. Coordinate with the Owner(s) af undergro�d faciIities. 6. Immediately notify any utility owner of damages to underground facilrties resulting from construction activities. 7. Repair any damages resulting from the canstruction activities. 13 14 i5 16 17 18 19 B. Notify ihe City immec3iaiely of any changed condition t�at impacts excavation and installation of the proposed utility. 20 21 22 3.3 PREPARATION A. Frotection of In-Place Conditians 1. Pavement a. Conduci activities in such a way ihat does not damage existing pavement t�at is designated to remain. 1) Where desired to move equipment not licansed for operation onpublic roads or across pavement, provide means to protect the pavern.et�t fmr� alI damage. b. Repair or replace any pavement damaged due to the negfigence of the contractor outside the iit�its designated for pavement removal at no additiona� cast to tk�e City. 23 24 25 26 27 28 29 30 31 32 2. Drainage a. Mainiain positive drainage during construction and re-establash drainage for al� swales and culverts affected hy construction. 3. Trees a. When operating outside of existing ROW, statce permanent and temporary constructaon easements. b. Restrict all construction activities to the designated easements and ROW. c. F�ag ar�d protect a�l trees designated io remain in accordance with Seciion 31 10 oo. 33 34 35 36 37 38 34 �o 41 C1TY OP PQRT WORTH STANDARD CONSTRUGTION SPECIFICATION DOCUMENTS Revised April 2, 2021 2018 Bond Year 2, Contract 13 Ctity Froject Na 101475-1 Addendum No. 1 s3 os ia - io UTILITY TRENCH �CAVATION, EMSEBMENT, AND BACI{FII,L Page 10 of 21 1 d. Conduct �xcavation, embedment and backfill in a manner such that there �s na 2 damage to the tree canopy. 3 e. Prune or trim tree limbs as specif'icaIly allowed by the Drawings or as 4 specif'ically allowed by the City. 5 1} Pr�uiing or �rimming may only be accomplished with equipme�ts 6 specifically designed for tree pruning or trina�nnimg. 7 £ Remove trees specifcally designated to be removed in the Drawings in 8 accordance vaith 5ectian 31 10 00. 9 4. Above ground Strustures 10 a. Protect all above ground structures adjacent to the canshuctian. 11 b. Remove above ground structures designated for removal in the Drawings ir� 12 accordance with Section p2 41 13 13 5. Traf�c 14 a. Maintain existing traffic, except as modi.fied by fhe tra£fic control pIan, and in 15 accardance with 5ection 3� 71 l3. 16 b. Do not block access #o drrveways or alleys for extended periods of time unless: 17 1) Altert�ative access has been provided 18 2) Proper natification has been provided to the property owner or resident 19 3) Ii is specifically allavved ua �e traf�c controlplan 20 c. Use t�affic rated plaies to xnaintain access ux�til access is restored. 21 6. Traf�c Signal— Poles, Mast Arrns, Pull boxes, Detector loaps 22 a. Notify the City's Transportation Management Division a mi�tirnum of 48 hours 23 prior to any excavation that could impact the operations of an existing traf�c 24 signal. 25 b. Protect all traffic signalpoles, rnast arms, pullboxes, traffic cabinets, eanduit 26 and detector loops. 27 c. Immediately notiiy the City's Transpartation Management Division if any 28 damage occurs to any component of the traffic signal due to the contractors 29 activit�es. 30 d. Repair any dasnage ta the traf£'ic signalpoles, mast arr�s, pullboxes, traffic 31 eahinets, conduit and detectar loops as a resuh of the consUruction activities. 32 7. Fences 33 a. 1'rotect all fences designated to remain. 34 b. Leave fence in the equal or better condition as prior to construcl�on. 35 3.4 Il�TSTALLATION 36 A. Exc avation 37 1. Exca�aie to a depth indicated on the Drawings. 38 2. Trench excavations are dei"�ned as unclassified. Na additional paytnent shall be 39 granted for rock or other in-situ materials encounfered in the trench. 40 3. Excavate to awidth suiiieient for laying the pige in accordance with tke Drawings 41 and bracing in accordance with the F,xcavation 5afety Flan. 42 4. The bottom of the excavation shall be firm and free fram standing water. 43 a. Notify the City immediately if the water andlor the in-situ soils do not pro�ide 44 fvr a firm trerich botto�n. 45 b. The Crty wi�t determine if any changes are required in the pipe foundation or 46 bedding. CITY OF FpRT WQRTH 201$ Bond Year 2, Cantract 13 STANDARD CONSTitUGTION SPECIFICATIOI113DCUIVIENFS CiYy Project i�o. 1U1475-1 Revised April 2, 2021 Addendum No. 1 33D510 -11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACICFII.L Pagc 11 oi21 1 5. UnZess otherwise permitted by the Drawings or by the City, the limits of the 2 excavation shall noi advance beyond the pipe placement so that the trench may be 3 backfilled in the same day. 4 6. Over Excavation 5 a. Fill over excavated areas with the specified bedd'mg material as specif'ied for 6 the speci�c pipe to be instaIled. 7 b. No additional payment will be made for over excavation or additional bedding 8 material. 9 7. UnacceptableBackf'ill Materials i0 a. In-situ soils classified as unacceptable backf'� material shall be separated fram 11 acceptahle backfill ma#eria�s. 12 b. If the unacceptabie backfill material is ta be blended in accardance with this 13 Specification, then store rnaterial in a sui�able lacation until the material is 14 b�ende�. 15 16 1.7 18 19 20 21 22 c. Remove all unacceptable material from the project site that is not intenc�ed to be biended or n �odified. 8. Rock—No additionai compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Bracing �. Engage a Licensed ProfessionalEngineer ir� the State of Texas to design a site specif'ic excavation safety system in accordazzce witk� Federal and State requirements. 23 2. Excavation protection systems shallbe design�d according to the space limitations 24 as indicated in the Drawings. 25 3. �urnish, put ui piace and maintain a trench safety system in accor�iance with the 26 Excava�ion Safety Flan and required by Federal, State vr Iocal safety requirements. 27 4. If soiI or water canditions are encauntered that are not addressed by the cuirent 28 Excavation Safety Plan, engage a Licensed Professional Engineer in the S�ate of 29 Texas to z�odify the Excavation Safety Plan and provide a revised subtnittal to the 3o Ciry. 31 32 33 34 35 36 37 38 39 40 41 �2 43 44 45 46 47 5. Do not allow soil, or water containing sofl, to migrate through tlze Excavation Safety System in suf�cieni q�aantities to adversely affect the suitability of ihe Excavatian Protection System. Movable bracing, slaor�g plates or trenchboxes used to support the sides of the f�ench excavation shall not: a. Disturb the embedment located in the pipe zone or tower b. A�ter the pipe's l'me and grade at'�er the Excavation Protection System is removed c. Compromise �e compactian of the embadment loca#ed heiow the spring line of the pipe and in the haunching C. Water Control 1. Surface Water a. Furnish all rnaterials anc� equipment and perform all incidenial work required io direct surface water ar�ay frorn the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soiL�. b. Do not allow tha pipe to be su3��erged within 24 hours after placement. CITY OF FOR� WORTH 2p18 Rond Yeax 2, Contract 13 S'I'AAfDA.R_D CONSTRUCTION SPEC�ICATION DOCUMEN3'S City Project No. 101475-1 Revised Apri1 2, 2021 Addendurtt No. 1 33 OS lU -12 UTILITY TRENCH EXCAVAT 1pN, EMBEDMEI+iT, ANI} BACKFILi, 2 3 4 10 11 12 13 14 l5 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 3D 3i 32 33 34 Page I2 of 21 c. Do not allow water to flow over concrete until it has suf�ciently cured. d. Engage a Licensed Enganeer in the State of Texa� to prepare a Ground Water ControlPlari � any of the fallowing conditions are encountered: 1) A Ground Water Conit�lPlan is specificatly required by the Contract Dacuments 2) If in the sole judgment of the City, ground water is sa severe that an Engineered Graund Water Control Plan is req�aired ta protect the trench or the installation of the pipe which may include: a} Ground water levels in the trench are unable to be maintained belaw the top of the bedding b} A f�rm trench bottom canzaot be maintaitied due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water eniermg the excavaiion is transporting unacceptable quantities of soils through the Excavation Sa%ty System. e. In the event that there is no bid item for a Gro�nd Water Control a�d t�e City requires an Engineered Ground Water Contral Plan due to conditians di�cavered at the site, the contractor w�l be elig�ble to submit a change ardez'. f. Control of ground water shall be considered subsicliary to the excavatian when: 1} No Ground Water Contral Plan is specif"ically identif'ied and requirecl its the rontract I)ocutnentu g. Ground Watez' Control Plan installation, operation and maintenance 1} Furnish ail materials and equipment necessary to implement, operate and masntain the Ground Water Cantrol Plan. 2) Qnce the excavation �s cornplate, remove all grounc� water control equipxtaent not called ta be incorporat�d �nto the work. h. Water Disposal 1) Disposc of graund water ffi accordance with City policy or Ordinance. 2) Da not discharge ground water onto or across private property without written permissian. 3) Permission from the City is required prior io disposal inta the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or locai regttlations, D. Embedment and Pipe Placement 35 1. Water Lines less than, ar equal to, 12 inches in diameter; 36 a. The entire embedment zone shall be of uniform �naterial. 37 b. Utility sand shall be generally used for embedment. 38 c. if gound water is in suf£�fcient quantity to c ause sand to purnp, ihen use 39 crushed rock as enabednnent. 40 1) If crushed rock is not speciiieally identif'ied 'm the Contract Documents, 41 then carushecl rock shall be paid by the pre-bid unit price. 42 d. Place �venty spread bedding material on a%rm trench bottam. 43 e. Provide firm, uniform bedding. 44 f. Place pipe on the bedding in accordance with the alignment af the Drawings. A5 g. In no case shall the tap af the pipe be less than 42 inches from the surface of th� 46 prapased grade, unless spec:�'xcally called for in the Drawings. 47 h. Flace efnbedzner�t, inc.Iuding i�itial backf"ill, to a minimum of 6 inches, but not 48 more than 12 inches, a$ove the pipe. CI'TY OF FOlt'F WORTH 2O18 Rond iCaar 2, Contract 13 STANDARiJ CONSTKUCI'ION SPECIFICATION DOCUM�IdTS City Projact No. 10f475-1 Revised Apri12, 2021 Addendum No. 1 33 05 10 -13 UTII.FI'Y'FRENCHEXCAVATION, EMBEI7MEAi'I', AND BACKFILT, Page 13 of 21 1 i. Wl�ere gate valves are present, the initial backfill shalt extend to 6 inches above 2 the elevation of the vatve x�ut. 3 j. Form a�l blocking against undisturbed trench wall to the dimensions in the 4 Drawings. 5 k. Compact embedment and initial backfill. 6 i Place marker tape on top of the initial trench backfill in accordance witI� 7 Section 33 OS 26. 8 2. Water Lines 16-inehes thraugh 24-inches in diarneter; 9 a. The entire emhedment zone shall be af uniform materiaL 1� b. iltility sand may be �ased for eznbedment when the excavated trench depth is 11 less than 1S feet deep. 12 c. Crushed rock or �ne crushed rock shall he used for embedment for excavated 13 trench dept�s 15 %et, or greater. 14 d. Crushed rock shall be used for em3�edment for steel pipe. 15 e. Provide trench geotextile fabric at any location where crushed rock ar fine 16 crushed rock come into contact with utility sand 17 f. Fiace evenly spread bedding material on a firm trench bottom. 18 g. Provide firm, uniform bedding. 19 �) Adclitional bedding may be required if gro�nd water is present in the 20 trench. 21 2} If additional crushed rock is requu-ed not specifically identified in the 22 Coniract Documents, then crushed rock s1�all be paid by the pre-hid unit 23 pric e. 2J� 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 47 48 49 h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall 6e within: 1} t3 ixFches of the eleva#ion on the Drawings for 16-inclz and 24-inch water lines j. Flace and compact embedment material to adequately support haunches i� accordanee with the pipe manufacturer's recorn�unendatians. k. Place remaining embedment inciudmg initial backiill ta a�ninir�um of b inches, but not more than 12 inches, above the pipe. i. Where gate va.Ives are present, the initial backfill shall exte�d to up to the valve nut. nrt. Cornpact ihe embedment and initial backf'ill to 95 percent Standard Procfor ASTM D 698. n. Density test performed by a commercial #esting firm approved by the City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric an tap Qf the iniYial backfill. p. Place marker tape on tap of the trench geotextile fabric in accordance with Section 33 OS 26. 3. Water L�es 30-inches and greater m diameter a. The entire embeclment zone shal� be of uniform material. i�. Crushed rock shallbe used for embedment. c. Provide trench geotextile fabric at any loe atian wl�ere cxushed rack or fine crushed rock c4me into contact with utility sand. d. Piace evenly spread bedd'mg mat�rial on a f�em trench bottom. e. Pravide firm, uniform bedding. 1) Additional bedding may be required if' ground water is present in the irench. CTTY OF FORT WORTH 2DI8 Bond Year 2, Contract 13 STANDARD CONSTRUGTION SPEC]FICATIQN DOCL3MENTS Ctity Praject No. 10i475-1 Revised April 2, 2021 Addendum No. 1 33 QS 1Q -1�F UTILI"1"Y i'REI�ICTT EJ{CAVATION, EMBEDMEN'F', AND BACKFII,L Page 1�4of21 2 3 4 6 7 8 9 10 11 12 13 14 15 16 17 1$ 19 20 21 22 23 24 25 26 27 28 29 3U 31 32 33 34 35 36 37 38 39 40 41 42 43 44 �5 46 47 48 49 f. b• h. J• k. 2) If additional crushed rack is required which is not speci�cally identified in the Contract Documents, then cnashed rock shallbe paid by the pre-bid unit price. Place pipe on the bedd"mg according to the aligz�ment shown on the Drawings. The pipe line shal� be within: 1} �� inch of the elevation on the Drawings for 3D-inch and larger water lines Place and compact embed;ment material tn adequately support haunches in accordance wit� the pape manufacturer's recommendations. Far sieelpipe greater than 3fl inches m diameter, the mitial embedmeni lift shall not exceed the spring li�e prior to compaction. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above #he pipe. Where gate valves are present, the initial backfill shall extend to �p to the �alve nut. L Compact the embedment and initial bac�C�ll to 95 percent Standard Proctor ASTM D 698. n�. Density test may be performed by a commercialtestmg firm approved by the City ta verify that the campaction of erribedment meets requirements. n. 1'lace trench geotexti�e fabric on �op of the initial backfill. o. Place marker tape an top of the trench geatextile fabric in accordance with Section 33 �JS 26. 4. Sanitary Sewer Lines and Storm Sewe:r Lines {HDPE) a. The entire embedment zone shall be of uni.form material. b. Crushed roc� shallbe used for embedment. c. Place evenly spr.ead beddirag rnaterial nn a f�rm trenchbottom. d. Spread bedding so t�at li�es and grades are maintained and that there are no sags � the sanrtary sewer p:�e line. e. Provide firm, uniforz�a bedding. 1) Addifional bedding may be required if ground water is present in the trench. 2} If addiiianal crushed rock is required which is not speci�caily identi�ed in the Contract Do�uments, then crushed rock shall be paid by the pre-bid unit f. g• h. J• k. m. n. pr�ce. Place pipe on the bedding accordi�g to the aIignment shown in the Drawings. The pipe line shall be wiihin �0. � inches of the elevation, and be consistent with the grade shown an the Drawings. Place a�d compact embedment material to adequately support ha�znches in accordance with the pipe rnanufacturer's xeco�rnnendatio�s. For sewer lines greater than 3� inches in diameter, the embedment lif't shall not exceed the spring Iine prior io compaction. �'lac� remain�g embedment inchzding inrtial backfill to a mini�r�um af 6 inches, but nat more than 1 Z inches, above the pipe. Compact the embedme�t and initial backfill to 95 percent Standard Proctor ASTM D 698. Density test may be performed by a commerciai testing f�rrza approvexi by the C�y to veri�y that the conc�paction nf embedm�nt meets requirements. Place trench geotext�le fabric ox� top oithe mitial back%11. Ylace marker tape an top of ihe trench geotextile fabric in accordance with Section 33 OS 26. C1TY OF �'ORT WOR'i'H STAPiDARD CONS7RUCTION SPECIFICATIpN D{}GUMENTS Revised Agril 2, 2021 2fl18 Bortd Yeaz 2, Contract 13 Gity Project No. 101475-1 Addendum No. 1 33OS10-15 FJTILITY TR ENCHEXCAVATION, �MBEDM�3�iT, AhID BACKFILL Page 15 of 21 1 5. Storrn Sewer {RCP) 2 a. The bedding and the pipe zone up to the spring Iine shall be of uniform 3 material. 4 b. Crushed rock shall be used for embedment up to the spring line. 5 c. The specified back�yll materia� may be used above the spring lit�e. 6 d. Plac e evenly spread bedding material on a firm trench bottom. 7 e. Spread beddmg so that lines and grades are maintained and that there are no 8 sags in the siorm sewer pipe 1ine. 9 f. Provide %rm, uniform bedding. 10 J.) Addrtionai bedding may be requ�red if gro�nd water is present in the 11 trench. 12 2} If additzonal c:rushed rock is required which is not speciiically identified in 13 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4C 47 48 49 prac e. g. Place pipe on the bedding according io ihe alignment of the Drawi�gs. h. The pipe line sha11 be within �0.1 inches of the elevation, and be consiste��t with the grade, shown on the Drawings. i. Flace embedment material up to the spring lit�e. 1} P�ace embedment to ensure that adequate supparf is obtained in the haunch. j. Compact the embedment and initial backiill to 95 percent Standard Proctor ASTM D 698. k. Density test may be perforrned by a commercial testing fum approved by the City ta verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. Storm Sewer {PP - Polypropylene) The entire embedment zone shaIl he of uniform material. . Crushed rock sha�l he used for embedment up to top of pipe. . Plac e evenly spread bedding material on a firrn trench boitom. _ Spread bedding so that lines and grades are maintained and that ther� are no sags in the storm sewer pipe line. Provide firm, Uniform bedding. 1) Ac�ditional bedding maybe rec�uired if ground water is present in the trench. 2} If additional crushed rock is required which is not specifically identi#ied iti the Contract Documents, then crushed rock shail be paid by the pre-bid unit price. Place pipe an the bedding according to t�e atignment shown i� the Dravvings. The pipe line shall be within tQ.1 inches of the elevation, and be consistent with the grade shown on the Drawings. Place and co;�xipact ernhedment materialto adequately s�pport haunches in accordance with the pipe ma�ufacturer's recommendations. Compact the embedment and initial backf'ill to 95 percent Standard Proetor ASTM D 698. Density test may be performed by City ta verify that the c ampactian of embedment meets requirements. Place trench geotexti.le fabric on top of t�e initial backf"ilL 7. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the init�al backfill shall be: CITY OF FDRT WORTH 2418 Bond Year 2, Contract 13 STAI�i?ARB CONSTRUCl'ION SPECIFIGATION DDCLJMENTS City Project No. 101475-1 Revised April 2, 2021 Addendum No. 1 6. a. b c d e. f. g• h. L J• k. 33 05 10 -16 UTILITYTRF.NCHEXCAVATIQN, EMSEDMENT, AND BACKFILL Page 16 of 23 1 2 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 G. d. e. f. �• h. 1) Crushedrock, ar 2) Acceptable backf�ill material compacted to 95 percent Standard Proctor density Place evenly spread compacted bedding materiai on a%rm trench bottom. Spre.�d bec�dmg so that lines and grades are maintainecl and ihat there are no sags in the storm sewer pipe line. Provide firm, uniform beddixag. 1} AclditionaI bedding may be required if gra�znd water is present in tl�e trench. 2} If additional cr�shed rock is required whieh is nat speci£��ca�y identiiied in tha Contraet Doc�nents, then c�ushed rock shall b� paid by the pre-bid unit price. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 3413. Ylace pipe on the bedding according to the alignment of the Drawings. The pipe shall be within �0.1 inches of the elevation, and be consisient with the grade, shown on tbe Drawings. Compaci the embedment �nitial backf�ill ta 9S percent Standard Proct�or ASTM D698. 20 S. Water Serviees (Less than 2 Inches in Diameter) 21 a. The entire eznbedmeni zone shaI1 be of unifonn material. 22 b. Utility sand shall be generally used for embedment. 23 c. 1'lace ev�nly spread bedding material on a firm irench bottom. 24 d. Provide fuin, uniform bedding. 25 e. Place pi�e on the bedding accorda�g to the alignment of the Flans. 26 % Campact the inatial backfill to 95 percent Standard Froctor ASTM Db98. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �}2 43 44 45 46 47 48 9. Sanitary Sewer Services a. The entire embedment zone shall be af unifarrn material. b. Crushed rock shallbe used for embedment. c. Place evenly spread bedding material on a iu-m trench bottom. d. Spread bedding so that lines and grades at'e maintair�ed and that there are no sags in the sanitary sewer pipe lime. e. Pravide fir�a�, uniforrn bedding. 1} Aclditionat bedt�ing may be required if graund water �s present in the trench. 2} Ii additional crushed rack is required which is not specifically identified in the Contract Doc�une�ts, then crushed rock shall be paid by the pre-bid unit price. £ Flae e pipe on the bedding accarding to the alignment of the Drawings. g. Place remaining embedment, including initial backf'ill, io a mi�itnum of 6 inches, but nat more than 12 ir�ches, above the pipe. h. Compact the initial backfrll ta 95 pe�-cent Standard Proctor ASTM D698. i. Density test rr�ay be requu�ed to verify that the compaction meets the densiiy requi�emen�s. E. Trench Backfill 1. At a mmimum, place backf�li in such a manner that the required �-place density and moisture content is �obtained, and so that there will be no datnage to the surface, pavement or structures due to any trench sei�lement or t�ench movement. CITY OF FORT WdRTH 2O18 Bond Year 2, Contract 13 STAI�IDARD CO�1S'['AUCTiON SPECIFICATION BOCiJM�ITS C'iry Project No. 101475-1 Revised Apri12, 2021 Addendum No. 1 33DSI4-17 UTII.ITY TiLENCT � EXCAVAT ION, EMHEDMEiVT, AN[3 BACKFII,L Pa�e 17of21 1 a. Meeting tk� requirement herein does not relieve the respons2bility to damages 2 associated with the Work. 3 2. Backf�il� Material 4 a. Final backfill {not under existing pavement or future pavement) 5 1} Backfi�l with: 6 a) A�ceptablebackfill material 7 b) Blended backi'ill material, ar 8 c) Select backfill material, CSS, or CI,SM when specifically required 9 b. Final backfill depth 15 feei or greater (under existing or future pavement) 10 1} Backfitl depth from 0 to 15 feet deep 11 a) Backfill with: 12 {1} Acceptablebackfill material 13 (2) Blended back%Il material, or 14 (3) 5elect backfill material, CSS, or CLSM when specifically required 15 2) Backfiil depth frorn 15 feet and greater 16 a) Backf"ill with: 17 {1} SelectFill 18 (2) CSS, or 19 (3) CLSM when speciiically required 2Q b) 21 c. Backiill for service Iines: 22 1) Backfill for w ater or s ewer s ervic e iines shall be the s ame as the 23 requirement ofthe �nain that the service is connected to. 24 3. Required Compaction and Density 25 a. Final backfill (depths less thaz� 15 feet/under existing or future pavement) 26 1) Compact acceptable backfillmaterial, blended baekfitl material or select 27 backfill to a m�nurzunr� af 95 percent Standard Proctor per ASTM D69$ at 28 moisture content within -2 to +5 perc eni af the optimum moisture. 29 2} C5S or CLSM requires no compaction. 3Q b. Final backfill (depths 15 feet and greater/under existing or future pavement) 31 �) Compact sefect backfill to a minimum of 98 percent Standard Proctor per 32 ASTM D 698 ai moisture content within -2 to �-5 percent of ti�e opti�nutn 33 moist�areup to the final grade. 34 2) CSS or CLSM requires no campaction. 35 c. Final ba.ckf"ill (not under existing or future paver�ent} 3S 1) Campact acceptab�e backfillmaterial blended backfilI mater�al, or seIect 37 back�ll to a minirr�um af 95 perceni Standard Proctor per ASTM D G98 at 38 moisture content within -2 ta +5 percent of ihe optim�n moisture. 39 40 4i 42 43 44 4S 46 47 48 49 4. Saturated SoiLs a. If in-situ soils consistent�y demonstrate that they are greater thar� 5 percent over optimtun moisture content, the sails are considered saturated. b. Flaoding the trench or water jeiting is strictly prol�bited. c. I� sat��rated sails are identif'ied ic� the Drawings or Geotechnical Report in the Appendi��, Coniractor shallproceed with Work following alI backfill procedures outlined in �he Drawings for areas of sail saharation greater t1;an 5 percent. d. If saturated soi�s are encountered d�zring Work but not idet�t�ed in Draw u�gs or Geoiechnical Report in the A�apendix: 1) The Contractor shall: a} Immediately notify the City. CI'i'Y OF FORT WORTH 2p18 Bond Year 2, Car�tract 13 ST'ANDARD CON51'RUCTION SPECIFICATION DOCi}MENTS City Project No. 101475-I Revised Apri12, 2D21 Addendum No. 1 33 05 10 -18 UTII,ITY TRF.NCH EXCAVATIdN, EMBEBMENT, AND BACKFILL Page 18 of 21 1 b) Subrr�it a Contract Claim for Extra Wark assoeiated with direction from 2 Ciry. 3 2} The City shall; 4 a) In�estigate soils and determine if Work can proceed in the identified 5 location. G b) Ditect the Contractor of changed backfill�rocedures associated with 7 the saturated soils that may include: 8 {1� Importedbackfill 9 {2) A site speci�c backfill design 10 5. Placement af Backfil� 11 a. Use only compaction equipment specifically designed for compaction of a 12 particular soi� type and within the space and depth limitation exgerienced in the 13 trench. 14 b. F'lood�tg the trench or water settir�g is strictly prohibited. 15 c. Place in loose lifts not to exeeed 12 i�ches. 16 d. Compact to spec�ied densities. 17 e. Compact on�y on top of initial backfill, undisturhed trench or prev:iously 18 compacted backfilL 19 £ Remo�e any ioose materials due to the maveraxent of any trench box or shoring 20 or due to sloughing of the treneh wall. 2� g. Install appropxiaie tracking balls for wat�r and sanitary sewer trenches in 22 accordance with Sectioa 33 45 26. 23 6. Backf'�ll Means and Methods Demonstration 24 a. Notify the City m writing with suf�icient time for the City to obtain samples 25 and perform standard proctor test in accarc�nce with ASTM D698. 26 b. The results of the standard proctar test must be received prior ta beginning 27 exc auat�on. Z8 c. Upon commencing of backfillplacernent for the project the Contractoz' shall 24 demonstrate means and methods to abtain the reyuired det�sities. 3D d. Demonstrate Means and Methads for carnpaction inciuding: 31 1) Depth af lifts for backfill which shall not exceed 12 inches 32 2) Method of moist��re control for excessiv�ly dry or wet backfill 33 3) Placernent amd mo�ing trench box, if used 34 4) Carxapaction techniques m an open trench 35 5} Compactian techniques around structure 36 e. Provide a tes�g trench box to pravide access to the recently bacicfilled 37 material. 38 f. The City will provide a qualif'ied testing lah iull tiu�e d�ring this period to 39 randomly test densiiy and moisture continent. 40 1) The testing tab wili pravide res�lts as available on the job site. 4i 7. Varying Graund Conditians 42 a. Notify th� City af varying graund conditions and the need for additional 43 proctors. 44 b. Request additional proetors w�e� so� canditions change. 45 c. The City may acquire additional practors at its discretzon. 46 d. Significant changes in soii canditions will require an additianal Means and 47 Methods demonstrafion. Ci'i'Y OF FORT WORTH 2O18 Band Year 2, Contract 13 STANDAIiiI CONSTRUCI'ION SPEC�'ICATION DOC[JNIEN!'S CiTy Projact No. 101475-1 Revised April 2, 2fl21 Addendum No. I 330510 -19 UTII,ITY T RENCH EXCAVATION, EMBEDMENT, AND BACKFII.L Pagc 19 of 21 3.5 REPAIR [NOT USID) 3.6 R�INSTALLATION [N�T USID] 3 3.7 FIELD QUALITY C�NTROL 4 A. Field Tests and Inspections S I. Proctors 6 a. The City will perform Proctars in accordance with ASTM D69$. 7 h. Test results willgenerally be available to wit�in. 4 cal.endar days and distributed � 9 10 11 12 13 14 15 15 17 18 19 20 Z1 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 c. d. e. to: 1} Con�ractor 2} City Project Manager 3) City Inspector 4) Engineer Notify the City if the characteristic of the soil changes. City will perform new proctors far varying soiLs: 1) When indicated in the geatechnical investigatian in the Appendr�c 2) If natified by the Contractor 3) At the convenience of the City Trenches where different soil types are present at different depths, the prociors shall be based on the anixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench �ratection for trench depths m excess of 5 feet. c. Place, move and remove testing trench pxofectian. as necessary to facilitate all test conducted by the commercial testing firn� approved by the City. d. The commercial testing lab will perforrn nnoisture/c�ensity test for every 2d0-ft or less of trench length, as measured along the len�th of the pipe. A mmimum of ane test shall be perfarmed far every 2 vertical feet of compacted backfill material, independent of the contractor's lift thickness for compaction. Test locations shall be staggered wiihin each iift so that successive lifts are not tested in the same location. A randorr� number generator may be used to determine test locations. Mo�stt�re/density tests shall be performed at a depth not more than 2 feet above the top of the pipe bedding and in 2-foot increments up to the %nai grade. The project inspector or project rnanager may request test�g at an increased frequency and/or at specific locations. e. The contractoar can proceed with subsequent earthwork oniy after test results far previously cornpleted work comply with requirements. Ifthe requaed compactian density has not been oUtained, the hack%lI should be scariiied and moistened or aerated, or removed to a depth requ�red, and be replaced with approved backfill, and re-compactecl to the specified density at the contractor's expense. In no case will exaavation, pipe-laying, ar other operation be allowed to proceed until the specified compaction is attained. f. The testing lab will provide results ta Contractor and the City's Inspectar upon eoznpletian of the test�g. g. A forrnal report will be posted to the City's Accela (Developer Projects) and BIM 360 {Ciry Projects) site wiihin 48 hours. h. Test reports shall iric�ude: i} Location of test by station number CITY OF FORT WOR7'H 24I8 Bond Year 2, Concract 13 STANDARD CONSTRUCi'ION SPECIFICATIp1+I D(}GUNiENTS City Project Na. 101475-1 Revisefl April 2, 2�21 Addendu�c No. 1 33 D5 10 -20 UT1L]TY TR�TICFI EXCAVATIOI�i, EMBEDMENT, AND AACKFILI, Page 2� of 21 1 2) TIIne and date of test 2 3) Depth oitesting 3 4) Field moisture 4 5) Dry density 5 6} Proctar identifier 6 7) Percent PraetorI?ensity 7 3. Density ofEmbedment 8 a. Storm sewer boxes that are embedded with acceptable backfilimaterial, 9 blended backfill material, cement modifi�d backfill material ox select material 10 will fol�ow the same testing procedure as backfill. 11 b. The City may test fine crushed rock or cz-ushed rock einbedment m accordance 12 with ASTM D2922 or ASTM 1556. 13 B. Nan-Confarming Work I�l 1. All non-confarming woxl� shallbe removed and replaced. 15 3.8 SYSTEM STARTUP [NOT USID] 16 17 18 19 Za 21 22 3.9 ADJU�TING [NOT iJSID] 3.1Q CLEANING [NOT USID] 3.11 CLOSEQUT ACTIVITIF� [NOT USID� 3.1� PROTECTTON [NOT [TSID] 3.13 MAINTINANCE [NOT USED] 3.14 ATTACHII�NTS [NOT U5ID] II�ID OF SEC'1TON Revision I.og DATE NAME SUMMARYOF CIIANC� 1.2 — Added Item for Conorete Encasement for Utility Lines Various Sectians — Revised Depths to Include 15' and greater 12/20/2012 1}. Johnson 33.A— Additional notes for pavement protection andpositive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added ianguage prohibiting flooding of trench 1.2.A.3 — C[arified measw�ement and payment for concrete encasement as per plan 6/18/2013 B. dahnson q�at►t3fy 2.2.A — Added language for concrete encasement 11/09/lb Z. Arega 2.2.A.1.dIVfodify gadation far sandinaieriaE 2.2 A. 1. E. - Added referenoe to pre-approved list of sand sources £or embedxnent, 3.3 A. 6. - Changed reference Ya Transporta#ion Management Division; 3.4 - 2/26/242f Z. Arega Provided ciarification re: use of commercia] testing firms approvedby City a�d backfiTl requir�ments; aud 3.7 A. 2. Frovided clarification re: backfill testing requirements. CTTY OF FORT WORiH 2Q18 Bond Year 2, Contract 13 5TANDARD CONS7'RUCTION BPECIFICATIpI�1 DpCUM�V'I'S City Project No. 101475-1 Revisad April 2, 2021 Addendum Na. 1 33 O5 10 - 21 UTII.ITY TRENCH �XCAVATIOI�1, EMBEDIvfEiV'!', AIVD BACKFILL Page 21 of 21 412I2021 I M Ovven 3.4 D. 6. Add requirements S[arm Sewer (PP - PoIypropylene) CITY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUGTION SPECIFICATION DOCUNIENTS City Pxoject ATo. 1D1475-1 Revised Apri12, 2021 Addendum lYo. l 330512-1 WATER LI1�iE LOWf?RING Page 1 of4 �ECTION 33 0� 12 WATER L1NE LOWERING PART 1- GENERAI. 1.1 SUMMARY A. �ection Includes: 1. Locations where existing 12-inch ar smaller water lines are crossed by a new storm sewer, sanitary sewer or water transmission main and the existing water lin� is to be lowered unc�er the propased improvement and no design profile has been provided in the Drawings 2. Locations where a new 12-inch or smaller water line is installed and crosses azi existing underground conflict which requires the watar line to be lowered greater than two feet below the standard depth and has not been detailed in the Drawings 3, f 6anch and larger water lines are excluded from this �ection and shauld be specifically desigxied for lowering and paid for by unit price items B. ➢eviations frort� this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections incIude, but axe not necessarily limited to: 1. Division 0— Bidding Requirements, Cantract Forms, and Conditions of th� Conti-act 2. Division 1— General Requiremenfs 3. Section 33 04 40 — Cieaning and Accepiance Tesiing of Water Mains 4. Section. 33 OS 10 — Utility Trench Excavation, Embedmeni, and Backfill 5. Sectian 33 11 10 — Ducti�e Iron Pipe 6. Section 33 11 I 1— Ductile Fittings 7. Section 33 11 12 — Pol�nyl Chloride (PVC} Pressiare Pipe 8. Section 33 12 2S — Connectio�a to Existing Water Main 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water L�ne Lowerin� a. Measurement 1) Measurement for this Item shall be per each by size of each ViWater Line Lower performed. b. Payment 1} The work performed and the materials fiu�nished in accardance with this Item shall be paid for at the unit price bid per each "Water Line Lowering" insia�led for: a) Various Sizes c. The price bid si�all include: 1) �'urnishing and installing Ductile Iron or PVC Pipe and Ductile Iron Fittings CTfY QF FORT WORTH 2O18 Bond Year 2, Carnract 13 STANDARD CONSTRUCTIQN SPEC�FICATION DOCUMENTB City Project No. 1�1475-i Revised December 20, 2012 s3asi2-2 WATER LINE LOWEI2ING Page 2 of 4 2) Polyethylene encasement 3) Faving removaI 4) Excavation 5) Hauiing 6) Disposal of excess material 7) �'ur�ishing and placement of embedment 8) Furnishing, placement, and compaction of backfill 9) Thrust restraint 10) Bolts and nuts I1) Gaskets �2) Clean-up 13) Cleaning 14) Disinfection 15) Testing 16} Connections to the existing water iine 1.3 REFERENCES A. Reference Standards 1. Referenc� standards cited in this Specifieation refer ta the current reference standard published at the time of the latest revision date logged at the end af this Speci�canon, unless a date is specifically cited. 2. Texas Cornmission on Environmental Quality (TCEQ) a. Title 30 Texas Administra�ive Code {TAC} Chapter 290, Public Drin3�ing Water. 1.4 ADIVIINISTRATIVE REQUIREMENTS [NOT USED] 1.� SUBMITTALS [NOT USED] 1.6 ACTION SUBNIITTALSIINFORMATIONAL SUBMITTALS [NOT USED] l.'� CLOSEOUT �UBMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SiIBMITTALS �NOT USED] 1.9 QUALITY ASSURANCE [N�T USED] 110 DELIVERY, STDRAGE, AND HANDLING (NOT USED] 1.11 FIELD [SITE] CONDITIQNS [NQT USEDj l.l� WARRAI�TTY jNQT USED] PART 2 - PRODUCTS �.1 OWNER�-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT LTSED] 2.2 EQUIPMENT, PRQDUCT TYPES, MATERTALS A. Materials 1. Ductile Iran Pipe shall confarm ta Sectian 33 11 10, 2. D�ctile Iron Fittings with retainer glands shall confortn to Sectian 33 1 I 11. CITY OF FORT WORTH 2O18 Bond Year 2, Contraot 13 STANDARD GONSTRL3CTIpN SPECIFICATIOI�T DOCUMENTS City Project No. 101475-1 � Revased Aecennher 20, 2012 a3os��-3 WATER LINE LOWERING Page 3 of 4 3. Polyvinyl Chloride (PVC) pressure Pipe shall conform to Section 33 11 12. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION A. Evaluation and Assessment 1. Verify slevation of confiict which req�aires the water line to be relocaied. 3.3 PREPARATION [NOT USED] 3.� INSTALLATION A. General 1. Water Iines lowered to resolve conflicts beiween the water line and a proposed utility shali be lowered Yo maintain a 2-foot separation between t}ae outside diameters of the vvater line and the other buried utilities. a. When approved by tiie Water Deparlment, the separation may be reduced to 12- inches. b. No exception shall be granted to the criteria in Article 3.4 B of the 5ection. B. Water Crossing Sanitary Sewer 1. Water lines crossing sanitary sewer shall be in accordance with the TCEQ Tit1e 30 TAC Chapter 290. C. Water Lines Crossing under Storm Drains 1. Water lines crossing within 2 feet below storm drains shall be construct�d of Duc#ile Iron Pipe in accardance with Sectian 33 11 10. D. Install Ductile Iron Pipe in accordance with Sectian 33 I 1 10. E. Install Ductile Iron Fittings with retainer glands in accordance with Sect�a� 33 11 11. F. Instali Polyvinyl Chlorida (PVC) Pressure Pipe in acco:rdance with Section 33 11 12. G. Disinfect and test at the direction of the City. H. Complete connections to the exisiing main in aceardance w;ith Section 33 12 25. CIT'Y OF FORT WORTH 2O18 Bond Year 2, Con#ract 13 STANDARD CONS'C'RLtC1'TOI+i SPBCIFTCA'FION DOCUMENT5 Ciiy Profect No. 10147b-1 � Revised December 20, 2D12 330512-4 WA'TEit LII�iE LOWERING Page A of 4 3.� REPAIR / RESTORATION [NOT USED] 3.6 RE-�INSTALLATION �NOT U5ED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP jNOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [N�T USED] 311 CLOSEDUT ACTIVITIE� [NOT USED] 312 PROTECTIQN [NOT USED] 3..13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END �F SECTION Revision Log DATE NAME SUMMARY OF CHANGE 32/24/2012 D. Johnson I.1.A — Ciarificafion of when �ection is appiicable CITY OF FORT [�VORTH 201 S 8ond Year 2, Cantract 13 STANDARD COMSTRUCTION SPEC�'FCATiOTi DQCUNiEN"fS City Project �lo. 101475-t � Revised December 20, 2012 330513-1 FRAME, COVEIt, AM] GRADE R1AIG5-CAST iRON Page 1 of 5 SECTION 33 0513 FRA.ME, COVER, AND GRADE AINGS — CAST IRON PART1- GENERAL ].1 SUMMARY A. Section Includes: 1. Cast iron franne, cover and grade rings used as access ports into water, sanitary sewer and storm drain struct�res such manholes or vaults B. Deviations from this City af Fort Worth Standard Specification l. None. C. Related Specification Sectians include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Farms, and Conditions of the Contract 2. Division 1— General Requirements 1.� PRICE AND PAYMENT PROCEDiTRES A. Measuremeni and Payment 1. Measurement a. This IYem is cnnsidered subsidiary to the structure cantaining the frame, cover and grade ri�gs. 2. Payment a. The work perfortned and the materials fu�nished in accordance with this Item are subsidiary to the unit price bid per each strtteture cornplete in place, at�d no other compensaiion wilI be allowed. 1.3 REFERENCES A. Refe�'ence Standards 1. Re%rence standards cited in this Specification refer to the current reference standard pubtished at the time of the latest revision date logged at the end of t.�is Specification, unless a date is specifically cited. 2. ASTM International (ASTM) a. ASTM A48 — Statrdard Specifcation for Gray Iron Castings b. ASTM A536 - Standard Specification far Ductile Iron Castings c. ASTM C478 - Speci�icatian for Precast Reinforced Goncrete Manhole Sections 3. American Association of State Highways and 'I'ransportaiion Officials (AASHTO) a. AASHTO M3pG — Standard Specificat�on %r Drainage, Sewer, Utility and Related Castings 1.4 ADMINISTRATIVE REQUTREMENTS (NOT IISED] 1.S SUBM�TTALS A. Submittals shall be in accordance with Section 01 33 00. C1TY pF FQRT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. � 01475-1 Revised January 22, 2016 33OS13-2 FRt1ME, COVE12, AI�] GRA77B R[NGS-CAST IRON Page 2 af 5 B. All submiitals shall be appraved by the Engineez- or the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Cauntry of origin 2. Provide marjufacturer's: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Ins�allation instructio�s B. Certificates 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO designations. i.� �i,nc���.T'!' �I.T�PJid'd"�'1�i,C �1�T�1' �lJCED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] �.9 QUALITY ASSUI�ANCE �NOT USED] I10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] L1� WARRANTY [N�T USED] PART�� PRODU�TS �.1 OWNER FURNISHED [ox] OWNER�S�TPPLIED PRDDUCTS [NOT USED] 2.� EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only ihe manufacturers as listed on the City's Standard Products List will be cansidered as shown in Section O1 6fl 00. a. The manufacturer must camply with this Specification and related Sections. 2. Any product that is �ot lis�ed on the Standard Products List is considered a substitutian and shall be subraitted in accordance with Section O1 25 00. B. Castings 1. I]se castings for frames that confarm to ASTM A48, Class 35B or bet�er. 2. Use castings far covers that canfoz� to AST'M A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding applicatian of AASHTa HS-20 vehicle loading with permanent deformation. 4. Covers CITY OP FORT WORTH 2fl1 S Bond Year 2, Cantract 13 STANDARD CONS77iLiCTION SPECIFICATION D�CLTMEI�ITS Cify Project No. 101475-# Revised 3anuar}r 22, 201b 33 OS 13 - 3 FIZAML', COVER, AIVD GRAI)E RINGS-CAST IIiO1V Page 3 of 5 a. 5ize to set flush with the frame witl� no larger than a 1/8 inch gap between #he frame and cover b. Provide with 2 inch wide pick slats in lieu af pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a} Provide a clear opening of 30 inches for all sanitary sewer fratnes and eover assemblies unless otherwise specified in the Contract Documents. 2) Stonn Drain a) Frovide a elear opening of 22 1/2 inches for all storm drain frames, inlets and cover assemblies unless otherwise specified in the Contract Dociunents. b) Provide a minimzun clear opening of 30 inches far all storrn sewer manholes and junctian structures. e. Standard Labels 1) Water a} Cast lid with ihe word "WATER" in 2-inch letters across ihe lid. 2) Sanitary Sewer a) Cast �id with the word "SANITARY SEWER" in 2-inch letters acrass the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIlV" in 2-inch letters acrass the tid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a} Provide hinged covers for al� water structures. 3} Sanitary Sewez' a) Provide hi�nged covers fox all manholes or struct�res canstructed aver 24-inch sewer lines and larger and for manhaies where rim elevations are greater than 12 inches above the surface. C. Grade Rings I. Provide grade rings in sizes from 2-inch up to S-inch. 2. Use cancrete in traffic Ioaciing areas. 3. In non-t�rafiic areas concrete or HDPE can be used. D. Joint Sealant 1. Provide a pre-formed or trowe�able b�tumastic sealant in an extrudable or flat tape form. 2. Provide sealant ihat is not dependant an a chemical action for its adhesive properties or cahesive strength. CITY OF FORT WOIZ'I'Fi 201 S Bond Year 2, Contracl 13 STANDARD CONSTRUCTION SPECIFiCATION DOCCIMENT5 City Project No. 101475-1 Kevised January 22, 2�16 33d5t3-4 FRAME, COVER, AND GIZAI}E I2IlVGS-CAST IR�N Page 4 af 5 �.3 ACCESSORIES [NOT USED] �,.4 SOURCE QUALITY C�NTR4L [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 iNSTALLATION A, Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring wi�h sealant specified in this Specification and as shown on the City Standard DetaiIs. B. Frame at�d Cover l. Water a. Far water structures install frame, cover and grad� rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer struchtres install frame, cover and grade rings in accordance with applicable City Standard Deiail. 3. Storm Drain a. For storm drain structtues install frame, cover and grade rings in accordance with applicable City Standard DeY�:il. 4. Hinge Cover a. Fravide hinge cover on elevated manholes, jtlnction boxes, in the flood plain and where specified on the Drawings. G Jaint Sealing 1. Seal frame, grade rings and structure with specified seatant. D. Concrete Collar 1. Provide concrete cdlar around all frame and cover assemblies. CITY OF FORT WOATH 2O�8 Bond Year 2, Contract 13 STAt�I)7ARD CONS'FRUCTION SPECIFICATION DQCLTMEAI'f'S City Prajecl No. 101475-1 Revised January 22, 2Q16 330513-5 FREIML, COVEIi, AND GRADE RINGS-CAST iRON Page 5 of 5 3.� REPAIR / RESTORATION [NOT USED] 3.6 RE-�NSTALLATION [NOT USED] 3.i FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 �YSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.1U CLEANiNG [NOT USED] 3.I1 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END �F SECTION Revision Log DATE NAME Si.JMMARY O�' CHANGE 6/25/2014 F. Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22 %a rnches rather than 19 3/a inches. 1/22/2016 F. Griffin P� 2-2.2-B-4-d-2-a., Cover size updated to 3d inches to match Detail 33 OS l6- D417. 8/30/2d17 W. Norwood Cbauge specification name to add Cast Iron G17'Y OF FORT WORTH 2O18 Band Year 2, Contract 13 STAN]]ARD CONSTRiJCTION SP�CiFICATION DOCITMENT5 City Project No. 101475-i Revised Jar�vary 22, 2�16 33OS1313.10-1 COMP03ITE FRAME, COVER, AND GRADE RINGSGRAD� �1NGS Page 1 of 5 SECTION 33 051310 COMPOSITE FRANIE, COVER,I�ND GRADE RINGS PART1- GENERAL 1.1 SUMMARY A. Section Incl�zdes: 1. Compression Molded Composite 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. Relaied Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding R�quuements, Cantract Forn�s, and Conditions of the Contract 2. Divisian 1— General Requirements �.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the struciure containing the frame, cover and grade rings. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subszdiary io the unit pzice bid per each structure complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard publisl�ed at t�e time of the latest revision date Iogged at the end af this Specification, unless a date is speeifically cited. 2. American Association of State Highways and Transportation Officials (AASHTO) a. AASHTO HS-25 — AASHTO Highway Bridge Specification: Axial Loading to meet or exceed 21,280 pounds/wheel load b. AASHTO M3U6 — Standard Specification for Drainage, Sewer, Uiility and Related Castings 1.4 ADMITTISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All s�bmittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 2018 Bond Year 2, Cor�tract 33 CTTY OF FORT WOR'FH City Projec# No. 101475-i STANAARA CONSTRZ3CTiQN SP�.CfFICATION DOCiIMEN'I`S �iry rro�ec� �vo. u�ooa 33OS1313.10-2 COMPOSTPE FRAME, COVER, AIVD GRADE RIIVGSGRP.DE RINGS Page 2 of S 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. AIi moldings shall display: a. Approved Malder b. Malding date c. Wording that material is non-rnetallic d. Country of origin 2. Provide xnanufacturer's: a. Specifications b. Load tables c. Dimensian diagrams d. Anchor details e. Installation instruciions B. Certificates Manufaciurer shall certify that all maldings conform to the ASTM and AASHTO designations. 1.7 CLQSEOUT SUBMITTALS [NOT U�ED] 1.� P�i,'T.i i E���i?•T: E r.�AiEi���i,i, S��Y�i �Ai.,i [r�ii�'T IIi�+ I'i j 1.9 QUALITY ASSURANCE [N4T USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� 1.11 �iELD [SITE] CONDITIONS jNOT USED] 1.12 WARRANTY [N�T USED] PART 2 - PRODUCTS 21 OWNER9FURNTSHED [ax] OWNER-SUPPLIED PRODUCTS [NOT USED� �.� EQUIPMENT, PR4DUCT TYPES, MATERIALS A. Manufaciurers 1. Only the irianufacturers as listed on the City's St�dard 1'roducts List will be considered as shown in Section 01 bQ 00 unless otherwise specified on tke plans. a. The manufacturer must comply with this Speci£�cation and relat�t� Sections. 2. Any product that is r�oi listed on the Standard Froducts List is considered a substitution and sha11 be submitted in accordance with Section 01 25 Q0. B. Moldings 1. All eomposite moldings sha11 consist of a thermosetting resin matrix blended and/or combined with rei�forcing iiber rovings, shart fiber filaments, or eqtxivalent nonmetallic reinforcing structure{s}. The thertnasetting resin matrix shail be a polymer, vinylester, or a blend af these. The moldings sl�aIl be true to pattern in. locations affectit�g their strength and vaiue for the service intended. Before the maldings are remo�ed from the molding operation, they shall be thoroughly deflashed and cieaned at ihe parting lines, holes, notches and all exposed edges. CTI'Y OF FORT WORTH 201 B 8ond Year 2, Contract i 3 STANBARD CONS'�"RUCT30AI SPECIFICATION DQCUMENTS Cify Project No. 101475-1 33 05 1313.10 - 3 COMPOSTPE FRAME, COVER, AND GItADE RINGSGRADE RINGS Paga 3 of 5 Use clean molding capable of withstanding application of AASHTO H5-25 vehicle ioading with permanent defarmation. Composiie frames sha11 have a minimum wall thiekness of Q.75 inches in seciians exposed to iraffic and potential traffic wheel impact. 3. Metal reinforcements or metal hinges motded within the composite shall not be permitted. 4. All compasite moldings shall have LTV siabilizers (concentrations from OAS% to 5%) added prior to shaping the product by injeciion molding. 5. Covers a. Compasite covers shall be compression molded under high pressures (>0.5 tons/sq inch af x-y surface area) and high temperatures (�200 degrees F). Components for locking systexns b�low the cover exposed to sewer environn�ent shalt be made of nonco:rrosive materials such as nonmagnetic 316 stainless steel (Austenite) or a polymer. b. Size to set flush with the frame with na larger than a 1/8 inch gap between the frame and cover c. Provide with 2 inch wide pick slots in lieu af pic�e holes. d. Provide gasket in frame and cover. e. Standard Di�nensions 1) 5anitary 5ewer a) Frovide a clear opening of 30 inches far all sanitary sewer frames and cover assemi�lies unless otherwise speci�ed in the Contract Documents. £ Standard Labels 1) Sanitary Sewer a) Cast lid with the word "SANI`I'ARY SEWER" in 1-1/2-inch {minimum) or 2-inch (�aaximunn) letters across the lid. g. Hinge Covers 1) Hinged covers shall be double-hinged alIowing a minimal 180° iu1I apemng. 2} Provide water iight gaskei on a11 hinged covers. 3) Sanitary Sewer a} Provide hinged covers for all manholes or stn�ctures constructed over all sewer lines. C. Crrade Rings 1. Parovide grade rings in sizes frnm 2-inch up to 8-inch. 2. Use cancrete in �raffic laading areas. D. Joi�t Sealant 1. 1'ravide a pre-formed ar troweiable bitumastic seatani in an extr�dable or flat fiape form. 2. Provide seatant that is not dependent upon a chemical acYion for its ac�hesive properties or cohesive strength. CITY OF PORT WORTH 2938 Band Year 2, Contract f 3 STANDARD CONSTRUCTION SPECIFICA'I`ION DOCiJIvIENTS City F'rojecf No. 101475-1 3305]313.10-4 COMPOSITE FRAME, COVER, AND GRABE RIIVGSGRADE RINGS Page 4 of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED) P.ART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATI�N [NOT USED� 3.4 INSTALLATION A. Grade Rings 1. Place as shown in the water atad sanitary sewer Ciry Standard Defails. 2. Clean surfaces of dirt, sand, mud or other fareign �natter before placing sealan�. 3. Seal each grade ring w�th ,sealant speci�'ied in this Specification and as shawn on the City �tandard Details. B. Frame and Cover 1. Sanitary �ewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Hinge Cover a. Pravide hinge cover on all manhole co�ers. C. Joint 5ealing 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. CTl'Y OF FORT W4RTH 2O18 Bond Year 2, Conlracl 13 STAMDARI] CQAiSTKi7CTION SPECIFICATI4N DOCiJMENTS City ProjeCt No. 101475-1 33OSI313.10-5 COMPQ3ITE FRAM�, C�VER, AND GRAAE RIIVGSGRADE RINGS Page 5 of 5 3.� REPAIR / RESTORATI4N (NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3,1.0 CLEANING [NOT USED] 3.�� CLOSE�UT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED] 3.�3 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Re�ision Lag DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O18 Band Year 2, Contract 13 STATII7ARD COTTSTRTJCTIOTI SPECTF'TCATIQN ➢OCUMENTS City Projec� No. 101475-1 330514-1 ADNSTi1VG MANHOLE3, INLETS, VALV� BOX�S, AND OTFIER STRi7C7'URES TO G1U1DE Page 1 of 7 SECTION 33 0� 1�4 ADJT.TSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUC'1"URES TO GRAI7E PART1- GENERAL 1.1 SUMMARY A. Section Inciudes: 1. Vertical adjustments to manholes, drop inlets, valve box�s, cathodic protectian test stat�ons and ather miscellaneous structures fo a new grade B. Deviatiflns from this Ciry of Fort Worth Standard Specification I. None. C. Related 5pecificatian Sections include, but are nat necessarily li�nited to: 1. Division Q— Bidding Requirements, Contract Forms, and Conditions of the Contraci 2. Division 1-� General Requirements 3. Section 32 O 1 17 — Permanent Asphalt paving Repair 4. Section 32 01 29 — Concrete Paving Repair 5. Section 33 OS lU — Utility Trench Excavation, Embedment and Backiill 6. Section 33 OS 13 — Frame, Caver an.d Gz'ade Rings 7. 5ection 33 39 10 — Cast-in-Place Concrete Manholes 8. Section 33 39 20 — Precast Concrete Manholes 9. Section 33 12 20 — Resiiient Seated (Wedge) Gate Valve 1�. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve 11. Seetion 33 04 31 — Corrosion Control Test Station 12. Section 33 U4 12 — Magnesiwn Anode Cathodic Frotection System 1.� PRICE AND PAYMENT PROCEDUR�S A. Measurement and Payment i. Manhole -- Minor Adjustment a. Measurement 1) Measure�tnent far this Item sha11 be per each adjus�nent using anly grade rings or other minor adjustment devices to zaise or lower a manhole to a gade as specified on the Drawings. b. Payment 1) The work performed and the materials f�rnished in accordance witl� this Item will be paid for at the �nit price bid per each "Manhole Adjustment, Minor" completed. c. The price bid shall inclnde: 1) Pavement removal 2) Excavation 3) Hauling 4} Dispasal of excess material C11'Y OF FORT WORTH 2pf 8 Bond Year 2, Contract 13 STANDARD CONSTiiUCTIQN SFECIFICATIdN DOCUMENTS City Project Na. 101 �E75-1 Iievised Ilecember 20, 2012 330519-2 ADJilST1NG MANH�LES, INLETS, VALVE SQXES, A�] dTHER STRU["I'[7RES Td GRADE Page 2 of 7 5) Grade rings or other adjt�,stment device 6) Reuse of the e�sting manhole frame and co�er 7) Furnishing, placing and compactian of embedmant and backfill 8) Concrete base material 9} Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole - Major Adjustment a_ Measurement 1} Measurement far this Item shall be per each adjustment requiring str�ictural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Fay�nent 1} The work performed and the materials f�trnished in accardance with this Item wilt be paid for at the unit price bid per each "Manhole Adjustxnent, Maj or" completed. c. The price bid sha11 include: 1 j Pa�ement removal 2) Excavation 3) Hauling 4) Disposal of excess material Sj �truchtral modifica�ions, grade rings or other adjustment de�ice 6) Reuse of the existing manhoie franr�e azid cover 7) Furnishing, placing and compactian o� ez�abedment and backf'ill 8) Concrete base material 9} Permanent asphalt patch or concrete paving repair, as required 14) Cleaa�-up 3. Manhale - Major Adjustmen# with Frame and Cover a. Measurement 1) Meas�rement far �his Itena shall be per each adjustment reqtairing structural modi�cations to raise or lower a manhole ta a grade specified on the Drawings or structural modifieations for a manhole rec�uiring a new frame and cover, often far changes to cover diameter. b. Payrnent 1) The work pear%rmed and the �naterials ftu�nished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Maj or w/ Caver" coznpleted. c. The price bid shall include: 1} Pavement removat 2) Exca�ation 3) Hauling 4} Disposal of excess material 5) Struct-�tral modi�cations, grade rings or other adjustment devica 6j k'rame and eover 7} Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Per�aanent asphalt patch or concrete paving repair, as required 1Q) Clean-up 4. Inlet a. Measurement CITY OF FOnT WOR'CH 2D1 B Bond Year 2, Contract i 3 5TANDARD CONSTRUCTIpI� SP�CIFICATION DOCUMEN3'S Ci[y Project No. 101475-1 Revised Dececnber 20, 2012 33�514-3 Al]NS"I'iNG MANHOLES, INLETS, VALVE BOXES, AND OTFiSR STR[JGTUItES TO GRADE Fage 3 of 7 1) Measurement for this Item shall be per each adjustment requiring structural modifcatians to inlet to a grade specified on the ➢rawings. b. Pay�nent 1} The workperformed and the materials fi.�nished in accordance with this Item will be paid %r at the unit price bid per each "Tn1et AdjustmenY' coznpleted. c. The price bid shaIl include: 1} Pavernent rernaval 2} Excavatian 3) Hauling 4) Dispasal of excess material S) Structural anodifications 6} Fur�ishing, placing and coz�apaciion of einbedmenfi and bacl�ll 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch ar concrete pav�ng ;repair, as required 9) Clean-up 5. Valve Box a. Measurement 1) Measurement for this Item shall be per each adjust�nent to a grade specified on the Drarvings. b. Payment 1) The work performed and the materials iumished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" campleted. c. The p�ice bid shall include: 1 } Pavement removal 2) Excavation 3) Hauling 4) Dispasal of excess material S} Adjustment device 6) Furnishing, placing and compactian o�ex�nbedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) CIean-up 6. Cathodic Protection Test Siation a. Measurement 1} Measuzer.neni for ihis Item shall be per each adjustment to a grade specified an the Drawings. b. I'ayment 1) The work performed and the materials furnished in accordance with this Item will be paid far at the unit price bid per �ach "Cathodic Protection Test Station Adjust�rient" completed. c. The price bid shall include: 1) Pavement removal 2} Excavatian 3) Hauling 4) Disposat of exeess material C1TY dF FORT WORTH 2D38 Bond Year 2, Contraci 13 STANDARD CONSTRUGf'IQN SPECIF'IGATION DOCCTME]VTS Ciiy Project No. 101475-1 Revised Decembax 2Q 2012 330519-4 ADNSTING MANHOLES, INLETS, VALVE AOXES, AND OTf�R STRUCTUILES TO GI2ADE Page 4 of 7 5) Adj�astment device 6} Furnishing, placing and compaction of embedment and backfll 7} Cancrete base material, as required 8) Surface restoration, permanent asphalt patch ar concrete par+ing repair, as required 9) Clean-up Fire Hydrant a. Measurement 1) Measurement for this Iten� shail be per each adju,stm�ent zequiring stem extensions to meet a grade specified by the Drawings. b. Payment 1} The work performed and the materials furnished in accordance wzth this Item will be paid for a� the unit price bid per eacl� "F�re Hydrant Stetn Extension" completed. c. The price bid shall include: 1} Pavement r�xnoval 2} Excavation 3} Hauling 4} Disposal of excess material S} Adjustment materia�s 6} Furnishing, placing and compaction of embedmer�t and backfill 7) Concrete base material, as required S} Surface restoration, permanent asphalt patch or co�crete pa�ing repair, as required 9) Clean-up 8. Miscel�aneous Structure � : � : . � _ �atify :�� ,s������rfic stf-ucture (i.P. ,ti�iscellaneaus ,;tructure a. Measurement 1) Measurement for this Item sha11 be per each adjushnent requiring structural modifications to said structure to a grade speci�ed on the Drawings. b. Payment 1} The work performed and xhe materials furnished in accardance with this Item will be paid for at the unit price bid per each "MiscelIaneous Str�zcture Adjustment" campleted. c. The price bid shall include: I ) Pavemen� removal 2) Excavatian 3} Hauling 4) Disposal of excess material 5) Structural modifications 6} Furnishing, pIacing and compaction of embedment and backfill 7} Concrete base matexial S} �ermanent aspitalt patch or conerete paving repair, as required 9) Clean-up 1.3 REFERENCES A. Definitions 1. Minor Adjustment C17'Y 4P FORT WORTFi 2018 Bond Year 2, Contract 13 STANDARD C4NSTKUCTION SFECIFICATION DpGiJMEN7'S City Projeci No. i 01475-1 Revised December 20, 2012 330514-5 ADNST'ING MAN�COLES, INLETS, VALVE BOXES, AND OTI�R STRUCTC[RES TQ GR.ADE Page 5 of 7 a. Refers io a small elevation change performed on an existing manhoIe where the existing frame and cover are reused. 2. Major Adjustment a. Refers to a significant elevation change performed on an existing ma�hole which requires structural modi�cation or when a 24-inch ring is changed to a 30-inck� ring. B. Reference Standards 1. Reference standards ciied in this Specification refer to the current reference standard published at the time of the Iatest revision da�e logged at the end of this Specification, un�ess a date is specifically cited. 2. Texas Commission on En�ironznental Quality {TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 --- Manholes and Related Str�actures. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] I.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENAI�TCE MATERIAL SUBMITTALS [NOT U�ED) 1.9 QUALITY ASSURANCE [NOT USED) 1.10 DELIVERY, STORAGE, AND �IANDLING [NOT USED] 1,11 FIELD [SITE] CONDITIONS [NOT USEDj 112 WARRANTY [NOT USED] PART � - PRODUCTS 2.1 OWNER-FURNI�HED [oR] OWNER-SLTPPLIED PRODUCTS jNOT USED] 2.2 MATERIALS A. Cast-in-PIace Concrete 1. See Section 03 30 00. B. Modifications to Existing Goz�crete Structures I. See Section 03 80 00. C. Grade Rings 1. See Section 33 Q5 13. D. Frame and Cover 1. Sae Section 33 fl5 13. E. Backf ]1 material l. See Section 33 OS 1Q. CI'TY OF FDRT WORTH 2O18 Bond Year 2, Contract 13 STANDARI] CQN3'i'RUCTIpN SPECIFICATiON DQCLTIVIENTS City Project No. i 01475-1 Revised December 20, 201Z 330514-fi ADNSTING MANHOLES, �ILBTS, VALUE BOXES, A1�FD pTI�R STRUCTiJRES TO GRADE I'age 6 of 7 F. Water valve box extension 1. See Section 33 12 20. G. Corrosian Protection Test Station 1. See 5ection 33 04 11. H. Cast-in-Place Concrete Manholes 1. See Section 33 39 I0. L Precast Concrete Manhales 1. See Section 33 39 20. �.3 ACCESSORIES [NOT USED] �.4 50URCE QUALITY CONTROL [NQT USED] PART 3 - EXECUTION 3.1 INSTALLERS [N4T USED] 3.� EXAMINATION A. Veriiicaiion of Conditions 1. �xamine existing structure to be adjUstet�, far damage or defects that may affect grade adjustment. a. Report issue to City for cansideratioa before beginning adjustment. 3.3 PREPARATIQN A. Crrade Veri�"ication 1. On majar adjustments confittn any grade change nated on Drawings is consistent with field measurements. a. If not, coordinate with City to verify final grade before beginning adjusiment. 3.4 ADJUSTMENT A. Manholes, Inlets, and Miscellaneous Structures 1. On any sanitary sewer adjustment replace 24-�nch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole majar adjustrnents, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no dehris blocks the invert ar the inlet or outlet piping in during adjustmex�ts. a. Do not use any more than a 2-piece botkom. 3. Use the least nEunber af grade rings necessary to meet required grade. a. �'or example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. b. The maxim�m height of adjustment shall be na �ore than 12 inches for any combination of grade rings. If 12 inehes is required, use 3— 4 inch rings. B. Valve Boxes 1. Utilize typical 3 piece adjustable valve bax for adjusting to final grade as shown on the Drawings. C1TY OF FORT WpRTH 2O18 Bond Year 2, Contract i 3 STANDARB COAISTRUCTION SPEC�ICATION DOCIl11�t�7TS City Projeci No. 101475-1 Revised December 20, 2012 330514-7 AANSTING MANFiOLES, INLETS, VALVE BOXES, AND 07T�R STRUCTURES TO GRADE Page 7 of 7 C. Bacl�ll and Grading 1. Backfill area of excavation surraunding each adjustment in accordance to Section 33 OS 10. D. Pavement Repair 1. If required pavement re�air is ta be per�'ormied in acco rdance with Section 32 O1 17 or Sectio� 32 Q1 29. 3.5 REPAIR / RESTORATYON [NOT USED] 3.6 RE-INSTALLATION [N�T USED] 3.7 FIELD [o�] SXTE QUALITY CONTROL [NOT USED] 3,8 SYSTEM STARTU�' [N�T USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTIQN [NOT USED] 3.i3 MAINTENANCE [NOT USED] 3.�4 ATTAC�IlI+IENTS [NOT USED] END OF SECTION Revision Log DA'I'E NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment wluch reuses the existing frame and cover and a major adjushnent requiring a new frame and cover; Added i2/20/20 ] 2 D. Johnson items to be included in piice bids; Blue text added for clarificatiQn for Frusceilaneous structure adjustments 3.4 — Pavement repair requirements were added 9/24/20I7 W. Norwood 3.43 Eliminate 24 inch requirement for rna�cimutn chirnney keight adjustment. 3.4.4.b Add requirement for ma7cimum height of grade rings to he 12 inches or 3-4 inch rings CITY OF FORT WORT�i 2018 Bond Year 2, Contract 13 STANDAR� CONS'iRCICTION SPEC]"FICATTON DOCYIMENT3 City Project Na. 101475-1 Ite�ised December 26, 2012 330516-1 CONCRETE WATER VAULTS Page 1 of 5 SECTION 33 051b CONCRETE WATER VAULTS PART1- GENERAL 11 SUMMARY A. Section Includes: 1. Cancrete vaults to be used in water utility applicaiions B. Deviations from this City of Fort Worth �tandard 5pecification 1. Nane. C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forn�, and Conditions of the Contract 2. Division 1-- General Requirements 3. Sectian 03 30 00 — Cast-In-Place Concrete 4. Section 03 80 OQ — Madifications to Existing Concrete Structures S. Seetion 33 fl5 1Q — Utility Trench Excavatian, Ernbedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Pay�nent 1. Measusement a. This Iiem is considered subsidiary to Water Meier and Vault. 2. Payment a. T1�e wor� pe�r£az�ed and materials fumished in accordance with ihis Iiezn axe subsidiary ta the unit price bid per each "W�tzr Meter and Vault" complete in place and no other compensation v�rill be allowed. illc�:7 � � �l-� �►Li1-3T.y A. Reference 5tandards l. Reference standards cited in this Specification refer to the current reference standard publishe� at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. 2. American Association of 5tate Highway and Transportation Officials (AASHT�). 3. American Concrete Institute {ACl�: a. 350, Code Rec�uirerr�ents for Environmentaf Engineering Concrete Siruci�res and Commentary. 4. ASTM International (ASTM}: a. A615, Siandard Speciiication for De%rmed and Plain Car�on-Stesl Bars %r Concrete Reinforcement. b. CS57, Standard Pract�ce for Minim�m Struc�ra� D�sign Laading for Underground Precast Concrete Utitity Structures c. C$5$, Standard Spec��cation for Undergro�nd Precast Concreie Utility Structures CITY OF FORT WORTH 2Oi8 Bond Year 2, Contract 13 STANDAR.D CONSTRUCTIpN SPECIFICATION DOCT]MENTS Cify Project No. 101475-1 Revised December 20, 2012 330516-2 CONCRE"1`E WA'TE,R VAULTS Page 2 of S d. C891, Standard Practice for Instailation of Underground Precast Concrete Utility Structures. e. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Lateral�, 5. Occupaiional Safe�ty and Health Administration (OSHA) a. 1910.23, Guarding Floor and Wall Openings and Holes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the City prior to delivery. L6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. St�abs �nd st�zb plugs 5. Grade ring b. Laddex 7. Exterrial coating material 1.7 CLOSEQUT SUBMITTALS [NOT USED] i.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. Q�zalifications 1. Meet the requirements of ACI 318. 110 DELIVERY, STORAG�, AND I�ANDLING A. Deliver vault or paneis {units) to project site in such quantity ta assure continuity of installation. B. Store unifs at �e project site in a manner which prevents cracking, distaz�tion, staining or other physical damage. C. Lift units by designed lifting points or supports. l.li FIELD [S�TE] CONDrT�ONS [N�T USED] 1.1� WARR�NTY A. Manufacturer Warranty l. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STA]VDARD CbNSTRiiCTIpN SPEGiFTCATION DOCiJME1�IT5 City Project No. 1 D 1475-1 Revised Decem6er 20, 2012 330S16-3 CONCRE'I`E WATEfZ VAULTS Page 3 of 5 PART Z F PRODUCTS ti.1 OWNER FU1tNISHED [o�] OWNER-SUPPLIED PRODUCTS (NOT USED] 2.2 EQUIPMENT, PRQDUCT TYPES, MATERIALS A. Manufacturers 1. Oniy the manufacYurers as listed on the City's Standard Products List will be considered as shown 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 Pxoducts List is considered a subst�tution and s�all be submitted in accordance with Section 01 25 00. B. Performance / Design Criteria 1. Vault a. Vault dimensions per the Drawings b. Opening per the Drawings c. Incorporate a sump into the base or floor of the vault. 1) Avoid conflicts with piping. 2} Do not locate directTy under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 2. Water Pipe Penetrations a. Use adjustable-liniced rubbez� s�al devices or gout, as shown in Drawings, to provide seals around pipe penetrations. 3. Vault Access a. Cover / Doar 1} For �on-traffic areas — nan H-201oading 30anch x 36-inch steel single leaf door, Bi1co Type J model ar approved equal 2} For traffic areas — 32-inch hinged ductile iron frame and cover or as shown in manhoie Iid assembly in Drawings 3) With steel door, provide ari automatic hold-open arm with release handle and iocking device. 4} Provide Bilco type fall protection grating under aluminum door ihat meets OSHA 29 CFR 1910.23 requirements or approved equal. 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault lid. b. Ladder 1) Frovide aiuminum ladder by Heron Industries or approved eq�tal. 2) Provide ladder to dimer�sions shown on Drawings. C. Materials 1. Concrete for utility construction — Conform to Section 03 30 00. 2. Frame and Cover — Canform to Sect�on 33 05 13. 3. Grade Ring — Conform to Section 33 OS 13 and ASTM C 47$. 4. Reinforcing Steel — Conform to Section 03 30 00. 5. Sewer Pipe Connections — Conform ta ASTM C923 or ASTM C 1628. 6. Adjustable-linked r�bber seal devices a. Manufactured by Link-Seal or approved equal 7. Interior Coating or Liner — Conform to Secrion 33 39 60. CIT`Y OF FORT WORTH 20� $ Bond Year 2, Contract 13 STAIVDARD CONS11iUC1TOI�I SPECIFICATION DOCUMENi'S City Pro�ect No. f 01475-1 Revised December 20, 2012 33OS 16-4 CO?�ICRE'I'E WATER VAULTS Page 4 of 5 $. Exterioz' Caating a. Caat Tar Bif�znastic %r below grade damp proofing b. Dry film Ylsickness (D�'T) no less than 12 mils and no greater than 30 mils c. Solids content is b8 pez'cent by volume t 2 percent. �.3 ACCESSOR.IES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECIITI�N 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATI4N A. Evaluation and Assessment 1. Verify lines and grades are in accorciance ta the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Va�lt a. Pez-form instaI�ation in accordance io ASTM C891. b. Construct vauit to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and jain 2) Minimize number of segments. d. VauIt Base 1} Place �ault base on 6-inch minimum base of compacted crushed rock {per Section 33 OS 10) over undisturbed soils and grade levei to ele�atian shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustahie-linked �abbex seal devices around pipe penetrations in accordance with the tnanufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall coniarm ta Scction 03 $0 00. 3.� REPAIR / REST�RATION [NOT USED] 3.6 RE-INSTALLATION [N�T USED] 3.'� FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT iTSED] 3.9 ADJUSTING [NOT USED] 3.i0 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WpRTH 2O16 Bond Year 2, Contract 13 STA3VDARD CONSTRUCTIOI+P 3PECIFTCATTON D�CUII�NTS City Project No. 101475-1 Revised Decem6er 20, 2012 330516-5 CONCitETE WA'TE.R VAi}LTS Page 5 of 5 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USEDJ 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAM� SUMMARY OF CHANGE 12/20/2012 D. Joluison z•2•�•3 — Modified vault hatch door and ladder requirements 2.2.C.6 — Modified rubber seal requirements CITY OF FORT WORTH 2D18 Bond Year 2, Contract 13 STATIDARI] CON5TRUG`I'ION SPECIFICATTON DOCUMENTS City Project No. 1 Di k75-1 Revisecf December 20, 2012 3305I7-1 CONCRET� COLiAItS �Page 1 af 3 sECTioN �� o� �� CONCRETE COLLARS PART 1 - GENERAT, 1.1 SUMMARY A. Seciion Includes: 1. Concrete Collars for Manholes 2. This Item is intended for use in asphalt streets and unimproved areas � not %r use in concrete streets. B. Deviations frorn Chis City of Fort Worth Standard Specif cation 1. None. C. Related Specification Sectians iriclude but are not necessarily limited to: 1. Divisian Q— Bidding Requirerr�ents, Contract Forms, and Conditions of the Contract 2. Division 1— General Requixements 3. Section 03 30 QO — Cast-In-Place Concreie 4. Section 03 80 00 — Modifications to EXisting Concrete Structures 5. Section 33 OS 13 — Frame, Caver, and Crrade Rings 1.� PRICE AND PAYMENT PROCEDURES A. Measuz'ernent and Payment 1. ManhoIe a. Measureznent 1) Measureinent for this Item shall be per each. b. Payment 1} The wark performed and the materials furnis�ed in accordance with this Item shaIl be paid for at t�e unit pr.ice hid per each "Concrete Co11ar" installed. c. The price bid will include: 1 } Concrete Collar 2) Excavation 3) Forn�s 4) Reinforcing s�eel {if required) 5} Concrete 6) Bacicfill 7) Pavernent removal 8) Hauling 9} Dispasal of excess rnaterial 1 Q) Placement and compaction of backf'ill 11} Clean-up 12) Additional �avement around perimeter of concrete collar as required for rim adjustment on existing manhole. C1TY OF FORT WORTH 2O18 Bond Year 2, Goniract 13 STANDARD CONSTRIICTION 3PEGIFIGATION DOCiJMENTS City Project No. 141475-1 Revised December 20, 2012 33 OS 17 - 2 CONCRETE COLLAI25 Page 2 af 3 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in �is Specification refer to the cut�ent reference standard p�blished at the time of the latest revisian date logged at the end af this Speciiication, unl�ss a date is specifically cited. 2. ASTM Internation.al {ASTM}: a. D42S8, Standard Practice for Suriace Cleaning Concrete for Coating. b. D4259, �tandard �'xaetice for Abrading Cancrete. 1.4 ADMINISTRAT�VE REQUIREMENTS �NOT USED� 1.S SUBIN�TTALS [N[)T USED] 1.6 ACTIQN SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEQUT SU�MITTALS [NOT USED] i.8 MAINTENANCE MATERTAi, SUBMITTALS [N�T USED] 19 QUALITY ASSiJRANCE [N4T USED] 1.10 DELiVERY, STORAGE, AND HANDLING [NUT USED] 1.11 FIELD �SITE] CONDITI�NS [NOT USED] 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Concrete — Confonn to �ection 03 30 00. 2. Reinforcin� Stee1— Con%rm to Section 03 21 00. 3. Frame and Cover -- Conform ta Section 33 OS 13. 4. Grade Ring — Conform to Seciion 33 OS 13. �.3 ACCESSORIES [NOT USED] 2.4 SaURCE QUALITY CONTROL �NOT USED] PART 3 - EXECUTION 3.1 INSTALLER� [NOT USED] 3.� EXAMINATION A. EeaIuatian and Assessment 1. Verify lines and grades are in accardance to the Drawings. GITY OF FORT W4R1`H 2O18 Bond Year 2, Contract 13 STANDARD CONSTAUCTION SPECIFICATION DpCUMENTS City Project Nn. 1 D 1475-i Revised Decamber 20, 2U12 330517-3 CONCRETE COLLARS Page 3 of 3 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Final Rim Elevation 1. Install concrete grade rings far heighi adjustinent. a. Construct grade ring on load bearing shoulder of mant�ole. b. Use sealant between riugs as shown on Drawings. 2. Sei fraine on top of manl�ole or grade rings using continuous water sealant. 3. Remove debris, siones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain ihe final s�rface elevation of the marihole frame. 3.5 REPAIR / RESTORATIO.N [NOT USED) 3.6 RE-INSTALLATION [NOT U�ED] 3.'9 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES jNOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED� 3.14 ATTACHMENTS [N�T i7SED] END O�' SECTZON Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2Q12 D. ]ohnson 1.1.A.2 -- Blue text added to clarify where cancrete collars are to be installed. CITY OF FORT WOATH 2O18 Bond Year 2, Confract 13 STANDARA CO?�iSTRUCTION S��CIFICATION DOCCfMENTS Gity Project No. ipi475-1 Revised 1?ecember 20, 2012 330523- 1 HA7�I7 'I'[II�TN�LfNG Page 1 of 10 SECTION 33 0� 23 HAND TIJNNELING PART 1 - GENERAI. ] .� SUMMARY A. Section Inciudes: 1. Minimum requirements for Hand Turtu�eling using tunnet liner plate ar casing pipe at tlie locations shown on the Drawings B. Deviations from this City af Fort Worth Standard Specificatian 1. None. C. Related Specification Sections include, but are nat necessarily Iimited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditians of the Contract 2. Division 1— General Requirements 3. Section 33 OS 21 — Tunnel Liner Plate 4. Section 33 d5 22 — Steel Casing Pipe 1.� PRICE AND PAYIVIENT PROCEDURES A. Measurement and Payznent 1. Meas�rement a. This Item is considered subsidiary to Tunnel Liner Plate or Steel Casing Pipe installation. 2. Payment a. The work performed and materials furnished in accordance with this Item are considered subsidiary the unit price bid per linear foot of By Other than Open C�it instaliaiian of Tunnel Liner plate ar Steel Casing to be comp�eted in place, and no other c4mpensation wili be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard p�blished at the tit�e of the latest revision date logged at the end of �his Specification, unless a date is specifically cited. 2. American Association of State Highway and Transpartation Officials (AASHTO}: a. HB-17, Stanciard Specificatians for Highway Bridges. 3. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and �tandards far Undergraunc� Const�uction, 29 CFR Part 1926, 5ubpart S, Underground Construction and Subpart P, Excavation. i.4 ADMINISTRATIVE REQUIREMENTS A_ Pre-installation CITY OF FORT WORTH 201 B Bond Year 2, Confract 13 STANDARD COlVS1RUCTION SFECIFICATION DOCUMENT'S Cily Project No. 101475-1 Itevised Decem6er 20, 20�2 33 05 23 - 2 NAND 'I'[.INNELING Page 2 of 10 1. The Contractor shall provide written notice to the City at least 72 hours in advance of the plarined launch of tutuieling operations. 1.5 SITSMiTTALS A. Submiitals shall be in accardance with Section �1 33 00. B. All subznittals shall he approved by the City pt-ior to delivery. 1.G ACTION SUBMITTALSIiNFORMATIONAL SUBMITTALS A. Shop Drawings 1. Submit fhe �ollawing, when required by the Contract Documents: a. Detailed desc�ption of ihe methods and equipme�t ta be �ased in completing each reach of tun�el b. Description af fhe survey methods that will be used to ensure that the tunnel is advanced as shown an the Drawings and within ti�e iine and grade tolerances specified c. Shaft layout drawings 1) Detailing dimensions and Iocatians of all equipment, inciuding overall work area boundaries, crane, front-en� loader, forklift, spail stockpales, spoil hauling equipment, pumps, generatar, pipe storage area, tool trailer or containers, fences, and siaging area 2) �haft layout drawings will be required for a11 shaft tocations arid shall be to scale, or shaw eorrect dimensions. 3) Layout such that all equipment and operations sha11 be campletely contained within the allowable construction areas shown an the Drawings d. Schedule in accardance with Division 1 to include the followi�ng acti�ities as independ�nt items: 1} Mobilizaticrn 2} Shaft excavat�on and support 3} Water control at shafts 4} Working slab constructian 5} Thrust wall consiruction 6) T�eling 7) Shaft backf'iI� 8) Site restoration 9) Cleanup 10} Demobilization 2. For all projects, pravide the following for Contact Grouting_ a. Contact Grouting (outs�de af casing} Work Plan �nd Methads including: 1) Grouting methods 2) Details of ec�uipment 3) Grouting procedures and sequtences including: a) Injection methods b) Injection pressures c) Monitoring and recording eqt�ipment d) Pressure gauge calibration data e) Materials 4} Grout mix details inclut{ing: a) Proportions b} Attmixtures including: CiTS' OF FQRT WORTH 2O18 Bond Year 2, Contract � 3 STANDARD CON51T2ETCTION SPECTFICATi�iN DOCi]IviENTS City Project No. 1 D1475-1 Reviseci Becember 2p, 2012 330523-3 I IAND TUATNELING Page 3 af 10 5} � (1) Manufacturer's Iiterature (2) Labaratory test data verifying the strength of the proposed grout mix (3) Proposed gout densities {4) Viscosity (5) Initial set time of grout {a) Data for ihese reyuirements shall be derived from trial batches from an approved testing labaratory. Submit a minimum of 3 other similar projects where the proposed grout mix design was used. Submit anticipated volumes af grout to be pumped %r each application and reach gro�ted. B. Daily Records 1. Subrnit samples of the tunneling logs or records to be used at ieast 7 days prior to beginnrng Hand Trxnneling. 2. Submit daily records to the City's Inspector by noon on the day following the shift for which the data or recorcls were taken. Daily records shall include: a. Date b. Time c. Name of operatar d. Tunnel drive identificatian e. Instal�ed liner ring and corresponding tunnel lengih f. Time required to tunx�el �ach rin� g. Time required to set subsequent ring h. Spoii valumes (muck carts per liner r�ng and estixnated volume af spoil in each muck cart) i. Grout volumes and pressures j. Sail conditions, incl�ding occurrences of unstable soiis and estimated groundwater inflow rates, if any k. Line and grade offsets l. Any movement af the guidance system m. �'roblexns encountered during tunneling n. Duratians and reasons for delays o. Manually recorded obsezvations made: i} At intervals of nQt less than 2 every 5�eet 2) As conditians change 3) As directed by t�e City ancl/or Engineer 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATER�AL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Faiiure to meet the qualification requiremen�.s is failure to fulfitl tl�e Coniract and the Contractor will be required to obtain a subcontractor that meets the qualification requirernents. 2. Contractor GITY OF FQRT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTiZUCTION SPECIFICATION DOCLTM�NTS City Prvject No_ 101475-1 Revised December 20, 2012 330523-4 HAIVD'PSJNNELING Page 4 of 10 a. AlI tunneling work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 projecfs af similar diameter in similar ground conditions. 3. All Work by the Coniractor shall be done in the presence of the City uniess the City grants prior written approval ta perfortn such work in City's absence. 4. The Contractor shall allow access to ihe Ciry and/or Engineer and shall fi�rt�ish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection including, but not limited to, the following: a. The City and/or Engineer shall ha�e access to the tunneling systetn prior to, during and follawing all tunneling operations. b. The City andlor Engineer shall have access �o the tiuineiing shafts prior to, during and following all tunneling operations. 1) This sha11 include, but not be limited to, visual inspection of installed pipe and verificatian of line and grade. Z) The Contractor shali pro�ide safe access in accordance with al1 safety regulations. a The City and/or Engineer sha11 have access to spoils removed from the tunnel excavation prior io, d�u-ing and following all tunneling aperations. 1) The Cit� shall be aliowed to collect soil samples from the muck h�ckets or spail piles a n�iniznum of once every 10 feet and at any time when changes in soil conditians ar obstructions are apparent or suspected. 110 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [SITE] CONDITIONS [NOT USED� 1.1� WARRANTY [NOT USED] PART � - PRODUCTS 2,1 �WNER-FURNiSHED [on] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Descriptian 1. Tunnel Liner Plate shall be in accardance with Section 33 OS Z1. 2. Casing Pipe shall be in accardance v�rith Section 33 QS 22. B. Design Criteria 1. Design excavation methods and spoil conveyan.ce system for the full range of ground canditions described in #he Geotechnical Reports Z. Tolerance a. Accurately maintain the face af the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/linez' plate. b. Maintain a rnaximzun of'/2 ineh tolerance between the outside of the casing/liner plate and the excavation wherer+er passible. c. The tunnel diameter shall not be greater than 2 inches larger than t�.e casing/liner outer diameter (O.D.}_ CITY OF FORT WORTH 2p1$ Bond Year 2, Contract 13 STAN17A8D CpNS'1`RUCTION SPECIFICATIOId DOCUMENTS City Praject No. 141475-1 Revised December 20, 2012 330523-5 HAND'I'[INNELING Page 5 af 10 3. Use methods and equipnnent that cantrol surface settlement and heave above ihe pipe�ine to prevent damage to e�sting utilities, faciiities and improvements. a. Limit any ground movemer�ts (settlement/heave) to val�es that shalI not cause damage ta adjacent utilities and facilities. b. Repair any damage caused by graund movements at no cos� �o the City. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT U�ED] 3.3 PREPARATION A. Tunneling shall not begin unti� the fallowing have been completed: 1. All required submi�Eals ha�e been made and the City and/or Engineer has reviewed and accepted all submittals. 2. Review of available utility drawings and location o� conduits and underground utilities in all areas where excavation is io be pezfonmed. a. Noiify the applicahle one-call systern priar to any excavation to avoid interference with the existing conduits and utilities. 1) Repair damage to existing utilities resuIting from exca�ation at no additional cost to the City. 3. Shaf� excavations and support systems for each drive eompleted in accordance with the require�ents of the Specifications. 4. Sita safety representa�ive has prepared a code of safe prac�ices in accordance with OSHA reqnireme��,s. a. Provide the Engineer and Or�mer r�vitla a capy of each prior to starting shaft construction ar tunneIing_ b. Hold safety rneetings and provide safety insiruction for new employees as required by OSHA. S. All specified settlement �nonitoring points have been installed, approved and baselined in accordance wi�th the Contract Documents. B. Verification of Sta�ility 1. Confrm that the ground will remain stable without movement of soil or water while the entry/exit Iocation shoring is removed and whi�e the tzuulel is launched or rec�ived into a shaft. 2. DernansLrate that all soils have been stabitized at all tuiuiel portal locations to: a. Prevent the in�low of weak, nuu�ing or flowing soils. b. �'revenfi the inflow of loose rock. c. Prevent and control groundwateg inflows. 3.4 INSTALLATION A. '�uznnel Methods CITY OF FORT WORTH 2418 $ortd Year 2, Caniract 13 STANbARD COIYSTItUC1TON SPECIFICATION DOCi11VIEI�rI'S City Project Na. 141475-1 Aevised December 20, 2012 33 D5 23 - 6 HAND 'I'[]NNELII�IG Page 6 of 10 1. Tunnel liner plate shall not be used where bore or j ack methods are used, or where nat aIlowed on the Drawings or pernuts. 2. The Contractor shal] b� fully re,sponsibie to: a. Ensuxe the tneYhods used are adequate far the protection of workcrs, pip�, praperty and the public b. Provide a fnished product as required. B. Generai 1. The Contractor shall immediately notify the City, in writing, if and when any problems are encauniered with equipment or materials, or i�'the Contractar believes the conditions encountered are materially and significantly different than those represented within the Cantract Docurnents. 2. Properly manage and dispose of groundwater inflows io the sha�s in accordance with requirements of Specifications and all permi� canditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 3. Furraisla a1i necessary equipment, power, water and utilities for t�uineling, spoil removal and disposal, groutirzg and other associated work required far the me�hods of construction. 4. Promptly clean up. Rernove anci dis�nse of any spc�il or sl�irry snilla�e: 5. W�enever there is a condition that is likefy to endanger the stability of #he excavation or adjacent structures, operate with a fixli crew 24 hours a day, incIuding weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. C. Installatian with Steel Casing Pipe 1. Jack the pipe from the taw ar downstream end, uz�less speci�ed otherwise. a. Pravide heavy duty jacks s�itable for forcing the pipe through the embankment. 1) When operating jacks, apply pressure evenly. b. Provide a s�itable jacking head and brac#ng between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe_ c. Proeide a suitahle jacking frame or back stop. d. Set the pipe �o be j acked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. e. Place the whole jacking assembly so as to line up wifih the direciion and �-ade of the pipe. f. In general, excavate embatikment material just ahead of the pipe and renr►ave tnaterial through tl�e pipe. g. Force the pipe through the e�nbankment with jacks into the space excavated. 2. The exeavation far the underside of �e pipe, for at least 1/3 af the circu�nference of the pipe, shall conform to the contour and grade of the pipe. a. Provide a clearance of not more than 2 inches for the upper half of the pipe. 1) This clearance shall be tapered off to 0 at the poin# where the excavation confar�ns to the contour of the pipe. b. Extend the distance of the exca�ation beyond the end af the pipe depending on the character of the material, but do not exceed 2 feet in any case. 1} Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. CITY QF FQRT WQRTH 2Q18 Bond Year 2, Contract 13 STANDARD CQNS77t[?CTION SYBCiFTCATION DO(:IJMEI�TS City Project No. 701475-1 Revised December 20, 2D12 33OS23-7 HAl�i➢ T'i3NNELING Page 7 af 14 3. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onta pipe. 4. When jacking of pipe has begun, carry an the operation without interruption to prevent the pipe from becoming fit�t�r�ly set in the embankment. a. Remove and replace any pipe damaged in ih� jacicing operations. b. The Contractor shalI absorb the ent� re expense. D. Installation with Tunnel Liner Plate 1. Install the tunnel liner plates ta the Iimits indicated an the Drawings and as specified in AASHTO HB-17, SecYion II-26, Canstructian of Tnnnels Using Steel Tunnel Liner Plates. a. Assemble tiner plates into circumferantial rings. b. Liner plates shall be of the type to permit segments to be installed campletely from inside the tunr�ei. 2. Accurately maintain #he face ofthe excavation inside the tunnel sp as to allow the absolute minimum of void space outside the casing/Iiner plate. a. Maintain a maxirr�um af % inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. 3. Liner plate installation shall praceed as closely as possible hehind the excavation. a. Excavation shalI at na titz�e be more than b inches ahead of ihe required space to install an individual tunnel linear plate. b. Use breast piates, paling boards or other suitable devices to maintain accurate excava#ion with the minirr�um of ttnsupported excavation at any time. c. Casing/Tunnel liner plaie shall not he allowed to deflect vertically during installa�ion. 4. Tunneling operations shall control surface settlement and heave above the pipeline to prev�nt damage to e�cisting utilihes, facilities and improvements. a. T�a no ease shall ground movements cause damage ta adjacent structures, roadways, ar utilities. b. The Contractar shall repair any damage resuiting from eonstnzction activities, at no additional cost to the City and without extensions of schedule for completian. E. Comact Grouting I. Pressure grout any voids caused by or encountered during t�e htnneling. a. Modify eq�zipment and proced�res as required to avoid recurrence of excessive settlements or da�nage. 2. Install contact grout in the void space between the autside of the casing/tunnel liner and the excavaiion. a. For tunnel liner plate, install pressure grout mix at the end of each wark day or more often, as conditions warrant. 3. Install pressure grouting �hrough grout fittings for the casing/tunnel liner p�ate 48- inches in cliameter or larger. a. Grout fittings shall �e fabricated into tunnel liner plate at a maximurn spacing of 6 feet. b. Remave and plug grout fittings after pressure gronting. CITY QF FORT WORTH 2O18 Bend Year 2, Contract 13 STAA1UAItD CONSTRUC770iV SP�CTFICATION DOCiIMENTS City Projec# No. � 01475-i Ttevised December 20, 2012 33OS23-8 F3AND T[]NNELII�Cf Page 8 of 10 4. Install pressure grout from the low end for all crossings where groui fat�ings are not used. a. Seal the lovv end and pressure grout until grout is ex�ded from the opposite end. F. Control of Line and Grade 1. Confirm that ali established benchmarks and contral points provided for the Contractor's use are accurate. a. Use these bench�narks to furnish and maintain all reference lines and grades for tunxieling. b. Use iines and grades to establish the location of the pfpe using a laser ar theodoIite guidance system. c. Submit to ihe City copies of field notes used to esfablish all lines and grades and allow the Engineer to check guidance system sehtp prior ta beginning each tunneling drive. d. Provide access for the Ciry to perform survey checks af t1�e guidance system and the line and grade of ihe carrier pipe on a daily basis during tunneling operatians. e. The CantY'actar ret�ains fully xesponsible for the accuracy of the work and the correction of it, as required. 2. Tr�e casing/tunnel Iiner shall �e installed i� aceorda«ce with the follc,wiiag tolerances: a. Variations fram design Iine or grade: t 2 inches maximum 1) If the �nstallation is offline or grade, make the necessary corrections and return to the design alignment and grade at a rate of nat mare than 1 inch per 25 feet. 3. Monitor line and grade cantinuously duri�g tunneling operations. a. Record deviation with respect to design line and grade once at each pipe joint and submit records to Eng�neer daily. 4. If the pipe installation does not meet the specified tolerances, correct the installatian, including any necessa�y redesign. of the pipeline or structures and acquisitzan of necessary easements. G. Obstntc�ians 1. I�the tunneling aperations should encounter an abject or condition that impedes the forward progress af the shield, not�fy the City immediately. 2. Correct the condition and remove, clear ar otherwise make it possible for the shield to advance past any objects or absfntctians that impede forward pro�ress. 3. Proceed with removal of the object or obstruction by znethods submitted by the Contractor and accepted by the City and/or Engineez'. 4. Compensation a. The Contractor will receive eompensation by change order for retnoval of obstruc�ions, as defined as metallic debris, reinfarced concrete, rocks, whole trees and other hard objects with a inaximum dimension larger than SQ percent of the outer diameter of the shield whic�: 1} Cannot be broken up by the eutting toals with diligent effort, and 2) Are located partially ar wholly within the cross-sectionat area af the bore 3) Contain utilities or ditch lines located longitudinally within the tunnel horizon CITY OF FORT WORTH 2O18 Bnnd Year 2, Contract 13 STANDARD CONBTRUCTION SPECIFICATIOTt 130CCiME1�"I'5 City Project No. � 01475-1 Revised I}ecember 20, 207 2 334523-9 FIAND TUNNELING Page 9 of 10 b. Payrr�ent will be negotiated with the Coniractor on a case-by-case basis. a The City and/or Engtneer shall be provided an opport�znity to �iew obstruction priar ia removal. 1) Any remaval p:rocess that does not allow direct inspection af the nature and position of the obstructiorn vvill not be considered far payment. d. Na additianal compensation will be allawed for re�oving, clearing ar otherwise making it possibla for the shield to advance past objects cansisting of cobbies, boulders, wood, reinforced concrete, and other objects or debris witt� maximum lateral dimensions less than 50 percent af the outer diameter of the shield. K�4.���.���1r17�►1 �7 7 �� ri7:7V Y [i7►1 A. After completian of tl�e t�anneling, all constr�ction debris, spoils, oil, grease and other materials sha11 be removed from the t�mneling pipe, shafts and all work areas. 1. Cleaning shall be incidental to the conshuction. B. Restoration shatl foIlow construction as the Work progesses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or tunneling. 2. Any property damaged or destroyed, shail be restored to a condition equal to or better than that to which it existed prior io construction. 3. Restoration shall be completed no later than 30 days after tunneling is complete, ar earlier if required as part af a pe�rnnit ar easement agreement. 4. This prpvisian for restoration shaIl include all property affected by the consta-uction opera�ions. 3.6 RE-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Safety 1. No gasoline powered equipment shall be permitted in receivi�g shaft�/pits. a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject to xpplicable local, State, and Federai regulations. 2. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnei are underground. a. Perform aIl required air and gas monitoring. b. Ventilation systetn shail provide a sufficient supply of fresh air and maintain an atmosphere free af toxic ar flammable gasses in all underground woark areas. 3. �'erfarm all Work in accordance r�vith all curirent applicable gegula�ians and safety requirements of the Federal, State, and LocaI agencies. Cornply with all applicable prowisions of OSHA 29 C�'R Part 1926, Sui�part S, Underground Construction and Subpart P, Excavations. a. In the event of conflict, comply with the mare stringent requirements. 4, If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shafi excavation ar pipe. CITY dF FORT WORTH 2O18 Band Year 2, Contract i3 5TANBARD CONSTRIICTIOAT SPECIFICATION DOCiIMENI'S Gity Projact No. i0147b-1 Revised December 20, 2012 33�523-10 HAI�1D 'C[ TNTIELING Page I Q of ] 0 a. Keep Qn-site all equipment required for emergency respanse in accardance with the agency having jurisdictian. 3.8 SYSTEM STARTiTP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING (NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3,12 PROTECTION [NOT USED] 3.I3 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] �LIZ�]�I.�_3L�JI. Y C�7�1 Revision I,og DATE NAiviE SU�fuviARi� �r CH�.�iGE CITY 4F RORT WOIZTH 2Oi8 $ond Year 2, Contrect 13 STANDARD CbNSTRUCTION SPBC7FICA'I'ION DOCiJMEt�3TS City Project No. 1014i5-1 Revised December 20, 2012 33 05 26 - 1 iJ7'ILTI'Y MARKFRS/iOCATORS Page 1 of 4 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Buried and surface utility markers far utility construction B. Deviations frQm this City of Fort Wortli Standard Specification 1. None. C. Related Specification Sections include, hut are not necessarily lim�ted to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Cantract 2. Division 1— General Require�ents 1.2 PRYCE AND PAYMENT PROCEDURES A. Measurement and Pay�nent I. Measurement a. Measurement for this Item will be by tump sum. 2. Payment a. The work performed and materiats furnished in accordance with this Item will be paid for at the lump sum price bid %r "Utility Markers". 3. The price bid shall include: a. �'ut�rzishing and installing Utility Markers as speciiied by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement anc� compaction of backfill h. Clean-up 1.3 REFERENCES A. Refereace Standards 1. Reference standards cited in this Specification refer to the current referenc� siandard published at the time of the lates� revision date logged at the en� of this Speciiieation, untess a date is specifically cited. 2. American Public Works Association (AWFA}: a. Uniform Color Code. i.4 ADNIIIVISTRATIVE REQUIREMENTS [NOT USED� l.s SUSMITTALS A. Submiitals shall be in accordance with Sectaon Oi 33 00. Cf'f'Y OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CON�TRISCiIpN SPEGIPIGATIQN DpCLTIvIENTS City Project No. i 01475-1 Revised December 20, 24t2 336526-2 U'I'IL3TY MARKER5/[,OCATORS Page 2 pf4 B. A11 submittals shall be approved by the City prior to delivery. 1.6 ACTI�N SUBMITTALS/INFQRMAT��NAL SUSMITTALS A. Product Data 1. Buried Marker 2. Suriace Marker 1.7 CLO�EOUT SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUBMITTALS [N�T USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.�0 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY (N�T USED] PART2- PRQDUCTS 21 OWNER-FIIRNISHED [o�] OVVNER-SUPPLIEDPRODUCTS [NOT USED] �.2 MATERIALS A. Manufacturers 1. On1y the manufacturers as listed on the City's Standard Products List will be cansidered as shown in Section O1 6Q 00. a, T'he manufactiuz-er mus� comply with this Specification an� re�ated Sections. 2. Any product that is not listed on the Standard Produc#s List is considered a substitution and s�all be sub:t�tted in accordance with Sec�ion O1 25 40. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufaciuring of Ui�lity MarkerslLocators. B. Maieriais Buried Markers (Detectable Warning Tape) a. Provid� detectable warning tape as follows: 1) 5.0 mil overail �hickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4} Txiple Layer with: a) Minimurn thickness 0.35 mils soiid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low densi�y polyethylene (2) Impervious to all knawn alkalis, acids, che�nical reagents and sol�ents within soil (3) Aluminurn foil visible to both sides 5} Locatable by conductive az�d inductive m�thods 6) Printing encased to a�aid ink rub-off 7) Co3or and Legends a) Pofable water lines CI1'Y 4F FORT WORTH 20f 8 Bond Year 2, Contraci 13 STANDARD CdNSTRUCTION SPECIFICAi'[ON DOCIIMENTS City Projec! No. 101475-1 Rev'ssed December 20, 2p12 330526-3 UTILITY �AR KF.ILS/LOCATOi2S Page 3 of4 {1) Color—BIue (in accort�ance with Al'WA Unifonm Color Code) {2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reciaimed water iines (1) Color — Purple (in accordance with APWA Uniform Color Code) {2) Legend — Caution Reclairned WaYex Line Below (repeated every 24 inches} c) Sewer Line ( i} Color — Green (in accordance with APWA Uniform Color Cade) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as fo�lows: 1} 4-inch diameter, 6-feet minimum length, polyethyiene posts, or equal 2} White posts with colored, ultraviolei resistant domes as foilows: a) Waier Lines { 1) Colar — Btue (in accordance with APWA Uniform Co1or Code) (2) L�gend — Caution Potable Water Line Below b) Reclaixr�ed water lines (1) Color — Purple (in accordance with APWA Uni%rm Color Code) (Z) Legend — Caution Rectaimed Water Line Below c} Sawer lines (1 } Color — Green (in accordance with APWA Unifortn Colax Code) (2} Legend — Caution Sewer Line Belavti+ �.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION jNOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Waming Tape) l. Tnstall in accordance with manufacturer's recomrnendations below natural ground surface and directly above the utility for which it is marking. a. Allow � 8 inches minimum between utility aad marker. b. Bury to a depth of 3 feet or as clase to the grade as is practical %r aptimum protection and detectai�ility. B. Surface Markers �. Bury a minimum of 2 feet deep, with a minirnum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap}. 3. Where possible, place surface markers near fi�ed objecis. 4. Place Surface Markers at the following locations: CITY QF FORT WpRTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPECIFICATION DOCCJMENTS Cify Projed No. i 01475-1 Revised December 20, 2012 330526-4 UTILITY MARKERS/T.00ATDRS Page 4 of 4 a. Buried Features 1) Place directly above a buried feature. b. Above-Ground Features �) Place a maximum of 2 feet away from an above-ground feature. c. Water Iines 16-inches and Iarger 1} Each right-of-way line (or end of easing pipe) for: a) Highway crnssings b) Railroad crossings 2} Utility crossings such as: a) High pressure or large diameter gas lir��s b} Fiber optic lines c) Underground eleetric transmissian lines d) Or other locations shown on tha Drawings, or directed by the Ciiy d. �urface markers nat required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above-gound feature suc� as a manhole or combination air valve vault. 2j Place at 500-foat intervals along tI�e pipeline. 3.5 REPA�R / RESTORATION [NOT USED] 3.6 RE-INSTALLATYON [NOT USED] 3.7 FIELD [a�] S�TE QUALITY C�NTROL [NOT USED] 3.8 SYSTEM STARTUP �NQT USED] 3.9 ADJUSTING [NOT USEDj 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTiON [NOT USED) 3.13 MAINTENANCE [NOT USED] 3.14 ATTACI�MENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OP CHANGB 12120/20I2 D. .Tohnson Removed r�ferences to Utility Markcr Balls throughout. CiTY dF FORT WOR'�I 2q18 Band Year 2, Contract 13 STANI]ARD CON3'I`RUCTIOl�i SPECIFICATIQN DpCLTMENTS City Project No. 101475-1 Reviseci December 20, 2012 330530-1 LOCATIQN OF EXISTING iITILTI'IES Page 1 of 4 SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART 1- GENERAI, 1.1 SUMMARY A. Section Inctudes: 1. Locating and veriiying the location and elevation af the existing underground uiilities that may conflict with a facility proposed for canstru.ctian by use af: a. Exploratory Excavation b. Vacuum Exca�aiion B. Deviaiions from this City of Fort Worth Standard Specification 1. None. C. Related Specifcation Sections incIude, but are not necessarily Iimited to: 1. Division 0--- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— Ge�eral Requireinents 3. Section 33 OS 10 — Utiliiy Trench Excavation, Embedment and Back�ll 1.2 PRICE AND PAYMENT PROCEDURES A. Measurernent and Fayment 1. Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation per%rmed as identified in the Drawings, or as directed. b. �'ayznent 1) The work performed and materials fumished in accordance with this Item and measured as provided under "Measureznent" will be paid far at the unit price bid per each "E�ploratory �xcavation for �xisting Utilities" specified. c. The price bid shaIl include: i } Grade survey 2) Pavement removal 3) Excavation 4} Utility Locat�on 5} Hauling 6) Disposal of excess material 7) Furnishit�g, placing and compaction of embedmeni 8) �urnishing, ptacing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excava#ion of Existing Utilities a. Measurement 1} Measurement far this Item shall be per eacli excavation performed as identified in the Drawings, or as directed. b. Payment CITY OP FORT WORTFI 201 S eand Year 2, Coniract 13 STANDARD CONSTRUCTIpAf SPEGIFTCATIDN AOCUNIENTS City Aroject Ne. 14i 475-1 Revised Decemher 20, 2012 33 d5 30 - 2 LOCATIQN pF' $XISTING UTILITIES I'age 2 of 4 1} 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 each "Vacu�un Excavation" specified. c. The pz�ce bid shall inelude: 1) Grade survey 2} Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material '7) Furnishing, placing and campactian of embedment 8) Furnishing, placing and compaction of back�ill 9} Clean-up 10) Surface restoration %�Ic�;i ��I �i:�aC�T.y A. Def nitions 1. Explaratory Excavation: Previously called "D-Hole" within the City, a method used ta locate existing underground utility as shnwn an th� plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate e�isting undergound utility as shown on th� plans thraugh tlse use of geaphysical prospecting equipment such as �acuum excavation. B. Reference Standards 1. Reference standards cited in �is Specificatian r�fer to the current reference standard published at the tiine of the latest revisian date logged at the enc� of tl�is Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication CUASCE 38 {Standard Guideline for the Callection and Depiction of Existing Subsurface Utility Data} 1.4 ADNIINISTRATIVE REQUIREMENTS A. Caordination 1. Caordinate with Ciity Inspector ai least 48 hours priar to commencing on site for Expioraiory Excavation of E�cist�ng Utilities. 2. Coordinate lacation of all other eacisting utilities within �icinity of excavation prior to cammencing Exploratory Excavation. 3. Coordina�e staking of Exploratory Excavations with City at least 1 week p�rior to comxnencement. B. Sequencing 1. Exploratory Excavations shalt be conducted prior to the construct�an of the entire proj ect. C. Sckeduiing 1. F'or eritical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Explaratory Excavation of Existing Utilities to accommadate City pexsonnel. CITY OF FORT WORTH 2a1$ Bond Year 2, Conlracl 13 STANBARD CONS'FRUCTION Sl'ECTFICATION D6CiI11�A]TS City Project No. 101475-1 Revised Deeember Z0, 2012 330530-3 LAGA'I'ION �P EXISTING UTILITIES Fage 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location l. Horizontal location of utility as surveyed 2. VerticaT elevaiion of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Maieriai type, diameter and description oi the condition of exiating utility 1.$ MAiNTE1VANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 1.11 FIELD [SITE� CONDITIONS (NOT USED] 1.13� WARRANTY [NOT USED] PART � - PRODIICTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [N�T USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accaz'dance wi�ki the General Requirements, the Generai Nates and ihe Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exptoratory Excavation 1. Verify location of existing uiility at location denoted on the Drawings, or as directed 6y the City. a. Expose uti�ity to sp�ing line, as necessary. b. Excavate and Backf'i11 Trench for the Exploratory Excavation in accordance with 5ection 33 OS 10. B. Vacuum Excavaiion 1. Verify Iocation of existing utility at location denoted on the Drawings, or as directed by the City. CI3'Y dF FORT WORTH 2D1 B Sond Year 2, Gon�racE 13 STANDARD CONS`FRUCTION SPECIFICATION DOCLTN�NTS Ci#y Projecf No_ iDt475-f Revised Decertther 20, 2412 33 OS 30 - 4 LOCATIaN OF EXISTING UTILITIEB Page 4 of 4 2. Designate tk�e horizontal pasition of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire recard doeunnentation fram and coardinate with utiIity companies, as necessary �o lacate utility. 3. Perform excavation in general accordance with the recammended practices and procedures described in ASCE Publication Cl/ASCE 38. C. Upan completion of the utility locating, subm�it a report of the findings. D. If loeation of utility is in canflict with the Drawings, natify the City Project Manager for approgriate design modifications. E. PIace embedment and bacicf"ilt in accordance with Section 33 OS 10. F. Once necessary data is obtained, imr�ediately restore surface ta existing conditions to: �. Obtain a safe and proper driving surface, if appiicable 2. Ensure the safety of the general public 3. T'he saiisfaetion of tl�e City 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 �'IELD [ox] SITE QiTALITY 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� PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.�4 ATTACHIVIENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location af Existing Utilities 1.2 — Added Measurement of Payment for Vacuum Excavation 12/20/2012 D. Johnson 1.3 — Added Definitions 3.4 — Added zcquirements for Vacuwn Excavatian CITY OF FORT WORTH 2fl18 Bond Ysar 2, Contraci 13 STANDARD COIISTRUCTION SPECIF'iCATIOAi DOCiJMENTS Ciiy Project No. i 01475-1 Revised Decernber 20, 2b12 331105-1 BOLTS, ]�UTS, AND C`iASKETS Page 1 of 7 SECTION 33 11 0� BOLTS, NUTS, AND GASKETS PART1- GENERAL 1.1 SLIMMARY A. Section Includes: 1, A11 nuts, bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push-on Gaskets e. Mechanica� Joint Gaskets f. Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Sysieins B. Deviations from ihis City of Fort Worth Stant�ard Speci#ication 1. None. C. Related Specificaiion Sections include, but are �ot necessarily limited to: 1. Division 0-� Bidding Requirements, Contract Fonns, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 U�4 10 — Joint Bonding and Electrical Iso�ation 4. Section 33 11 1 U— Ductile Iron Pipe 1.2 PRICE AND PAYMENT PRQCEDURES A. Measurement and Payment 1. Hydracarbo� Resistant Gaskets a. Measurement 1) Meas�rement for t�is Item shall be by lump sum. b. Paymeni 1} The woark perfo�ed a�nd the miaterials furnished in accozdance with ihis Item shall be paid for at t�e lump si�m price bid For a�l "Hydrocarbon Resistant Gaskets". 2. All Qther Items a. Measurement 1} The Items in this Section are considered subsidiary to the Item being installed. b. Payment I) The wark performed and materiais furnished in accordance with this Item are sUbsidiary to t�e unit price bid for the Item being installed and no other compensation will be allowed_ C1TY OF FORT WORTfI 2018 Bond Year 2, Contract 13 STANDARD CQNSTItTJCTTtiN SPBCTFTCATION bOCU1ViEN1'S City Projecl No. 101475-1 Revised December 20, 2412 33 i� as-a $OLTS, RTLFTS, ANB GASKETS Page 2 of 7 1.3 REFERENCES A. Reference Standards i. Reference standards cited in this specification refer to the current zeference standard published at �he titne of the fatest revision date logged at the end of this specificatian, umless a date is specifically cited. 2. American Iron and Steel Institute (AISn. 3. American Society of Mechanical Engineers (ASME): a. PCC-1-2d12 Guidelines for Pressure Baundary Bolted Flange Joint AssembIy. 4. American Society of Testing and Materials (ASTI1�: a. A193, Standard Specification for A�loy-S�eel and Stainless Steel Bolting for High Temperat�zre or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specificanon for Carban and Alloy Steel Nuts for Balts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification for High-Strength Law-Al�oy Carban Structural Steel d. B 117, Salt Spray Testing e. F436, Standard Specification for Hardened Stee1 Washers 5. �4merican Wufcr Works Associaticn {AV`,TVVA): a. CI 111A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings, b. C207, Siee1 Pipe Flanges for Waterworks Service — Sizes 4�n. "I"hrough 144 In. {100 �m Through 3,640 mm). c. C600, Installation of Ductile-Iron Mains and Their Appurtenances. d. M11, Steel Pipe. e. M41, Ductile-Iron Fipe and Fittings. 6. Fastener Quality Act (FQA} a. Public Law 105-34 (P.L. 106-3�} 7. NSF International (N5F): a. G1, Drix�lang Water System Components - Health Effects. S. Society far Protecti�e Coating (SSPC) 5urface Preparati4� Standards {SP): a. �P2, Ha�d Tool Cleaning b. SP3, Power Tool Cleaning 1.4 ADMIIVISTRATIVE REQUIREli'IENTS (NOT U5ED] 1.5 SUBMITTALS A. Submittals shall be in accardance with Section O1 33 00. B. All submittals shall be approved by the City priox �o delivery andlor fabrication for specials. 1.6 ACTION �UBMITTALS / INFORMATIONAL SUBNIITTALS A. Product Data 1. Bolts and nuts for rnechanieal and ar flange joints 2. Gaskets B. Certificates C1TY pF FpRT WOIt"1T3 2018 Band Year 2, Contract 13 STANDARD CONSTRUCTTON 5PECIFICATION DOCEJMENTS City Projecl No. 101k75-1 Revised Decamber 20, 2012 331105-3 BOLTS, NUTS, AND GASKETS Page 3 of 7 1. Furnish an affidavit certifying that aIl fasteners, excluding T-Bolts, shall confarm to the Fastener Quality Act (FQA) (P.L. 106-34). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporation, ar a Whiiford Corporation certified Applicatar. 1.'9 CLOSEOUT �UBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be performed under t�e control of the rr�anufacturer. b. All gaskets shall meet or exceed the latest revisions NSF b 1 and shall meet or exceed th� requirements of this Specification. B. Preconstruction Testing 1. The City may, at i#s own cost, subjecY random fittings for destructive testzng by an independent laboratary for campliance with this Speci�ication. a. The compliance test shall be performed in the United StaYes. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND IIANDLING A. Stora$e and Handlir�g Requirements 1. Secure a�d maintain a location to stare ti�e material in accordance with Section O1 G6 p0. 1.11 FIELD (SITE) CONDITIONS [NOT USED� 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED [ox� OWNER-SUPPLIED PRODUCTS �NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufact�rers I. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section Ol 60 00. a. The manufaciiuer must camply with this Specification and related Sectians. 2. Any product that is not listed on the Standard Producis List is considered a substitution and sha�l be submitted in accordance with Section D1 25 00. B. Regulatory Requirements 1. Al1 �asteners, excluding T-Bolts, shall confortn to t�e Fastener Qua�ty Act (FQA) (P.L. 105-34}. All fasteners shall meet the marking reytairements set forth by this Act. CITY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANUARD CONSTRUCTION SPECIFICAT70N DOCUMENTS City Project No. iD1475-1 Revised December 2D, 2012 331105-4 BOLTS, NUTS, ANB GASKETS Page 4 of 7 C. T-Bolts a�d Nuts 1. 5tandard Xylan Caated T-balt and Nut a. High strength, carrosion-resistant, law-ca�'bo� weathering steeI in accordance with AWWA/ANSI C1 ll/A21.11 and AS'�M A242 h. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-boit and Nut in accordance with AISI 304. b. Caat nut with Xylan in accordance with this Section. D. Flange Balts and Nuts Stainless Steei Bolt and Xylan Coated Nut a. Meet requiremenis of AWWA C207 b. Baits: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainiess Steel Washers 1} Coat nut with Xylan in accardance with this Section. E. T13readed Rods 1. Meet requirements ofAWWA C207 L. Rods: ASTiVi A143, Graele 1i8, Class 1(A1S1 304 Stainless Steel, carbi[Ee saiution f�eated} 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance t�ith this Section. F. Push-on Gaskets 1. Canforming ta the physical and marking reqeairernents specified in ANSI/AWWA C1111A21.11. 2. A11 gaslcets shall meet or exceed the latest revisians NSF 61. 3. Rubber gaskets sha�l be made of vulca�ized styrene butadiene rubber SBR, unless atherwise specified in Dz'awings. 4. Gaskets shall be free from poraus areas, foreign material and other defects that make them unfit for intended use. 5. Gaskets shall be the szze and shape required to pxavide an adequate compressive force against the plain end and socket afier assembly to affect a pasitive seal under all combinatia�s of joint and gasket tolerances. G. Mechanical3oint Gaskets 1. Conforrning to the physicaI and marking requirements specified in ANSI/AWWA CI ].1/A21.11. 2. All gaskets shall rneet or exceed the latest revisions NSF 61. 3. Rubber gaskets shali be �nade of vuleanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shatl be free from porous areas, foreign material and ot�er defects that make t�em unfit for infended use. H. Flange Gaskets 1. Class E Flanges CITY OF FORT WORTH 2D18 Bond Year 2, Contract 13 STANDARD CQNS'I'RUCTION SPSCIFICATION DOCLJMENT3 City Project Np. 1 Q1475-1 Revised Deeember 20, 2012 331105-5 BOLTS, IVU'I'S, AN17 GA�KET3 Page 5 of 7 a. Fuli face b. ManufacYured true to snape fram minimum SO durameter SBR rubber stock of a thickness not less than U8 inch c. Virgin stack d. Canfornung to the physical and test requirements specified in AWWA/ANSI C111/A2111 e. All gaskets shall meet or exceed the latest revisions NSF b 1. f. Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable. h. FieId cut sheet gaskets are not acceptable. I. Hydrocarbon Resisfant Gaskets Furnish Viton� (Fluorocarbon) Rubber, hydrocar�on resistant gaskets, when reyuired. J. Flange Isoiation Kits 1. Flanges which are required by the Drawings to �e Isolation Flanges shall conform to Section 33 04 10. 2. For bdts used with isolation sleeves per Section 33 04 10, threadir�g znust extend to bolt head with no grip to ensure sleeves ft properly. K. Petrolat�m Tape System l. Petrolahun Tape Primer: Densa Paste, or approved equal 2. Mqlding and Filler mastic: Densyl Mastic, or approved equat 3. All Putpose Petrolatum Tape: Densyl Tape, or approved equal L. Xylan Coating a. Coat nuts and bolts with a ceramic-filied, baked on fluorocarbon resin, when required. b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to the coating manufaeturer's recommended t�icl�ess by a certified appticator. c. Coating shall be of Xyian as manuiaciured by Whitford Corporation and applied by Whitfard Cozporation ar Whitford Corporation Recornmended Caater. d. Coating shall be free from holidays and defects. e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shaIt be such that the nut turns freely on tha bolt. f. Coating shall conform to the performance requ�rements of ASTM B 117, "Salt �pray Test" and shalI inetude, if required, a certifica#e of cortfor�nance. 2.3 ACCESSORIE�S [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT IISED] PART 3 - EXECUTTON 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION [NOT USED) Cf'I'Y OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARI3 CO�lSTRUCTION SPECIFICATIOTI DOCUMENTS City Praject No. 101475-i Revised December 20, 2012 331105-fi BOLTS, NLTI'S, AND GASKET3 Page 6 of 7 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Mechanical Joints l. Assemble zx�echanical joints in accordance with ANSI/AWWA C111/A21.11 Appenc�ix A, AWWA C600 azid AW WA Manual M41. 2. Use Standard Xylan Coated T'-bolts and Nuts. a. Stainless Steel T-balts with Xylan Coated Stainless Steel Nuts sha11 only be used when specifically required in tlae Drawings. B. �'langed 7oin#s 1. Install in accordance with ASME PCC-1-2U12. 2. Use Siainless Sieel Bolts and Xylan Coated Nuts. Wrap a11 buried steel flanges for AWWA C20a, C301 or C303 pipe with Petrolatum Tape Sysiem. a. If only 1 filange in a,�oint is steel {AWWA C240, C301, or C303}, petrolat�m tape wrapping will be required. b. If a joint is madc between twa ductile iron flanges, the joint shauld be polyethylene encased in accordance witli Section 33 11 10. 4. Flange boits are normally spaced evenly around the flange. 5. During assambly, tighten nuts gradually and equally using a three-pass method i� accordance with ASME PCC-1-2012. a. For the iirst pass, tighten the nuts ka 50 percent at diametrically apposite sides �o preve�t misalignment and to ensure tilat all balts calry equal loads. b. For the s�cond pass, tighten the nuts to 100 perce�t again in a diametrically opposite pattern. c. Allaw a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxatian. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be i�ghtened until it will no longer turn, This step compensates for elastic interae�ion and brings all balts i�to parity. 6. The threads of the bolts shauld protrude a minimum of %z-inch from the nuts. C. Flanged ]oints with Isolation Kit 1. Flange Isolation Kits shall be installed in accor�iance with Section 33 04 10. 2. City will verify IsoIation in accordance with Section 33 04 10. D. Thr�ad�d Rod 1. Install as part of joint harness assembty in accardance with AWWA Manual M11. 2. Space rods evenly arou:nd the pipe. 3. During assembly, tighten t�uts �adually and equally using a three-pass method in accordance with A�ME PCC-1-2012. a. For the first pass, tighten the nuts ta 50 percent at diametrically opposite sides to prevent misaligmment and ta ensure that a11 bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the balts shouId protrude a zr�itzimum of %s-inch from the nuts. C11`I' pF FORT WpRTH 201 B Bond Year 2, Contract f 3 STAlVDt1I2D CONSTRLTCTIOIV SPECiFICATION DO{;[1MENTS City Prnjeci No. 1 D1475-1 Revised Decem6er 2D, 20i2 331105-7 BOLTS, NUTS, AND GASKE'['S Page 7 of 7 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loase rust, scale or flaking coatings. a. Clean surfaces in accordance with SSFC SF2 or SSPC SP3. 1} High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shalt not have droplets or continuous film of water. 2. Apply a uniform, thin coat of Pet.t-olatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at narmal ambient temperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded configuraiion to fill irregular shapes and reduce sharp-edged s�rfaces. 4. Spixally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. a. For severely co�'osive environments, an overlap of 55 perceni is recommended. b. Press air pockets aut and smooth all lap seams. 5. Far additional mechanical protectior�, overwrap may be applied ta i�crease impact stren�th and electrical resistance. 3.� REPAIR 1 RESTORATION [I�TOT USED] 3.6 RE-INSTALLATiON [N�T USED] 3.7 FIELD [aR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NQT USED] 39 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 ATTACHII'IENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OP CITANGE CITY OF FORT WORTFi 2018 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPECIFICATIQN DOCiJ]VtENTS City Project No. 101475-1 Revised December 2Q 2012 331110-I DUCTILE IliON PIPE Page 1 of 13 SECTION 33 11 10 DUCTILE IRON PIPE PARTI- GENERAL 1.1 SITMMA�2Y A. Section Includes: 1. Ductile Iron Pipe 3-ineh thrattgh 64-inch foz' potable wa�er, wastewater and reuse applications B. Deviations from this City of �ort Worth Standard Specificatian 1. None. C. Related Specificaiion �ections include, but are not necessarily limited to: 1. Di�ision 0— Bidding Requirements, Contract Forms, and Conditions of t�e Contract 2. Division 1— General Requirements 3. Section 33 O1 31 — C2osed Circuit Tefevision (CCT� Inspection 4. Sectio� 33 04 1 a— Joint Bonding and Electrical Isolation 5. Sectipn 33 04 40 -- Cleaning and Acceptance Testing of Wa#er Mains 6. Sectian 33 OS 10 — Utility Trench Excavation, Exnbedment and Backf ll 7. Section 33 OS 24 — Installatian of Carrier Pipe in. Casing or Tunnel Liner Plate 8. 5ection 33 ll OS — Bolts, Nuts, and Gaskets 9. 5ection 33 I 1 1 l— Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDLTRES A. Measurement and Payment 1. Ductile Iron Pipe a. Measurement 1} Measured horizontally along the surface from center line to center line of the fitting, manhole, ar appurtenance b. Payment 1) The work performed and :tr�aterials furnished in accordance with this Iiem and tneasurecl. as provided under "Measurement" wiIl be paid far at the unit price bid per linear foat for "DIP" installed for: a) Various size� b) Various types of backfill c) Various linings d) Various Depths, for miscellaneous sewer proj ects only e) Various restraints fl Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with jaints as speci�ed by the Drawings CTTY OF FORT WORTH 2O18 Bond Year 2, ConYract 13 STANDA3iA CONSTRUCI7QN SPEC�ICA"FION DOCUMENTS City Project Na. 101475-i Itevised December 20, 2012 33 t110-2 DUCTILE IRON PIPE Page 2 of l3 2) Mobilization 3) Paiyethylene encaseinent �} Lining 5} Favement removal 6} Excavation 7} Hauling S} Disposal of excess material 9} Furnishix�g, placement and compaction of embedment 10) �urnishing, placement and compaction ofback�ill 1 I) Trench water stops 12) Thrust restraant, if required in Contract Documents 13) Bolts and nuts 14} Gaskets 15) Clea�-up 15} C.leaning 17} Disinfecnon 18} Testing 1.3 REFERENCES A. Definitions l. Gland or Follower Gland a. Nan-restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint ftting B. Reference 5tar�dards l. Reference standards ci#ed in this Specifica�ion refer ta the current r�ference standard published at the time of the latest revision c�ate logged ai the end of t1�is Speci�cation, unless a date is specifically cited. 2. Arnerican Associataon of State Highway and Transportation Officials {AASHTO}_ 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged �ittings {Classes 25, 12S and 250). 4. ASTM International {ASTM}: a. A193, Standard 5pecificahon for Alloy-Steel and Stainless Steet Bolting for High Temperature or High Pressure Service and Otk�.er Special Purpose Applications b. A194, Speciiication for Carbon and AIloy Steel Nuts fo�' Balts for High Pressure or High Temperature Ser�ice, or Both c. A242, Standard Specification for High-Strength Law-Alloy Structural Steel. d. A307, Standard Specificat�on far Carbon Steel Bolts and Studs, 60,004 psi Tensile S�rength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe far Water or Qther Liquids. f. B 117, Standard Practice for Operating Salt Spray (Fog) Apparat-�s. g. B633, Standard Speci�cation far Eleetrodeposited Coatings of Zine on Iron and Skeel. 5. American Water Works Assaciation (AWWA): CI'TY OF FORT WORT'Ii ,2018 Band Year 2, Gontract # 3 STANDARD GON3TRUG77QN SPECIFICAI`ION DOCUivIENT5 Gity Project No. 101475-1 Revised I3ecember 2D, 2012 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 13 a. C243, Coal-Tar Protective Coati�gs and Linings far Steel Water Pipelines - Enamei and Tape - Hot Applied. b. C60Q, Installation of Ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Fipe and Fit�ings. 6. American Water Works Assaciation/American Natiflnal Standards Institute (AWWA/ANS�: a. C104/A21.4, Cement Mortar Lining for Ductile-�ron Pipe and Fittings. b. C1QS/A21.5, PoIyethylene Encasement for Ductile-Iron Pipe Systems. c. C111/A21.11, Rubber-Gasket Joints far Ductiie-Iron Pressure Pipe and �ittings. d. C115/A21.15, Fianged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e. C15�/A21.50, Thickness Design of D�ctile-Iron Pipe. f CISI/A21.51, Ductile-Iran �ipe, Centrifugaliy Cast, for Water. g. C60Q, Instatlation oiDuciile-Tron Water Mains and iheir Appurtenances 7. NSF international (NSF): a. 61, Drinking Water Systet�n. Components - Health Effects. 8. Society for Protective Coatings {SSPC): a. PA 2, Measuram�nt �f Dry Coating Thickness with Magnetic Gages. 1.4 ADMINI,STRATIVE REQU�REMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals sha11 be in accordance with Section O1 33 00. B. All submiitals shalt be approved by the City prior to delivery and/or fabrication iar specials. 1.6 ACTION SUSMITTALS / INFORMATIONAL SUBNIITTALS A. Product Datia 1. Interiar lin�ng a. If it is other than cement mortar lining in accordance with AW WA/ANSI C 104/A21.4, including: 1) Material 2) Application recommendations 3} Fieldiouch-up procedures 2. Thrust Restraint a. Retainer glands, thrust harnesses or any ather means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings — Furnish for Duc�ile Iron Pipe used in the water distribution system or for a wastewater force nnain for 24-inch and �-eaier diameters, incl�ding: 1. Wall ihickness design calculations sealed by a Licensed Professional Engineer in Texas includiz�g: a. Working pressure b. Surge pressure c. Deflection C1TY OF FORT W�R'FH 2Q18 Bond Yaar 2, Contract 13 STANDARD CONSTRUCi`ION SPECIFICATION DOCUMENTS City Projecl �o. 1 D1475-1 Revised Dacember 20, 2012 33 ii ia-a DUCTII.E IRON PIPE Page 4 of ] 3 2. Provide thrust restraint calculations for all �tEings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the rest�'aint lengths shown in the Drawings. Lay schedulefdrawing for 2�-inch and greater diameters, Professionai Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Trar�sitions f. Jaint deflecnon C. Certi�cates sealed by a Licensed 1. Furnish an affida�it certifying that a11 Duciile Tron Pipe meets the pravisions of this Section, each run of pipe fiu-nished has met Specifications, all inspections have been made, and that all tests haee been perforrned in accordance with AW�VA/ANSI C 15 i 1A21.51. 2. Furnish a certi�'icate stating that buried bolts and nuts confarm in ASTM B 1 I7. �.7 �"I,�SE�DJT cr.JBl!'di?"�'t�S [N+a� iTSE�] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NQT I7SED] 1.9 QUALITY ASSURANCE A. Qualif�cations Manufacturers a. �'inish�d pipe sha11 be the product of 1 manufacturer. 1) Change arders, specials, and field changes may be pravided by a different manufacturer upon City approval. b. Pipe manufactuz�ing operations (pipe,lining, and caatings} sha11 be performed under the control af the m�anufacturer. c. Ductile Iron Pipe 1} Manufactured in accordance with AWWAJANSI C151/A21.51 a) Ferform quality cantrol tests and maintain res�Its as outlined within standard to assure compliance_ 2) Subject each pipe to a hydrostatic test of not less than S00 psi far duration of at least 10 seconds. B. PreconstrEaction Testing 1. Tlae City may, at its own cast, subject randorn lengths of pipe for testing by an independent laboratory for compliance with thas Specification. a. The campliance test shall be performed in the United States. b. Any visible defeets ar iaiIure to meet the quatity standards herein will be grounds for rejecting the entire order. 11p DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requixements 1. Ductite Iron Pi�e shall be stored and handled in accordance with the guidelines as stated in AWWA M41, CITY OF FQRT WORTH 2O18 Bond Year 2, Contract 13 STA]Vt)ARD CONSTRUCTION �PSGIFIGATION DOCUMENTS City Prnject No. 1 D1475-1 Revised December 20, 2012 33 11 10 - 5 DUCTILE IIiON PIPE Page 5 of 13 2. Secure and maintain a location Yo store the rr�aterial in accordance with Section O1 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 m PRODUCTS �.1 OWNER-FURNISHED [o�] OWNERWSUPPLIED PRODUCTS [NOT USED� �.� EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the mazxUfacturers as lzsted in ihe City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufaciurer must coznply with this Specificaiion and related Seciions. 2. Any product that is not listed an the Standard Products List is considered a substitution and shaIl be submitted in accordance with Sectian 01 25 00. B. Pipe 1. Fipe shall be in accordance with AWl�4iA/ANSI C111/A21.11, AWWA/ANSI C 150/A21.15, and AW WA/ANSI C 151 /A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shali have a iay length of 18 feet or 20 feet except for special fittings or c�osure pi�ces and necessary to comply with the Drawings. 4. As a minitnurn the foilawing pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may aIso require a higher pressure class, but in no case sho�ld they be Iess than tl�e fallnwing: Diameter Min Pressure Class {inches { si 3 through 12 350 14 throu h 20 250 24 204 30 throu h 64 I SO 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C T S l/A21.51. Minimum pipe markings shalt be as follows: a. "DI" or "Ductile" sha1l be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipa c. Year and country pipe was cast d. Manufacturer's mark 6. Fressure and Deflection Design a. Fipe design shall be based on trench conditions and design pressure class specified in the Drawings. CITY DF FORT WORTfI 2D18 Bond Year 2, Coniract 13 S'fANDAItD CON5TRT7CTION 5PECTFICATION DOCUMENTS City Prajecl No. i0i475-1 Revised Decemher 20, 2D12 333110-b I]L7CTII,E IRON PIPS Page b af 13 b. Pipe shall be designed according to �e methods indicated in AWWA/ANSI C150/A21.50, AW WA/ANSI C15llA21.51, and AWWA M41 for trench construction, using the followtng parameters: 1} Unit Weight of Fill (wj � 130 pcf 2) Live Load = AASHTO HS 20 3} Trench Depth = 12 %et minimum, ar as indicated in Drawings 4) Bedding Conditions = Type 4 5) Working Pressure (�W) = 150 psi 6) Surge Allowan�e (PS} = �OQ psi 7) Design Ir�ternal Pressure (P;) _�'w + PS or 2:1 safety factor of the actual woricing pressure plus the aetual surge pressure, whichever is greater. a) Test Fressure = {1) No less than 1.25 minimum times �he �tated working pressure {187 psi minimum} of ihe pipeline mea.sured at the highest elevation alang the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum} at the lowest elevatian of the test section. 8) Maximum Calculated Deflection {Dx) = 3 parcent 9) Restrained Joint Safety Factar (Sf) = 15 percent c. Trench c�epths shall be vezified after existir�g utilities are located. 1} Vertical alignment changes requir�d because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allaws. Provisions for Thz-ust a. Thrust at bends, tee,s, plugs or other fittings shall be mechanicalIy reslrained joints when required by the Drawings. b. Thrust at bends adjacent ta casing pipe shall be restrained by mechanical means thraugh casing and for a sufficient distar�ce each side of casing. c. No th�st restraint contribution sha11 be allowed for the restrained length of pipe witl�n �e casing. d. Restrained joints, wi�en required, shall be used for a suff'icient distance from each side of the bend, tee, plug, valve or other fitting to resist thrust which wilI be deveioped at t�e design pressure of the pipe. �or the purpose of thrust, the following �hall apply: 1) Valves �hall be calculated as dead encls. 2) Design pressure shall be greater than the warking pressure of the pipe ar t7�e internal pressure (P;) whichever is greater. 3} Restrained joints shall consist af approved mechanical restrained or push- on restrained jQinis as lisfed i� the City's Standard Products List as shown in Section O1 60 00. e. The Pipe Manufacturer shall verify the length oipipe with restrained joints to resist thrust in accordance with the Drav,rings, AWWA M41, and the following: 1) The weight of earth (W�} shali be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2j Soi1 density — 13fl pcf {maximutn value to be used), for unsatura�ed soil conditions 3) Zf indieated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. CITY pF FORT WORTH 2p18 Bond Year 2, Contract 13 STP.NDARD CONSTRUCTION SFECIFICATION DpCUMENTS City Project No. � 01475-1 Revised December 20, 2012 331110-7 DUCTII.E IRON FIFE Page 7 of 13 g. .�O1ttiS a. General — Comply with AWWA/ANSI C111IA2 J.� 1. b. Push-On .Toints c. Mechanical Joints d. Push-On Restrained Joints 1) Restraining Push-on jointis by means of a special gasket a} Only those products that are listed in Section 01 60 Od b) The worlcing pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing vc�ith a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the Drawings 2} Push-on Restrained Joint bell and spigat a) Only those products list in the standard products list wi11 be allowed for the size listed in the standard praducts list per 5ection O 1 60 00. b} Pressure rating shall �xceed the warking and test pressure of the pipe line. e. Flanged Toints — AWWA/ANST C115/A21.15, ASME B16.1, Class 125 f. Flange bolt circles and bolt holes sha11 match thase of ASME B 16. I, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance vvith Section 33 11 05. 10. Isolation Flanges a. FIanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Pravide bal�s anc�. nuts in accardance with Section 33 11 O5. b. Flanged Ends I) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 O5. 12. Flange Coatings a. Connections to Steel Flanges 1} Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accardance with Section 33 11 05. 13. Duc�ile Iron Pipe Exterior Coatings a. All duciiie iron shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unIess otherwise specified in the Contract DQcnmen#s. 1�. Polyethylene �ncasement a. All buried Ductile Iron Pipe sha�l be polyethylene encased. b. Only manufacturers listed in the City's Standard Praducts List as shown in Sect�on O1 60 00 will be considerec� acceptable. c. Use only virgin poly�thylene material. d. Eneaseznent for buried pipe shall be 8 mil linear low density {LLD} polyethylene cozzfarming to AWWA/ANSI C1a5/A21.5 or 4 mil high density crass-laminated {�IDCL) polyethylene encaserrtent con%rming to AWWA/ANSI C1fl5/A21.5 and ASTM Ab74. CITY OF FQRT WQR'I'ii 20 i 8 Bond Year 2, Confract 13 STANDARB COAISTRUCTION SPECIFICATION DOCL7MENT'3 City Project Na. 10i475-1 Itevised }7ecember 20, 2012 331110-8 DUCTILE IRON PIPE Page 8 oi 13 �. Marking: At a�nimum of every 2 feet along its length, the ma�k the polyethyl�ne film with the fo�lowing infarmation: 1) Manufacturer's name or trademark 2} Year of tna�ufac�rer 3} AWWA/ANSI CIOS/A21.5 4} Minimum film thickness and znaterial type 5) Applicabie range of na�ninal diametex sizes 6} Warning — Corrosion Protection — Repai.r Any Damage f. Special Markings/Colors 1} Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple palyethylene in accordance with the American 1'ublic Works Association Uniform Color Code; ar c) Attach puYple reclaimed water marker tape to tt�e paiyethylene wrap. 2) Wastewater, perfarm one of the faliowing: a) Label polyethylene encasexnent with "WASTEWATER"; b} Provide green poiyethylene in accordance with the American Public Works Associatiora Uniform Co1or Code; or c) Attach green sanitary sewer mark�r tape to the polyethylene wrap. g. IVIinimum widths Pol eth Iene Tube and S�eet Sizes for Push-On Joint Pi e Nominal Pipe Diameter Min. Width — Flat Tube Min. Width — 5heet (inches) {inches) (i�cthes) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 64 1b 34 68 18 37 74 20 41 82 24 54 108 30 b7 134 36 81 16.2 A�2 $1 162 48 95 I9� 54 1�8 216 60 108 216 64 121 242 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining CITY pF FORT WORTH 2O18 Bor�d Year 2, Contract 13 STANUARD COATSTRL7CT'TON SPECIFICATION Da(:l.J1vIENTS City Prvjeci No. 101475-1 Revised December 20, 2012 33 11 10 - 9 DUCTII,E IRON PIPE Page 9 of ] 3 1) Ductile Tron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.04 and be acceptable according ta NSF 61. b. Ceramic �paxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City's �tandard Praducts List as shown in Section O1 60 00. 2} Apply Iining at a minimum of 40 mils DFT. 3) Due ta the tolerances invalved, ihe gasket area and spigoi end up to 6 inches back from the end af the spigot end must be coated with 6 rrtils nominal, 10 mils rnaximum �sing a Joint Compound as supplied by the manufacturer. a) Apply the jaint campound by brush to ensure coverage. b} Care should be taken that the joint compo�nd 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 ti�e lining. 4) Stxrface preparation shall be in accordance with the t�anufactu�'er's recommendations. 5) Check thickness using a magnetic fitm thickness gauge in accordance with the metiiod outlined in SSPC FA 2. 6) Test the inierior lining of all pipe barrels for pinholes with a non- destructive 2,500 valt test. a) Repair any defects priar ta shipment. 7) Mark each fitting with the date of applicatio;n of the lining syst�m aIong with its numenical sequence of application on ihat date and r�cords maintained by the applicator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat tt�e exposec! surface wi#h the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fitt�ngs, specials and appurtenances as speciiied herein, as speci�ed in AWWA C600, AWWA M4I and in accordance with ihe pipe manufacturer's recommendations. 2. See Section 33 11 11 far installation reyuirements for Ductile Iron Fitiings. CITY OF FORT WORTH 20i 8 Bond Year 2, Contract 13 STAIVDARD CONSTRUCTION SPEC�ICATION DpCUNIENTS City Project No. f D147&-� Revised December 2fl, 2012 �3 ii ia- ia DucT�$ �orr �rnE Page 10 of 13 3. Lay pipe to the lines and grades as indicated in the Drawings, 4. �xcavate and baekf'iil trenches ir� accordance with Sectian 33 05 10. 5. Eznbed Ductile Iron Pipe in accardance with Section 33 a5 10. 6. Far installat�ox� of carrier pipe within casing, see Section 33 US 2�. B. Pipe Handling 1. Haul anc� distribute pipe and �t�ings at the project site. 2. Handle piping with eare to avoid damage. a. Inspect each jaint of pipe and reject ar repair any damaged gipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the interior 1ini�g. c. Use only nylon ropes, slings or other liftrng devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free af deb�is, dirt, animals and trash — during and after the laying opera�ion. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Jaini Making 1. Mechanica] Joints a. Balt the fallower ring into compression against the gasket with the boits tightened down evenly then cross torqued in accordance with AW WA Cb00. b. Oversiressing of bolts to campensate far poor rnstallatian practice will not be permitted. 2. Push-on Join�s a. Install Push-on joints as deianed in AWWA/ANSi CI 11/A21.11. b. Wipe clean the gasket seat inside the bell of al1 ext�aneous matter. c_ Place the gas�ef in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into tl�e bell. e. When using a field cut plain end piece of p'rpe, refinish the iXeld cut and scarf to confor�n to AWWA Cb00. Flan�ed Joints a. Use erection bolts and drift pins to make flanged connections. 1} Do not use �andue force ar restraint on the ends of the fittings. 2} Apply even and unifarm pressure ta the gasket. b. The ftting must be free to mov� in any direction while bolting. 1) Install flange bolts wit1� all bolt heads faced in one direction. 4. Joint Defleetian a. Deflect ti�e pipe only when nacessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint mt�st be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is SO percent of that indicated in AWWA C600. d. The manufacturer's racotnmendation may be used wifih t�e approvaI of the Engineer. D. Polyethylene Encasement Installatian CITY OF FOR'� WORT73 2418 Bond Year 2, Cantract 13 STANUARD CONS7RUCTTON SPEC�ICATIOI� DOCLJMENTS Cicy Project No. 101475-1 Revised December 20, 2012 33 11 ]0 - 11 DUCTILE IRON PIPE Fage 11 of 13 I. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyeihylene encasement. 1) Preve�t soiI or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tigi-it encase with minimum space between polyeihylene and pfpe. 1) Provide sufticient slack in contouring to prevent stretching polyethylene where iC bridges irregular surfaces such as bell-spigoi interfaces, bolted joints or iiitings and to prevent damage to polyethylene due to backfilling operations. 2) Seeure overlaps and ends with adhesive tape and hold. c. For installations below water tab�e and/or in areas subject to tidal actions, seal both ends of polye#hylene tube with adhesive tape at jaint Qverlap. 2. Tubular Type (Method A) a_ Cut polyethylene hibe to iength approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1�foot overlap on each adjacent pipe section and bunching it aecardion-fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and rnake up pipe joint witti preceding section af pipe. d. Make shallow bell hole at joints fo facilitate installation of polyethylene tube. e. After assemhling pipe joint, make over�ap ofpolyethy�ene tube, pull bunched polyethylene from precading length of pipe, stip it over end of the new length o£pipe and wrap untiI it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack widtil at top of pipe to make a snug, but nat iight, fit aiong barrel of pipe, securing fold at quarier points. h. Repair cuts, iears, punctures ar other damage to polyethqlene. i. Proceed with installation of next pipe in same manner. 3. Tubular Type {Method B} a. Cut polyeihylene tube to length approxirnately 1 foot shorter than pipe section. b. Slip t�tzbe around pipe, centering it to provide 6 inches of bare pipe at each end. c. Take up slaek widih at top of pipe to make a snug, but not tight, fit aIong barrel of pipe, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polye�hyle�e tube over enc� of praceeding pipe section, bunching it accordion-fashion lengthwise. e. Aftez' complefing joint, pu113-foat Iength ofpolyethylene over joini, overlapping polyefhylene pz'eviously installed on each adj acen� section of pipe by at least 1 foot; make each end snug ar�d secure. 4. Sheet Type a. Cut polyethylene sheet ta a length approxi�ately 2 feet longer ihan piece section. b. Center length to provide i-foat overiap an each adjacent pipe section, bunching it untiI it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentiallq overlaps top quadrant of pipe. d. �ecure cut edge of polyethylene sheet at interva�s of approxinnately 3 feet. CI7'i' O� FQRT WORTH 2O18 Bond Year 2, Contract � 3 STANDARD COAISTRUC7'ION SPECIFICATION DOCi1MENFS City Project No. 101475-1 Revised December 20, 20i2 33 11 10-12 i]UCTII.E IRON PIPE Page 12 of 13 e. Lower wrapped pipe inta trench and make up pipe joint with preceding section of pipe. . f Make shalIow bell hole at joints to facilitate instailation afpolyethylene. g. After completing joint, make overlap and s�cure ends. h. Repair cuts, tears, punciures or other damage to polyethylene. i. Proceed with instaIlation of next section of pipe in same rnanner. 5. Pipe-Shaped Appurtenances a. Cover bends, reducers, offsets and ather pipe-shaped appurtenances with polyethylene in same manner as pipe and f�ttings. 6. Odd-5haped Appurtenances a. When it is not practical to wrap val�es, 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 ara�and body. b. Make seams by bringing edges together, falding over twice and taping do�rn. c. Tape palyethylene scctu-ely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylenc sheet or cut apen tube, wrapped around fitting to caver damaged area and secured in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blovv-offs, air valves and similar appurterzances by making an X-shaped cu# in polyethylene and temporarily fotdi�g back iilm. b. After appurtenance is installed, tape slack sec�ely to appurtenance and repair cut, as well as other damaged area in poIyethylene with tape. c. Service taps may also be made directly thraugh polyethy�ene, with any resulting tlamaged areas being repaired as described above. 9. J�znctions between Wrapped and Unwrapped Pipe: a. Where polyethyle�e-wrapped pipe joins an adjacent pi�e that is �aot wrapped, extend polyeihylene wrap tn cover adjacent pipe for distance of ai leas� 3 feef. b. Secure end with circumferential t�uns of tape. c. Wrap service lines of dissunilar metals with palyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Fipe. 3.5 REPAIR/RESTORATION A. Patching 1. Excessive field-patching is not permitted of lining or coating. 2. Patching af lining or coating will be allowed where area to be repaired does not exceed 100 sq�zare inches and has na dirnensions greater than 12 inches. 3. In general, tliere shall nat be more than 1 pateh an either the lining or the coaiing of any 1 joint ofpipe. 4. Wherever necessary ta patch khe pipe: a. Make patch with cement mortar as previausly specified fox interior join�s. b. Do not install patched pipe until the patch has been properly and adequateiy cured and approvec� for laying by the City. CI1'Y OF FORT WpRTH 2418 Bond Year 2, Contract 13 STANBARD CONS11ii3CTI0AF SFECIFICATTDN DOCUMENTS City Project No. 1 a1475-1 Revised Decemtrer 2�, 24t2 3311 ]0-13 DUCTII.E IRON PIPE Page 13 of ]3 5. Promptly remove rejected pipe from the site. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ok] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, fTush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Clased Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Tnspection in accordance with Section 33 O1 31. 3.$ SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.f0 CLEAlVING [NdT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION (NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Lag DATE NAME SiJMMARY OF CHANCrE 1.2.A.l.b. — Updated Paya�ent types 12/20/2612 D. dohnson 1.3 — Added definitions of gland types for clarity 2.2.$.9, 10, 11 and 12 — Added reference to 5ection 33 11 OS and removed maferial spec3fieation for bolts, n�fs and gaskets CITY OF FORT WORTH 2O18 Bond Year 2, Cantract i 3 STANDARD CONSTitUCTION SPECIFICA7TON DQCiJMEi+iTS City Project No. 901475-1 Revised Deeember 20, 2012 331111-1 DiJCTII,E IRON FITTII+IGS Page 1 af 13 SECTION 3311 11 DUCTILE IRON FITTINGS PART1- GENERAL 11 SUMMARY A. Section Includes: 1. Ductile Iron Fittings 3-inch through 64-inch for patabte water, wastewater, and other liquids for use with Ductile Iron Pipe and Polyvinyl Chlaride (PVC) Pipe 2. A�1 mechanical joint ftttings shall be mechanically restrained using restrained wedge type retainer glands. B. Deviations from this City of Fort Worth Standard 5pecif cation 1. None. C. Related Speciiicaiion Sections include, but are not necessarily lirr�ited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Cont�-act 2. Division 1— General Requirements 3. �ection 03 30 00 -- Cast-in-Place Concrete 4, Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning ar�d Acceptance Tesiing of Water Mains 5. Sectian 33 OS 10 — Utility Trench Excavation, Embetlment and Backfill 7. Section 33 11 OS — Bolts, Nuts, and Gaskets L2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Ductiie Iron Water Fittings with Restraint a. Measurement 1) ShaII be per ton of fittings supplied 2) �ittings weights are the sum of the various types of fttings �nultiplied hy the weighi per fitting as listed in AW WA/ANSI C153/A21.53. 3) The fitting wezghts listed in AWWA/ANSI C� 10/A21.10 are anly al�owed for specials r�vhere an AWWA/ANSI C�53/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C 110/A21. i 0 fittings. 4} If the Contractor chooses to supply AWWA/ANSI C110/A2l .10 (fiill hody} Ductile Iron Fitti�gs in lieu ofAWW.AJANSI C153/A21.53 -(compact) Ductile Iron Fittings at his convenience, #hen the weight ,shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accvrdance with this Item and measured as provided under "Measurement" wiil be paid for at the unit price bid per ton of "Ductile Iron Water Fittings with Restraint". c. The price bid shall inc�ude: 1} Furnishing and installing Ductile Iron Water Fittings as specified hy the Drawings CTTY OF FORT WORTH 2O18 Band Year 2, Contract 13 S7'AND.ARD CONSTRUCTION SPECIFICAT'ION DOCiJMENTS City Aroject No. i 01475-i Revised December 20, 2012 33 it �i -a DUCTILE IRpN FiiTINGS Page 2 of 13 2} Polyethylene encasernent 3} Lining �) Pavement removal 5) Excavation b) Hauling 7) Dispasal of excess material 8) Furnishing and installing bolts, nuts, and restraints 9} Furnis�ing, placement and compaction af embedment l 0) Furnishing, placement and compaction of baekfill 11) Trench water staps 12) Clean-up 13) Cleaning 14} Disinfection 15) Testing 2. Ductile Iran Sewer FitYings a. MeasUrement 1) Shall be per ton of fittings supplied 2) Fittings weights ar� the sutn of the various types of fittings mnl�iplied by the weight per fitting as listed in AWWA/ANSI C1S3/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.1d are only allawed for sgecials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses ta supply AWWA/ANSI CI 10/A21.10 (full b�dy} Ductile Iron Fitt�ngs in Iieu of AW WA/ANSI C 153/A21.53 (compact) I?Uctile Iron Fittings at his convenience, ti�en the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Paymen� I} The work performed and materials furnished in accordance with this Itenn and tzaeasuz'ed as provided �nder "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1} Furnishing and installing Ductile Iron Water Fittings as specified hy the Drawings 2} Epaxy Coating 3} �olyethylene encasement 4} Lining 5} Pavernent remova� 6) Excavation 7) HaUling S) Disposal of excess material 9) Furnishing and installing boits, nuts, and restrain�s 10) Furnishing, plac�ment asyd compactian of embedment 11} Furnishing, placement and campaction of backfill 12} Clean-up 13) Cleaning 14} Disinfection 15) Testing CITY OF FORT WORTH 2O18 Bond Ysar 2, Contract 13 STANDARD CONS7RUCTIQN SPECIFICATION DOCUMENTS City Project Ala. 1 p1475-f RevisedI}ecember 2D, 2012 33 11 11 - 3 DUCTII,E IRON FTI'TINGS Page 3 of 13 ]..3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non-restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained zx�echanical joint fitting, consisting of multiple gripping wedges incorporated into a%ilower gland meeting the applicable requirements ofANSUAWWA Ci 10/A21.10. B. Reference Standards 1. Referenee standards ciYed in tlais Specification refer to the c�urent reference standard pnblished at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifcally cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 2S0). 3. ASTM Interna�ional (ASTM): a. A193, Standard Specification for AlIoy-Steel and Stainless Steel Bolting far High Temperature or High Pressure Service and Other Special Purpose Applications b. A1.94, Specifcation %r Carbon and Alloy Steel Nuts for Bolts for High PressUre or High Te�nperature Service, or Both c. A242, Standard Specification for High-Strength Low-Alloy �tructural Stee1. d. A674, Standard Practice for �'olyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. e. B 117, Standard Practice for Operating Salt Spray {Fog) Apparah�s. 4. American Water Works Association (AWWA}: a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. 5. Ame�zcaz� Water Works Association/American National Standards Institute (AWWA/ANSn: a. C 1 Q4/A2 X.4, Ceament Mortar Lix�ing for Ductile-Iron Pipe and Fittings. b. ClO5/A21.5, Polyethylene Encasemen# for Ductile-Iron Pipe Systems. c. C 110/A21.10, Ductile�Iron and Gray-Iroza k'iitings. d. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Press�re Pipe and Fittings. e. C115/A21.15, Flanged Ductile-Iron Pipe wit� Ductile-Iron ox Gray-.iron Threaded Flanges. £ C 151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. g. C153/A21.53, Ductile-Iron Compact Fittings for Water Service. 6. NSF Internaiional {N5F): a. 61, Drinking Water System Components - Health Effects. 7. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTI-I 2d18 Bortd Year 2, Coniract 13 STANi7ARD CdNSTRCfCTION SPECIFICATION DOCUMENTS Ci#y Projecf No. 141475-i Revised Decemher 20, 2012 33 lt I1 -4 DUCTILE IItOI�3 F1T"PII�lGS Page 4 of 13 1.4 ADMIlvISTRATIVE REQi7IREMENTS �NUT USED] 1.� SUBNIITTALS A. Submittals shall be in accordance with Sect�on O1 33 40. B. All s�bmittals shall be approved hy the City priar to deli�ery and/or fabrication for specials. 1.6 ACTTON SUBNIITTALS / INFORMATIONAL SUBMITTALS A. Prod�ct Data Ductile Iron Fittings a. Pressure class b. Interior lining c. Jaint types 2. Paiyethylene encasement and tape a. Planned method of installation b. Whether the film is linear Iow density ar high density cross linked palyethylene c. The thickness of the film pravided 3. The interior lining, if it is other than cement mortar lining in accordance with AWWA/ANSI C1U4/A2I.4 a. Material b. Applicat�on recommendations c. Field touch-up procedures 4. Thrust Restraint a. Retainer glands b. Thrust harnesses c. Any ofiher rrieans 5. Gaskets a. Pxavide Gaskets in accordance with Section 33 11 05. 6. Isolatian Flanges a. �langes required by the drawings to be Isolation �'langes shall conform to 5ection 33 d4 10. 7. Bolts and Nuts a. Mechanical Joints 1} Provide balts and nuts in accordance with Secfion 33 11 O5. b. Flanged Ends 1} Me� requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 I 1 O5. 8. Flange Coatings a. Connect�ons to Steel Flanges 1) Buried con:neetians with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 O5. B_ Certificates 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings meet the provisians of this Section and naeet the requirements of AWWA/ANSI C110/A21.10 or AWWA/ANST C153/A21.53. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. GITY OF FQRT WORT�i 2D t 8 8ond Year 2, Coniracf 13 STANbARD CON3TRUCTIbN SPECIFICATION DpCUMEIaTS Gity Project No. 10� 475-1 Revised December 20, 2012 33 11 11 - 5 DUCTILE IRON FTTTI3*IGS Page 5 of 13 1.'� CLOSEOUT SUBMITTALS [N�T USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT iTSED] 1.9 QUALITY ASSURANCE A. Qualiiications Manufacturers a. Fittings manufacturing operations {fittings, lining, and coatings) shall he performed under the control of the manufachirer. b. Ductile Iron Fiitings shall be manufactured in aecordance with AV4�WA/ANSI C11fl/A21.10 or AW WA/ANSI C153/A21.53. 1) Perfarm quality control tests and maintain the results as outlined in these standards to assure compliance. B. PreconsYruction Testing 1. The City may, at its own cast, subject randorn fittings for destructive testing by an independent laboratory far campliance with this Specification. a. The ca�pliance test shall be pe�rformed in the UnitEd States. b. Any visibie defects or failure to meet the quality standards herei:n witl be gounds for r�jecting the entire order, 1.1a DELIVERY, STQRAGE, AND HANDLING A. Storage and Handling Requirements I. 5tore and handle in accordance with the guideiines as stated in AWWA M41. 2. Secure and maintain a locatian to store the material in accordance vv�th Seciion 41 66 00. 111 FIELD {SITEj CONDITIONS [NOT USED] �..12 WARRANTY [NOT USEDJ PART 2 - PRODUCTS 2.� OWNER-�"URNISHED [ox] OWNER-SUPPLIED PRODUCT5 [NOT USED] 2.2 EQUIPMENT, PRODIICT TYPES AND MATERIALS A. Manufacturers l. OnIy the manufacturers as listed on the City's Standard Praducts List wili be considered as shown in Section dl 60 00. a. The manufacturer must compty with this 5pecification and related Sections. 2. Any product that is not tisted on the 5tandard Products List is cansidered a. substitution and shall be submitted in accordance with Sectian 01 25 OQ. B. Ductile Iron Fittings 1. Duciile Iron Fittings sha11 be in accordance with AWWA/ANSI C11a/A21.10, AWWAIANSI C153/A21.53. 2. All fittings for potable water service shall meet the requirements of NSF 61. 3. Ductile Iron Fittings, ai a minimum, shall meet ar exceed the pressures classes af the pipe which tiie fitting is connected, unless specifically indieated in the Drawings. CI'I'Y OF FORT WORTH 2O18 Bond Ysar 2, Coniract 13 STANDARD CONSiRUCTION SPECIF'ICATION DOCT3MENTS Ci#y Project No. 101475-1 Revised Decem6er 20, 20] 2 331111-fi DUCTILE IROIV FITTINGS Page G of 13 4. Fittings Markings a. Meet the minimum requirements af AWWA/ANSI C151/A21.S1. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicahle AW WA/ANSI standard for that the fitting 3} Pressure rating 4) Number of degrees for all bends S) Nominal diameter of th� openings 6} Year and cauntry fitting was cast 7) Manufaeturer's mark 5. Jaints a. Mechanical J.oints with mechanical restraint 1) Comply with AWWA/ANSI C111/A2�.11 and applicable parts of ANSUAWWA C110IA21.10. 2) The retainer gland shall ha�e the fallowing working pz'essure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch— lb-inch, 3SQ psi (2) 18-inch — 48-inch, 250 psi b) PVC C940 and C905 (1) 3-inch — 12-inch, 305psi (2) 14-inch—Ifi-inch,235psi (3) 18-inch — 20-inch, 20{l�asi (4) �4-xnch — 30 —inch 165psi c) Ratings are for water pressure and musi include a minimum safety factor of 2�0 1 in ai1 sizes 3} Reiainer glands shall have specific designs for Ductile Iron and PVC and it should be easy ta differentiate between the 2. 4} Gland body, wedges and wedge actuati�g campan��ts shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536. 5} Mechanical joint restraint shall require conventional tools and installation procedures per AVi7WA C60Q, while retaining full mechanical joint deflection during assembly as well as ailowing joint deflection after assembly. 6) Proper aetuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7j A minirnum of 6 wedges shall be required far 8 inch diaxneter PVC pipe. b. Push-On, Restrained J'oints 1) Restraining Puskz-an joints by means of a special gasket a} Only tl�ase products that are listed in Ol 6ti fl0 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be ir�stall�d. c) Approved far use of restraining Ductile Iron Pipe in casir�g with a carrier pipe of 4-inches to l 2-inches d} Otherwise only approved if specially listed o�. the drawings 2) Push-on Restrained Joint beil and spigot a) Onty those praducts iist in t�e standard products list will be allowed for the size ]isted in the standard products list per Section Q1 60 00 CITY OF FORT WORTH 201 B Bond Year 2, Contracf 13 STANDARD CONSTRUCTt07V SPECIFICATION DOCiJMBNTS City Project Mn_ 1U1475-i Rcvised December 20, 2012 33I111-7 D[JCTILE IIZON �ITTTNGS Page 7 of 13 b) Pressure rating shall exceed the working and test pressure of the pipe line c. Flanged Join#s 1) AWWA/ANSI C11S/A21.15, ASME B16.I, Ctass 125 2) Flange bolt circles and bolt �oles shall match those of ASME B16.1, Class 125. 3} Field fahricated flanges are prohibited. 6. Gaskets a. Provide Gaskets in accordance with Section 33 1 J 05. 7. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall canfprm to Section 33 04 I0. 8. Balts and Nuts a. Mechanical7oints 1} Provide bolts and nuis in accordance with Section 33 11 O5. b. �'langed Ends 1) Meet requirements of AWWA C115. a) Provide bolis and nuts in accordance with Section 33 11 OS. 9. Flange Caa�ings a. ConnecYions to Steel Flanges 1) Buried connectians with Steel Flanges shall be eoated with a Petrolatum Tape System in accordance with Section 33 11 O5. I0. Ductile Iron Fitting Exterior Coatings a. All Ductite Iron Fittings sha11 have an asphaltic coating, minimum of 1 mii thick, on the exterior, unless otherwise specified in the Contrac� Dacurnents. 11. Polyethylene Encasement a. All b�ried Ductil� Iron Fittings shall be polyethylene encased. b. Oniy matiufacturers listed in ihe City's Standard Products List as shown in Sectian 01 60 00 will be considered acceptable. e. Use oniy virgin polyethylene rr�aterial. d. Encasement for buried fittings shalI be $ znii linear Iow densiry (LLD} polyethylene conforming to AWWA/ANSI C 1O5/A21.5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement con%r�ming to confornung to AWWA/ANSI CI a5/A21.S and ASTM A674. e. Marking: At a minimum af every 2 feet along its length, the mark the poiyethylene �lm with the following information: lj Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Mini�num film thicl�ess and material type 5) Applicable range of nominaI diameter sizes 6) Waming — Corrosian Protection — Repair Any Damage � Special Markings/Colors 1} Reclaimed Water, perform one ofthe following: a) Label polyethylene encasemeni with "RECLAIlI�IED V47ATER", b) Pzovide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or GiTY OF FQRT WpR'I'f� 2D18 Band Year 2, Contract 13 STANDARD CONSTRIICTION SPEC1FiCA7'IdN DOCITMENT5 City Project No. 141475-i Revised December 20, 2012 331111-8 Di3CTILE IItO'i1 FITTINGS Page S of 13 c) Attach purpie reclaimed w�.ter �ar�Cer tape to the polyethyl�ne wrap. 2) Wastewater, perfarm one of the following: a) Label paiyethylene eneasernent with "WASTEWATER"; b) Frovide green palyethylene in accordance with the American Pubiic Works Association Uniform Color Code; or c} Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and �hee� Sizes for Push�On Joint Fittings Nominal I+�ttings Diameter Min. Width — Flat Tube Min. Width — Sheet {inches) (inches} (inches) 3 14 28 4 I4 2$ b 16 32 8 24 44 10 24 48 12 27 54 14 30 b0 16 34 68 18 37 74 20 41 82 24 54 I08 3� 67 I34 36 81 162 42 8] 162 48 95 190 54 108 216 60 108 216 64 121 242 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining I} Ductile Iron Fittings for potable water shall l�ave a cement mortar lining in accordance with AVVWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceraznic Epaxy or Epoxy Linings 1) Ductile �ron �'ittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy �ining as desigiated in the �tandard Products Li�t as shown in Seetion 01 60 d0. 2} Apply lining at a minimum of 40 mils DFT 3} Due ta the tolerances invalved, the gasket area and spigot end up to G inches back from the end of the spigot end must b� coated with b mils norninal, 10 msls maximurn using a roint Compound as suppiied by tl�e man�facttirer. a) Apply the joint compflund by br�.sh to ensure co�erage. C]T"5' OF FORT W4RTI� 2p18 Band Year 2, Gontract 13 STANBARU GQIVSTRUCTION SPECIf'ICATIOND�CUMEAiTS City Praject I�a. 1U1475-t Revised Decemk�er 20, 2012 33 11 11 -9 DUCTILE IRON FI1`TINGS Page 9 of ] 3 b) Care shauld be taken that the joint eompound is smooth without excess buiidup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the applicatiQn of the lining. 4} Suriace preparation shaII be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic f��m thickness gauge in accordance with the nr�ethad outlined in SSPC PA 2. 6) Test ihe interior lining of ali fittings for pin�ales with a non-destructive 2,500 valt test. a) Repair any defects prior to shipment. 7) Marlc each fitting with the date of application of the lining system alor�g with its numerical sec�uence af application on that date and records maintained by the applicator of his work. S} Far ali Ductile Iron Fittings in wastewater service where the �itting has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufact�rer. �.3 ACCES�ORIES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT USED) PART 3 - EXECUTION 3.1 INSTALLERS [NOT U�ED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install fitnngs, speciais and appurtenances as speci�ed herein, as speci�ed in AWWA C60d, AVVWA M41, and in accordance with tlae fittings manufacturer's recammendations. 2. Lay fittings to the lines and grades as indicated in the Drawings_ 3. Excavate and backfill trenches in accordance with 33 OS 10. 4. Embed Ductile Iron Fittings in accordance with 33 OS i0. B. Joint Making 1. Mechanical 7oints with required mechanical restraint a. All mechanical joints require mechanic� restraint. b. Bolt the retainer gla�d into compression against the gasket, with the bolts tight�ned down evenly then cross torqued in accordance with AWWA C600. c. Overstressing of bolts to compensate for poor installatzon praetiee wi11 not be pez-�nit�ed. 2. Push-on Joints (resfrained} a. AIl push-on joints shalt he restra�ned push-oxt type. b. Install �'ush-on jaints as defined in A'4VWA/ANST C111/A21.11. c. Wipe clean #he gasket seat inside the beIl of all extraneous xnatter. CITY OF FORT W�RTH 2�18 Bant! Year 2, Contract 13 STAN➢ARB COIVSTRUCTION SPECIFICATION DOCUMENTS City Prpjeci No. i 01475-1 Revised December 2p, 20 i 2 33llll-10 DUCTII,E IRON FITTING3 Page lfl of 13 d. Place the gasket in the be11 in the position prescribed by �he manufacturer. e. Apply a thin film of non-toxic vegetable soap lubricat�t to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. f. When using a field cut plain end piece of pipe, refinished the field cut and scarf to con%rm to AWWA M-41. Flanged Jaints a. Use erection bol�s and drift pzns to make flanged connections. 1} Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitti�g must be free to move in any direciion whiie balting. 1) Install flange bolts with all bolt heads faced in 1 directian. 4. Jai�t Deflection a. Deflect the pipe only when necessary to avoid obstructiox�s or to meet the lines and grades and shown in the Drawings. b. The deflectifln of eaeh joint must b� in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is S0 percent of tl�a# indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. C. Polyethylene Encasement Installation 1. Preparatian a. Remove all iumps of cla�, mud, cinders, etc., on fittings s�iace prior to installa�ion of polyethylene encasement. 1} P�-event sail or embedment material from becoming trapped betwean fttings and polyethylene. b. Fit polyethylene �Im ta contour of ftti�gs to affect a snug, but not tight encase with minimum space beriveen polyethylene and fittings. 1) Provide sufficient slack i� contouring ta prevent stretching polyethyIene where it bridges irregular surfaces such as beIl-spigot interfaces, bolted joints or fittings, and ta prevent damage to polyethyl�ne due to backf'iliing operations. 2) 5ec�re overlaps and ends with adhesive tape and hold. c. For installations below water table and/or i� areas subject to tidal actions, seai both ends of poIyethyl�n� tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a_ Cut polyeYl�ylene tube to length approximately 2 feet Ionger than fittings sectian. b. Slip t�.be around fitti�gs, centering it to provide 1 foot overlap on each adjacent pipe section and bunching zt accordion-fashion lengthwise until it clears fittings ends. c. Lower �ittings into trench with preceding sec�ion afpipe. d. Malce sha�low beli hoIe at joints to facilitat� installation of polyethylene tube. e. After assembling fittings make overlap of polyethylene tube, pu11 �unched polyeihylene from preceding length of pipe, slip it over end of the �tting and wrap until it o�eriaps j oint at end af precedi�g length af pipe. f. Secure overlap in place. CITY OF FORT WORTH 2O18 Bnnd Year 2, Contract 13 STANI�ARD CONSTRUCTION SPECIP'ICATION DQCtJMEA1TS City Project No. 101475-1 Revised December 2U, 2p12 33111I-11 ➢UCTILE IRON FITTINGS Page 11 of 13 g. Take up slack width at top oi fitting to �na�ce a snug, 6ut not tight, fit along barrel of fit�ing, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation oinext fitting in same manner. 3. `I'ubudar Type (Method B) a. Cti�t polyet�yl�ne tube to length approxir�ately 1 foat shorter than fitting sectiqn. b. Slip tube around �iting, centering it to provide 6 inches of bare fitting at each end. c. Take up slack vvidth at top of fttting to make a snug, but not tight, iit along barrel of fiYting, secuu-ing fold at quarter points; secure ends. d. Befare making up joint, sIip 3-foot length of polyethylene tube over end of proceeding pipe section, hunching i# accordion-fashion �engthwise. e. After completing joint, pu113-foot length of polyefhylene over joint, overlapping polyethylene previously installed on each adj acent section of pipe by at least 1 foot; make each end snug and seeure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer ihan piece section. b. Center length to provide 1-foot overlap on each fitting, bunching it until it clears the fitting ends. c. Wrap palyetl�ylexte around fitting so that it circum%rentially overlaps top c�uadrant of fitting. d. Secure cut edge of polyethylene sheet at rntervals of apprqximately 3 feet. e. Lower wrapped fiiting into trench with preceding sectian of pipe. f. Make shal�ow be11 hole at join#s to fac�litate instalIation ofpolyet.�ylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punct�.tres or other damage to polyethylene. i. Proceed with instalIation of fittings in same manner. 5. Pipe-Shaped App�-t�nar�ces a. Coverr bends, reducers, offsets, and ath�r pipe-shaped appurtenances with palyethyiene itt same manner as pipe and fittings. 6. Odd-Shaped Appurter�ances a. When it is not practical to wrap valves, tees, crosses and ather odd-shaped pieces it� tube, wrap with #lat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around bady. b. Make seams by bringing edges together, folding over iwice and taping do�. c. Tape polyethylene securely in pIace at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length ofpolyethylene sheet or cut open tube, wrapped around fitting to cover damaged area, and secure in place. S. Openings in Encasement a. Frovide openings for branches, service taps, blow-offs, air valves and simniIar appurtenances by �naking an X-shaped cut in polyethylene and te�nporarily folding back film. CITY OF FORT WORTH 2O18 Bnnd Year 2, Confract i 3 STANDARD CONSTRUCTION SPEC�ICATION DOCLTMENTS City Project No. 101475-1 Revised December 24, 2012 33 11 11-12 AUCTIi,E IRON PITTIIVGS 1'age 12 of 13 b. After appurtenance is instailed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Setvice taps may also be made directly through polyethylene, with any resulting damaged axeas being repaired as descrihed above. Junctions between Wrapped and Unwrapped Fittings a. Where palyethylene-wrapped �f�ing joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance oi at I�ast 3 feet. b. Secure end vvith circumferential turns of tape. c. Wrap service lines of dissimilar metals with palyethylene or suitable dielectric tape for minimum clear distance of 3 feet away fram cast or Ductilc Iron Fittings. D, BIocking 1. Install concrete blocking in accordance with Section 03 30 pQ for a11 bends, tees, crosses and plugs in the pipe lines as indicated in the Drawings. 2. Place the concrete blocking so as to rest against firm undisiurbed trench walls, x�ormal to the thrust. 3. The supporting xr�a far each block shall be at least as great as that indicated an the Drawings and shall be sufficient to withstand the thnist, including water hammer, which inay develap. 4. Each block shatl rest vn a f�rm, undisturbed foundation or trench bottom. 5. If the Contractor encounters sail that appears to be different than that which was used to calculaie the blocking according to the Drawings, the Cor�t�actor shall noiify the Engineer prior to the installation of the blocking. 3.S REPAIR/RESTORATION A. Patching 1. Exeessive field-patching is not pemutted of liaing or coating. Z. Patching af lining ar caating will be allowed where area ta be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be Ynare than 1 patch an eitl�er the lining or the coating of any fitting. 4. Wherever necessary to patch the fitting: a. Malce patch with cement mortar as previously specified for interior joints. b. Do not instali patched fitting unGi1 the patch has been properly and adequately eured and appraved for laying by the City. c. Promgtly remave rejected fittings fram the site. 3.b RE-INSTALLATION [NOT USED] 3.7 FIELD [o�] SITE QIIALITY CONTR�L A. Potable Water Mains 1. Cleaning, disinfectian, hydrostatic testing a�d bacteriological testing of water mains a. Clean, flush, pig, disinfeci, hydrostatic test and bacteriolagical test the water main as specifie�. in Section 33 04 �0. CITY OF FORT WORTI-I 2018 Band Year 2, Contract 13 STANDARD CONSiTt�[lCTION SPEC�ICATION DOCiJMENTS Ci[y Project Na. 101475-1 Revised December 20, 2012 33 11 11 - 13 DUCTILE IROIV FITTINGS Page 13 of 13 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEQUT ACTIVITIES (NOT USED] 3.12 PROTECTION (NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY QF CHANGE 1.2.A.l.c — Restraints included in price bid ].2.A.2.c — Restraints included in price hid 1.3 -- Added definirions of gland types for clarity 12/2U/2012 D. Johnson �•2•��5 — Remo�ed unrestrained push-on and mechanical joints 2.2.8.6, 7, 8, and 9— Added reference to Section 33 OS f 0 and 33 Q4 10; removed material specifications for bolts, nuts and gaskeCs. 3.4 — Requirement for all mechanical and push-an joiflts to be restrained 3.4.D — Corrected reference 9/20/2417 W. l�orwood 2.2.B.S.a.7 — Added requirement for 6 wedges on MJ Restraint far 8 inch PVC pipe CTfY pF FORT WQRTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN7'S City Praject Mo. 1 D1475-1 12evised December 20, 2012 331112-1 POLYVINYL CHiORIDE (PVC) PRESSURE PIPE Page 1 of S SECTION 3311 1� POLYVINYI� CHLORIDE (PVC} PRESSURE PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. P��yvinyl Chloride {PVC} Pressure Pipe 4-inch tl�ough 36-inch for potable water, wastewater and reUse appiicaiions B. Deviations from this City of Fart Warth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0— Bidding Requirements, Contract Fozms, and Conditions of ihe Contract 2. Division 1— General Requ�rements 3. 33 OI 31 — Ctosed Circuit Television (CC'I`V) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 OS 10 — Utility Trench Excavatian, Embedmenf and Backfill 6. 33 d5 24 — Installation of Camer Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 — Ductile Iron Fittings 1.2 PRYCE AND PAYMENT PROCEDURES A. Measurement and Payme�t 1. Meas�zrement a. Meas�red horizontally along the surf�ace from cez�ter line to center line af the fitting, manhole, or appurtenance 2. Paymeni a. The work perforrned and materials furnished in accordance with this Item and tneasured as provided under "Measurement" wiil be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Variaus types of backfill b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measuremeni" wili be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Variaus sizes 3, The price bid shall include: a. Furnishing and i�stalling PVC �'ressure Pipe rvith joi�ts as specified by the Drawings b. MabiIization c. i'avement removal d. Excavation e. Hauling GITY OP FQRi' WQRTH 2O18 Bond Year 2, Coniraci 13 STANDARD CON�TRUCTION SPECIFICATION DOCUMENT3 Cily Praject No. 101475-i Revised Aiovember 16, 2018 33 11 12 - 2 POLYViNYL CHLORIDE (PVC} PRESSURL� PIPE Page 2 nf $ f. Dispasal of excess materiai g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfilI i. Trench water staps j. Thrust restraint, if required by Contract Docurrfents k. Gaskats i. Clean-up �n. Cleaning n. Disinfection o. Testing 1.3 REFERENCES A. Reference Standards l. Reference standards cited in this Speci�catian refer to the current referencc standard published at the time of the latest revisian daie logged at the end of this Specification, unless a date is specifically cited. 2. American Association af State Higl�way and Transportation Off cials {AASHTO)_ 3. ASTM International (ASTM): a. �i'184, Siancia�u Specii'icaiion �or I'ci�id �o1y{`Jinyl-�hloride) (FV�} Compounds and Chloxinated Po1y{Vinyl Chloride) (CPVC) Compaunds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Assoeiation {AWWA): a. Cb�O, In�tallation of Ductile-Iron Waier Mains and their Appurtenances. b. Cb05, Und�r�ound Installation of Polyvinyl Chloride (PVC} Pressure Fipes and Fit�ings far Water. c. C9QU, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 6Q IN, for Water Transmission ani{ Distribution. d. M23, PVC Pipe — Design and Installa�ion. e. M41, Ductile-Iron Pipe and Fittings. 5. NSF Internatianai {NSF): a. 61, Drinlcing Water System Components — Health Effects. 6. Underwriters Laboratories, Inc. {LTL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.� SiTBMITTALB A. Subr�ittals shall be in accordance with Section O1 33 00. B. All submittals shall be approved by the City prior to deiivery. 1.G ACTI�N SUBMITTALS / INFORIVIATTONAL SUBM[TTALS A. Product Dafa �'or PVC Pressur� Pipe that is used for water distribution, was�ewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio CI'1`Y OF FORT WORTH 201 S Bond Year 2, CantracC 13 STANDARD CONSTRUCTION SPEGIFICATIpN DQCUM�N'i'S City Project No. 101475-1 Revised Navember 1 b, 2618 33 11 12 - 3 POI,'YVINYL CHLORIDE (PVC) PRESSi]RE PII'E Page 3 of 8 d. Joint T}+pes 2. Restraint, ifrequired in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means oi restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Fressure Fipe used in the water distribution systeztt or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall ihickness design calculations sealed by a Licensed Prafessional Engi�eer in Texas including: a. Working pressure b. Surge pressure c. Def�ection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Prafessional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engin�er �n Texas �ncluding: a. Pipe class b. Joints Yy�e c. Fittings d. Stationing e. Transitions f. Joint deflect�on C. Certificates 1. Fuznish an affidavit certifying that a11 PVC Pressure Pipe rr�eets the provisions of this Seeiian, each run of pipe fiunished has met Specificaiions, all inspections have been made and that all tesis have been performed in accordance with AWWA C900. 1.7 CLOSEOUT SUBMITTALS [NOT U�ED) 1.$ MAINTENANCE MATERIAL SUSMITTALS [NOT USEDj 1.9 QUALITY ASSU1tANCE A. Qualifications Manufaci�u�ers a. Finished pipe shall be �e product of 1 manufact�rer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes t�y be provided by a different manufactzu�er upon City approvaI. b. Pipe manufacturing aperations sha11 be performed under the control of the manufacturer. c. Ail pipe fiu�nished shall be in conforrs�ance with AWWA C900. CITY OF FpRT WORTH 2O18 Bond Year 2, Cantracf 13 STANDARD CON57iZ�(JCTION SPECIFICAITON DOGUMEi�iTS Cify Project No. 101475-1 Re�ised Novem6er i 6, 2018 331312-4 P4LYVINYL CHLQ�IAB (PVC) PRESSURL PIPE Page 4 of 8 1.10 DELIVERY, STORAGE, AND I�ANDLING A. Storage and Handling Requirements 1. Store and handle in accardance with the guidelines as stated in AWWA M23. 2. Secure and mainiain a location to store the material in accordance with Section O1 66 Q0, 1.11 FIELD [SITE) CONDITIONS [NOT USED] 1.�2 WARRANTY [NOT USED] I��l�I�f!� � Z�] 111L�11 Ii.� 2.1 OWNER-FURNISHED (ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers l. Only �he manufaeturers as listed in the City's Sta�zdard Products List will be eonsidered as sho��n in 5ectian 01 6Q 00_ a. The manufacturer must comply with this Specification and �elated Sections. 2. Any product that is not listed on the Standard Products I.,ist is considered a substitution and sha11 he submitted in accordance with Section O1 25 Q0. B. Pipe 1_ Pipe shall be in accordance with AWWA C90�. 2. PVC Pressure Pipe for potable water sha11 meet the requiremex�ts of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length af 20 feet except for speeial fittings or closure pieces necessary ta comply wiih tY�e Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell c�assification of 12454. Outside diameters mus� be equal to those of cast iron and duct�le ixon pipes. 6. As a xninirnum the following Dia�ensian Ratio's apply: Dianaeter Min Pressure Class inch si 4 throu h 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follaws: 1) Manufacturer's Name or Trademark and production record 2) Norz�inal pipe size 3) Dimension Raxio 4) AWWA C900 5) Seai of testing agency tkat verified the suitability of the pipe GtTX OF F4RT WORTH 2O18 Bond Year 2, Coniract 13 STANbARD CONSTKUCTION SPECIFICATION DOCi]MENTS City ProjecE No. 1 Q1475-i Revised November 16, 2018 331112-5 POLYVI3VYL CHLORIDE (PVC) PRESSiIRE PIl'E Paga S of 8 C. �ressure and Deflection Design 1. Pipe design shall be based on trench conditions and desi� pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Uni� Weight of FiII (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maxiznum E' = 1,004 maY e. Deflection Lag Factoz' = 1.0 f. Working Pressuz'e {PW) = 150 psi g. 5urge Allowance (PS) = l OQ psi minimum h. Test Fressure = 1} No less than 125 times the stated warking pressure (18'7 psi r�iniznurn) oi the pipeIine measured at the highest elevation al4ng the test section. 2) No tess than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint �afety Factor {SF) — 1.5 k. Ma�cimurn Joint Defleetian = 50 percent of the manufacturer's recommendatians. 2. Verify trench depths afler axisfiing utilities are �ocated. a. Accommodate vertical ali�uneni changes r�quired hecause of existing utility or other conflicts by an appropriate ehange in pipe design depth. b. In no case shall pipe be instalted deeper than its desrgn allows. 3. Provisions for Tiu-ust a. Thrusts at bends, tees, plugs or other fit�ings shaIl be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed %r the restrained length of pipe within the casing. c. Restrained jaints, where required, shall be used for a sufiicient distance frort� each side of the bend, tee, plug, valve, or ot�er iiiting to resist �-ust which will be developed at the design pressure af the pipe. For the purpose of t1u ust the following shall apply: 1) Calculate valves as dead ends. 2} Design pressure sl�all be greater than the pressure elass nf the pipe or the internai pressure (P,}, whichever is greater. 3) Restrained joints shall consist of approved mechanical res47'ained or push- on restrained joints as listed in ihe City's Standard Products List as shown in Section O1 60 00. 4} Restrained PVC pipe is not allowed for pipe greater thau 12 inches. d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the folIowing: 1} Calculate the weight ofthe earth (W�) as the weight ofthe projected soil prism above the pipe, for unsaturaied soil conditions. 2) �oil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil der�sity to its buoyant weight for th� backiiil below the water table. a) Reduce the coeificient of friciion to 0.25. CITY OF FORT WORTTi 2018 Bond Year 2, Contract ] 3 STANDARll CONSTRUC7TON SPECIFICATIbN DO[:L)NIENTS City Project No- 10147b-1 Revised November ] 6, 2018 33 11 12 - 6 POLYVINYL GHLpRIDE (PVC) PRESSURE PIPE Page 6 oi 8 4. Joints a. Joints shall be gasket, bell and spigot and push-on type conforming to ASTM D3139. b. 5ince each pipe manufacturer has a difFerent design for push-on joints, gask�ts shall be part of a complete pipe section and purchased as such. c. Lubricant tnust be non-toxic and NSF approved for potable water applicatians. d. Push-On Restrained Joints shall only be as approved in the Standard Products List in Section 01 60 D0. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 2b. 2.3 ACCESSORIES [NOT U�ED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.l �NSTALLERS [NOT USED] ?.2 �X,.AI!"�INA'd'�'�1`� �1`�^� iTu'�I2, 3.3 PREPARATIQN [NOT USED� 3.4 INSTALLATION A. General 1. Install pipe, �'ittings, specials and appurtenances as specified herein, as specified in AWWA C6Q0, AWWA C60S, A'WWA M23 and in accordar�ce with the pipe rnanufacturer's recoznmendatinns. 2. Lay pipe to the Iines and grades as indicated in flae Drawings. 3. Excavate and back�ll trer�ches in accardance with Section 33 OS 10. 4. Embed PVC Fressure Pipe in accordance with Section 33 05 10. 5. Far instailation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each j oint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lift�ng de�ic�s that witl not damage the surface af the pipe for handliz�g �.e pipe. 3. At the close of each operating day: a. Keep the pipe clear� and free of debris, di�t, anir,nal� and �xash — during and after the laying op�ation. b. Effectively seal the apen end of the pipe �sing a gasketeci night cap. C. Joint Making 1. Mechanical Joints a. In aecordanca with Section 33 11 ll. CITY OF FORT WORTH 2D18 Bond Year 2, Contract 13 STA,NI]A�RD CONSTfLUCTION SPECIFFCAT'ION DOCUMENTS City ProjeG Na. 101475-1 RevisedNovember 16, 2�18 33 11 12 - 7 POLYVINYL CHLORIBE (PVC) PRE55URL� FIPE Page 7 of S 2. Push-on Joints a. Install Push-On joints as defined in AWWA C900. b. Wipe clean the gasket seat inside the bell of all exi�'aneaus matter. c. Place the gasket in the helI in the pasitian prescribed by the manufacturet. d. Apply a t.�in f lm of non-toxic vegetable soap lubricant ta the inside of the gasket and the outside of the spigat prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, re�nish the field cut to conform to AWWA C605. 3. Joint Defiection a. Deflect the pipe only when necessary to avoid obstructions, or to �neet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installaiion 1. S�e Section 33 OS 26. 3.� REPAIR/RESTORATION [NOT USED] 3.6 RE�INSTALLATION [NOT USED] 3.'� FIELD (oR] SITE QIIALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfectian, hydrostatic testing, and bacteriological testing of water mains: a. Ciean, flush, pig, disinfect, hydrostatic test and bacteriolagical test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Ciased Circuit Television {CCTV) Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 O1 31. 3.� SYSTEM STARTUP [NOT USED� 3.9 ADJUSTII�TG [1VOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTI�'ITIES (NOT USED] 3.1� PROTECTION [NOT USEDj 3.13 MAINTENANCE (NOT USED) 3.I4 ATTACHMENTS [NOT USED] �IiY pR PQRT WQRTH 20i 8 Bond Year 2, Coniract 13 STANDARD CON3TRUCTION SPECIFICATION DOCi Rv1ENT3 City Project No. f 01475-1 Revised November 16, 2018 331112-8 PdLYVINYL CHI.ORII)E (PVC) PRESSi3RL� PIPE Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3 — re�ised maximum joini deflection requirements 12/20/2012 D. Johnson 3.4.C.1 — Added reference to Ductile Tron Fitrings 3.4.D — Removed Ma�rker Ba�ls 7.1 Modified acaeptable range for specification from up to 24-inch to up to 36-inch Change Sec#ion 2.2 B. 5, from "The pipe material shall hc �VC, meeting the 4/1/2Q13 F. Griffin requirements of AS'F'M D17$4, with a cell classification of 1��4�#-E�. ' to 'The pape materia[ shall be PVC, xneeting the requiraments of ASTIvi D 1784, with a cell classification of I 245d� . All references to the use of C905 are no langer applicable and are cfeleted. 11/14/2018 D.V. Magana 1.3.A.4.c. — iJpdated to reflect C900 applicable on PVC pipe sizes 4" through 60". CITY OF FORT WQR'1`H 2O18 Bond Year 2, Contract 13 STANUARf] COh'STKUCTIflN SPECIFICATION DpCIJMENTS City Project No. 1 p14.75-1 Revised I�Far+ember 16, 2018 331210-1 WATER SERVICES 1-INCH TO 2-INCH Page 1 af 17 SECTION 33 1� 10 WATER SERVICES 1-INCH TO 2-INCH PART 1 - GENERAL 1.1 SUMMARY A. 5ection Includes: 1. Lead-free 1-inch to 2-inch water service lines from the water main io the right-of- way, fttings and water meter boxes complete in place, as shawn on the 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. Deviations from this City of Fart Worth Standard Speci�cation l. None. C. Products Installed but not Furnished Under this Section 1. Water meters for variaus sizes D. Related Speci�cation Sections inciude, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of ihe Contract 2. Division 1-- General Requ�-ements 3. Seciion 33 04 40 — Cleaning and Acceptance Testing af Water Mains 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Back�tl 5. Sectian 33 12 25 — Co�nection 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" eomplete in place from the tap of the main to the ins#allation of the meter box and associated appurtenances where the service line is instailed by open cut construction. b. Payment 1} The work perfornied and mate�als furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit pr:ice bid per each "Water Serviee" installed for: a} Various sizes c. The price bid shall include: 1} Furriishing and installing New Service Line as specified by the Drawings 2) Submitting praduct data 3) Tapping saddle 4) Carporation stop CITY pF FpRT WORTH 3TAN11A1�7 CONSTRUCTION 3PECIFTCATION DOCUMENTS 2018 Band Year 2, Contract 13 RevisedFehmary l4, 2D17 City Project No. iD14i5-1 33 12 10 - 2 WATSR SERVICES 1-INCH TO 2-INCH Page 2 of ]'1 5) G�.irb stop b) Fittings 7} Service line installed by apen cut S} Connection to �neter 9) Meter Box and Lid 10} Pavament rerr�oval ] 1) Excavation 12) Hauling 13) Disposal of excess mat�rial 14) S�rface Restoration associated with Meter Box installation and connectian, excIuding grass (seeding, sadding ar hydro-mulch paid separately) 15} Clean-up l�} Disinfectian 17} Testing 2. New Bared 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 installation of the meter box and associated appurtenances where the service line is installed by trenchless nnethod. b. Yayment �) The wor� performed and materials furnished in accordance with this Item and rneasured as provided und�r "Measurement" will be paid for at the unit price bid per each "Bored Water Setvice" iustalled for: a) Various sizes c. The price bid shall include: 1} Sub�nitting product data 2) Tapping saddle 3} Corporation stop 4) Curb stop 5) Fittings &) Service line insta�led by trench�ess rnethod 7) Cannection to metar 8) Meter Box and Lid 9} Pavement remaval 10) Excavation 11) Hauling 12} Disposal of excess material 13) Surface restoration associated with Meter Box installatian and connection, excluding grass (seeding, sodding or hydro-rnulch paid separately} 14) Clean-up I S) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement 1) Measurement for this Item sha11 be per eaci� Wat�r Meter SeFvice Reconnect camplete in place fi•om public ser�ice line connectian to private service line connection. cz� oF �aR�r wo�r� STANDA►ZD CONSTRUCTiON SPEGIFICATION DOCiIMENTS 2D18 Bond Year 2, Cnntract 13 Revised February 1�1, 2017 City ProjeCt iVo. 101475-1 33 12 i0 - 3 WATER S�RirICES 1-INCH T� 2-fNCI� Page 3 of 17 b c. Payment 1) The work performed in conjunction with relocation of the zzaetez', associated private service line, fttings and m�ter box S feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item wiIl he paid far at the unit price bid per each "Water Meter Service, Reconr�ection" installed for: a} Various size of services The price bid shall include: 1) Private service line 2) Fittings 3) Privaie connection ta water meter 4) Connection to existing private service line 5) Cut and cri.mp of exist�ng service 6} Removal and Disposal or Salvage of existin� 2-inch or smaller water meter, as directed by Cify 7) Pavement removal 8) Excavation 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of ineter box, excluding grass (seeding, sodding or hydro-rnulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 4. Private Water Service Relocation a. Measuremeni 1) Measurement for this Item shall be per linear fpat of Private Service relocation complete in place from the meter box to a connectian to the existi�� service line on private property. b. Payment 1) The wark performed in conjunction with Private Service Line installatio� where th� meier and meter boxes are moved more than 5 feet in any direction fror� centerline af existing meter location and materials furnished in accordance with the Item ar�d naeasured as pravided under "Measurement" wili be paid for at the unit price bid per linear foot of "P�ivate Water Service" performed for: a) Various service sizes c. The price bid shall include: 1) Obtaining appropriate permit 2) Obtaining Right of Ent-�y 3) Submitting product data 4) Frivate service line 5} Fittings 6) Backflow preventer, check valve, and isolation valve relocation, if appiicable 7) Connection to existing private service line 8} Pavement removal and replacement 9) Excavaiian CITY OF FORT WQR'I'F3 STANDARD CONSTRUCTION SPEC�'ICATiON DOGUMENTS 2018 Bond Year 2, Contract 13 Revised February 14, 20I7 City Projed No. 701475-1 331210-4 WATEIi SERVICES 1-[�CfI Td 2-INCH Page 4 of 17 10) Hauling 11) Disposal of excess material 12) Suxface restoration, excluding grass (seeding, sodding or hydro-mulch paid separately) 13) Clea�-up 14) Cleaning 1 S) Disinfection lb) Testing 1.3 REFERENCES A. De�nitions 1. New 5ervice a. InstalTation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2, New Service (Bored) a. Installatian af new 1-inch to 2-inch Water Service Line by trenckless constructian methvd from the water main to the right-of-way, incl�ding Cotpot'ati�n stop, rt�rb stop, fittings �n� r�v?ter meter boxPs complete in �1_ac�, as shawn on the Drawings. 3. Meter Service Recannectian a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet af the existing meter. 4. Private Service Relocat�on a. Relocation and reconnection of private service line behind the water meter where the existing �neter to be abandaned at�d the new met.�r installed is greater than 5 feet of the existing meier. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fit�ings and fixtures sha11 contain less than 0.25 percent lead in accordance with the reduc�ion of Lead in Drinking Water Act (P.L. 111-3 $Q). B. Reference Standards 1. Reference standards cite� in this �pecifieation refer ta the curre�t reference siandard published at the time of the latest revision daxe logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Inter�ational (ASTM): a. A48, Standard 5pecifica�ian far Gray Iron Castings. b. A536, Standard Speciiication far Ductiie Iron Castings. c. B8$, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper-Silican Alloy Rod, Bar and 5hapes. e. C131, Staxzdaz-d Specification for Resistance ta Degradatian of Small-Size Coarse Aggregate by Abrasion and Impact in the Las Angeles Machine. f. C1S0, Standard Specification for Portland Cement. CITY OF FORT WORTI� STANDARD COAISTRUCTIO�i SPECIE'ICATTON DOCUMENTS 2018 Bond Year 2, Contract 13 AevisedP.ehruary 14, 2017 City Prvject No. 101a75-9 33 i2 10 - 5 WATER 5EKVICES 1-IMCH TO 2-INCH Page S o F 17 g. C330, Standard Specification for Lightweight Aggregatcs for Stn�ctural Concrete. h. C$57 {RLj, Standard Practice for Minimum Strpct�ral Design Loading for Underground Precast Cancrete Utility Struct�tres i. D883, Standard Terminology Relating to Plasiics. j. DI693, Siandard Test Method for Environmental Stress-Cracking of �thylene Plastics 3. American Water Works Association (AWWAj: a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case. b. C$00, LTnderground Service Line Valves and Fittings. 4. NSF International (NSF): a. b 1, Drinking Water System Components - Health Effects. 5. Reduction of Lead in Drinking Water Act a. PubIic Law 111-380 (P.L. 111-380} 6. General Services Administration (GSA): a. RR-F-621E, �'rames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole 1.4 ADMINISTRAT�VE REQUIREMENTS A. ScheduIing 1. Provide advance notice far service inte�ruptions a�d meet requirements of Division 0 and Division 1. 1.5 SUBMiTTALS A. Submittals sha11 be in acc�rdance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUSNIITTALS/INFORMATIONAL SUBMITTALS 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 Test Reports 1. Prior to shipment of any Water Service components, the manufactt�'er shall subznit the following: a. A Certiiicate of Adeq�acy of Design stating that the components ta be furnished comply with all regulatory requirements identified in this Sectian including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 CTTY 4F FORT WORTH STANDARD CQI!#STRUCTION SPEC�FICATION DOCiIMENTS 2018 Bond Year 2, Contract 13 Revised Fehruary 14, 2017 City Projecl No. 101475-1 33121U-6 WATER SERVICES 3-INCH T� 2-INCH Page 6 of 17 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAiI�ITENANCE MATERiAL SUBMITTAL5 [NOT USED] 1.9 QUALITY ASSURANCE A. Qualiiiea�ions �. Man�facturers a. Water Service� shall meet or exce�d the latest revisions of AWWA C800, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Siorage and Handling Requirements 1. Pro#ect all parts such that no damage or deferioratian will occur d�ring a prolanged delay from the time of shipment until installation is campleted and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolanged period at the site. 3. Prevent plastic and similar brittle items from beir�g directly exposed to sunlight ar extremes in ternperature. 4. Secure and maintain a location to siore t�e material in accordance with Section 01 6b 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART � - PRODUCTS 2,1 OWNER FURNISHED PRODUCTS A, Water meters for various sizes 2.2 EQUIPMENT, PR�DUCT TYPES, AND MATERIALS A. Manufacturers l. Only the manufacturers as listed on ihe Ciry's Standard Products Lisi will be considered as shown in Section O1 60 00. a. The �anufacturer must comply with this Speca£'icatiox► and related Sections. 2. Any product that is nat Iisted an the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. The Water Services and appurtenances shall be new and the produci of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements CITY OF FORT WORTH STANDARD CONSTTiUCT1d1V SPECIFICATI03Y DOCLiMEIVTS 2018 Band Year 2, Contract 13 Revised February ]4, 2417 City Project No_ 101475-1 33121D-7 WATER S�RVIC�5 1-TNCH Td 2-TNCii Page 7 of 17 a. All materials shall conform ta the Reducnan of Lead in Drinking Water Act {P.L. 111-380). This Act de%nes "Lead-free" f4r pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the laYest revisions of AWWA C800 and shall meet or exceed the requirements af this Speci�cation. c. All Water Services components in canta.ct witti potable water shall canform to the requirements of NSF 61. C. Materials/Design Criteria 1. Service Lines a. Frovide Type K Copper Tubing per ASTM B88_ b. Furnish in the annealed conditions, unless otherwise specifie� in the Contract Documenis. 2. Serviee Couplings a. Fitting Ends 1) FIared Copper Tubing with thread dimensions per AWWA C800 2) Pravide coupling nuts witli a machined bearing skirt of a length equal to the fubing outer diarneter {O.D.). b. Provide with hexagonal wx'ertch grip compatible witli the coupling size. c. Provide lead-free service cauplings in accordance with the Reduction of Lead in Drinking Water Act. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2} Flugs 3} D washers 4) Bottom nuts b. Machining and �inishing of Surfaces 1) Provide 1 3/a inch per foot or 0.1458 inch per inch f 0.007 inch per inch taper of the seating sur�aces fox the key and bady. 2} Reduce large end of the tapered surface of the lcey in dzameter by chamfer or t�tning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the smaIl end. 4) Exiencl small end of ihe key ihere-through to prevent the wearing of a shoulder and facilitate proper seating of key. Sj Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall noi fracture. 6) Design nut and stem io withsfiand a turning force on the nut of at Ieast 3 times the �ecessary �f%rt to properly seat the key without failure in any manner. '7) Port through corporatian stop shall be fiilI size to eliminate turbulence in the flow way. 8} Design stop for rotation about the axis of the flaw passageway inside ihe follawing minimum circles in arder to properly cIear the tapping machine: a} Two 7/8-inch far 1-inc� corporation stops b) Four 15/16-inch for 1%z -inch and 2-inch co�tpoxation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. CITY OF FOR'F WOR1'H STANDARD CpTIS'I'RUGTI�N SPECTFICATiON DOCiIMENTS 2018 Bond Year 2, Gontract 13 Revised February I4, 20I7 City Project No_ 101475-1 3312t4-S WATBR SERVICE� 1-INCH TO 2-INCH Page 8 of 17 4. C�rb Stops a. Provide brass castings per AWWA C800. b. Vaive plugs shall be: 1) Cylinder type 2) Plug iype, or 3) Ball type c. Incorporate full flow porting. d. Pror�ide for fu11360 degree plug rotation clockwise or counter-clockwise. e. �verall Length 1) 3-5/16 inch ± X/8 inch for 1-inch diameter 2) 4-U32 inch ± 9.32 for 1-inch diameter £ Cylindrical Plug Type 1) Provide O-ring seal at top and battom, a) O-ring at tap only is acceptable if bvtto�n of curb stop body is closed. 2) Seals shall be Buna N. 3} 1 O-ring seal shall surround the outlet port af the curb stop and act to effectively seaI in the ciosed position. 4) The port in the plug shall provide a straight througla, fiYl1 size flow way, so shaped as ta eliminate turbulence. S) All waterways shali be smooth and free af burrs or rough areas. v`} uesig�, tla� cu�l� sto� to y�r�vide ease aiid accu-racy of o�e�•aiia�i azi�i �osiiive shut-off of water. g. Tapered Plug Type 1) Provide O-ring seal at tap and bottam. 2) The tapered piug and cylindrical recess in the valve body sha11 be machined to match within approved manufacturing tolerances. 3} inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shape� seal rings backed with O-rings. 4) The port in the plug sl�all provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) AIl waterways shall be smooth and free of burrs or rou�h areas. 6) Design the curb stop to provide ease and accuracy a£ operat�ion and posi�ive shut-off af water. h. Bail Plug Type i) Pro�ide double O-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the vaive body a� the inlet a�d outlet ports. 3) The balt shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smonth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance vv�th the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C84Q i�. Provide lead-free straight adapters in accardance with the Reduction oi Lead in Drinking Water Act. 6. Three Fart Capper Unions G1TX OF FQRT WORTH STANDARD CONSTAUCTION SPECIFICATION DOGUMENTS 2018 Bond Year 2, Contract 13 Aevised Febmary 14, 2617 City Project No. 1 D1475-1 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 17 a. Brass castings and threads per AWWA C800 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinlcing Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C70Q c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of ineter nut. e. Machine inside and outside af tailpiece. f. Provide lead-free Straight Meter Cauplings in accordance with the Reduction of Lead in Drinking Water Act. $. Branch Connections a. Brass castings per AW WA C800 b. Inlet and outIet connections per AWWA C800 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. 5ervice Saddles a. Castings 1) Brass or Ny1on coated ductile iron castings per A'W WA C800 2) Free of porosity with sharp edges remaved 3) Saddie aj Form to �t firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 4) Ou�let a) Design oUtlet boss for no thread distortion by bending moments. bj Tapped for taper threaded corporation stop conforming to AWWA C8Q0. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water rnain. 3) ShaII be double straps 4) Rod diameter not less than 5/8 inch fIattened to 1 inch on one side. 5) Straps sha11 he threaded 5/8 inch {ll-NG2A) far a distance such that %a inch remains after clamp is fully tightened an the pipe. 6) Chamfer strap ends to proteet the stariing t�reads. 7} The threads shat� be full and free from shear. 8) 4-inch and �ax'ger pipe shall be in accordance with Section 33 12 25. c. Nuts ]) Bronae material a) Same material as straps 2) Di�nensions equal to or larger than �eavy 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 Angle Valve a. For 1%z-inch and 2-inch services b. Brass castings per AWWA CS00 CTTY O�' FORT WORTH STANDARD CpTISTRUGTION SPECIFIGATIpiV DOCCTMENTS 2018 Bond Year 2, Contract 93 Re�isedFebruary 14, 2017 City Project �io. 901475-i 33 12 10 - 10 WATER SERVICES 1-INCH TO 2-]NCH Page 7� of 17 c. Val�e Body with integral ouY�et flange and inlet wranching flat d. Fit together �cey and body by turning key and reaming body 1) Key with O-ring seal seat at the upper enc� 2) Lap key and body seat are to canfarm ta corpora�on stap requirements of this Specificaiion. 3) The outlet flange sha11 contain an O-ring seat or a unifarm flat drop-in flange gasket surface. 4) Drop-in �lange gasket surface shall contain gasket retaining grooves milled circular abaut the axis of tI�e flange. 5) The size of Y�e outlet flange and the diameter and spacing of the bolt holes s�all conform to AWWA C700. b} The flange on 2-inch angle �alves shall be double drilled to permit connection to 1 %z -inch meters. 7} The inlet parti of the valve shall be tapered to corEform ta AWWA C800 taper pipe thread. $} The key cap shall includ� a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C84b b} 4-ring seaI on the top af the key between the key and body seat c) �ey cap sha11 complete fhe assemb�y by attaching ta the key by ���ea�1s of a strong bro�e pin with phosphor bronze spring washer{s) depressed betvveen the key cap and the tap of the valve mair� hody. d} Pravide with padlock wings for locking the valve in �he elased positian. e) There sha11 be a uniform appiication of cold water valve gr�as� between the body and the key. fl The valve shaI1 be capable of being easily opened and stappi�g lugs. g) The waterway through the valve shall be smooth and rounded for mini�um pressure loss, and shall be free of burrs or fms. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended gurpose. i) Provide with either a high quality rubber drop-in gasket or an O-ring seai depending on the manufacturer's flang� seal surface design choice. e. Pm�ide lead-free brass flanged angle vaives ir� accordance wiih the Reduction of Lead in Drinking Water Act. I 1. Meter Boxes shail: a. Be constructed of: 1} Polymer, black polyethylene material as defined in ASTM D$83. a) Minimum wall thickness of 318-inch throughout with no blowing agents or foaming plastics b) Body sl�all be black thzougi�out, bl�nded at the time of rnanufacture, and sl�all have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Doc�unentation. c) Have a tensile strength greater than 1740 �ounds per square inch (psi). d) Smoath edges and corners and be free frorn sharp edges so the unit can be handled safely without gloves. e} Exterior free from seams or pat-�ing lines. f} Have crush resistant ribbing alang the outside of the box. CITY pF FORT WQRTI� STAATDAAD CONSTRUCTION SPECIFICATIO7V BOCUMENTS 2pi $ Bond Year 2, Con#ract 13 RevisedFebruary 14, 2037 City Project No. 1 D'[475-1 33121G-I1 WATEIi SERVICES I-INCH TO 2-iNCH Page 11 of 17 b. c. d. e. g 3) Concreie a) Size: working area not less tt�an 15-inches x 18-inches, 12 inches high g) Have a flange around the lid opening ta help prevent settling and aide in adjustment to grade. h} Nat io be installed in roadway — designed to withstand loading in non- deliberate and incidental traffic only. 2) Conceete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance wit� ASTM C150, portioned with Iightweight aggregate, in accorda�ce with ASTM C33� (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,d00 psi Be able ta withstand a minimurn 15,000 pounds vertical load Withstand a minimum 400 pounds sidewall load. Ha�e pipe hales measurir�g a�ninimum of 2-1I2" x 3-1/4". 1-inc� Standard Meter Box (Class A} 1} For use wiY.� services utilizir�g 5/8-inch x 3/a-inch, 3/a-inch or 1-inch meter Single or Dual service rnete�r. 2) Polymer a} Size: working af not less than 10 inehes x 16 inches, 12 inches high 3) Concrete a) Size: working area not less than i0-inches x 16-inches, 12 inches high 2-inch Standard Meter Box {Class C) 1) For use with services uiilizing 1-1/2-inch or 2-inch Single servica meter. 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Cancrete a} Size: working area not less than 15-inches x 26-�/2-inches, i2 inches high Bullhead Standard Meter Box (Class B) 1) For use with services utilizing two 5/8-inch x 3/4-inch ar 3/a-inch ar 1-inch Singie service meter. 2} Polymer a) Size: worldng area not less than l5-inches x I8-inches, 1Z inches high 12. Meter Bax Lid a. Meter Box Lids Shall: 1) Be solid thraughout with reinforcing ribs. 2) Have City af Fart Worth `Mol1y' logo moided into the lid. 3) Bear the Manufacturer's IS (name or logo) and Country of Origin. 4} Be designed both with and without AMI receptacles 5) Have a molded tread�plate 6) 5eat securely and evenly inside the m�ter box and shall npt overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tpol. 8) Have Automated Meter Infrastructure (AM� snap iocking slide mounts foz� number of ineters/endpoints associated with �neter bax 9) Have an opening to accept the AMI end-point. Opening shall accommodate an endpoint with a 1-7/8 inehes diameter. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIOI+i I}OCUIVIEE�ITS Revised February 1�4, 2017 2D18 Bond Year 2, Contract 13 Ciiy Praject Mo. i0i475 1 33 12 l0 - l2 WATER SERVICES 1-iNCH TO 2-INCH Page 12 of 17 20) Have recessed AMI end point area, to alleviate a trip hazard, centered aver AMI slide mount. Recess area shauld be 4-1/2 inches in diameter and 3/8" de�p. 11) Haue built-in anti-flotation devices. b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification, 2} Shall withs.tand a minimt�m vertical load of 15,000 pounds 3) Coat castings urith a bituminous emulsified a�pl�alt uz�less otherwise specified in the Contract Dacuments, ground smooth, and cleaned witk� shot blasting, ta get a�nifarm quality free fram strength defects and distortions. 4) Dimensions sha11 be within industry standards of �1/1fi incl� per foat. 5) Shall have a plug inserted in ta the AMI receptacle ta avoid water entering thraugh opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches �ick at reinforeing ribs. 7) Casting weights may vary t5 percent fram drawing weight per industry standards. c. Plastic(Cornposite) 1) The lid shall : a) Cor�s'irucieu of Erigineerec� Plas�ic as d�i�nea in ASTlvI D8�3 {1} Have a maided recycled emblem with a minimum of 50 percent Past Consumer Recycled and 50 percent Post lndustriaU Pre Consumer Recycled Content- verified with a Leed Product Documenia�ion. {2} Be designed to iit a concr�te ba�cast iron box in retrofit installatiot�s. {3) Have a tensile strength greater than 170fl psi. {4) Have a`lcnock-out" plug ta accept Yhe AMI end- point. Knock-out diameter shall be 1-7/8 inch diameter. A removable plug rnay be substituted for ihe knoek-aut plug. {5} Be constructed out af a composite material blend for maximum durability and carrosion resistance. {6) Be black througho�t with no blowing agents or %aming plast�cs (7} Smooth edges and carners and be free from sharp edges so the unit can be handied safely wit�out gioves. {$) Exterior free from seams or pa�rting lines. (9) Ha�e a rnolded tread-pattern- tread dimensions shall be .18$-inch x .938-inch x .150-inch deep. (10) Have "City of Fort Worth" molded into the lid. (11) Have "Water Meter" malded into the lid- Fant sha11 be standard Fadal CNC font with 1-inch characters x.�50-inch deep. (12} Have a molded pick hole poeket- ciimensions shall be 3-inch x 9/16-inch x Thru Hole with �/16-inch 304 stainless steel rod. (13} Have 2 pieces af %z-inch rebar lacated in Iid pockets for locaiability as shown in Drawings. (14) Have location capability using metal detector. b) Domestic Manufacture Only-Made in U5A molded on Lid. c) Nat to be installed in roadway or parking area CITY OF FpRT WORTH STANDARD CONSTTtUCT10N SPECIFICATION DOC'UMEIV"E'S 2018 Bond Year 2, Conlracl 13 ]Zevised Fe6ruary 14, 2fl 17 Gity Projeci No. 101475-1 33 i2 io- i3 WATER SERVICES 1-INCH Tp 2-INGH Page 13 of 17 d) Be designed to withstand H-1Q loading for nan-deliberate and incidental firaffic only as . e} Have ultraviolef protec�ian. 2) 1-inch Standard P�astic Meter Box Lid (Class A) a) For use vvith services utilizing 5/8-inch x 3/a-inch, 3/4-inch or 1-incl� meter Single or Dual service �neter. b} Size: 11-7/8-incl� x 17-'7/8-inch, 1-i/2 inches high c} Far use with Class A Standard Meter Box. d) Polymer lid shall seat evenly itaside rneter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid (Class C) a) For use with services utilizing 1-1/2-inch ar 2-inch Single service meter. b) Size 27-inches x 15-1/4-inches, �-7/8 inches high c) For use with Class C Standard Meier Box. d) Polymer lid shali seat evenly inside meter box and shall not overlap the �op edge of the meter box. 4) Bullhead Standard Plastic Meter Bax Lid (Class B) a) �'ar use with services u�ilizing two 5/8-inch x 3/4-inch or 3/4-inch or l- inch Single service meter: b} Size: 16-5/8-inch x l�5/$-inch, 1-3/4 inches high c} For use witt� Class B Standard M�ter Box. d) Polymer lid shall seat evenly inside xneter box and shaI� not oeerlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip 1�/z-inch and 2-inch Water Services with a harizontal check valve, with pipe plug, only if specified in the Drawings. h. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to pravide an addiiional horizontal check valve. e. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certiiication records show�ng canformance of materiais, design and testing to these 5pecificaiions. 2. The test procedures shall conform to AWWA CS00. a. In the event that a chosen valve fails the City's hydrostatic test, the cast af the test shall be at the expense of the supplier. b. Proof testing oi the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests wfll be the basis of acceptance or rejection af the remair�der of the shipment by the City. CITY dF �ORT WORTH STAND.ARD CONSTRUCTION SPECIFICATION DOCUMENTS �p� g�ond Year 2, Contract i 3 Aevised Febraary L4, 2017 City Project No. 101475-1 33 i2 �a- ia WATER SERVICES 1-INCH TO 2-7NCH Page 14 of 17 3. The City reserves the right to select products at random for testing. The failure of materials to canform to the applicable Specification may result in the rejection of the ent�re shipment. B. Marking 1. Service saddie castings shall be clearly marked by le�ters and numerals cast thereon showing: a. Manufacturer's name b. Type e. Size of Pipe PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations an the outlet side of the service meter. 3.2 EXAMTNATION �NOT USED] 3.3 PRE�'ARATION [NOT USED] 3:Q ?�ST�LL�T�rnN A. General 1. Tnstall Water Services and appurtenances in accordance wi�h AW WA C$Oa. 2. Install Water Service Lines 5 feet north or east of center of lot front�.ge an lots 75 feet or wider, or where shown on Drawings. 3. install Water Service Lines on 10� center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a�ninimum. dept� of 36 inches below �nal grade/proposed top of curb, unless otherwise specified in the Cont�'act Documents. S. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing 3/4-inch Service Lines with 1-inch nev;� Service Line, tap, a�d corporatian. 7. Install replaced or relocated services v,�th the service main tap and service line being in line with the service ineter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with 5ection 33 d5 10_ B. Handling 1. Haul and distribute Service Lines fittings at the proj ect site and handle with care ta avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lor�ering into the t�ench. b. Do not handle the pipe in such a way t:kaat will damage the pipe. 2. At the ciose of each operating day; a. Keep t�e pipe clean and &ee of debris, dirt, aniinals and trash — during and after the laying operatian. b. Effecnvely seal the open end of the pipe using a gasketed night cap. CITY OF FOIL'I' W O1tTH STANDARD CO�TSTRUCTI03�I SPECIFIGATIdN DOCUMENT$ 2018 Bond Year 2, Cor�tract 13 Revised February 14, 2p17 City Prnjeci No. 101475-1 33 12 10 - 15 WATER SERVIC�S 1-INCH T02-11�'CfI Page 15 of 17 C_ Service Lit�e Installation 1. Service Taps a. Only ductile iron pipe znay be directly tapged. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, ar as specified by the Engineer. c. Perform taps on a water system that is either uncharged ar under pressure. d. Taps consist of 1) For Concrete Pressure Pipe or Steel �'ipe a) Standard internal pipe tktz'eaded holes in the pipe watls {1) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. (3) Provide flange autlet with flange to thread insulator adaptar kits for 4-inch and larger taps. 2) Other pipe materials a} Bronze serv�ce clamp with a sealed, threaded pork through which the pipe wall is drilled to complete a service port e. Tap Assemb�ies 1} Consist of corporatian stop with iran to copper connectian attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shawn on the Drawings, or as directed hy the Engineer. d) When required, shall be included in the unii price bid for installing gate valve. 2) Chlarination and testing purposes a) No separate payment will be made far ta.ps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in aecordance with City Details. b. Install rz�.eter box in accordance with City Details. 1) Adjustment ofthe Service Liz�e to proper meter placement height shall be cansidered as park of the Meter Box insiallation. 3. Trenching a. Provide a trench width sufficientiy wide to allow for 2 inches of granular embedment on either side of the 5ervice Line. 4. Bored Services a. Services shal� he bored utilizi�g a pilot hple having a dianxeter'/2 inch io 3/a inches larger than ihe Service Line. 5. Arrangement a. Arra�ge corporation stops, branches, curb staps, meter spuds, meter boxes and other associate appurtenanees as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed im�nediately subsequent to service instailation: 1) Mark Curb Stop wit3� a strip of blue vinyl tape fastened to the end af the service and exiending through the backfill approxi�nately 6 inches abave graund ai tlte Meter Box Iocation. b. Installation af service taps oniy: CI1`Y OF FDRT WORTH STAi+IpARD CONSTRUC'�ION SFECIFICATION l?OCUMENTS 20i8 6onc! Year 2, ConFracf 13 Revised February 14, 2017 Gity Project No_ 1U1475-1 33 12 10 - 16 WATER SERVICES I-IlVCH TQ 2-INCH Page ] 6 oi 17 1) Attach service marker tape to the corporation stop or plug and extend upward and normal tfl the main through the backfill at t�e adjacant trench edge to at leas� b inches above ground to flag the tap location. 7. Corporation s�ops a. Fully open corporation stop prior to backiill. D. Removai of Existing Water Meters 1. Remo�ve, tag and callect existing Water Se�rvice meter for pickup by the City for reconditianing or replacement. 2. After installat�on of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 3. Reset the meter box as necessary to be flush r�ritb e�isting ground or as otherwise directed by the City. 4. All s�xch work on the outlet side of the service meter shall be perfarmed by a licensed plumber. 3.S REPAIR / RESTORATION �NOT USED] 3.b RE-INSTALLATION jNOT USED] 3.'� FIELD [ox1 SITE pUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Se�vice installation far l�aks and fu11 flow through the curh stop at the time the main is tested in accordance with Sectian 33 04 40. 3.8 SYSTEM STARTUP [NOT U$ED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING �NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED� 312 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OP FORT WOItTH STANDAILD CONS`I'Ti�EJCTION 3PECIFICATi�1� DOC:UNiENTS 201 B Bond Year 2, Coniract 13 Ttevised February [ 4, 2017 Ci�y Praject No. i 01475-1 33 12 10 - 17 WATER SERVICES 1-IAICH Tp 2-IIVCH Page 17 of 17 Revision Log DATE NAME SUMMARY OF CHANGE Added Blue Text for clarifieatio� 1.2 A. — Revision to items included in price bid Specification modified to be in accordance with the Red�etion of Lead in Drinking 12/20/2012 D. Johnson Watez Act — All xnaterials shall be lead free in accordance with this Act. 1.2.A3 — Water Meter Service Retocate was renamed Water Meter Service Recon�ect I.S.B. — added certification submittals for compliance with regulatory requirements Added the phrase `, including grass' to lines; Fart 1, 1.2.A.1.c.14, Partl, I.2.A.2.c.13, Part 1, 1.2.A.2.c.13, PaR 1,1.2.A3.c.1 I, 2/13/2Q13 F. Griffin Parti, 1.2.A.4.c.11 Added the phrase `and replacement' to line Part 1,1.2.A.4.c.7 Revised lines with `including grass' replacing with `excluding grass (seeding, 4/26/2a13 F, �,��� sodding or hydromulching paid separately)' Includecf in Part 1, 1.2, 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 b/19/2013 D. .tohnson �•�•A.4.c -- Addition of private water service appurtenances relocation to baing included in the linear foot rice of rivate water services 11/21/241 b W. Norwaod Reqe�ire rneter box suitable for AMI meter. 2.2,C, I 1& 2.2,C,12 11/21/,2016 W. Norwood Require service saddle with double st�raps. 2.2,C,9,b 2/1 �4/17 W. Norwood 2.2, C, 9.a.3 Remove table "Fit Contour of pipe..." 2114/1'1 W. Norwaad �.4, C, l.d.(2) Remave nylon sleeve inserts, reqvire ce threads. GITY OF FORT WORTH STANDARD CONSTRUCTiON SPECiFICATI07� BOCUMENTS 2D18 Bond Year 2, Contract 13 Revised Fehruary 14, 2017 City Project No. 1 Di a75-i 331220-1 RESILIENT SEATED (WEDGE) GAT$ VALVE Page 1 of 10 1 2 SECTION 3312 20 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resiiient 5eated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains S a. 24-inch and larger valves may require an integral bypass 9 2. Gate valves larger than 24-inches may he approved by ihe City on a case-by-case 10 basis. ] 1 B. Deviations from this City of Fort Worth Standard Specifieation 12 1. None. 13 14 i5 16 i7 l8 19 1.2 20 21 22 23 24 25 26 27 28 24 30 31 32 33 34 3� 36 37 38 39 C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0— Bidding Requirements, Contract Forms, and Canditions of tlae Contract 2. Division 1— General Reqeurements 3. Section 33 11 OS — Bolts, Nuts, and Gaskets 4. Sectian 33 11 10 — Ductile Iron Pipe PRICE AND PAYMENT PROCEDURES A. Measureznent and Payznent 1. Gate Valve a. Measuremen# 1) Measurement for this Item sha11 be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Gate Valve" installed for: a) Various sizes c. The price bid shall include: I) Furaishing and installing Gate VaIves with connections as specified in the Drawings 2) Valve bax 3) �xtension 4) Extensions for valves �n vaults 5) Valve vault and appurtenanees (for 16-inch and �arger gate valves) 6j Petrolatum tape for connections to steel flanges 7) 2-inch risers (%r 16-inch and larger gate valves} 8) Isalation kits when installed with flanged connections 9} Palyethylene encasennent CITY OF FQRT WpR'I'I� STANDARD CONST12lIC`I'ION SPECTFICATION DOCUMENTS 2018 Bond Year 2, Contract ] 3 Revised December 20, 2012 City Project No. 101 A75-i 33 i220-2 AESII,IENT SEA'I'ED (WLDGE) GATE VALV� Page 2 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 i7 18 19 aa 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3S 34 4Q 41 42 2 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) �urnishing, placement and compaction of embedment l5) Furnishing, placexnent and compaction of backfill 1b} Clean-up 17} Cleaning 1$) Disinfection 19} Testing C�.it-in Gate Valve a. Measurement 1) Measurement �or this Item shall be per each. b. Payment I) The work performed and the materials furnished in accardance 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 cannections as specified in the Drawings 2} System dewatering 3} Connections to existing pipe materials 4) Valve box 5) Extension 6} Extensions far valves in vaults "1) Valve vauit and appurtenances (far 16-inch and larger gate valr+es) S) Pefrolaturn tap� for connections to steel flanges 9) 2-inch risers {fqr 16-inch and larger gate val�es} 10} Isalanon kits when installed with flanged connections 11} Valve vault and appurtenances (for J 6-inch and larger gate valves) 12) PoIyethylene encasement 13} Pa�ement rema�al 14} Excavation 15} Hauling �6} Dispas�I afexcess material 17) �'urnzshing, plac�m�nt ar�d compaction of embedtnent 1 S) Furnishing, placement and compaction of backfill 19) Clean-up 20) Cleaning 21) Disinfection 22j Testing 43 1.3 REFERENCES 44 A. Ahbre�iaiions and Acronyms 45 1. NRS — Nan Rising Stem 4b 2. OS&Y — Outside Screw and Yoke C1TY OF FpRT WORTH STANTIATtD C4N5TRUCTION SPECIFICATION DOCUMENTS 2018 Bond Year 2, Contract 13 Re�ised Decembee 20, 2012 City Project No. 101475-1 331220-3 RLSILIENT SEATEd (WEDGE) GATB VAL.VE Page 3 of 14 2 3 4 5 6 7 8 9 1Q I1 12 13 14 IS 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 B. Reference Standards 1. Reference standards cited in this Specification refer to the current z'e�erence standard published at the time af the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway an�. Transportatipn Off'xcials (A.ASHTO). 3. American Society af Mechanical Engineers (ASME): a. B16.1, Gray Tron Pipe Ftanges and Flanged Fittings {Classes 25, ]25, and 2S0). 4. American Iron and Steel Insiitute {AISI). 5. ASTM In�ernational (ASTM}: a. A48, Standard Specification for Gray Iron Castings. b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Balts and Studs, 60,000 psf Tensile Strength. d. AS36, Standard Speci�cation for Ductile Iron Castings. e. B117, Standard Practice for Operating Sa1t Spray {Fog) Apparatus. f. B633, Standard Specification for Electz-odeposited Coatings of Zinc on Iron and Steel. 6. American Water Works Association (AWWA}: a. C509, Resilient-Seated Gate Valves for Water Supply Service. b. C515, Reduced-Wa11, Resilient-5eated Gate Valves for Water Suppty Service. c. C550, Protective I�ierior CQatings for Valves and Hydrants. d. C90U, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 121N, for Water Transmission and Distribution. 7. American Water Works Association/Axt�erica�t National Standards Institute (AW WA/ANSI): a. C10S/A21.5, Polyethylene Encasement for Ductile-Iron Pipa Systems. b. C111/A21.1 l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. c. C115/A21.15, Flanged Ductile-Iran Pipe with Ductile-Iron ar Gray-Iron Thr�aded Flanges. 8. NSF International (NSFj: a. 61, Drrnking Water System Components - Health Effects. 33 1.4 ADMJNX�TRATIVE REQUIREMENTS [NOT USED) 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordanee with Section O1 33 00. 3b B. All submittals shall be appravec€ by the City pt-ior io delivery. 37 1.6 ACTION SUBM�TTALS/TNFORMATIONAL SUBMITTALS 38 39 40 41 42 A. Product Data 1. Resilient Seated (Wedge) Gate Valve no�ng tlae pressure rating and coating system supplied, incIuding: a. Dimensions, weights, materiai list, and detailed drawings b. 3oin� type CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPEGIFICATIOT[ DOG1Jl1aEN"I'S 2Ut B 8ond Year 2, Con�rac� 13 Revised Decembcr 20, 2012 City Project No. 1 D 1475-1 33 12 20 - 4 RESILIETiT SEATED (WEDGE) GATE VALVE Page 4 of 10 1 c. Maximum torque recommended by the manufacturer for the valve size 2 2. Foiyethylene encasemeni and tape 3 a. Whether the film is Iinear lflw density or high density cross linked pol}rethylene 4 b. The thiclaiess of the film provided 5 3. 'I'hrust Restraini, if required by contract Docutnents 6 a. Retainer glands 7 b, Thrust harnesses S c. Any other rr►eans 9 4. Instructions for field repair of fusion bonded �poxy coating 10 5. Gaskets 11 12 13 1� l5 16 17 18 19 2a 21 22 23 B. Certificates 1. Furnish an affdavit certifyisig that all Resilient Seated (Wedge) Gate Valves meet the provisions of this Section, each valve meets Specifications, all inspections have been made and that aIi tests ha�e been performed in accordance with AWWA C509 or AWWA C51 S. 2. Furnish a certificate stating that buried botts and nuts canform ta ASTM B117. 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five years experience manufacturing Resilient Seated Ciate Va1�es a#�similar service and size with experience recard. 4. Furnish affidavit that Resilient Seated (Wedge} Gate Valve manufacturer owns or controls any foreign factory/foundry that suppties valve casings and can cexkiiy that the Resilient Seated {Wedge) Gate Val�e manufachu�er is in control af quality control at the foreign factory/foundry. 24 �..i CLOSEOUT SUBMITTALS [NOT USED] 25 1.$ MAINTENANCE MATERIAL SUBMITTALS �NOT USED] 26 1.9 QUALITY ASSURANCE 27 A. Quali�cations 28 i. Manufacturers 29 a. Valves 16-inch and larger shall be t1�e product af 1 manufaciw'er for each 30 project. 31 1) Change arders, specials and field changes may be provided by a different 32 manufacturer upon City approval. 33 b. �'or valves less than 16-inch, valves nf each size shall be the product of 1 34 rnat�ufacturer, un�ess approved by the City. 35 1} Change arders, specials and field c3�anges may be provided by a different 36 manufacturer upon City approval. 37 c. Valves sha11 meet ar exceed AWWA C5�9 or AWWA C515. 38 d. For valves equipped with a hypass, the bypass valve m�st be of tl�e same 39 manufacturer as the main valve. 40 e. Resilient Seated Gate Valves shall be xzew. GI'1'I' OF FORT` WORTH STANDARD CONSTRUCTIOAI SPL<CIFICATI03Y DOCiJMENTS 2D18 Bnnd Year 2, Contract 13 Revised December 20, 2012 City Project No_ 101476-1 33 12 20 - 5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of l0 i 2 3 4 S 6 7 8 9 10 11 f. �• Resilieni Seated Gate Valve Manufacturer shall nat have less than 5 years of successfial experience manufacturing of Resilient Seated Gate Valves of sitnilar service and size, and indicated or dernonstrate an experience record that is saiisfactory to the Engineer and City. This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and bypass; t�at are not manufactured within the United States of America, shaIl be man�zfactured by factories/foundries ihat are owned or controlled {partial ownership) such that the Resilient Seated Gate Valve Manufacturer can eontrol axad guarantee quality at the foreign factory/foundry. 12 13 14 15 16 17 18 14 2� 21 22 23 24 zs f►�7 110 DEL�VERY, STORAGE, AND HANDLING A. Starage and Handling Req�irements 1. Protect all parts sa that no damage or deterioration will occur during a prolonged delay from the time of ship�ent unt�l installation zs compieted and the uniis and equipment are ready far aperation. 2. Protect alt equipment and parts againsi any damage during a prolonged period at fi�e siie. 3. Proteci the �inished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereio. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plasiic and similar brittle items from being directly exposed to sunlight or e�trenc�es in temperature. 6. Secure and inaintain a lacation to store the material in accorda�ce with Section 01 s6 ao. 2.11 FIELD (SITE) COND�TIONS jNOT USEDj 27 1.12 WARRANTY 28 A. Manufacturer Warranty 29 1. Mar�uiacturer's Warranty shall be in accordance with Divisian 1. 30 PART � - PRODUCTS 31 �.1 OWNER-FURNISHED [oR] OWNER SUPPLIED PRQDUCTS [NOT USED] 32 33 34 35 36 37 38 �.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the rnanufacturers as listed on the Ciiy's Standard Praducts I.ist will be considered as shown in Section O1 60 00. a. The manufacturer must comply with thfs Specifica#ion and reiated Sectfons. 2. Any product that is not listed on the 5tan�ard Products List is cansidered a substitu�ion and shall be submitted in accordanee with Section 01 25 00. CITY OF FORT WORTI� STANDARD CONSTRUCTION SPECIFICATION DOCI.TMENTS 2p18 Bond Year 2, Coniraci 13 Revised December 20, 2012 City Projeet No. 1 Di 475-1 331220-6 RESILIENT SEATEI} (WEDGE) GATE VALVE Fage fi of 10 B. �3�SCr1�JtlOri 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 zs 26 27 28 29 3b 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4b 1. Regulatory Requirements a. Valves shall be new and rneet ox exceed AWWA C509 or AW WA C515 and shall meet ar exeeed the requsrements of this Speciiication. b. All �alve components in contact with potable water shall conform ta the requirerrfents of NSF 61. C. Materials 1. Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance withAWWA/ANSI C115/A21.15. c. Meehanical Joints: Furriish with outlets which conform to AWWA/ANSI C111/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimutn S mils, tzieet�ng AWWA C550 r�quirements e. Buried va]ves: Pravide with polyethylene encasement in accordance with AWWAIANSI CIUS/A21.5. 1} �olyethylene encasement: Furnish in accordance with Section 33 i 1 la. 2. Wedge (Gate} a. Resilient wedge: rated at 250 psig cold water working pressure b. The wedge {gaie) for all vaive sizes shall be 1 piece, fiilly encapsulated with a permanently bonded EPDM rubber. 3. Bypass a. For gate valves ��ing a da�ble zoller, �arack and scrapper system, an integrally cast bypass on the body of the valve is required_ 1) Orient the bypass on the same side of the gate val�+e as the spur gear ta allaw operation of both valves from the manhole opening, 2) The bypass shall be a minirnum 4-inch in size. 4. Gate Valve Bolts and Nuts a. Bonnet, Stu�"zng Box .and Gear Box - Hex �ead bolt, and hex nut: SteeI ASTM A307 Gr. B, Zinc Plate per ASTM Bb33, SC3 for non-buried service {4-inch through 12-ineh valves} o:r as speciiied in 2.2.C.4.b. b. Hex head bolt and hex nut: AISI 304 stainless steel for buried sereice {all sizes) and for valves 16-inch through 36-inch (non-buried service) 5. Bolts and Nuts a. Mechanical3oints a) Provide bolts and nuts in accflrdance with Section 33 11 O5. b. Flanged Ends 1) Meet requirements of AWWA Cll 5 ar AWWA C207 depending on pipe material. 2} Provide bolts and nuts in accardance with Section 33 1 i O5. 3) Flanged isolation kits shall be grovided when cannecting to buried steel or concrete pressure pipe. Kits shall conform to 5ection 33 04 10. 6. 7oi�ts a. Valves: flanged, or meckanical joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged joints: AWWAIANSI C115/A21.15, ASME B16.1, Class 125 CTTY OF FORT WOKT�-I STANDA1tD COiJ STIZUCTION SPECIFICATIO�T DOCLIMENTS Revised Deceinbcr 20, 2072 2018 Bond Year 2, Contract 13 City Project No. 701475-1 331220-7 RESILIENT SEATEb (WEDG�) GATE VALVE Page 7 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1S 16 17 18 19 20 2I a) Flange bolt circles and bol# holes shall match those of ASME B 16.1, C�ass 125. b) Field fabricated flanges are prohibited. Steel or concrete pressure pipe a) Use flange jaints unless otherwise speci�ed in the Contract Documents. Ductite Iron or PVC pressure pipe a) Use mechanical joints with mechanically restrained retainer glands unless otherwise specified in the Contract Dacuments. 7. Opera#ing Nuts a. Supply for buried service valves b. 1-i5/lb-inch syuare at ihe top, 2-anch at the base, and 1-3/4-inch high c. Cast an arrow showir►g ti�e direction of opening with �e ward "OPEN" on the op�rating n�t base. d. To open, the operating nut sha11 be turned to the RIGHT (CLOCKWISE) direction. Nut shall be painted red per AWWA specifications e. Cann�ct the operating nui to the shaft with a shear pin that prevents the nut fram iransferring tarque to that shaft or the g�ar hox that exceeds the manufacturer's recommended torque. f. Furnish handwheel operators far nan-buried service, ar when shown in the Drawings. 22 8. Gear�ng 23 a. Gate valves that are 24 inch an� larger: Equip with a spur gear. 24 b. Bevel gears for horizontally maunted valves are not alIowed. 2S c. The spur gear shall be designed and supplied by the manufacturer of the valve 26 as an integral part of th� gaie valve. 27 9. Gaskets 28 a. Provide gaskets in accordance with Section 33 11 O5. 29 2.3 ACCESSQRIES 30 31 32 33 34 35 36 37 38 39 4D 41 42 43 44 2} 3) A. All gate valves shall have the following accessoz'ies provided as part of the gate valve installation: 1 �� � A keyed solid extension stem of sufficient length to bring the operating nut �zp to within 1 foot of t�e surface of the ground, when tiie operating nut an fhe gate valve is 3 feet or more beneath the surface of the ground. Extension Stems are: a. Not required on City s#ock orders b. Not to be bolied or attached to the valve-operating nut c. To be of cold rolled steel with a eross-sectional area of 1 square inch, fittfng loosely enough to allow deflection Furnish joint camponents such as gaskets, glands,lubricant, bolis, and nuts in sufficient quantity for assembly of each joint. Cast Iron Valve Soxes: provide for buried service gate valves, cast iron valve boxes xnd covers a. �ach valve box for 4-inch ihroug,h 12-inch valves shall be 2-piece, 5 1/4-inch shafts, screw type, consisting of a top section and a bottom section. CITY OP FOitT WO$TH STANDAi[I) COTISTRUCTION SPECIFICATION DOCiJNIENTS 2018 Bond Year 2, Cantract 13 Revised December 2Q 2U12 City Prajec# No. 101475-i 33 12 24 - $ RESIC,IENT SEATED {WEDGE) GATE VAI,VE Page8of10 1 2 3 4 5 6 7 8 9 ia 11 b. Va1ve boxes shall be as listed in the City of Fort Warth Standard Products List i� attached in Section 01 GO OU. c. Valve box covers shall be so designed that they can be easily removed to provide access to valve operating nut. d. Valae box covers must be designed to stay in position and resist datraage under AASHT� HS 20 traf%c loads. e. Each cover shall be casted with the word "WATER" or "RECLAIM�,D" in raised leiters on the upger surface. f. Cast iran valve boxes and covers shall conform to ASTM A48, Class 35B. 1) Valve box covers shall be round for potable water applications and square for reclaimed water applications. 12 g. Box extension mat�nal shall be AWWA C900 PVC or duciile iran. �3 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 iNSTALLERS [N�T USED] 16 3.� �F�"��r,��Tr�rl �r�.^,�' €J��ID� 17 3.3 PREPARATION [NOT USED] 18 3.4 �NSTALLATION 19 20 21 22 23 Z4 3.� A. General 1. All �alves shall be installed in vertical position when utilized in normal pipeline installation. 2. Valves shal] be placed at line and grade as indicated on the Drawings. 3. Polyethylene encasement installatian shall be in accordance with Section 33 11 10. REPAIR/RESTORATION [NOT USED] 25 3.6 RE-INSTALLATION [NOT USED� 26 3.i FIELD (ox] SITE QUALITY CONTROL 27 28 29 30 31 32 33 34 35 36 37 A. Fie1d Inspections 1. Before acceptance of the instalied valve, the City Field Operations Staff shall have the opportu�ity to operate the valve. 2. The City sha11 be given the opportunity to inspect a11 buried flanges before they are coaered. 3. The Operator wi11 be assessing the ease of access to the operating nut within the val�e box and ease af operating th� valve from a fully closed to fu11y apened position. �. If access and operation of tt�e valve meei ti�e City's criteria, then the valve will be accepted as installed. B. Nan-Confonning Work C1TY QF FOAT WORTH STATIDARD CONSTRUCTION SPECIFICATION DOCUMEI+iTS 2018 Bond Year 2, Contract 13 Revised Decem6er 20, 2012 City Pro�eci No. 701475 1 33 12 20 - 9 RESILIENT SEATED (WEI}GE} GATB VALVE Page 9 of I O 1 1. If access and operation of tlie valve or its appurtenances c�oes no� meet the City's 2 criieria, the Cantractor will remedy the situa�ion until it xneets the City's criieria, at 3 the Coniractor's expense. 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING (NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED� 8 3.1� PROTECTION [NOT USEDj 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] I1 CJTY OF FQR'I` WORTH STANDARD CONSTRUCTION SPECIFICATION DOCCrMENTS 2018 Bond Year 2, Contract 13 KevisedDecember20, 2012 City Praject No. 101475-f 33 12 20 - 10 AESILfENT SEATED (WEDC�E) GATE VALVE Page 10 of 10 END OF SECTION Revision Log DATB NAME SUIVIlVIARY OF CNANGE 1.1.A — Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measuretnent and Payment — Added G�t-In Gate Valve 1.2.A.1.c and 1.2.A.Z.c — added additional items to be included in prica bid 1.6.A — reino�ed requirement for product data far bolts and nuts because it is to be included under Section 33 11 O5. 12/20/2012 D. Johnson 1.9.A.1 — Added requirement for bypass valve manufacturing 2.2.C. -- Added rec�uirement for 3fl-inch gate val�es to have a bypass and bypass material requirements; Added reference to Section 33 11 05 and removed material specification for balts, nuts and gaskets; Added requarement for flangecf isolation kits; Added restraint requirements for mechanicaljoint connections with dactile iron or PVC pressure pipe. 2.3.3 — ModifiecE acceptable cast iron fram Class 4fl to Class 35B; Added requirements foz reclaimed wafer applicarions _ _.... 1.1.A.2 3tevision - Gate �alves larger than 24-inches may be approved 6y tl�e City on a case-by-case basis 1.b.B.3 Added Seciion. Raquires Affidavit for 5 years of axperienc� in manafacturing R$ Gate vatves of similar size and type. 1.6.B.4 Added Seotion — Requires Affidauit on Gate Valve manufacturers ownership 6/24/2U14 D_ Tawnsend in foreign factories/foundries pro�iding components to certify on-site guality control. I,9,A.1,f Added Section. Requirement for 5 years of experience in manufacEuring RS Gate valves of similar size and type. 1.9.A. l.g Added 5ectio�. Requirement for Gate Valve manufacturers awnership (or contro]) in foreign factories/founctties providing coinponents to certify on-site quality control 1.1.A.1 Revised maacimum a][owable Resilient Seated (Wedge} Gate Vaive fro�n 30-inch to 48-inch 1.1.A, l.a Re�ised minimnm size gate valve requiring bypass firom 3fl-inch to 24- itach. 5/6/20] 5 D. Towusend 2,Z,G,3, changed req�airement for an integralEy cast bypass from 30-inoh and abave resilient seated gate valves to all double roller, track and scrapper system resilient seated gate vaives 2.2.C.3.2 Added the minimum size bypass shall be 4-inobes. 2.2.C.7.d Added that nut shall be painted red per AVJWA specifications ci� oF Foxr waxT�a STANDARD CONSTRUCTIpN SPECiFICATION DOCUML�IVTS 2018 Bond Year 2, Contract 13 Revised December 20, 2012 City Project No. 101475-1 33 12 25 - 1 CONNEGTIQN TO EXISTiNG WATEIi ivIAINS Page 1 of 8 SECTIUN 33 12 2� CONNECTION TO EXISTIlVG WATER MA_INS PART1- GENERAL i!f ��i1u' f►r� '.�i`I A. Section Includes: 1. Connection io e�sting water mains to include, but not limited to: a. Cut�-ing in a tee for a branch connection b. Extending from an existing waier mair� c. Installing a#apping sleeve and valve B. Deviations from this City of Fort Warth Standard Speciiication 1, No�e. C. Related Specification Sections include, but are not necessarily iimited to: 1. Division 0— Bidding Requirements, Contract Forn�s, and Conditians of the Contract 2. Division 1— General Requirements 3. Section 33 fl4 �fl — CIeaning and Acceptance Testing of Water Mains 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. Sectian 33 OS 30 — Location of Existing Utilities b. Section 33 11 05 — Bolts, Nuts, and Gaskets 7. Section 33 11 10 -- Ductile Iron Pipe 1.� PRICE AND PAYMENT PROCEDURE� A. Measurement and Payment 1. Connection to an e�sting unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water systern aut of servzce a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payrnent 1) The work perFormed and ihe materials furnished in accordance with t1�is Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distrihution Sys�em Main that requires a shuidown of some part of the water sys#em a. Measurement �} Measurement for this Item shall be per each connection completed. b. 1'ayment i) Tl�e wark performed and the materials fiimished in accordance with this Itetn shall be paid %r at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main CI'I'Y OF FORT WOR'i`H 24f B Bond Year 2, Contract 13 STANDARD CONSTRUCTIDN SFECIFICATiON DOCLJMENTS City Project No_ i 01475-1 Revised February 6, 20] 3 33 12 25 - 2 CONNECTIOI�f TO EXISTING WATER MAINS Page 2 qf 8 c. The price bid shall include all aspects of making the connec�ion including, but not Iimited to: 1} Preparing submittals 2} Dewatering 3} Exploratory excavation {as needed} 4} Coardinat�on and notification 5} Remobilizatian 6} Temporary lig�ting 7} Polyeihylene eneasement 8) Make-up pieees 9} Linings 1 �) Pavement removal 11} Exca�ation 12) Hauling 13} Disposal af excess material 14} CIean-up 15) Cleaning lb} Disinfection 17} Testi�g Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping 5leeve and Valve: a. Measurement 1) Measurement for tius Item shall be per ea�h connection completed. b. Payment 1) The work performed and the materials fiunished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed fa:r: a) Various sizes of connect�ng main b} Various sizes of existing water distribution main e. The price �id shall inctude a�l aspects af malcing the connection including, but not limited ta: 1} Preparing submittals 2} Dewatering 3) Exploratory excavation (as aeeded} 4) Coordinatian and notification 5) Tapping Sleeve and Tapping Valve 6) Remabilization 7) Temporary lighting 8) Polyethylene eneasement 9) Make-up pieces 14) Linings 11 } Pavement removal 12} Excavation 13) Hauling 14) Dispasal of excess material 15} Clean-up 16j Cleaning 17) Disia�'ection 18) Testing CITY OF FORT WORTIi 2018 Bond Year 2, Contrxct 13 STANDAFLD CONS77tUCTION 5PECIFICATION DOCUM��'TS City Project I�a. 101475-1 Revised Pebruary 6, 2013 33 12 25 - 3 CbNNECTION TO �XISTING WATER MAINS Page 3 0#' & 1.3 REFERENCES A. Refe:rence Standards 1. Reference standards cited in this �peciiication re%r 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. Americata Society oiMechanical Engineers (ASME}: a. B 16.1, Gray Iron kipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM Tnternational {ASTM): a. A36, ,Standa�rd Specificafion for Carbon Siructural Steei. b. A193, Standard ,Specification far Alloy-Steel and Sfiainless Steel Bolting for High Temperature or High 1'ressure Service and Other Special Puipose Applications c. Ai94, Specification for Carbon and Allay Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High-5trength Low-Allay Structural S#eel. e. A283, Standard Specification for Low and Intermecl�ate Tensile Strengkh Carbon Steel Flates. f. A2$5, Standard Specification for Pressure Vessel Flafes, Carbon Steel, Low- and Intermec�iate-Tensile Sirength. g. B 117, Standard �ractice far Operating Sa1t Spray (Fog) Apparatus. h. D20Q0, Standard Classification System for Rubber Products in Automotive Appfications. 4. American Water Works Associatian (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steet Pipe Flanges for Waterworks Service — Sizes 4 IN rhrough 144 IN. c. C213, Fusion-Bonded Epoxy Coating fQr the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Siainless Steel Tapping Sleeves. 5. America�a Watez' Worlcs Assaciatio�/American National Standards Institute (AWWA/ANSI): a. C1fl5/A21.S, Polyethylene Encasement for Duct�le-Iron Pipe Systems. b. C1 T 1/A21.11, Rubber-Gasket Jaints for Ductile-Iron Pressure Pipa and Fittings. c. Ci iSA21/15, Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron Threaded Flanges. 6. N�F International {NSF): a. 61, Drinking Water System Components — Health Effects. 7. Man�zfacturers Standardization Socieiy of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Join� Between Tapping Sleeves and Tapping Valves. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre-installation Mee�ings Required for any connections to an existing, pressurized 16-inch or targer City water distribution system main tl�at requires a shutdoum of some part of the water system CITY OF FORT WORTH 20i 8 Bar�d Year 2, Coniract 13 STANDARD CdNSTRUCTION SPBEIFICATION DOCiJIVIENTS City Projecf No. 101475-1 Revised February 6, 2013 33 12 25 - 4 CONNECTION TO EXISTIN.G WA'1'EA lVI.qINS Page 4 of 8 Z. May also be required for connections that involve shutting water service off to certair� cz�tical businesses 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall incl�de the Contractar, City Tnspectaz' and City Val�e Crew. 5. Review work procedures as submitted and any adjus�ients made for current field canditions. 6. Verify that all valves and plugs ta be used have adequate thrust restraint ar blocking. 7. Schedule a test shutdawn with the Ciiy. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing I 6-inch and Iarger mains; a. During the pexiod from November through April, unless otherwise approved by the City b_ During narmal business hours from Monday through Friday, unless otherwise appraved by the City 2. 5chedule City Valve Crew by 1:00 P.M, a minirnunrz of 1 business day prior to planned disruption to the exisiing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, sc�edule work to aliow the connectian at an alternate time aceeptable to the City. 1} If water main cat�nat be taken oui of service a# the originally requested time, coardinat�on will be required with the Ci�y to discuss resched�ling and compensation for mabiiization. 2} No additaonal payment will be pravided if the sched�le was altered at the Contractor's request. 1.� SUSNIITTALS A. Submittals shail be it� accordance with Section 01 33 00. B.. All submittals shall be appraved by the City prior to delivery and/ar fabrication for specials. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data, if applicable 1. Tapping Sleeve nonng the pressure rat�ng and coa�ing system supplied including: a. Dimensians, weights, material list, and detailed drawings b. Maximum torque recommended by the manu£acturer for the valve by size B. Submittals 1. Provide a deEailed seq�ence of work far 16-inch, or iarger, connectians if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting ta the existing water main CTFY OF FORT WpRTH 201 B Bond Year 2, Confract 13 STANDAIiD CON3TRUCTIOIV SPECIFICATIO7�f T}OCUMEN'I'S City Project 1Vo_ 1 D1475-i Revised February 6, 20 ] 3 33 12 25 - 5 CONIVECTIpA# TO EXISTING WATER MAINS Page 5 of 8 d. Time period for completing work from when the water is shut daw� to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accardance wiih AWWA C200. 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL STJBMITTALS [NOT USEDj 1.9 QIIALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND IIANDLING A. Starage and Handling Requirements 1. Protect parts so that no damage or deteriorarion occurs during a prolonged de�ay from the time of shipment uniil installation is completed. 2. Protect all equiprn�nt and parts against any damage during a prolonged period at t}�e site. 3. Protect the fnished surfaces of aIl exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Proteci finished iron or steel surfaces not painted tv prevent rust and corrosian. 5. Prevent plastic and similar brittle items from being exposed to direct suniight a�d ex�remes in temperature. 6. Secure and maintain a iocation to store the material in accordanee with Seeiion 01 6b 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY A. Manufacturer War�ranty 1. Manufac�rer's warranty shall be in accordance with Division 1. PART 2 � PRODUCTS 2.1 OWNER FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [1vOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only t11e manufacfurers as listed by tha City's Standard Products List wiIl be considered as shorvn in Sect�on d1 60 00. a. The manufacturer rnust comply with this Specifcation and related Sections. 2. Any product thaE is not listed on the Standard �'roducts List is considered a substftution and shall be submiited in accordance with Section O1 25 00. B. Description Reg�.t�atary Requsrements CITY OF FOR'I' WORTFT 2018 Bond Year 2, Canfracf 13 STANDARD CONSTRUC7'ION SPBCTFICATION DQCiJMENTS City Project No. 101475-1 Revised February 6, 2013 33 12 25 - 6 COtQNECTION TO EXISTII�C �7ATER MATNS Page 6 of S a_ Tapping Sleeves shall zneet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with patable water shall confoa-nn to the requirements af NSF b 1. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 rnil thickness. Fusion applied per AWWA C213. c. AlI b�ried tapping sleeves shail be provided with polyethylene encasement in accordance with AWWA/ANS� C105/A21.5. 1} Polyethylene encasement shalI be in accordance with Section 33 i 1 10. 2. Flange a. Carban Steel per ASTM A3b in accordance with A'W WA C2d7 and ASME B 161 Class 125. b. Recessed for tapping val�e per MSS SP-60 3. Bolts and Nuts a. �langed Ends 1) Meet requirements afAWWA C� i5 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accardance wiih Section 33 11 O5. 4. Gaskets a. Provide gaskets in accordance with Sectian 33 11 O5. 5. Test Plug a. 3/q-inch NFT carbon steel vs�th square head and fusion bonded epoxy coatin� �.3 ACCESSORIE� [NOT USEDj �.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION A, Veri�catian of Conditions 1, Veri�y by explaratory exca�a�on, if needed, that exist�ng water main is as depicted in the Drawings and that �e location is suitable for a connection ta the e�sting water main. a. Exca�ate and back�ll trench for the exploratoay exca�ation in accordance wit� 33 OS 10. 2. Verify that all equipment at�d materials are available on--site pzior ta the shutdown of the e�st�ng main. 3. Pipe Iines shalI be completed, tested and authorized for connec�on to t�e exis�ng system in accordance with Section 33 44 40. CITY bF FQRT WORTH 2O18 Bond Year 2, Confract '! 3 STAIVAARD CONSTRUCTIOPI SPECIFICATION DOCiJMENTS Ciiy Project No_ 1U1475-1 Revised February 6, 20L3 33 iz zs - � CONNECTiON TO EXISTING WATER MAIN3 Page 7 of 8 3.3 PREPARATION [NOT USED] 3.4 INSTALLATTON A. General 1. Upon disruption of the existing water rnain, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed cox�►ection point in accordance with Section 33 OS 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Cantrol the water in such a way thai it does not interfere with the praper insta�lation af the connection or create a discharge of c]�Iorinated water. 4 If any discharge af chlorinated water occurs, discharged water shall be de- chlorinated in accordance with Sectian 33 04 4Q S. Ctiat and remove existing vvater main in oz'der to rz�ake the connection. 6. Verify that the existing pipe line is suitable far the proposed conn�ction. 7. Flace trench foundation and bedding in accordance with 33 OS 1Q. 8. In the event that a tapping sleeve and valve is used, tha coupon from the existing water main shail be submitted to the City. 9. Prevent embedment, backfilT, sai�, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipeIine associated with the connection in accordanee with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re-pressurize the pipeline. 14. Directionally flush the connectzon in accorc�ance with Section 33 04 40. 15. Request that City Valve Crew open all remaining vatves. 3.5 REPAIR/RESTORATION [NOT USED� 3.6 RE-INSTALLATION [NOT USED] 3.7 £IELD [oR) SITE QUALITY CONTROL [NOT USED] 3.$ SY�TEM STARTUP [NOT USED] 39 AD,TU�TING [N�T USED] 3.1p CLEAIVING [NOT USED] 3.11 CL�SEOUT ACTIVITIES [N�T USED] 3.12 PR�TECTION [NOT USED] 3.13 MAINTENANCE [NOT USEDJ CITY OF FORT WORTH 2Oi6 Bond Year 2, Confract 13 STANBARD CqNSTRUCTIpN SPECIFICATiON AOCUMENT3 City Prvject Na. 10f475-i Revised Febxuary 6, 2013 Js iz zs - s CONIVECTION TO EXISTIIVG WATER MAINS Page 8 af 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision I,og DATE NAME SUMMARY QF CHANGE 12/20/2012 D. .Tnhnson 2•2•C.3 and 4— Added referenoe tp Sectian 33 11 OS and removed bolt, nut and gasket material specifscarior� 2/6/2013 D. Tawnsend 3.4.B.4 Madified ta refer to Section 33 Q4fl40 CITY OF FQRT WORTH 20� 8 Bond Year 2, Contract 13 STANDARD CONSTfZUCTIO%T SFECIFdCATIOND4CFJMENT5 City Projeci No. �p1475-1 Revised.Fehruary 5, 2013 33124U-1 F�E I-IYI1ItAIdTS Page 1 of 7 SECTION 33 1� 40 F]RE HYDR.ANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Dry-barrel fire hydrants with 5'/a-inch main valve for use with potabte water mains B. Deviations fro:nn this City of Fart Worth Standard Specification 1. No�e. C. Related Speci�cation Sections incl�de, but are not necessarily li�nited to: 1. Division 0— Bidding Requiretnents, Coniract Forn�s and Conditions of the Contrac� 2. Division 1— General Requirements 3. 5ection 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 04 40 — Cleaning and Acceptance Tesiing of Water Mains 5. Sectian 33 1 i 10 — Ductile Iron Pipe 6. Section 33 11 l 1— Ductile Iron Fittings 7. Section 33 I 1 14 — Buried 5tee1 Fipe and Rittings 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 1.� PRICE AND PAYMENT PROCEDiTRES A. Measurement and Payment I. Measurenrient a. Fire Hydrant and Extension 1) Measurement for Yhis itenn shatl be by the each hydrant, compleie in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured ur�der "Measurement" will be paid far at the unit prices bid per each "Fire Hydrant" installed. 3. The price bid shall incIude: a. Furnishing and installing Fire Hydrants with appurtenanc�s as specifie�. in t�e Dr�wings b. Dry-Barrel Fire Hydrant assembly from base to operating nut e. Extension barrel and stem d. Adjusiing hydrant to tI�e appropriate height e. Painting f. Pavement Removal g. Excavat�on h. Freight, loading, unioading and handling i. Disposal of excess material j. Furnish, placernent and cornpaction of embedment k. Furnish, placement and c4mpaction of backf'all l. Blocking, Braees and Rest m. CIean up CITY OF FORT WORTH 2O18 Band Year 2, Contract i 3 STA]VDAItD C4NS'i`RUCTION SP�CTFTCATI03V DOCUNiENTS City Projec� No. 1d1475-1 Revised 7anuary 3, 2D14 33 12 40 - 2 FIItE IIYI)RANTS Page 2 of 7 n. Disinfection o. Tesiing 1.3 REFERENCES A. Detini�ians 1. Base: The �atera� conneciion to the fire hydrant lead; also called a shoe B. Reference Standards 1. Reference standards cited in this Sp�cificatian refer ta the current reference standard published at the time af the latest revision date logged at the end of this Specification, unless a date is specificaIly cited. 2. American Water Worlcs Association (AWWA): a. C502, Dry-Barrel Fire Hydrants b. Manual of Water Supply Practices M17 (AWWA Manual M17) — Ins�allation, Field Testing, and Maintenance of Fire Hydxants 3. NSF Interrsational a. 61, Drinking Water System Components — Health Effects 4. National �ire Pra�ection Association (NFPA) a. 1963, Standard for Fire Hose Connections S. �Jn��z-�?rifiPrs LaboratariPs, Inc. (UL} a. 246, Hydrants fox Fize-Protection 5ervice 6. Factory Mutual (FIvI) a. Class Nurnber 1510, Appraval Standazd foz Pire Hydrant (Dry Barrel Type} for Private Fire Service 1.4 ADMINI�TRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submiitals shall be approved by the CiTy prior ta construction. 1.6 ACT[ON SUBNIITTALS/INFORMATIONAL SUBMITTALS A. Praduct Data 1. Dry-Barrel Fire Hydrant stating: a. Main �alve opening size b. Nozzle arrangement and sizes c. Ope�ating nut size d. Operating nut operating direetion e. Working pressure rating £ Camponent assembly and rx�aterials g. Coatings and Finishes 1..7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATEItIAL SUBMITTALS [NOT USED] 1.9 QUALiTY ASSURANCE A. Qua�ifications J.. Manufactur�rs a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer. CITY OF FOR"�` WOR1T� 2018 Bond Year 2, Gontraci 13 S'iANBARD CONSTRUCTTON SPECIFICATION DOCITMENTS City Prajeci No. i 01475-1 Revised January 3, 2014 33 12 40 - 3 FIRE HYDRANTS Page 3 of 7 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2. Dry-Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and FM 1510. 1.10 DELIVERY, STORAGE, AND I-IANDLING A. Storage and Handting Requirements 1. Siore and ha�dle in accordance with ihe g€�idelines as stated in AWWA C502 and AW WA Manual M 17. 2. Protect alI parts so tha� no damage or deterioration will occur during a pralonged de�ay from the time 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. Protect the �inished surfaces of all exposed flanges by wooden blank flanges, strang�y built anc� securely bolted thereta. 5. Pratect finished iron or steel surFaces not painted to prevent rust and corrasian. 6. Prevent plastic and similar brittle items fram being directly e�posed to sunlight or extremes in temperature. 7. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD CONDITIONS [NOT USED] 1.1� WARItANTY A. Manufacturer Warranty 1. Mar�ufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER FURNISHED [ox] �WNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIP1ViENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed an the City's Standard 1'rnducts List vvill �e considered as shown in Section O1 6Q 00. a. The manufacturer must comply with t.�is Specification and related Sections. 2. Any product that is not iisted on the Standard Prod�cts List is considered a substitution and shall be submitted in accordance with Section Q1 25 00. 3. The Dry-Barrei Fire Hydrant sha11 be new and the product af a manufacturer regularly engaged in the manufachxring of Dry-Barrel Fire Hydrants having similar service and size. B. Description 1. Regulatory Requirements a. Dry-Barrel Fire Hydrant sha11 meet or exceed the latest revisions of AWVLrA C502 and shall meet or exceed the requirements of this Specification. CITY OF FORT WORT`H 2O18 Bond Year 2, Contract i 3 STANDARD CONS7RUCTJON SP�C1F'1CATION AdCiJMENTS City Project No. 101475-'f Revised January 3, 2014 331240-4 FIIZE �3YDItANTS Page �} of 7 b. All Dry-Barrel Fire Hydrant companents in contact with potable water shall canfar�n to the requirements of NSF 6�. C. Performance / Design Criteria I. Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1} Uni�ozmly tapered sq�are nut measuring: a) 1 inch ai ihe base b) '/s inch at the top 2} Open by turning tlae operating n�t to the rigbt {clockwise a} Provide operating directio�. clearly marked with an arrow and the word "OPEN". 3} Provide weather shield with operaYing nut. b. Main Valve 1) Min�mum 5�/a-inch opening 2} Compression iype a} Opening against pressure b} Closing with pressure c. I`Zoz�,les 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, thread� atzd configuration in accardance with NFPA 1963 a} Hose nozzles (1) 2 x 21/2-inch {nominal size of cor�nection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH (NFPA I9b3) h) 1'��mp nozzie (1 } 4-inch (nominal size of connection} (a) Thread Desi�ation 4-4 NH {NFFA 3 963) d. Hydrant Barrei Configuration 1) Upp er barrel 2} Breakabie flange and sterra a) To be installed above ground at the conneetion ta fhe upper barrel 3} Extension barrel {if needed} and lawer barrel a) Extension ba�rel and stem (1) Lengthen in 6-inch increments e. Dxain Valve 1} Non-corradible material 2} Spring operated drain valves are not altowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance witl� AW WA C502. 2. Dry-Barrel Fire Hydrant Assembly a. Internal parts 1) Threads CITY �F FORT WORTH 2O18 Bond Year 2, Comract 13 STANDARD CONSTRUCTION SFECIFJCATION DOCUMENTS City Project Na. 1 a1475-1 Revised 3anuary 3, 20 ].4 33 12 AD - 5 FIltE IIYDILANTS Page 5 of 7 a) Provide operating thread designed to avoid m.etal such as iron or steel threads against iron or steel parts. 2) Stem a) Stem Nuts (1) Provide bronze stem nuts. (a) Grades per AWWA CS�2 b} Where needed, stem shall be grooved and sealed �rvith O-rings. 3. Provide crushed rock for placement around base conforming to Section 33 QS 10. F. Finishes 1. Frimer Materials a. Furnish primer for Dry-Barrel Fire Hydrants in accardance with AWWA C502. 2. Finish Materials a. Dry-Barrel Fire Hydrant i} Exterior a) Above grade (1} Furnish exteriar coafing for above grade Dry-Barrel Fire Hydrant assernbly componen�s in accordance with AWWA C502. (2) Coating shall be Flynt Aluminum Paint in Silver. b) Below grade {l } Furnish exterior caating for below grade Dry-Barrel Fire Hydrant assembly camponents in accordance with A'WWA C502. 2} Interiar a) Interiar coating for Dry-Barrel Fire Hydrants asseznblies in accardance with AWWA C502 �.3 ACCESSORIES A. Polyethylene Encasement 1. Provide poly�thylene encasement in accordance with Section 33 11 lfl. B. Embedment 1. Pz'ovide crushed rack and filter iabric in accordance with Section 33 OS 10. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry-Bairt�el Fire Hydrants in accardance wiih AW WA C502. B. Markings 1. Provide each Dry-Barrel Fi�e Hydrant marked in accordance with AW WA C502. PART 3 - EXECUTION (NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMTNATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General CTI'Y OF FORT WOR'['H 2O18 BoncE Year 2, Contract 13 ST�U�IDARD CONSTRUCT'ION SPECIFICATlON T]OCC7IVIENT5 City Projeci No. � 01475-1 Revised January 3, 2014 3372�40-b FIRE I�YDRANTS Page 6 of 7 l. Install in accordance with AWWA Manual of Water Suppiy Practice M17, manufacturer's recommendations and as shown on the Drawings. 2. Provide vartical installation with braces, rest and blocking in accardance with City Standard Details. 3. Excavate and backfill trenches in accordance with 33 OS 10. 4. �znbed Dry�Barrel Fire Hydrant assemblies in accordance with 33 OS 10. a. At the lacafion of the weep holes, wrap barrel w�th polyethylene encasement and crushed rock with filter �abric to prevent dirt and debris from entering the f�re hydrant. 5. Palyethylene encasement insta�lation shall be in accardancc with the applicable portion of Section 33 1 i 10. 6. Install concrete blocking and rest in accordance with Section 03 30 00 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 �upply Practice M17, to allow drain outlets to operate. a. The crushed rock should extend 6 inches above the drain outlets and a rr�nimum of 1 foot an all sides �f the fire hydran# base. $. Fire hydza�t lead line shall be installed with a maxim� cover of 7 feet. a. Co�er is measured frorn the invert at ihe fire hydrant base, �ertical to ground elevation. b. Fittings may be used along fire lead line ta ensure mini�x�.um and maximum cover requirements are met. 3.� REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLAT�ON [NUT USED] 3.'� FIELD CONTROL A. Field Inspections 1. The Dry-Barrel Fire Hydrant and ass�mbly sha11 perform as intended with no defortnation, leaking or damage oi a�ny ]ci�d for the pressure ranges indicated. 2. City inspector will iss�e final inspectian notice to City staff. 3. Ciry Field Operations Staff and Fire Depart�nent Staff shall have the opportunity to inspect and operate the hydrant, io ens�re that the fire hydrant t�vas instalted in accordance with AWWA Manual of Water Supply Practice M17. This includes but is not limited to: a. Operation of Nozzles and operating nut are not obstructed. b. Drain valv� is not obstructed or plugged 4. Keep fire hydrant wrapped or covered �o identify that it is out of service until the water line it's connected to is put in service. B. Non-Conforming Work l.. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not meet the criteria of the AW V4lA Manual of Water Suppiy Practice M 17, the Contractor will remedy the situatio�t criteria, at the Contractor's expense. CITY OF FORT WORTH 2O18 Bond Year 2, Contract 13 5TANI?ARD CONSTRUCTION SPBCIFICATION DpGiJMENTS City Prajeci No. 101475-1 Revised January 3, 2014 33 12 40 - 7 PIlZE HYDRANTS Pagc 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING �NOT USED] 3.1{� CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTI�N [NOT USED] 313 MAINTENANCE 3.14 ATTACHMENTS END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.F.2.a. T}.a).(2) Added paint manufacturer specification 12/2fl/2012 D. Jahnson 2.2.C.2.c Revised pumper nazzle nominaI diaxneter and added NFPA 1963 Thread DesignaEions Specification Modified to be in accordance with the Red�ction of Lead in Brinking Water Act (I'.L. i 11-380) — All tnaterial s to be lead-free in accprdance with this act. 11/27/2013 D. Townsend Sections modified are 1.I.A.1, I.9.A.2, and 2.2.E.1 Sections added are 13.A.2, 13.B.7, 1.6.B.1, 2.2.B.l.oy 2.4.8.2 H.R. 3588 {P.L. 113-64} signed into law 1/2120I4 waived ReducEion of Lead in Drinking Water Act (P.L. 111-380) requirement far fire hydrant. All previous revisions related to "lead-free" requirement are now deteted including those revisions 1/3/2014 D.'Townsend made 11/27/20I3, those being: Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are ].3.A,2, 1.3.B.7, 1,6.B.I, 2.2.B.l.c, 2.4.8.2 CITY OF FORT WORTH 201 S Bond Year 2, Contract 13 STANDARD CONSTIZUCTION SPECIFICATIQT! DpCLiMENTS City Project No. 101475-1 Revised 7anuary 3, 2014 333120-1 POLYV7NYI. CHLORTDE (PVC) GRAVITY SAMTARY SEWER PII'E Page 1 nf 6 SECTION 33 3120 PQLYVINYL CHLORIDE {PVC} GRAVITY SArTITARY SEWER PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chlorida (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer applications B. Deviations from this City ofFort Worth Standard Specif�cation 1. None. C. Related Specification Sections incIude, but are not necessarily Iimited to: 1. Division Q— Bidding Requirements, Contrac� Forms, and Conditions of the Contract 2. Division 1— General Requixements 3. Section 33 O1 30 — Sewer and Manhale Testing 4. Section 33 O1 31 — Closed Circuit Television (CCT� Inspec�ion 5. Section 33 fl5 1 a— Utility Trench E�cavation, Embedment and Backfitl 6. Section 33 OS 26 — UtiIity Markers/Locators 7. Section 33 31 50 — Sani�axy �ewer Service Connections and Service Line 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured harizontally along the surface from center iine to cenier line of ihe manhole or appurtenance 2. Payment a. The wark performed and maYerials furnished in accordancE witl� this Item and meas�red as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Pipe" installed for: 1) Various sizes �) Various Standard Dimension Ratios 3} Var�ous embedments 4) Vario�s depths, for miscellaneous projects only 3. The price bid shall include: a. Furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavemeni removal c. Excavation d. Hauling e. Disposal af excess material f Furnishing, placement and compaction af embedment g. Furr�ishing, placement and compaction of backfill CITY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTRUCTIOT# SPECIFICATION DOCiJMENTS City Projeci No. f 01475-1 Revised 7une 19, 2013 333120-2 POLYV➢�IYL CI-ILURIDE (PVC} GBAViTY SANTTARY SEWER PII'E Page 2 af 6 h. Trench water staps i. Clean-up j. Cleaning k. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this S�ecification refer �o the current reference standard puhlished at the time of the latest revision date logged at the end of this Specification, unless a date is speciiically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM}: a. D1784, Standard Specificatian far Rigid Poly(Vinyl Chloride) (FVC} Compounds aud Chlorinated Po1y(Vinyl Chloride) (CPVC) Compounds. b_ D2412, Standard Test Method far Deiermination of External Loading Characteristics af Plastic Pipe by Parallel-Plate Laading. c. D3034, Standard Speci�catian for Type PSM Poly(Vinyl Chloride) {PVC) 5ewer Pipe and Fittings. d. D3212, Standard Specification for Joints for Drain an� Sewer Plastic Pipes Tlsing FlPxibie Elastameric Seals. e. F679, Standard Specification for Poly (Vinyl Chloride} (PVC) Large-Diameter Plastic Gra�ity �ew�r Pipe and Fittings. 4. Texas Corn�nissian on Environ;mental Quality {TCEQ}: a. Title 30, Part I, G�apter 217, Subchapter C, Rule 217.53 — Pipe Design. b. Title 30, Part I, Cnapter 217, Subchapter C, Rule 2I7.54 — Crirteria for Laying Pip�. c. Title 30, Part I, Chapter 217, Subchapter C, Ru1e 217.57 — Testing Requirements for Installation of Crravity Collection System Pipes. 5. Underv�rit�rs Laborataries, Inc. (UL}. 1.4 ADMINISTRATI`VE REQUIREMENTS [NOT USED] 1.5 SUBNIITTALS A. Submittals shall be in accardance with Sec�ion pl. 33 00. B. ATl subrnittals shall be approved hy the City prior to delivery. 1.6 ACTION SUBMITTALS/INRORMAT`IQNAL SUBMITTALS A. Product Data l . Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) 5. Cell classification 6. Laying lengths B. Certif�cates CI'TY OF �'ORT WORTH 2418 Bond Year 2, Cantract 13 STANDA3tD CON�TRUCTION SPECIF'ICATIdN DOCUMENTS City f'rnject No. 101475-1 Reviseci June 19, 2013 333120-3 FOLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 o f 6 1. Furnish an af�davit certifyzng that all PVC Gravity Pipe meets #he provisions of this Section and has been air and deflection tested and meets the rec�uirements of ASTM D3034 and ASTM F679. l.7 CLOSEOUT SUBMITTALS �NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] i.9 QUALITY ASSURANCE A. Qualifications 1, Manufacturers a. Finished pipe shatl be the pxoduct �f 1 manufacturer for each size per project, unless otherwise appra�ed �y tk�e City. 1} Change orders, specials and field chang�s may he provided by a d�fferent manufacturer upon City approval. b. Pipe manufacturing operations shall be perfor�ned under the control of the manufacturer. c. A11 pipe furnished shall be in conformance with ASTM D3034 {4-inch through 15-inch) and ASTM F679 (18-inch through 27-inch}. 1.10 DELIVERY, STORAGE, AND I�ANDLING A. Storage and Handling R�quirements 1. Gravity pipe shall be stored and handIed in accordance with the manufacturer's gusdelines. 2. Secure and maintain a lacation to stoxe tk�e material in accardance with Section O1 66 00. 1.11 FIEL➢ [SITE) CONDITIQNS [N�T USED] i.l� WARRANTY [NOT USED] PART 2 - PRODUCTS �.1 OWNER-FURNISHED �ox] OWNER SUPPLIEDPRODUCTS [NOT USEDJ �.� EQiTIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List wi�l be considered as s�own in Section O1 60 00. a. The manufact-�r�r must eomply with this Specification and related Sections. 2. Any product that is noi listed on the Standard Froducts List is considerad a substitution and sha11 be submitted in accordance with Section Ol 25 00. B. Performance / Design Crit�ria Pipe a. Meet all rec�uirements of TCEQ. b. Design in accordance with ASTM D3034 for 4-inch ttsrough ] S-inch SDR 26 and ASTM F679 for 18-inch thro�zgh 27-inch 46PS/l 15PS. c. PVC Gravity Sanitary Sewer Pipe shall be approved by the CTL. CI'I'Y OF FORT WORTH 2O18 Bond Year 2, Coniraci 13 STANDARD CONSTRUCTION 3PECIFICATION DOCiJMENTS Ci#y Project No. 10i475-i RevisedJnne 79, 2013 333120-4 PpLXVINYL C}iLORID� (PVC) GRAVITY SANITARY SEWER PIPE Page 4 of 6 d. Assume a standard lay �ength of 1�4 feet and 20 feet except for special fittings or closure pieces necessary to compIy with the Drawings. e. Use green colaring far ground identification as sanitary sewer pipe. f. PVC meeting ihe requirements of ASTM D1784, with a ce1I classification of 12454 or 12364 g. Deflection Design �) Base pipe design on pipe stifiness, soil s�iffness and load on the pipe. 2) Design pipe according to the Modified �owa Formula as detailed by the Uni-Hell PVC Pipe Assoeiation in the Hattdboo� af PVC Pipe, using the following parameters: aj Unit Weight of Fi11 {w) = 130 pounds per cubic faot b) Live Load = AA�HTO HS 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings d) Maximurn (E') = I,OdO max e) Deflection Lag Factar (DL} = 1.0 � Bedding Faetor 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, calcula#e per Drawings i} PVC tnodulus of elasticity (E) = 400,000 psi j} Moment o�inertia ef pipe ��all per unit length, (T} = ta/12, (in4lin), per pipe type and size (1) Where (t) = pipe thickness, inches k} Maximum Calculated Deflection = S percent h. Pipe Flota�ion: Iithe pipe is buried in cammon sat�rated soil (about 124 pounds per cubic foot) with at ieast 1%z pipe diameters of cover, pipe is generalIy noi subject to flotatian. If shallower, check groundwater flotatian patential. Flotation will accur if: Fb�W�+Wf+W� Where: Fb = buoyant force, pound pex foat WF — empty pipe weight, pound per foot Wf — weight of flooded soil, pound per foot Wd = weight of dry soil, pound per foot Values and �orimulas for ihe abave variables can be obtained from the pipe manufacturer and site specific soil condifions. i. Verify trench depths after existing utilities are lacated. j. Accommodate vertical alignment changes required because of existing uYility or other conflicts by an appropriate ci�ange in pipe design depth. k. In no case shall pipe be installed deeper than its design allaws_ 2. Minimum pipe stiffness af 46 psi at 5 percent deflection when test in accordauce with ASTM D2412. 3. Pipe marldngs a. Meet the minimurr� requirements af ASTM D3034 and ASTM Fb79. b. Minimuxr� pipe markings sha11 be as follows: 1} Manufacturer's Name or Tradernark and praduction record 2) No�nal pipe size CTl`Y OF FORT WORTH 2418 Band Year 2, Contraot 13 STANDARD CONS11tUC1TO�I SPECIF'ICATIpN DpCUML�NTS City Project No. 1D1475-1 Revised June 19, 2013 333120-5 POLYVINYL CHLDRIDE (PVC) GRAVITY 511NITARY 5EWER I'IPE Page 5 of b 3) PVC cell classificatian 4) ASTM or Standard Dimension Ratio (SDR) designration 5) Seal of testing agency tl�at verified the suitability of the pipe 4. Joints a. Joints sha11 be gasket, bel� and spigai, push-on type confo�i:ng to ASTM D3212. b. Since each pipe manufacturer has a different design for push-on joints; gaskets shall be part of a complete pipe section and purchased as such. 5. Connections a. Only use rnanufactured fittings. b. See 5ectian 33 31 50. 6. Detectable Metatlic Tape a. See �ection 33 OS 26. �.3 ACCESSORIES [NOT USED] �.4 50URCE QUALITY CONTROL [NOT IISED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.3� EXAMINATTON [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Insfall pipe, specials and appurtenances as specifed herein, as specified in Section 33 05 1Q, and in accardance with the pipe manufacturer's z'ecot�endations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Sectian 33 a5 10. 4. Embed PVC pipe in accordance with Section 33 OS 10. B. Pipe Handling 1. Haui and distribute pipe and fittings at the project site. 2. Handle piping with care ta avoid damage. a. Inspect each joint of pipe and reject or repair any da�aged pipe prior to lowering in�o the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling ihe pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, anima�s and tras� — during and after the iaying operatian. b. EfFectiveIy seal ihe open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. CITY OF FORT WOR'I`i-I 20 f 8 Bond Year 2, Contract 13 STANDARD CONSTftT7CTION SPECIFiCATION DflCIJM�N`IS City Project No. 1 U1475-1 Revised June 19, 2413 33312D-6 POLYVII�FYL CHLORIDE {PVC) GRAVITY SANI'I'AItY SEWER PIPE Page 6 of 6 b. Assemble pipe joint by slidrng the lubxicated spigot end into th� gasketed be11 end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection ta manhale, use an elastomeric seal ar flexible boot to facilitate a seal. D. Cont�ection Tnstallation l. See Sectinn 33 31 50. E_ Detectable Metallic Tape InstaIlatian 1. See Section 33 05 26. 3.5 REPAIR J RESTORATION [NOT USED] 3.G RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] STTE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Provide a Post-CCTV inspection in accordance with Section 33 O1 31. 2. Air Test anr� Deflect�on (Mandrel) Test a. Perform in accordane� with Section 33 Of 3Q. 3.8 SYSTEM STARTUP [NQT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.1i CLOSEOUT ACTIVITIES [NOT iTSED] 3.12 PROTECTTON [NOT USED] 3.13 MAINTENANCE [NOT USED� 3.14 ATTACHMENTS �NOT USED] END UF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 6/18/13 D. Jo�►nson 2.2.B. l.b — Pipe Materiai Clarification CPTY OR FOR7' WORTFI 2p18 Bond Year 2, Contract 13 STANBARD CONSTRUCTION SPECIFICATiON DOCUMENTS Ciiy Project 1Vo. 101475-i Revised 7une ]9, 2013 333121-1 POLYVINYL CHLORII]E (PVG) CLOSEil PROFILE GRAVITY SANITARY SEVfTEA PIPE Page 1 of 6 SECT�ON 33 3121 POLYVINYL CHI,ORIDE (FVC) CLOSED PROFILE GRAVITY SANITARY SEWER P7PE PART 1- GENERAi. 1.1 SUMMARY A. Section Inc�udes: 1. Polyvinyl Chloride {PVC) pipe 1$-inch through 48-inch for gra�ity sanitary sewer applications B. Deviations from this City of Fort Worth Standard Specif cati4n 1. None. C. Related Specification Sections include, but are not necessarity litxiited ta: I. Division 0— Bidding Requirements, Contract Fqrtns, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 O1 30 — Sewer and Manhale Testing 4. Sect�on 33 O1 3l — CIosed Circuit Television (CCTV) Inspection S. Section 33 OS 10 -- Utility Trench Exca�ation, Embedment and Back�ill 6. Section 33 OS 26 — Utility Markers/I,ocators 7. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measure�nent a. Measure horizontally along the surface fro�n center line to cen#er line of t�e manhole ar appurtenance 2. Payment a. The work performec� and materials furnished in accardance with this Item and zneasured as pravided under "Measuremeni" will be paid for at the unit price bid per linear foot for "PVC ASTM F1803 Sewer Pipe" installed for: 1} Various sizes 3. The price bid shall include: a. Furnishing and insta�ling PVC gravity pipe with joints as specified by the Drawings b. Pavement removal c. Excavation d. Hauling e. Disposat of excess material f. Furnishing, placement and compaction of embedment g. Furnishing, pIacement and campaction of backfill h. Trench water stops i. Clean-up j. Cleaning CITY dF FORT WbRTH 201$ Bond Year 2, ConYract 13 STANI]ARD CO]�ISTRUCTION SPECIFICATION DOCUMENTS Ciiy Prvject No. 10i�75-1 Revised December 20, 2012 33 31 21 - 2 POLYVINYL CHLORIDE (PVC} CLOSEI} PROFILE GRAVITY SAN!'�ARY SEWER PIPE Page 2 of 6 �. Z'BS�lri� 1.3 REFERENCES A. Reference Standards �. Refez'ence standards cited in this Specification refer to the current reference standard published at the tirne af the latest revision date logged at the end of this Specifcation, unless a date is speci�'ically cited. 2. American Associatian of State Highway and Transportaiion {AASHTO). 3. ASTM Internatio�al (ASTM): a. D1784, S#andard Specification for Rigid Poly(Vinql Chloride) (PVC} Compounds and Chlorinated Poly{Vinyl Chloride) (CPVC) Corapounds. b. D2412, Standard Test Method far Determination of External Laading Characteristics of Plasiic Pipe by Parallel-Plate Loading. c. D3212, Sta�dard Specificatian for Joints far Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. d. �1803, Standard Specification for Foly(Vinyl Chloride} {PVC) Clased Profile Gravity Pipe and Fi�tings Based on Controlted Inside Diameter. 4. Underwriters Laboz-atories, Inc. {UL). 1.4 ADM�NISTRATIVE REQUIREMENTS [NOT USED] 1.5 S�TBMITTALS A. Submittals shall be in accordance with Section 41 33 00. B. All su$mittals shall be approved by the City prior to de�ivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A, Product Data. 1. Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Cell classification 5. Laying leng�s 6. Field sealant and sealant pracedures B. Certificates 1. Furnish a.� af%davit certifying that alt FVC Gravity Pipe meets the provisions of this Section and has been air and defiection tested and meets the requirements of AS'I"M F1803. 1.7' CLOSEOUT SUBMITTALS [NOT USED] 1.$ MATNTENANCE MATERIAL �UBMITTALS �NOT USED] 19 QUALITY ASSURANCE A. Qiaalificatians 1. Manufacfurers CITY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD C�NS`I'ItC7CTTaN SPECIFICATION DOCiJMEN'i'S City Pro;ect No. 101475-1 Revised December 20, 2012 333i21-3 POLYVINYL CHLORIDE (PVC) CLQSED PRQFILE GRAVITY SATfITA.RY SEFV�R PLPE Fage 3 af 6 a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1} Change orders, specials, and iield c�tanges may be proeided by a different manufacturer upan City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. Ali pipe furnished shali be in conforrrsance with ASTM F 1803. 2.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with tha manufacturer's guidelines. 2. Secure and xnaintain a location to store the material in accordance with Section 01 6b �0. 1.11 F�ELD [STTE� CONDITION� [NOT USED] 1.12 WARRANTY [NOT USED� PART 2 - PRODUCTS 21 4WNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacf�rers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shawn in Section Ol 6Q 00. a. The manufaciurer m�st compiy with this Specification and related Sections. 2. Any px�od�ct that is not listed on the Standard Froducts List is considered a su�stit�iion and shall be submitted in accordance with 5ection O1 25 U0. B. Ferformance / Desigt� Criteria Pipe a. Meet all requirements of TCEQ. b. AIl pipe furnished shall be in confoz-�raa�ce with ASTM F 1803 for 1$-inch through �48-inch. c. PVC Closed Profile Gravity Sanitary Sewer Pipe and Fittings shatl be approved by the UL. d. Assume a standard 1ay lengih of 1A� feet except for special fittings or closure pieces necessary to comply with the Drawings. e. Use green or white coloring for in graund identification as sa�itary sewer pipe. f. PVC meeting the requirements of ASTM D17S4, 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 Modiiied Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Fipe, using the following parameters: a} Unit Weight of FiII (w) — l 30 pounds per cubic foot CITY OF �ORT WORTH 2O18 Bond Year 2, Contract f 3 STANDARD GONS'I'RUCTION SP�CIFICATION DOCUMENTS City Project No. 101475-1 Revised.December 2D, 2D12 333121-4 POL�YVIT`'YL CHLORIDE (PVC) CLOSED PROFII,E GRAVITY SANITARY SEWER PFPE Page 4 of 6 b) Live Load = AASHTO HS 20 c) Tx'ench Depth = 12 feet mini�num, or as indicated in Drawings d} Maximurtt (E') c 1,0U0 max e) Deflectian Lag Factor (DL) =1.d f� Bedding Factox constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Draw�ngs h} Marston's load per unit length (VI�, paunds per inch, calculate per Drawings i) PVC modulus af elasticity {E) = 400,OE}0 psi j) Moment of inertia of pipe wall per unit length, {I) = t3/12, (ina/in), per pipe type and size (1} Where {t) = pipe thickness, inches k) Maximum Calculated Deflectian = 5 percent h. Pipe Flatation: If the pipe is buried in common saturated soil (about 120 pounds per cubic faot} with at least 1 Y/2 pipe diameters of cover, pipe is generally not subject to f7otaiian. If shallower, check graundwater flotat�an potential. Flatatian will occur if: �b�Wp¢�f+�d `vVhere: F� = buoyant force, pounds per foot Wp = empty pipe weight, paunds per faot Wf= weight of flooded soi1, pounds per foot Wa = weight of dry soil, pounds ger foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. i. Verify trench depths after existing utilities are located_ j. Acco�unodate vertical alignment changes required because of existing utility oz other conflicts by an apprapriate change in pipe design depth. k. In no case shall pipe be zns�ailed deeper than its clesign allows. 2. Minimum pipe stif#'ness of 46 psi at 5 percent deflection when test in accorda�ce with ASTM D2412. Fipe markings a. Meet the miniinum requireme�ts af ASTM F1$p3. b. Minimum pipe markings shall be as foilaws: 1) Manufacturer's Name or Trademaz-k and production record 2) Nominal pipe size 3) ASTM Standard 4) Cell Ciassifieation 5} Seal of testing agency that verified the suitability af the pipe 4. Joints a, Joints shall be gasket, b�ll and sgigot, push-on type conforn�ing to ASTM D32I2. b. Since each pipe manufacturer has a different d�sign for push-on joints; gasket� shall be part of a complete pipe sectzon and purchased as such. 5. Connections a. Use only manufactured fittings. b. See Section 33 31 S0. CITY dF FQRT WORTI� 201 B Bond Year 2, Gor�tract 13 3TANDAIiD CONSTRUCTION SPECIFICATTON DOCl]NIENTS Gity Project No. 1 p1475-1 Revised December 20, 2D12 33 31 21 - 5 POLYVi1V'YL CHLORIDE {PVC) CLdSEII PROFII,E GRAVITY SANITARY SEWER PIPE Page 5 oF 6 6. Field Sealant a. Use urethane adhesive (3M Scotch-Weld DF605) for sealing connections and f eld cuts. 7. Deteciabl� Metallic Tape a. See Sectiar� 33 US 26. �.3 ACCESSORIES [NOT USED] �.� SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATiON [NOT USED) 3.3 PREPARATION [NOT USEDJ 3.4 INSTALLATION A. GeneraI 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in Section 33 OS 10 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3_ Excavate and backfill trenches �n accordance wiih 33 d5 10. 4. Embed PVC Pressure Pipe in accordance with 33 OS 10. B. Pipe HandIing l. Hau1 and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to iowering into the trench. b. Use only nylon ropes, slings or oiher lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close oi each operating day: a. Keep the pipe clean and free oi debris, dirt, animals and trasl� — during and after the laying apera�ion. b. Effect�vely seal the open end of ikie pipe using a gasketed night cap. C. Pipe Joint Installation 1. Clean dirt and foreign material from the gasketed socket and the spigot end. 2. Assemble pipe joint by sliding the lubricated spigat e�zd into the gasketed bell end to the reference mark. 3. Ir�stall such that identificatian marking on each joint are oriented upward toward the trench opening. 4. When making connectian ta manhole, use an. elastomeric seaI or flexible boot to facilitate a seal. D. Field Cutting 1. Make pipe cuts befare placing pipe in ditch when possible. CITY OF FORT WORTH 2Oi8 Bond Year 2, Contract t3 STANDARD CONSTRUCTipN SPECIFTCATIOI�T DOCTJMENTS City Project No. 101475-1 Revised Aecemher 2Q 2012 333121 -6 POLYVINYL CHL4RII7E (PVC} CLOSBI7 P7ZOFIL� GRAVITY SANTTARY SEWER PII'E Page 6 af 6 2. Cut pipe with dise blade ar circular saw for best results. 3. Do nat follow the spiral barrel weld as a c�tting guide. 4. Use field sealant on cut lacations per the manufactuxer's recomrnendation. E. Connection Installation 1. See Seciion 33 31 50. F. Detectable Metallic Tape InstaIlation 1. See Section 33 45 26. 3.� REPAIR / RESTORATION [NOT USED] 3.6 RE�INSTALLATION [NOT USED] 3.i FIELD [oR] SITE QUALITY CONTROL A. Field Tests and Inspections l . Video Inspec�ion a. Provide a Post-CCTV Insgectian in aceordance wi� Section 33 01 31. 2. Air Tes� and Deflection (Mandrel) Test a. Perform test i�. accordance with Section 33 O1 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING (N�T USED] 3.10 CLEANING [N�T USED] 3.11 CLOSEOUT ACTIVITIES [NOT i7SED] 3.1� PROTECTIQN [NOT U�ED] 3.13 MAiNTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTIaN Revision Log DATE NAME S[.JIvIl14ARY OF CHANGE CITY OF �'ORT WORT�3 201 S Bond Year 2, Contract 13 STANDARD CONSTRUCTION SPSCIFICATION DOCUMENTS Ciiy Project Nn. 10 i 476-1 Revised.December 20, 2012 333150-1 SANITARY SEWE12 S�RVIC� CONNECTIOTIS AND SERVICE LINE Page 1 of 10 1 2 SECTION 33 3150 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 1'ART 1- GENERAL 4 1.1 SUMMARY 5 A. Secfion Incl�des: 6 1. Sanitaz'y sewer service connection, service line and 2-way cleanout from the main 7 ta the r�ght-of-way, as shown on the Drawings, directed by the Engineer and S speci�ed herein for; 9 a. New Service l0 b. New Service {Bored) 1 I c. Private Service Relocation 12 d. Service Reinstatement 13 B. Deviatians fram this City of Fort Worth Standard Specification I4 1. None. 15 16 17 18 19 20 21 22 1.� 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 44 C. ReIated Specification �ections include, bui are not necessarily limited to: 1. Division 0— Bidding Requiremen�s, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utality Trench Excavation, Embedment and Back�11 �4. Section 33 11 10 — Ductile Iron Pipe 5. Section 33 11 11 — Ducfile Iron Fittings 6. Section 33 31 20 — Potyvinyl Chloride (PVC} Gravity Sanitary Sewer Pipe FRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Sewer Service a. Measurement 1) Measurement for this Item shall be per each "Sewer Service" complete in place. b. Payznent 1} The work performed and mat�rials furnished in accordance with this Item wili be �aid for at the unit price bid per each "Sewer Service" installed for: a) Various sizes c. The price bid sha11 include: 1) Furnishing and installing New Sanitary Sewer Service Line as speci£'zed by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5} Disposai of excess material 6j Tee connection to main 7) Fittings CITY dF FORT WORTH $TAN�ARiI CONSTRiJCTI0A1 SPECIFICATION DOCIJML'NT5 241 B Sond Vear 2, Gonirac� 13 Revised April 26, 2013 Ciry Project No. 1 U14i5-1 333950-2 SANFTARY SEWER SERVICB CONNEC170NS AND SERVICE LINE Page Z of 10 1 2 3 4 5 6 7 8 9 la 11 12 13 1 �4 15 16 17 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 47 48 49 �� 3 8) 2-way cleanout and cap with concrete pad 9} Surface restoration, excluding grass {seeding, sodding or hydro-mulch paid separately} l0) Furnishing, placing and compaction of embedment 11) Furnishing, placing and compaction of backfill 12) Clea�-up New Ductile Ira� Sewer Service a. Meas�rezzient 1) Measurement for this item shatl be per each Ductile Iron Sewer Service complete in place. b. Payment 1) The work perfortned and materials furnished in accardance with Yhis Item will be paid far at the unit price bid per each "DIP Sewer Service" installed for: a) Various sizes c. The price bid shall inelude: 1} Furnishing and installing New DIP Sanitary �ewer Service Line as specified by the Drawings 2) Pavement rernoval 3) Excavation 4) Hauting S} Disposal of excess material b) Tee connection to main 7) Fittings 8} 2-way cleanout and cap with concrete pad 9) SurFace restoration, excluding gz-ass (seeding, sodding or hydro-mulch paid separately) 10) Furnishing, placing and compaction of embedment 11) Furnishing, piacing and compaction of backfill 12) Clean-up New Bored Sewer Service a. Measurement 1) Measurexxaent for this It�m shall be per each Bored Sewer Sers�ice complete in place. b. Pay�nent 1) The work performed and materials furnished in accordance with this Itern and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Sewer Service" installed for: a) Various sizes b} Various maierials c. The price shall inel�de: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by tkze Drawings 2) Pavement removal 3} Excavation 4} Hauling 5) Disposal of excess rnaterial 6) Tee connectian to main 7) Service Line CITY DF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCi.iMENTS Revised April 26, 2013 2418 Bond Year 2, Contract � 3 City Project Na. ifl1475-1 333150-3 SANTl'ARY SEVfIER SERVICE CQNNECTYONS AND SERVICE LD+IE Page 3 of ] 0 1 2 3 4 5 b 7 8 4 I� 11 12 13 14 1S lb i7 18 19 20 2i 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �0 41 42 43 q-4 45 45 47 48 � 5. S) Fittings 9) 2-way cleanout and cap with concrete pad 10) Surface restoration surrounding 2-way cleanout 1 l)�urnishing, placing and compaction af embedment anc� backf'ilI i2) Clean-up Private Service Relocat�on a. Measurement 1} Measured horizontally along the surface fram center line to center line of the fitting, manhole or apptutenance b. Payrnent 1) The work perforxned and the materials fi�rnished in aecordance with this Item and rrteasured as provided under "Measurernent" wi11 be paid for at the unit price bid per linear faot for "Private Sewer Service" installed for: a) Various sizes b} Va�rious materials c. The price shaIl include: 1) �btaining appropriate 1'ertnit 2) Obtaining Right of Entry 3} PerForming relocation as speci�ed in the Drawings 4) Excavation 5) Hauling 6) Disposal of exeess material 7) Service Line - private side by plumber 8) Fiitings 9) Furnisl�ing, placing and compaction of embedme�nt 10} Furnishing, placing and compaction of backfill 11) Clean-up — surface res�oration, exciuding grass (seeding, sodding or hydro- mulch paid separately) Sewer Service Reconnection a. Measurement 1) Measurement for this Iiem shaII be per each "Sewer Service Reconnection" complete in place from pu�lic service Iine conneciion to private service line cor►nection. b. Payment 1) The work perfor�ned in co�junction with the relocation of a sewer service, associated with private service Iine, fittings and cleanaut S feet or less in any direction from the centerline 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 �erviee, Reconnection" performed for: a) Various service sizes c. The price bid sha1l include: 1} Private serviee line 2j �����5 3) Private cannection to sewer service 4) Pavement re�noval 5} Excavation. 6) Hauling 7j Disposal of excess material CITY OF FORT WORTH STANDARD CONSTRUGTION SPECIFICATION DOCUMENTS Revised Apri126, 2013 2018 Bond Year 2, Contract i3 Ciiy Project No. 1D1475-1 33 31 50 - 4 SANTTARY SEWER SFsIZVICE CONNECTIQNS AND SEitVICE L11+IE Page 4 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1s 16 17 1$ 19 ZO 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 8) Surface restoration, excluding grass {seeding, sodding or hyclro-mulch 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. Payment 1) The work performed and the materials furnished in accordance wiih this Item shall b.e paid far at the unit price bid per eac� "2-way Cleanout" installed %r: a) Various sizes b} Various materials c. The price bid shall include: 1) Furnishing and installzng the 2-way Cleanout and cap as specified in the Drawings 2) Pavement removal 3) Concrete pad 4) Surface restoratian, excluding grass {seeding, sodding or hydro-mulch paid separately) 5) Haulin� 6) Disposal of �xcess material 7) Furnishing, placing and compaction of back�ill 8) Clean-�p 7. Service Reinstatement a. Measurexnent 1) Measur�ment for this Item shall be per each ReinsYate�nent of Service associated wiih the sewer main being rehabilitated by a trenchless method. b. Payment 1) The work perforzned and materials furnished in accardance witi� this item and measur�d as provided under "Measurement" will be paid for at the unit price bid per each "�er�ver Service, Reinsfiatement" for: a) Various sizes c. The price bid sha11 include: 1) Tap to exis�ing main (if required) 2) 1'avement removal 3) Excavation 4) Hauling 5) Disposal af excess material 6) Tee eonnection to main 7} Service line {if required} S) Fittings 9) Furnishing, placing and compaction ai embedrizent and bacl�'ill 10) Clean-up — surface restaration, excluding grass (seeding, sodding or hydro- mulch paid separately)references CITY OF FORT WQRTH STANDARD CO�lSTRUCTIpN SPECIPICATION DOCUMENTS Revised April2fi, 2Q13 2018 Bond Year 2, Contract 13 City Project No. 101475-1 33315D-5 SANITARY SEWER S�RVIC� COIVIVECTIONS AND SERVICE LINE Page 5 of 10 1 B. Definitions 2 1. New Service 3 a. New service applies to the installation of a service with connection to a new or 4 existing sewer main. 5 �. The service materials would incl�de service line, fittings and cleanout. b 2. Bored Service 7 a. Bored service applies ta ihe instal�ation of a service with connection to a new or 8 existing sewer main inciucting a bore under an existing road. 9 b. `I"he sezvice materiats wauld inciude service line, fittings and cleanout. 10 3. li 12 13 14 15 4. 16 17 18 19 20 2I 22 23 24 25 26 z� 28 24 30 31 32 33 34 35 36 37 38 Private Service ReIoca�ion a. Private service relocation applies Co the replaeement of the existing sewer service line on private property typical�y associated with the relocati.an of the existing main. b. Typical main relocation will be fro�n a rear tot easement or alley to t�ae street. Service Reinstatement a. Service reinstaiement appties ta the recnnnection of an existing service to an existing main that has been rehabilitated by trenchless methods such as pipe enlargement (pipe bursting), slip lining or CIPP. C. Reference Siandards 0 2. 3 Reference standards cited in this Speciiication refer to the current reference standard publis�ed at the time of the lates� revision daie logged ai the end of this Speci�cation, unless a date is specifcally cited. ASTM International (ASTM): a. ASTM D3034 Standarc� Specificatian fnr Type PSM Poly (Vinyl Chloride) (PVC) �ewer Pipe and Fittings b. ASTM D1785 Standard Specifcation 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 O�her Gravity-Flow Applicatians d. ASTM D24 i2 Sta�dard T�st Method for Determination of External Laading Characteristics of Plastic Pipe by ParalIel-Plate Loading e. ASTM D3212 Standard Specification for Joints for Drain and Sewer PIastic Pipes Using Flexible Elastqmeric Seals Texas Commission on EnvirantnentaI Quality a. T�tle 30, Part I, Chapter 217, �ubchapter C, Rule 217.54 — Criteria for Laying Pipe and Rule b. Title 30, Part I, Chapier 2I7, Subchapter C, 217.55 — Manholes and Related Structures 39 1.3 ADMINISTRATIVE REQUIREMENTS 4fl A. Scl�eduling 41 1. Provide advar�ce notice for service interruption to property owner and meet 42 requirements of Division 0. CITY OF FORT WO1�TH STANDARD CONSTRiJCTION SPECIFICATION DO(:OMENTS Revised Apri126, 2013 2018 Bond Year 2, Contract 13 Ciry Project No. 101475-1 33 31 50 - b SANPTARY SEWER SERVICE CONAFECTIO�IS AND S$RVIC�. LiNE Page 6 of 10 1 1.4 SUBMITTALS 2 A. Submittals shali be in accordance with Section 01 33 00. 3 B. All submittals shall be approved by the City p:rior to deli�ery. 4 1..5 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS 5 6 7 8 9 1p 11 12 1.6 A. Product data shall include, if applicable: 1. Tee connection or saddle 2. Fittings {including type of cleanout) 3. Service line B. Certificates 1. Furnish an affidavit certifying that service line and f ttings meet the provisians of this Section. CL4SEOUT �UBMITTALS [NOT USEDj 13 �.7 MAIIVTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.8 QUALITY ASSURAlvCE [NOT USED] l5 19 DELIVERY, STORAGE, AND HANDLING 16 1.7 18 19 2Q 21 22 23 24 25 26 27 28 29 A. Starage and Handling Req�irements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Protect all parts such that no damage ar deteriaration will occur during a prQlonged delay from the time af shipment until installat�on is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts agai�ast any damage during a pralonged periad at #he site. 4. Pre�ent plastic and similar brittle items from being directty exposed to sunlight or extremes in temperature. 5. Secure and maintain a locat�on to store the material in acco�dance with Section O1 66 00. 1.14 F1�ELD [SITE] CONDITIONS [NaT USED] 1.11 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER-FURNI�HED [NOT USED] 32 33 34 35 2.2 EQUIPMENT, PRODUCT TI'PES, MATERTALS A. Manufact�rers 1. 4nly the manufacturers as iisted on the City's Stanttard Products List wiIl be considered as shown in Section 01 60 00. CITY OF FORT WOIiFH 5TANDARD CON3TRUCTION SPEC�'ICATIQN DQCUMENTS 201 B Bpnd Year 2, Contract 13 Revised April 2b, 2613 City Project No. iD1475-1 333150-7 SAI�€TTARY 3EWER S�RVICE CONNECTIOAIS AND SERVICE LINE Paga7oflU 1 a. Tiie manufacturer must comply v�+ith this Specificatian and reIated Sections. 2 2. Any produci that is not listed on the Standard Producis List is considered a 3 substitu�ion and shall be submitted in accordance with Section 01 25 00. 4 5 6 7 8 9 10 ri 12 i3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3. The services and appurtenances shall be new and the product of a manufact�rer regularly engaged in the manufacturing of services and appurtenances having similar service and size. B. Materials/Design Criteria 1. Service Line and Fittings {including tee connections} a. PVC pipe and ittings on public properfy sha11 be in accordance with Section 33 31 20. b. PVC pipe and fittings on private properiy shall be Schedule 40 in accordanee with ASTM D1785. c. Ductile iron pipe and fittings shail be coated with ceramic epoxy fn accordance with Section 33 11 10 and Section 33 l 1 11. 2. Service saddle a. Sez-v�ice saddl�s shall only be allowed when cannecting a new service to an existing sanitary sewer main and sha11: 1) Be a 1-piece prefabri.cated saddle, either polyethylene or PVC, with neoprene gasket for seal agair�st main 2) Use saddle to fit outside diameter of main 3} Use saddle with graoves to retain band ciamps 4) Use at least 2 stain�ess steel band clamps for securing saddles ta the main b. Inserta tees service connections may not be used. 3. CIeanout a. CIeanout stack �aterial should be in accordance with City Standard Details or as shown on Drawings. b. For paved areas, pzovide a cast iron cleanout and cast iron lid. c. Far unpaved areas, pzovide PVC cleanout and polyethylene lid. 4. Coupling a. For connectians between new PVC pipe stub out and existing service line, use rubber sleeve co�plings with stainless steel double-band repair s�eeves to connect to the line. 33 2.3 ACCESSORiES [NOT USED� 34 �A SOURCE QUALiTY CONTROL [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 3.1 INSTALLERS 37 A. A�icensed plumber is required for installafions of the servrce line on private property. CITY OF FORT WOItTF� STANDARD CON3TRUCTION SPEGIFICATIOlV FOCITMENTS 2pi 8 Bond Year 2, Contract i3 Revisecf A.pril 26, 2013 City Pro�ect No. 901475-1 �33isa-s SANITARY SEWER SERVICE Cd11�N�.CTIONS AND SERVICE LFNE Page 8 of ]0 3.� E�LAMINATION [N4T USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 INSTALLATION 4 5 b 7 S 9 10 11 12 13 14 15 16 17 18 19 2a 21 22 23 24 25 2S 27 28 29 3d 31 32 33 34 3S 36 37 38 39 40 41 42 A. General 1. Instalf service �ine, itttings and cieanout as specified herein, as specified in 5eetion 33 OS 10 and in accordance with the pipe manufacturer's recommendations. B. Handling 1. Haul and dis�rihute service lines, iitiings and cleanouts at the praject site and handle with care to avoid damag�. a. Inspect each segment of service line and reject or repair any damaged pipe pripr to lowering into the trench. 2. Do not handle t1�e pipe in such a way that will damage the pipe. C. Service Lin� 1. Lay service line af a minimtun grade of 2 percent, as shown on City Standard details, or at lines and grades as indicated in the Drawings. 2. If service line is instal�ed by bore as an alternative to open cut, the cost associated with apen cut installation, such as pavement remo�al, trenching, einbedment and backfill and pavement patclz vs�ll not be included as part of the bore installatian, 3. Excavate and backfill trenches in accordance with 33 OS 10. 4. Embed PVC Pipe in accardance with 33 OS 1U. D. Cleanau# 1. Install out of traffic areas s�ch as driveways, streets and sitlewalks wl�enever possible. a. When not possible, install cast iron cleanaut stack and cap. 2. insta112-way cleanout in non-paved areas in accordance with City Standard Details. 3. Insta112-way cleanout in paved areas in accordance with City Standard Details. E. Service line connection to main 1 2 K� New service on new or replacement main a. Determine laeation of service connections before main installation so the service fittings can be installed during rnain installa�ian. b. Connect service line to main with a molded or fabricated tee fitting. Reconnection to main after pipe enlargement a. Tapping the existing main and instaliing a strap o� tee connection may be used. b. A11ow the new main to reco�er from imposed stretch before #apping and service iastallatian. 1} Follaw manufachxrer's recomrnendation for the lengY� a�time needed. c. Tap main at 45 degree angle to horizontal when possible. 1) Avoid tapping the tap of main. d. Extend service line from rnain to property line or easement line before cannecting to the e�sting service line. New seivice on existing main a. Connect service line to main with a maided or fabricated tee fitting if possible. CITY pF FpRT WORTH STANDARD C�NSTRUCTTO� SPECIPICATION DOCiTMENT� 2018 Bond Year 2, Contract 13 Revised Apri126, 2013 City Praject No. 1 D1475-1 33 31 50 - 9 SANTI'ARY SEWER SERVICE CDNNEC'i'IONS AND SERVICE LINE Page 9 oi70 1 2 3 4 5 5 7 8 9 10 11 l2 13 14 3.� b. Tapping t�e existing main and installing a strap an tee co�ection may be used. F. Private Service Relocat�on l. Requirements for the reloeation of service line on private praperty a. A licensed plumber must be used to install service line on private property. b. Obtain permit from the Development Department for work an private property. c. Pay for any inspection or permit fees associated with r�t+ork an private property. d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the bui�ding cleanout and compare to data on the Drawings before beginning service installation. e. Submit elevation information to the City inspector. f. Verify that the 2 percent siope instalIation requirement can be met. 1} If the 2 percent slope cannot be met, verify with the Engineer that line may be installed at the lesser slope. REPAIR / RESTORATION [NOT USED] I S 3.6 RE-INSTALLATION 16 A. Service Relocaiion 17 1. AIl relocations that are not insta�led as designed or fail to meet the Ciiy code sha11 18 be reinstalled at the Contractor's expEnse. 19 3.i FIELD QUAL�TY CONTROL 20 A. inspections 21 1. Private property service line requires approva.� by the City pl�ambing inspector 22 before final acceptance. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 2S 26 27 28 29 � 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES jNOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 3TANDARD CpTISTRUCTION 3PECIFIGATIQN DOCUNiENTS 20f 6 Bond Year 2, Confrad 13 Revised April 26, 2013 City Project Na. 101475-1 33 31 50 - 10 SANITARY SBWE,R SERVICE CONi�EC1`IQNS AND SERVICE LiIVE Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE Throughout — Deep Sewer Service was remo�ed 1.2 — Ivleasurernent and Payment Items were revised to inctude relocation and 12/2�/2012 D. Jahnson reconnection; Blue text was added for guidance in applying the bid Ttams; Price bid lists revised to include clean-out caps, pads and surface restoration. Added the phrase `, inclading grass' to lines; Part I, 1.2.A.1.c.9, Part1, 1.2.A.2.c.9, Part ],1.2.A.S.c.8, Partl, 1.2.A.6.c,4 Added the phrase `- surface restoration, inclnding grass' to lines; 2/13/2013 F. Griffin Part 1, 1.2.A.4.c.11, Part 1, 1.2.A.7.10 Removed the phrase `surmuuding 2-way cleanout' from lines; Part 1, 3.2.A.i.c.9, Part 1, 1.2.A.2.c.9, Part ], 1.2.A.6.a4 Revised lines with `including gxass' replacing with `excluding grass (seeding, sadding or hydrpmulehing paid separately)' 4/26/2013 F. Griffin Tncluded in Part 1, 1.2, A, 1, c, 9; Part 1, 1.2, A, 2, c, 9; Part l, 1.2, A, 4, c, 11; Part 1, 1.2, A, 5, c, $; Part 1, 1.2, A, 6, c, 4; Part 1, 1.2, A, 7, c, 10 CITY OF FOI2T WORTH STANDARB CpNSTRiTCTION 3P�CIFICATION DOCUMENTS 20f 8 Sond Year 2, Coniract 13 Revised April 26, 2013 Ci�y ProjecE No. 101475-1 333910-1 CAST-IN-PLACE CONCRETE MAIVIIOLE Page 1 of 7 SECTION 33 3910 CAST-IN-PLACE CONCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary Sewer Cast-in-Place Concrete Manholes B. Deviations from this City af Fort Worth 5tandard Speci�ication 1. None. C. Relaied Specification 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 00 — Cast-In-Place Concreie 4. Section 03 80 Od — Modifications to Existing Concrete Structures 5. Section 33 O1 30 — Sewer and Manhole Testing 6. Section 33 OS 13 — Frame, Cover, ar�d Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 1.� PRICE AND PAYMENT PROCEDURES A. Measur�ment and Payment 1. Manhale a. Measurement 1} Measurement for this Item shall be per each. b. Payment 1) The warkperformed and the materials f�trnished in aecardance with this Item sha11 be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b} Various types c. The price bid wiI� include: 1) Manhole structure c.o�plete in place 2} Excavation 3} Poz�rzs 4) Cancrete 5) Back�lt b} Foundation 7} Dxop pipe 8} Stubs 9) Frame 1 Q} Caver 21) Grade rings 12) Pipe connections 13) Pavement removal CI'I'Y OF F'ORT WORTH 2O18 Bond Year 2, Contract 13 STANi�ARD CQNSTRUCTIOT# SPECIFICAITONDOCOMENTS City Projeci No. tp1475-1 Revised December 20, 2012 333R10-2 CAST-IN-PLACE CQNCRETE IvIANFiOLE Page 2 of 7 f 4) Hauling 15) Disposal of excess material 16) Placement and compaction oibackfill 17) Clean-up 2. Extra Depth Manhole a. Measurement 1} Measurement for added depth beyand b feet will be per vertieal foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and the materiais furnished in accordance with this �tern and rt�eas�u-ed as provided unde� "Measurement" will be paid for at fhe unit price bid per vertical foot for "Extra Depth Manhale" specified for: a} Various sizes c. The price hid vvill i�aclude: Ij Ma�hole structure corr�ptete in piace 2) Excavation 3) Forms 4) Reinforcing steel (if required} 5) Concrete 6) Backf'ill �) h'a�nda�aon 8) Drop pipe 9) Stubs 10) Frame I 1) Cover 12j Grade rings 13) Pipe conn�ections 14) Pavement zennoval 1 S) Hauling 16) Disposal of excess matetial 17) Placement and compaction af backfill 1$) Clean-up 3. Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structt,u'e being insialled. b. Payznen� 1) The wo�k performed and materials furnished in accarclance with this Item and meas�u'ed as provided under "Measurement" shall be paid for at the lump sum bid per each "Sewer Junctian Structure" location. c. Frice bid wili include: 1) 7unction Struciure cotnplete in place 2) Excavation 3) Fonns 4} Reinforcing steel {if required) 5} Concrete b) Backfill 7} Foundat�on 8} Drop pipe C7T5' bF FORT WORTH 2O18 Band Year 2, Conlracl 13 STANBARD CONSTRUCTIOI�i SPECIFICATION DflCU�MENTS City Projeci No. 101475-1 Revised December 24, 2012 333910-3 CAST-IN-PLACE CONCR�.T'� MANIiQI,� Page 3 of 7 9� �iUbS 10) FraYrte 11) Cover 12) Grade rings 13) Pipe connections 14} Pa�ement removal 15) Hauling 16) Disposal of excess materiai 17) Placement and eompaction ofbackfll 18) Clean-up 1.3 REFERENCES A. Deiinitians ManhoIe Type a. Standard Manhole (See City Standard Deiails) 1) Greater thaa 4 feet deep up to 6 feet deep b. Standard Drop Manho�e (See City Standard Details) 1} Same as Standard Manhole wsth external drop connection (s) a Type "A" Manhale {See City Standard Details) 1) ManhaIe set on a reinforced concrete bIack placed araund 39-inch and larger sewer pipe d. 5hallow ManhoTe {See City Standard Details} 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller than 39-inch Manhole Size a. 4 �oot diameter I} Used with pipe ranging from $-inch to I S-inch b. 5 foot diameter 1) Us�d with pipe ranging from 18-in�h to 36-inch c. See speci�c manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards Reference standards cited in this Speci�'ication refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a da�e is specifically cited. ASTM International (ASTM): a. D4258, Stat�.dat'd Practice for Surface Cleaning Concrete for Caating. �. D4259, �tandard Prac�ice for Abrading Concrete. T.4 ADA'IINISTRATIVE REQUIREMENTS [NOT USED] 1.� SUBMITTALS A, Submittals sl�all be in accordance �witl� Section O1 33 00. B. All submitta�s shall be appraved by the City prior to delivery. 1.G ACTION SUBNIITTALS/1NFORMATIONAL SUBMITTALS A. P:roduct Data 1. Dxop connection materials CITY QF FORT WQRTH 2O18 Bond Year 2, Contract i 3 STtll�IDAIiD CON�TIZUCTION SPECIFICATION DOCUMENTS City Praject No. 101475-i Revised December 20, 2012 333910-4 CAST-IN-PLACE CONCI2ETE MANHOLE Page 4 of 7 2. Pipe connections at manhole walls 3. Stubs and stub plugs 4. Admixtures 5. Cancrete Mix Design 1.'7 CLOSEDUT SUBMITTALS [NOT U�ED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDj 1.9 QUALiTY ASSU1tANCE [NOT USED� 1,10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD {SITE] CONDITIONS [NOT IISED] 1.12 WARRANTY [N�T USED] PART 2 - PRODUCTS Z.� QWNER-FURNISHED [ox] OWNER SUPPLIEDPRODUCTS [NOT i1SED] �.2 ��iTi�li�'i�r.1"Y', �R��iiJc T i i�ES, Ivia�`i��i,S A. Manufact�.irers 1. Only the manufacturers as listed on the City's Standard Products List will be cansidared as shown in Section fll b0 00. a. The manufacturer must comply with this Specification and reiated Sectians, 2. Any product that is noi listed on the �tandard Products List is considered a substitution and shall be submitted in accordance with �ection 01 25 00. B. Materials 1. Concrete — Conform to Section 03 3p 00. 2. Reinforcing Steel — Conforfn to Sect�on 03 21 QU. 3. Frame and Cover — Conform to Section 33 OS 13. 4. Grade Ring — Confa�n to Section 33 fl5 13. 5. Pipe Conneetions a. Pipe connections can be premolded pipe adapter, flexible locked-in boot adaptez', or integrally cast gasket channel and gasket. 6. Itaterior Caating or Liner — Conform io Section 33 39 60, if required. 7, Exteriar Coatis�g a. Use Caal Tar Bifumastic for betow grade damp proofing. b. Dry fitm thicicness shall be no less thanl2 mils and na greater than 30 tnils. c. 5olids conteni is b8 percent by vo�urr�e t 2 percent. CITY OF PQRT WORTH 20i $ Bond Year 2, Can#ract 13 STANDARD C�NSTAUL"TION SPECIFICATIOAf DpCLTME]V7'S Ciiy Project No. 101475-i Revised Decemher 20, 2p12 333910-5 CAST-IN-PLACB CONCRETE MANHOLE Page 5 of 7 2.3 ACCESSORIES f NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 �NSTALLERS �NOT USED] 3.2 EXAMINATION A. Evaluatian and Assessment 1. Verify lines and grades are in accordance ta the Drawings. 3.3 PREPARATION A. Foundation Preparation l. Excavate S inches below manhole foundation. 2. Replace excavated soil with course aggregate, creating a stable base far the manhale construction. a. If soil condiiions or ground water prevent use of caurse aggregate base a 2-inch mud slab rnay be substituted. 3.4 INSTALLATION A. Manhole 1. Constr�ct manhoie io dimensions shown on Drawings. 2. Cast manhole foundation and wall monoIithicaliy. a. A eold joint with water stop is ailowed when the manhol� depth �xc��ds 12 feet. b. No other joints are allowed unless shown on Drawings. 3. �'Iace, finish and cure concrete according to Section 03 30 00. a. Manholes must cure 3 days before backfilling around struct�u-e. B. Pipe connection at Manhole 1. Do not consmzct joints of sewer pipe within wa11 sections of manl�ote. C. Invert i. Construct invert channels to provide a smooih waterway with no disruption of flow at pipe-manhole connections. 2. For direct�on changes of mains, construct channels tangent to mains with maximum passible radius of curvature. a. Provide curves for side inlets. 3. Sewer pip� may be taid th�rQugh the manhole and the top '/z of the pipe removed to facilitate manhoIe construction. 4. For all standard manholes provide fuIl depth invert. 5. For example, if 8-inch pipe is connected to manhale, co�struct the invert to fu118 inches in depth. D. Drop Mani�oIe Connection CTI'Y OF FQRT WORTH 2D78 Bond Year 2, Contract 13 STANDARD CON3TRUCTI03+# SPECIFICATION DOC[INIENTS Ciry Project No. i 01475-1 Revised December 20, 2012 33 39 ]0-6 CAST-IN-PLACE C07VCRETE MANHOLE Page 5 of 7 1. Install c3rop conneetion when sewer ]ine enters manhole higher than 24 inel�es above the invert. E_ Final Rixxt Elevatian 1. InstaFi concr�te grade rings for height ad}ustment. a. Canst�rruct grade ring on Iaad bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manha�e or grade rings using continuous water sealant. 3. Rernave debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, woad, stones or otl�er unspecified materia� to obtain the final surface elevation of the manhole franne. F. Internal coating 1. Internal coating applicatian will conform to Section 33 39 6U, if required by Drawings. G. External coating 1. Remove dirt, dust, oil and other conta�ninants �at cauld interfere with adhesion of the coating. 2. Cure foz 3 days before backfiiling around structure. 3. Coat the same date the forms are removed. 4. Prepare surface in accordance with ASTM D�4258 and ASTM D4259. 5. Application will follaw manufacturer's recommendation. H. Modifications and Pipe Penetrations 1. Conform to Sectian 03 80 00. T, Junc�ion 5tr€tctures 1. All structures shall be installed as specified in Drawings. 3.5 REPAIR / RESTORATION [NOT USEDj 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Fieid Tests and Inspections 1. Perform vacuum test in accordance with Section 33 O1 30. 3.� SYSTEM STARTUP [NOT IISED� 3.9 A�JUSTING [NUT USED] 3.1b CLEAIVING �NOT USED] 3.11 CLOSEOUT ACTIVTTIE� [NOT USED] 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NQT USED] CI'TY pF FORT WORTH 201 S Bond Ysar 2, Contract 13 STAI�FI3ARD CON�7RUCTION SPECIFICATION DQCUMEIVT'S Ciiy Project IVa. 101475-i Revised Decemher 20, 2012 33 39 1Q - 7 CAST-IN-PLACE CONCRE`i'E MAIVI�QLE Page 7 of 7 END OF SECTION Revision Log DATE NAME Si.TMMARY OF CHANGE 12/2a/2012 D. Johnson 1.2.A. l.c. — reinforcing steeI removed from items to be inciuded in price bid CITX OF FORT WORTfi 20i 8 Bond Year 2, Gontracf 13 STANDARD CONS'I'RUCTION SPECfFICATION DOCUMENTS City Project No_ 191475-i Revised December 20, 2012 333920-1 PRECAST CDNCRETE MANHQLE Page 1 of 6 SECTION 33 39 20 PRECAST CONCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary Sewer, Water Appurtenance, or Reclaimed VlTater Appurienance Precast Concrete Manholes L'. Deviations from this City of Fort Worth Standard Specifcation 1. None. C. Related Specification Sections include, but are nat necessariiy limited to: 1. Division 0— Bidding Req�tirements, Contract Forms, and Cor�ditions of the Contract 2. Division i— General Require�ez�ts 3. Section �3 30 00 �- Cast-in-Place Concrete 4. Section 03 SO 00 — Modifica�ions to Existing Concrete Structures 5. Section 33 OZ 30 — Sewer and Manhole Testing b. Section 33 05 13 — Frame, Cover, and Grade Rings 7. 5ectian 33 39 60 — Epoxy Liners for Sanitary 5ewer Straactures 1.� PRICE AND PAYMENT PROCEDURES A. Measuremeni and Payment l. Ma�lxole a. Measurerr�e�nt 1} Measurernent far this Item shall be per each canerete manhole installed. b. Payment lj The work performed and the materials fittxaished in accordance with this Item sha11 be paid for at tl�e unit price bid per each "Manhole" instaIied for: a} Various sizes b} Various types c. The price bid will include: 1) Manhole struciure complete in place 2) Excavation 3) For�ns 4} Reinforcing steel (if requued} 5) Conerete 5) Backfill 7) Fo�ndation 8} Dz'op pipe 9) Stubs 1 p} Frame 11) Cover 12) Grade rings CTfY OF FORT WORTH 2O18 Bond Year 2, Cantract � 3 5TANDARD CONSTRUCTIpN SPECIFfCAT1pN AOCUMENTS City Project No. 101475-1 Revised December 20, 2012 33392d-2 PRECAST CONCRE'f'E IvfANFiOI,B Page 2 af 6 13) Pipe eonnections 14) Pavement removat 15} Hauling 16} Disposal of excess material 17} Placement and compaction of backf'ill 18} Clean-up 2. Extra Depth Manl�ale a. Measurement 1) Measurement for added depth beyond 6 feet wiIl be per vertical %ot, measured to the nearest 1/10 foot. b. Payment 1} The work perfor�ed and materials furnished in accordance wi�h this Item and xneasured as prnvided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhale" specified for: a) Various sizes c. The price bid will include: 1} Mar�ole structure complete in place 2} Exeavation 3} Fnrms 4} Reinfarcing steel {if required) S} Concrete 6} Backfill 7) Foundation $) Drop pi�e 9) St�bs 10} Frame 11 } Co�er 12} Grade rings 13} Pipe conneciions 14} Pavernent removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backiiii 18) Clean-up 1.3 REFERENCES A. Definitions Manhole Type a. �tandard ManhoIe (See City Standard Details) 1} Greater than 4 feet deep up to 6 feet deep b. Stanclard Drop Manhale (See City Standard Details} 1} Same as Standard Manhole with external drop connection(s} c. Type "A" Manhole (5ee City Standard Details) lj Manhale set on a reinforced concrete block placed araund 39-inch a;nd Iarger sewer pi�e. d. Shallow Manhole (See City Standard Details) l) Less than fol�r 4 deep with fonned invert for sewer pzpe diameters smaJlez' than 39-ineh 2. Manhole Size CITY QF FORT WQR'1`H 20'I8 Bond Year 2, Gontract 13 STAI�iDARD CONSTKUCTI4N SPECIFICATION DpGUMENI'S City Prajeci No_ i D1475-1 Revised Decembar 20, 2D12 33 34 20 - 3 PRECAST COTICRETE MANHOLE Page 3 of 6 a. 4 �aot diarr�eter 1) Used wit� pipe ranging from 8-inch ta 15-inch b. 5 foot diameter 1} Used with pipe ranging from 18-inch to 36-inch 2} See specific manhale design on Drawings for pipes larger than 35-inch. B. Reference Standards 1. Re�'erence standards cited in this Speciiicaiion refer to the current reference standard publishec� at t�Ze time af the latest revision date logged at ti�e end of this Speci�cation, u�less a date is specifically cited. 2. ASTM International (ASTM): a. C443, Standard Specification far Joint for Cancrete Pipe and Manholes, Using Rubber Gaskets b. C478, Standard 5pecification far Precast Reir�forced Concrete Mar�hole Sectians. c. C923, Standard Specification for Resiiient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. d. D 11$7, Standard Specificaiion for Asphalt-Base Emulsion for Use as Protective Coatitzgs foz Metal e. D1227, Standard Specification for Exnulsi�ed Asphalt Used as a Profiecti�e Coating for Roofing 1.4 AD11uNISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. �ubmittals shall be in accordance with Section 01 33 OQ. B. All submittals sha11 be approved by the Ciry prior to deIivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data i . Precast Concrete Manhole 2. Drop connecfiion materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs S. Adrr�ixtures 6. Concrete Mix Deszgn 1.i CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLIl�TG [NOT USED] 1.11 FIELD [SITE] CONDITIONS jNOT USED] L1� �VARRANTY A. Manufacturer Warranty CITY OF FORT WORTH 2Di 8 Bond Year 2, Contract 13 STANDARD CONS'FRUCi'ION SPECIFICATION DOi;iJI41ENTS City Project No. iDi475-1 �evised Dece3nber 20, 2p12 33 39 2� - 4 PRECAST C07+ICRBTE MAIVHflLE Page a af 6 l. Manufacturer's Warranty shall be in accordance with Division 1. PART � - PRODiTCTS �,.1 OWNER�FURNISHED [oR] UWNER-SUPPLIED PRODUCTS [NOT USED] �.� EQUIPMENT, PRQDUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on tiie City's Stanc�ard Producfs List will ba considered as shawn in Section O1 60 00. a. The manufacturer must comply with this �pecification atid related Sections. 2. Any product that is not listed an the 5tandard Froducts List is considered a substituiion and sl�aii be submitted in accordance with Section O1 25 Ob. B. Materials l. Precast Reinforced Concrete Sections — Confa�m to ASTM C478. 2. Preeast Joints a_ Frovide gasketed joints in accordance with ASTM C443. b. Minimize number af segments. c. lJse Iong joints at the bo�tam and sharter joints toward t�e top. d. Include manufacturer's stamp on each section. 3. Lifting Devices a. Marahale sections and cones may be furnished with Iift Iugs or Iift holes. 1} If lift tugs are provided, place 180 degrees apart. 2} If lift ho�es axe provided, place 180 degrees apart and grout during manhole installation. 4. Frame and Cover — Confortn to Section 33 OS 13. 5. Grade Ring — Conform ta Section 33 US 13 and ASTM C478. G. Pipe Connections a. Utilize either an integrally cast embedded pipe connector oz' a boot-type connector installed in a circular block out opening conforming to ASTM C923. 7. Steps a. No steps are allowed. 8. Interior Coating or Liner — Confarm to Section 33 39 60. 9. Exterior Coating a. Coat with non-fibered asphaltic eznulsion in accordance witl� ASTM D1187 Type I and ASTM D1227 Type III Class I. �.3 ACCESSORI.ES [NOT USED] �.4 SOURCE QUALITY CONTROL [N�T USEDJ CITY OF FORT WQRTH 2Q18 Bond Year 2, Contraci 13 STANDARD CONSTRUCT'ION SPECIFICATION ]70CLiMENTS City Project No. i01475-1 Revised Decem6er 20, 2p12 333924-5 PRECAST CONGRETE MANHpLE Page 5 af 6 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION A. Evaluation and Assessment L Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole founciation. 2. Replace excavaied soil with course aggregate; creating a stable base for manhale construction. a. If soil conditions or ground water prevent use of co�rse aggregate base a 2-inch m�d slab may be substituted. 3.� INSTALLATION A. Manhote 1. Canstruct �ac�hole to dzznensions shown on Drawings. 2. Precast Sections a. Pravide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number af segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert 1. Construct invert channels to provide a smQoth waterway with no disruptio� of flow ai pipe-manhale connections. 2. For direction changes of mains, construct channels tangent to mains with maxixnum possible radius af curvature. a. Pravide curves for side inleis. 3. Far all standard manhales prov�de full depth invert. 4. Far example, if 8-inch pipe in cannected to ma�zbole construct the invert to full 8 inches in depth. C. Drap Manhole Connection 1. InsEall drop connection vv�en sewer line enters manhole higher than 24 inches above the invert. D. Fina1 Rim Elevation 1. Instail concrete grade rings for height adjustment. a. Consh-uct grade ring on Ioad bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frama on top of manhole or grade rings using cantinuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. CTTY OF FORT WORTH 2D18 BonB Year 2, Contract 13 STANBARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. f Oi 475-i Revised Decembar 20, 2D12 33 39 2� - G PRECAST CONCRETE MANHOLE Page G of 6 4. Do not use steel shims, wood, stanes or other unspecified material to obtain the ��al surface elevation o:f the manhole frame. E. Internat coating 1. Intennal coating application will conform to Section 33 39 60, if required by Drawings. F. External caating 1. Remove dirt, dust, ail and oiher contarninants that could interfere with adhesion of the coating. 2. G�.�re manhole for 3 days before backfilling aro�and the s�n�ct�re. 3. Application will follow manufacturer's recom�endation. G. Modifications and Pipe Fenetrations 1. Conform to Section Q3 80 04. 3.� REPAIR I RESTORATION [N4T USED] 3.G RE-INSTALLATION [NOT USED] 3.'� FIELD QUALITY CONTROL A. �'ield 1 ests and Inspections l. Perform vacuum tes� in accordance with 5ection 33 D1 30. 3.$ SYSTEM STARTUP [N�T USED] 3.9 ADJUSTTNG [NOT USED] 3.10 CLEANING [N4T USED] 3.i1 CLOSEOUT ACTIVYTIES [NOT USED] 3.1� PROTECTION [NOT USED] 3.13 MAINTENANCE [NQT USED] 3.14 ATTACHMENTS jNOT USED] END DF SECTI4N Revision Log DATE NAME SUMIVIARY OF CHANGE 1.1.A.1 — Modified to inciude precast manholes for water and reclaimed watex applications 12/20/2012 D. Johnson 1.3.B.2 — Modified to include ASTM C443, D11$7 and D1227 as references 2.2.B.1-3 — Modif�ed in accordance with new AS"I'M references 2.2.8.10 — Modifed in accordance with new ASTM references CTPY OF FORT WORT�I 2018 Bond Year 2, Cpn#ract 13 STANDARD CQNSTRUCTT4N SPECIFICATION DOCiJivlENi'S City Project �€o. 10i475-1 Revised Decembar 20, 2012 33 39 66 -1 LINERS FOR SAIVITARY SEWETL S'I`IiUCT[3RES Pagelofl2 1 2 SECTION 33 39 60 LINERS FOR SANITARY SEWER STRUCTURES 3 PART 1 - GENF� Cf 1f t.Y11�►'I_/\.:i•/ 5 b 7 8 9 10 11 �2 13 14 15 16 17 18 19 20 A. Seetion Includes: 1. Application of a high-build epoxy coating system (or modified polymer �iner system, i.e. SpectraShield) to concrete utitity structures such as rnanholes, lift station wet wells, junction boxes or other conc�rete facil.ikies that may need protection from carrosive mate:rials. This covers rehabilitatian of existing sanitary sewer structures and newly installed sanitary sewer structures. 2. For sanitary sewer mains 8-inch diameter and �arger, use of a structurallmer sysiem, Warren Environmental System 3Q l, ARC S 1HB by A. W. Chesterton Company, is acceptable. 3. For sanitary sewer rz�ai;ns 8-inch diameter and smaller, and less than 6-feet in depth, use of a liner systern, SpectraShield, is acc�ptable. B. Deviations irom this City of Fort Wart1� Standard Specif"ication 1. None. C. Related Specification Sections include but are nat necessarily limited to: l. Divisian 0— Bidding Requirements, Cantract Forms, and Conditions of the Contract 2I 2. Drvision 1— General Requirements 22 3. 5ection 33 0130 — Sewer and Manhole Testing 23 1.2 PRICE AND PAYlVIII�1` PROCIDUi2F�5 24 25 26 27 28 29 30 31 32 33 34 35 3G 37 38 34 A. Measurement and Payment 1. Manholes a. Measurement 1) Measurement for this Item sha�lbe per vertical foot of coating as tneas�red from 2-inches below fhe bottom of the removable cover {n.ot frarne) to the top of the bench. This includes li�ing of all egposed concrete, the bench and invert, thru the use of flowcontrol devices (i.e. temg�nrary plugs, sand bags), to temporarily block i1ow. However, as a last resort and with prior written approval from Water F�eld Og�rations, if the flow cannot be blocked temporarily, then the Ii�ing would stop 3�inches from the edge of ihe water in the gi�. This item covers the tata� vertical footage for the specif�ic biditems ofvarious manhale sizes (i.e. 4 foot dianaeter, 5 foot d:iaxrzeter, Specific Manhole Designs for ]mes iarger than 3b-inch, ete.) and specific types (Standard Manhole, Drop Manhole, Type "A" Ma�hole, Shallow Manhole, including additional depth beyond 6 foot). b. Payment CI7'Y OF �DRT WOR'FH STANI?ARp CO1V57RLJGTIO�T SPECIF'ICATION DOCUMENTS Revised April 29, 2U21 201$ Bond Year 2, Contract 13 City Project Na. 1p147S-1 Addendurt� No. 1 33 39 60 - 2 LINERS FpR SANFI'ARY SEWER STRUCTLi1�E5 Pagc 2 0£ 12 1 1) The work performed, and materials furnished in accardance with this Itern Z and measured as provided under "Measurerrient" will be paid for at the unit 3 price bid per vertical faat of "Manhole Liner" applied. 4 c. The price bid shall include: 5 1} Removalofroats 6 2} Remoeal af e�sting coatings 7 3} Elnnmating any Ieaks 8 4) Removal af steps 9 5) Repair/seal connection of the existing frame to chimney 10 6) Repairs of any cracks iri tha existing structuz'e chitriney, corbel (cone), walI, 11 bench, including any replac errient of damaged rebar, pipe 12 7) Surface cleanuag 13 S) Furnishin� atad installing Lin�r as spec�ed by the Drawings ]4 9) Hauling 15 10} Disposal of excess material 16 11) S�te Clean-up 17 1�} Manhole andInveri Cleaning 18 13} Testing 19 14} Re-Testing 20 L1 22 23 24 25 25 27 28 29 3� 31 32 33 34 35 36 37 38 39 4Q 41 42 43 2. Non-Manhole Structures a. IVleasurerr�ent I) Measurement for this Item shall be per square foat af area where the coating is applied. b. Payznent 1) The wark perforxned, and matexia�s furnished in accordance with this Item a�d rneasured as pro�ided under "Meas�rement" shall be paid for at the unit price bid per square foot of "5truciure Liner" applied. c. The price bid shall incIude: 1} Remaval ofroots 2) Remaval of existing coatings 3} E�iniinating any leaks 4} Removal of steps 5) Repair/seal connection of the exi�tir�g �rame to chirnney 6} Repairs of any cracks in the existing structure chunney, corbel(cone), wa�l, beneh, inch[ding any rep]acernent af damaged rebar, pipe 7) Surfaee cleaning 8) Furnisk�ing and installing L�er as specified by the Drawings 9) Hauling 1Q} D�sposal of excess materiai 11) Site Clean-up 1�) Manhole andinvert Cleaning 13} Testing 14) Re-Testing 44 l .3 REFIItINCES 4S A Reference Standards 46 1. Reference standards cited 'ua this Speeification refer tn tIze curreni reference 47 standard published at the ti,me af the latest re�isian date logged aL the end af this 48 Speei�cation, u�less a date is spec�cally cited. CiTY QP FQKT WORTH 2O18 Bond Year 2, Contract 13 STANDAIiD GONSTKUGTIQN SPECIFICATION DQCUMENiS City ProjectNa. 101475-1 Revised April 29, 2d21 Addendum Nn. 1 33 39 b0 - 3 LINERS FOR SANITARYSEWER STRUCTZ.IRES Page 3 of 12 2 3 7 8 9 10 11 12 l3 14 15 16 �7 18 19 20 21 22 23 2�4 25 26 27 28 29 30 3� 2. ASTM International {ASTM}: a. D5�3, Standard Practices for Evaluatic�g the Resistance of Plastics to Chernical Reagents. b. D638, Standard Test Method for Tensile Properties of Plastics. c. D695, Standard Test Method for Compressive Properties oiRigid Plastics. d. D796, Standard Test Methods for Flexural Properties of Unreinfarced and Reinforced Plastics and Electrical Insu�ting Materials. e. D4060, Standard Test Method far Abrasion Resistance of Organic Coatings by the Taber Abraser. f. D44I4, Standard �'ractice forMeasurerrient of We� Film Thickness by Notch Gages. g. D7234, Siand Tesi Method for Pull-Off Adhesion strength of Coatings on Concrete Using Portable Pu1l-Off Adhesion Tes#ers. 3. Environmental Protection Agency (EPA). 4. NACE Internationa� {NAC�. Published standards irom the National As�ociatian of Corrasion Engineers 5. Occupa�ional Safety and Health Administration (DSHA). Employ a trench safety system in accordance with Section 6. Resource Canservation and Recovery Act, (RCRA). 7. The Society for Frotective Coatings/NACEInternatianal (SSPC/NACE): a. SP 13/NACE No. 6, Surface Preparation of Concrete. Tl�is includes monitoring for hydregen sul�de, me#hane, or Ior�v oxygen. Also includes flow eontrol equipment. Surface preparation equipment may inclade high pressure water eleaning (3�00 ps�) and shail be s�titedta provide a surface compatible for installation of Yhe liner system. Surface preparation shalI produce a clean, abraded, and sound surface, with no evidence of loose concrete, loose b�.ck, ioose rnoriar, aiI, grease, rust, scale, other contaminants or debris, and shaIl ctisplay a surface profile suitable for appl�cation of �he liner system. b. SP0188, Discontinuity (Holiday) Testing ofNew Frotective Coatings on Conductive Substrates 32 1.4 ADNIIIVISTRATIVE REQLTIREN�VTS [NOT LTSID] 33 34 35 1.5 SUBMITTALS A. Submittals shall be in accordance with Seciion Ol 33 00. B. All submittals shall be approved by the City prior to defivery. 36 1.G AC'T�ON SUBNIITTALS/TNFORMATIONAL SUBM[TTALS 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) fnr each product used 3. Copies of independent testing performed on the coating product indicating the product meets the requirements as specified herein 4. Technical data sheet and project specific data for repair materials to be topcaated wiih the coating product including applieaiian, cure time and surface preparation procedures CTTY OF FOItT WD1tTH 2p1S Band Year 2, Cantract 13 ST.ANBARD CONSCRi1GTION SPEC1FiCA'I'IDN DOCUMENTS City Projeci No. i01475-1 Revised Apri129, 2021 Addend�n No. 1 33 39 60 - 4 LINERS FOR SANTTARY SEWER STILUCTURES Pagc 4 of ] 2 1 5. Material and naethod for re.pair af leaks or cracks in the s�ructure. liiis 2 appiies to repair work on ba�h e�sting structures, manhoies and newinstalled 3 rnanhales (including Developer projects) �hat l�ave been identifiedwith cracks, 4 voids, signs of infiltration, other structural c�efects or other relafed 5 constructi�on dama�e. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 za 30 B, Cont�actor Data 1. Ciu-rent documentation from coating product manufact�rer certifying Con�ractar's training (and/or licensed) as an appraved installer and equipment complies with the Quality Assurance requirements specif"ied herein 2. 5 recent references of Cantr�actar indicating successful application af coating praduct(s) of the same material type as specified herein, applied by spray application within the municipal wastewater environment. References shallinclude at least the foliowing: owner name, City inspector name and phone number, pro�ect na�ne/nurr�ber, size and ]inear %otage of sanrtary sewer main, manhole diameter, structure dime�ions and number of each, square feet (or vertical feet) of praduct instaIled, contract cost, and cantract duration. Cantxactor znust demonsirate a successful history of installing the produc� in struc�es of sixnilar size and scope and update this each time the contractar applies for and renews its Prequalification far the Water Department. "s. For 13eveloper Projects — at ihe time oiCon�racfc►r seiec#ion, tne Prequali�ca�ion Statement, Section 00 4� 1� shall be submitted to the Ciiy, clearly indicating the contractor prequalified for installatian of structure/manhole lir�er. No other bid suhmittals shall be accepted that include lining contractors whose prequali�eation term has expired or is not on the active contractor list at the time of Cantractor selection. If the submitted forms for this pro,ject not acceptable, the City will refer to the current active cantractor prequalification list, and the Con#ractor shall select the appropriate tnanhole lining subcontractor based on the project scope of wark. The Coniractor shall then prnvide the revised Preqaali%cation State�nent 5ection 00 45 i2 far review and accepta�ce. 31 4. '�is Speci�cation {aIang with the CCTV Speci�cation) and the associated 32 submittals including the work plan, QA/QC, tesiing, closeout dacuments, etc. 33 �hall be discnssed as part of the Pre-Constructior► Agenda for each project 34 (Developer projects inc[uded). 35 5. For any project, Develo�er projeets included- If the ConiracYor proceeds with 3b application of an �napproved lining product and/or using an �nquali�ed 37 subcontrac�ur for lining, the City shall recommend either repair andlor 38 removal of an� defechve lining material and have the Contractar seleci a� 39 approved sul�on�ractor that can apgly the approved lini�g materials. This 40 work shall be at no addi�ional cost to the City. C1TY QF �ORT WORTH 201$ Bond Year 2, Contract 13 STf�'�7ART7 CONSTI2UCT10N SPECIFICATION D()CUMENT'S City Project No. 101475-1 Aevised Apri129, 2021 Addendum No. 1 33 3960 -5 LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 12 2 3 4 9 10 11 12 13 14 15 16 17 18 T9 20 6. Sched�le and Sequence of Co�siruction—Cansidering tlus is a specialized installatian per�oarmed by only certified applicators, the schedule for this work has a leadtirne tha# s}�all be includedin the Contractor's schedule. Ifthe Contractor c�oes not provide written notification andlor fails to schedule the s�bcontractor in advance, the City shall nat be respansible for any addiiional cosis and/flr delays caused by the Contractor. Cantractor shall pravide the updated constructiqn schedule and work plan {including manhole preparation, repairs, lining, testing, etc.) in accordance witl� Section OX 3216 at least l. week prior to stae-t of lining activiY�es �a the Ciiy Inspector, Cily Project Manager, Water F�eld Operations, and Wa�er Capital Projects. Equipment shaIl be on- site and in working order for the testin�. Ifthe Contrac�or is unable to have equipment ready for testin�, fhe test date shall be rescheduled aceordingly with the Ir�sg$cfor. 'Ilie updated eonstruction schedule shal! ctesrlyindicate all related constructi�n acfivities at the manhvles l��fore and af#er lining. AlI �aving aefivities, including any final grade adjustments for manho�es outside pavement, shail � cornpleted l�fore Contractor begins lining work. After liner iustallation, Contractor shall wait a minimum of 4� haurs to allow the liner ma�erial to f�lly cure llefore returning the system ta narmal service. CCT� per Section 33 fl1 31 shall be scheduled after the lining has been comp�eted to doeument and confirm the manholes have l�en lined. 2� 1.7 CLOSEOUT SUB1VUTTALS 22 A Testing Documentatioz� 23 1. Provide tesi results required in Section 2.4 and Section 3.7 to City. 24 a. Include the following manhole or structure location information: 25 1) �ist�ng sanitary sewer mainllaterai number. For Develop�r Projects, 26 provide progased sanitary sewerline number as designated on the plans 27 and pravide the exisiing sanitary sewer mair�/lateral number at 28 connection to the existing manhole {if applicable). 29 2} Station number 30 3) GIS ID numb�r (if provided during construction). 3i b. Ins�ction regart af each manhole/structure tested (See attaehed sample 32 reparts to �e �rsed for Wet �ilm Thic�ness, Manhole HolidaylSpark 33 Detect�on, and ManhQle AclhesiQn Test}. 34 L� MAINTINANCE MATERiAL SUBMITTALS [NOT iT�ID] 35 1.9 QUALITY ASSiIRANCE 36 37 38 39 40 �41 42 43 44 45 A. Qualifications 1. Contractor a. Be trained by', or ha�e training approved and ceriified by, the coating product manuiacturer for the handling, mixing, application and inspection of the coating product(s) to be used as spec�ed herein b. Initiate and enforce quality controlprocedures consistent with the coating product{s} manufacturerrEcommendations and applicableNACE or �SPC standards as referenced hereir� 1.10 DII,IVERY, ST�ORAGE, AND I�ANDLING A. Keep �nater�als dry, protected from weather and stared under cover. CTfY OF FORT WORTH 2O18 Sond Year 2, Contracf 13 STANDARB CONSTRUCTION SPECIFICATION DOCiJMENTS City Pralect No. 101475-1 Revised Aprii 29, 202i Addendum No. 7 33 34 b0 - 6 LINERS FOR SANITARY SEWER STRUCTi7ii�S Page 6 of 12 1 Z 3 4 5 6 7 B. Stare coating materials between 50 degrees F and 90 degrees F. C. Do not store near flame, heat ar strong oxidants. D. Handle coatiug materials accaz�ding to their rnaterial safety data sheets. 1.�1 FIELD �SITE] CONDITIONS A. Pror�ide confined space entry, flow diversion and/or bypass plans as necessary to perform ihe speciiied work. Active flows shall be diverted with flaw through piugs as required ia ensure that flow is maintained off the s�arfaces to be lined. 8 1.12 WARRANTY 9 A_ Contractor Warranty i0 1. Contractor's Warranty shallbe in accordance with Di�ision 0. 11 PART 2 - PRQDUCTS 12 2,1 OWNER FLTRNISHII) [ox] OWNER-SUPPLIID PRODUCTS [NOT USID] 13 14 15 16 17 18 19 20 2I 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 2.2 EQUIPMINT, PRODUCT TYPES, MATII2IAL5 A. Repair and Resurfacing Froducts 1. Compat��ble with the specif'�d coating product(s} in order ta bond effectively, thus farming a coxnposite system 2. Used and applied in accordance with the manufacttiu'er's :recommendations 3. The repair and resurfacing products mustmeet the fol�owing: a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy topcoating compatibility b. Factflry blended, rapid setting, high early strength, fiber reinforced, non-slirink repa�r mo�rtar that can be toweled or pneumatically spray appli�d and specif'ically farmulated to be surtable for topcoating with the spec�ed coating praductused B. Coating Product 1, Capabte af being installed and curing properly within a manhale ar cancrete utility environment 2. Aesistant io a1i forms of chemicalor bacteriological a�tack found in municipaT sanitary sewer systems; and, capable of adhering ta typical manhole structure suhstrates 3. The 100 perc ent solids, solvent-free ultra high-build epoxy syste�n shall exhx��E the foIlowing characteristics: a. Applicatian Temperature — 50 degrees F, minitnum b. Thickness —125 mils minimum for newly installed stn�ctures; 250 mils minimum for rehabilitation of ex�stst�g s�ructures (Warren Er�v�ronmental System 301, ARC S 1 HB by A, W. Chesterton Company) c. Color — Wlaite, Light Blue, a� Beige d. Compressive Strength (per ASTM D695) — 8,8Q0 psi minimum e. Tensi�e Strength (per ASTM D638) — 7,500 psi minimum f. Hardness, Shore D{per ASTM D4541) — 70 minimum CFPY dF PORT WORTH 2Q18 Sond Year 2, Contract 13 STANDARD CON5TRUCI'ION SPECIE'ICATION AOCLTNlEIVTS C}ty Project No. 101475-1 Revised April 29, 2021 Addendum No. 1 33 39 60 - 7 LINEIt5 FOR 3ANITARY SEWER STRUCTURES Page7of12 g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss 2 max�um 3 h. Flexurai Modulus (per ASTM D790) — 400,000 psi minimurn 4 i. Flexural Strength (per ASTM D790) — l2, 000 psi minimum 5 j. Adhesion to Concrete, �ade oi failure (ASTM D4541): Substrate {concrete) 9 10 11 12 l3 14 IS 16 1'1 18 I9 20 2� 22 23 24 25 26 27 28 29 failure k. Chemical Resistance (per ASTM D543/G20) all types of service for: 1) Municipal saniiary sewer enviranment 2) SuIfuric acid, 70 perce�t 3} Sodium hydroxide, 2d percent 4. Qr, tlae multi-layer mod�ed polyurea and polyu�-ethane shall exhibit the following ck�aracteristics: a. AppIication Temperature — 50 degrees F, minimum b. Thickness — 500 mils minimum (SpectraShield) c. Moisture Barrier and Final Corrosion Barrier 1) Caiar — Pink 2) Tensile Strength {per ASTM D412) — 2550 psi mini�num 3} Hardness, Share D{per ASTM D2240) — 56 minimum 4} Abrasion Resista:nce (per ASTM D4060) — 20 mg loss maximum 5) Percent Elongation (per ASTM D412) — 269 d. Surfacer 1) Compressi�e Strength (per ASTM D1621) —1a0 psiminimum 2} Density {per ASTM D 1622) — 5 Ibs/cu ft minimum 3) Shear Strength (per ASTM C273} — 230 psi minimum 4) C�osed Cell Content (per ASTM D194p) —>9S% C. Coating Application Ec�uipFnent I. Manufacti�rer approved heated plural component spray equipment 2. Hard ta reach areas, primer application and ta�ch-up may be performed using hand toa�s. 3U 3. Appficator shaIl use approved specialty eqUipment that is adequate in size, capacity, 31 and number sufficient to accompfish the work in a timety manner. 32 2.3 ACCESSORIES [NOT LTSID] 33 2.4 SOURCE QUALITY CONTROL 34 3S 36 37 38 39 40 41 42 43 44 45 45 A_ Coating Thickness Testing 1. Film Thiakness Testing for epoxy systems a. Take wet film thicl�ess gauge measurements per ASTM D4414 — Standard Practice for Measurement af Wet Film Thickness byNotch Gages at 3lacations within the manhole, 2 spaced equally apart along the wall and 1 on t}�e bench. 1) Document and attest meas�xre�nents and provide to the City using the forrn at the end afthis spec�cation. 2. Thiclrness iesting for modified polymer liner system a. Upon mstallation ofthe Final Corrosion Barrier insert prabe into substrate for depth of system measurement at 3 locations within the manhole, 2 spaced equally apart along the wall and 1 on the hench. 3. Document a� testirjg results and provide to the City using the form at the er�d of this spectfcation. CITX OF FORT WdRTH 2O18 Bond Year 2, Contract 13 STANDARD CONSTItUCi']ON SPECIF'ICATION DOCUMENTS Ctity Project No. 101475-1 Revised April 29, 2021 Addendum No. 1 33 39 60 - 8 LINERS �'DR SANTI'ARY SEWEIL STRUCTUIZES Pagc 8 of 12 B. Non-Conforming Woric 2 3 4 5 7. City reser�es the right to require additional Lesting depending on the rate of failure. 2. City will select testing locations. C. Testing Freq�ency 1. Projects with 10 or less �nanholes andlar structures iestalL 6 2. Projects with greater than 1D zxianholes andlor �tr�ctures, test at least 10 and test 25 7 perc ent af mas�holes a�aci/ox structures aft�r the first 10. 8 3. City will seiect the manholes and/or structures ta be tested. 9 PART 3- EXF�UTION 1p 3.1 INSTALLERS 11 A. All installers shall be certified applicators approved by the manufacf�rers. Applicatar 12 shal] use adequate number of skilled workmen that have been trained and experienced %r 13 the approved product. 14 15 3,2 �a1Vr_r1rLA��N rN�'_r iJSFn� 16 3.3 PREPARATION 17 A. Ma�ole Preparation 18 1. Stap active flow s via damming, plugging or diverting as required to ensure al� 19 liquids are maintained belaw or away from the surfaces to be caated. 20 2. Maintain temperat-ut-e of the surface to be coated between 40 and 120 degrees F. 21 3. Shield specified su:rfaces to avoid exposure of direct suniight or other intense heat 22 source. 23 a. Where varyu�g surface temperattues do exist, coating installation should be 24 schedul�d when �he temperature is falling versus rising. 25 B. 5urface Preparation 2G 1.. Remove oils, roots, greasa, incompatble existing coatings, w�es, farmrelease, 27 curing compaunds, efflorescence, sealers, salts ar other contaminants which may 28 affect the performance and adhesion af the coating ta the substrate. Reznove a�y 29 steps found in the structure. 30 2. Remo�e cancrete and/or moartar damaged by corrosion, chemical attack or other 31 means af degradat�on so that anly sound substrate remains. 32 3. Surface preparation method, or co�r►bination of inethods, that may be used include 33 high pressure water cleaning, high pressure water jetting, abrasive blasting, 34 shotblasting, grinding, scarifying, detergent watier cleanir�g, hot water bfasiing ax�d 35 others as descr��ed in S�PC SP 13/NACENo. 6. 36 4. All t'nethods used shall he performed in a manner that provides a unifarm, saund, 37 cican, neutraiized, surface suitable far the specified coating prod�ct. 38 5. After cornpletion of surface preparation, inspect for leaks, cracks, holes, exposed 39 rebar, ring and caver condition, invert candition, and inlet/outlet pipe condition. CTTY OF FORT WORTH 2A18 Bond Year 2, Cantr2ct 13 STANDARD CQNSTRUCI'ION SPECIFICATiON DOCTJMBNTS City ProjectNo. i01475-1 Revised Apri1 29, 2021 Addendum No. 1 33 34 60 - 9 �.n�rExs xo� s�n�r�� s�w�x sr�ucrux�s Page 9 of 12 1 6. After de%cts in the structure have been identified, seal cracks, repair exposed rebar 2 with new rebar to match existing, repa�r leaks and cracks with grout ar ot�er 3 methods approved by the Manufacturer and the City. All new rebar shall be 4 ernbedded in 1'/Z inch epoxy mastic. Replacelseal connection between ex�stit�g S frame a�ad chumn�ey iiit is faund Ioose or not attached. '�. 7he repair materials shall � trowel or spray applied by the lining Contractor utilizing proper equipment on to s�►ecified s�rfaces. The eq�ipment shall be specially designed to accurately ratio and apply the specified materials and shall be regularly maintained and xn proper working oKder. '�e repai�r mo�rtar a�d epo�� ta�coat must share the same epaxy r�atrix to ensure a bonded weid. No cementitiaus repair material, qaick setting high strength concrete with latex or curing agent additives, or quick set mortars will be allowed. Propersurface preparation procedures m�stbe followedto ensure adequate bond strength to any surface to be coateci. Newcementcure #ime is at least 3d days prior to coating. The repair ma#erials as specified in this Section shall a�pIy to lzath existing structures and newinstalled structures. 77�is includes Develo�r projects, in which newinstalled structures/manholes have been identified with either cracks, vofds, signs of infiltration, other st�-uctural defects or at�er rela�ed construc�ion c�amage. 9 10 11 12 13 1�1 15 16 17 18 19 20 3.4 INSTALLATION A. General l. Perfarm coating after the sevverlinereplacementhepairs, grade adjustxnents and grouting are cnmplete. 2. Perform application procedures per recommendations oithe coating product manufact�u-er, including environmental contro�s, product handling, mixing and application. 21 22 23 24 25 26 B. Temperature 1. Only perform application if surfac e temperature is between A�0 and 120 degrees F. 2. Mal�e no app�ication if freezing is expected to occur iz�.side the manhole within 24 haurs after application. 27 28 29 30 C. Coating l. Spray appIy per manufacturer's recomznendation at atni�;i�rzurn fi�m thickness as note.d in Sect�on 2.2.B. 2. Apply coating from bottom of manhole frame to ihe bench/t�o�agh, incl�ding the bench/trough. 3. After walls are coated, renaave bernch cavers and spray bench/traugh to at least the same thickness as the walls. 4. Apply any topcoat or additional coats wrthin the praduct's recoat window. a. Additional surface preparation is required if the recoat window is exceeded. 5. Allow a rnitiimum of 48 hours of cure time or be set hard to touc% before reactivating flow. 31 32 33 34 35 36 37 38 39 40 4i CITY OFFORT WOIZTH STANDARD CONSTRUGTION SPEGIFICATIOI+1 DOCUMENT3 Revised April 29, 2021 2618 Bond Year 2, Contract 13 City Project No. 101475-1 Addendum No. I 33 39 60 -10 LINERS FOR SANITARY SEWER STRUCTURES Page I�of 12 1 3.5 REPAIR / RFS'PORATION [NOT USID] 2 3.6 R�INSTALLATTON [NOT USID] 3 3.i FIELD QUALITY CONTROL 4 A. Each structure will be visually inspected by the City the same day following the 5 application. G 7 8 9 io 11 �z 13 B. Groundwater infittration of the system shall be zera. C. All pipe conneciians shall he open and clear. D. The inspector will checl� for deiiciencies, pinholes, voids, cracks, uncured spots, delamination, and thin spots. Any deficiencies in the liner shall be marked and repaired according to the procedur�s o�tlined by the Manufacturer. E. If leaks are deteeted they will be chipped back, plugged and coated iin�nediately with protective epoxy resin coating. 1. Ma1ie repair 24 hours after leak detection. 14 F. Post Installation Coating Tests 15 1. Wet Fihn Testmg i& 1. Adhesion 1 esting 17 a. Adhesion test the liner at a minitnum of three locations (cone area, mid-section, 18 and bottom of the struciure). For structures exceeding 6-feet add one additional 19 test for every additional6-feet. Fox example: fi-iaot manhole — 3 tests. b-feet, l- 20 �ch manho�e t.�ru 11-feet, 1 J.-inch manhole — 4 tests, 12-foot manhole — 5 tests. 21 Etc... Tests perform�;dper ASTM D7234 — Standard TestMethod for P�ll-O�'f 22 Adhesion Strength of Coatings on Concrete Us�g Portable Full-Off Adhesion 23 Testers. 24 1} Doeument and attest all test results repairs made and provide ta the City 25 {see structure/r,narthole report farm for adi�esion testing at the end o�this 26 spec�cation). 27 2} The adhesive used to attach the dollies shall have a tensile stx'ength greater 28 that the Iiner. 29 3) Failure ofthe dolly adhesive is deemed a non-test atad req�ires retesting. 30 4) All the pull tests shal� exceed 300 psi or concrete fai�ure with more than 31 50% of the subsurface adhered to the coating. If ov�r 1/3'� fai� additional test� 32 may be required by the Ciry. If additfonal iests fail the City may require 33 removal and replaeement of t�ae Iit�er at the contractor's expense. 3� 3. HoIiday Detection Testing 35 a. Holiday Detection test the liner per NACE SP0188 — Diseontinuity (Holiday) 36 Testing of New Protec�ive Coatings on Conductive Substz'ates. Mark all 37 detecied hoi�days. Repair all holidays in accordas�ce ta caating manufacturer's 38 recommendations. 39 1) Document and attest ail test results repairs made and pravide to the 40 City (see structwre/ma�►hale report for holiday deiection tesfing at the 41 end af this specifcation). CTfY QFFdRT WORTH 2d18 Bond Year2, Co�xtract I3 STf�NL7ARD CDNSTAtJCTION 5PECIFICATION DOCUMEN£S Ciry project No. 101475-1 Revi sed Apri129, 2d21 Addendum No. 1 333960-1] L�k�S FOR SANI"1'ARY SEWER STRUCTi.JR.ES Page 1] of ]2 1 z 3 4 5 6 7 S 9 i0 11 12 13 14 15 16 l7 18 19 20 �) For exampie, t�e �ypical �esting req�irennents are 100 volts per m�l to 1�,�00 vol�s to test l�� m�7s. Cantractor shall mark any Iocation �hat shows a spark or ga�ten�ial for a pinhole and repair these locations per manufacturer recommendations. 4. CCTV a. Post Construction CCTV recordings shallbe made after all other testing is completed, including the repairs that are made to the lining following any test faihires. b. After liner installation, canduct post-CCT'V in accordance with Section 33 O1 31. Video camera shall be lowered f:rom the tap af the manhole to the invert, to video all lined surfaces, prior to beg�nning post-CCTV a,f the main. Payment for this work is suhsidiary to the cost for the past-CCTV of the main. c. A bonded third-party testing company shallperform the testing. d. Or Contractor may perform tests if witnessed by representative of th� coating manufacturer. Coating manufact�rerrepresentative to provide certi£ication that Cantractor �erformed tests in aceardance with noted standards. G. Non-Conforming Work 1. City reserves the right to reyuire additional testing depending on the rate of failure. 2. City wi11 se�ect testing locations. 3. Repair all defects accorc3ing to the manufacturer's recommendations. 21 H. Testing Frequency 22 1. Projects with 10 or less manholes and/or stguctures testaIl. 23 2. Prajects with greater than 10 manho�es and/or structu�s, test at least 10 and test 25 24 percent af ma�holes ancl/or structures after the first 10. 25 3, City will select the manholes and/or structures to be tested. 26 I. Test manhale for final acceptanee accor�ing to Section 33 O1 30. 27 3.8 SYSTEM START[JP [NOT iTSID] 28 3.9 ADJUSTING [NOT iT�ED] 29 3.10 CLEANING [NOT USID] 3� 3.11 CLOSFAUT AC'ITVITTFS 31 32 33 34 35 36 37 38 A. Provide all test results from testing per Section 2.4 and appIicatar certifications per Section 3.1 and in accorda�ce with Section 1.7. In addition, perform vacuu�n test and provide results using ihe test %rm per Section 33 O1 30, Sewer and Manho�e Testing. B. Upon final completion of the work, the mat�ufachu�er and/ar the testing firm will provide a written cert�cation o�propeir application to the City. C. The certificatian will canfirm that the def'icient areas were repaired in accordance with �he procedure set forth in this Specification. The fmat report will detail the location of the repairs in the structure and description of the repairs. See attached testing forms. CITY OF F�R'I' 'VJOlYT'H 2O18 Bond Xeax 2, Contract 13 S7 ANDARD CONS1'RUGTION SPECIFICATION DOClJMENTS Ciry Project No. 101475-1 Revised April 29, 2421 Addendum No. i 33 34 6Q -12 LINERS FpR SANITARY SEWER ST'12L1CTURES Page 12 of 12 1 3.1� PRQTECTTQN [NOT USID) 2 3.13 MAINTENANCE [NOT USID] 3 3.14 ATTACIIlV�ENTS [NOT USID] 4 IND OF SECTIQN Revision IAg DATE NAME SUMMARYOF CHANC�E Further clarificatian on the sizes and types of manhales iwder Part 1.2. Removal of Raven Lining system and inclusion of SpectxaShield and Warren En�ironmental 09-23-2420 3. Kasavich �'stein 301, and ARC 53Ii8 by A.W. Ghesterton Company. Additional source qualitycontraland�ieldqualitycontroltestreqE.iirements. Addedtestingformsfor Wet Film Thickness, Manhole Holiday/SparkDetection, andManholeAdhesion Test. 4-21-2Q21 J. Kasavich Providedminorrevisions to clarify howtestingis to be recorded and order of testing. C1TY OF FORT WOATFi 2�18 Bond Year 2, Cantract 13 STANDARD COTfSTRUCTION 5PECIFICATION D(}CUMk.TVTS City Project No. 101475-1 Revised A,pri129, 2021 Addenduaa� No. 1 POSi IRlSTALLATI�N MANHO�E �IIV�R f1VSPECT�ON ��RiVf WET FlLM `�HICKNESS Company Rlame: dddress: Phone #: Cell: C�a�ing Oa�e: F�roject iVame: Cor��rac�or: Owner: Thickness ofi Coating: Location af S�ruc�ur�e: line � Station #: S#ructure iype: (checic onej OtF�er: 1fi�ar�: Crew l,eader: �rojec� #: IVMANFk��E INFQRiti+1ATION �'DI�H �' Di lilpb 5' t]I �llli i' Df MH �1(P� A �LDW DIV BOX �i(P� B �LDL+I� bIV B�X JUR�GiIOiV �O}( SPHI��lOf� �PliRY BAX IVIEi�RIR�G S�A�lO�! ���� �� IAie� Filr� Thi�kness Meas�r�erments Vile� ��Inn Thickness Gauge per AST�l9 9�14 af 3�ocafions Wif:hin the fi�anhole Two (2) Spaced Equally �Apart Along ihe Wall and One (2j on the Bench t�ps: Yes / i�o c�u�� �!llaterial: �i�ir�g �a�eri�l: �vr��rer��s: iV� H �epfh : M H li�idtH : �ench: i�il �Gaugej I���rt (S�rayed) *If fVo,lusiify In�1i���� NY��sur�rr��n�s vr� �h� �i��r�rr� �boV� Y�� / I�o 2�5 / ��o Y�s / *Na 2p1$ Bond Year 2, Contract 13 Ciry Project No. f01475-1 Addendum No.l POST INSTALLATION MANFiO�� AL�HESI�N iEST FOR�JI Company �lame: Adcfress; Phone #: Cell: Coating Da�e: Project i�ame: Con�ractor: Owner: �ickness ofi �poxy Coafing: �acafion of Struciure: W ork: Crew Leader: #: MANHOL� EN��RIh�ATl0�1 Line 8a Station #: Structure iype: (check ane) O�her: �' DI l�/IC� �' �I il/ll� 6'DI�iAH �' DI �111b �YPE A �f�D� DIV B01S 7YP� � FLD�f DIV BO}( JUNCTfOIV B�?� S��iIPbOIV Ei11YRY B�2( AIV�i�#dIRlG ST�►TIAfVI �Id�1�SlOi1 ��5� �i�SlJ�tS [ASTM Di234) ��I���� ��R i � Ir�spection Date: I1��1���� ���# ��C��1��15 �#� iiJ'�Vtillflg [nspec�ion Company: Inspector iVarne: IVianhole Depth: Numberof �esis: %sg Results: Corr►rr►� nts: *Pi.on-Manhale Structures may requireadditional sketthesto indicate testing Iocatian for all tesiingpratedures. Include additional sketchesas needed. 2D1$ Band Yeaz 2, Contract 13 C`ity Projec# Na. f OI475-1 Addendum No. 3 POST IN57ALLATIQN i�Q�T �U��'� ��---. MANHOL.� HO�IDAY/S�ARK DETECTI�I� 7'�S7 �ORM Campany R�ame: Address: Phone #: �ell: Coating Date: �rajec� Name; Contracior: Owner: ihickness of Coatir�g: �ocation of Struc�ure: Line & S�a�ion #: Struct�re iype: (check one) Work: Crew Lea�er: Project #: �4her: MAiUHOI.f [�VF�fiMA�'�OI� 4` DI lilllb 5'DINiH 5' �I fi�H �'DINib TYPE A �LDl�! DIV �OX TYP� � G�DW �IV BOX JUIVCT101V BAX SPHIPHOR! Ei1l7'RY BOX FinEiERIfV� SiAil�f� lialiday �et��tior� �e�t f�e�ults {IIFACE SP0188j Linerf�iaterial: �f1#�I���B C����C# �0���1�115 OE� C��'�Wlri� - Spark iesier 5erial #: Vvltage Seftir�g: Inspection Date: Inspeetion �ompany: Inspecfor �ame: Repair Da�e: Cammenfs: *REon-IV1anf�ole Strudures may require additional sketches to inditatetestingioca#ionforalltesiingproceda�res. Enclude additional sketches as needed. 2018 Bond Yeax 2, Gonhract 13 City Project No. 101475-I Addendum No. 1 POST INSiALLATIQN MRNHOtE VACUUiVi TEST FORM Company Name: Address: Pl�one #: CeEI: Coa�ing Date: Project i�ame: ConfiracCnr; Owner: Indica�e Pass/�ail: �ocation of Struciure: l�➢anhole Pour or Placement Date: �ine & S�a�ion #: Siructure �ype: (check one] Wark: Crew Leader: ect #: O#her: �' �I i�JJI� �� �i nn� fi' DI iViH 7' DI ilAH �v�� �, ���w �iu �sox rvP� B ���w �i� ��x JUIVCT'lOP! BOX S�bt�bOf� �IV�RY BOk IV�EiERING STATIOI� ���lJl,�i1 ��5� ��5�#��S T �� Z�18 Bond Year 2, Condract 13 Ciry Project 3Vo. 101475-1 Addendum No. 1 33 46 00 - 1 SUBDItI�INAGE Page 1 of G SECTION 33 46 00 SUBDRAINAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: l. Ir�stailati�n oipipe subdrains at the locations, Iines and grades shown on the Drawings. a. If deiails are not shown on the Drawings, construct the s�zbc�rain in accordance with this Sectian and standard stornr� drain details. B. Deviatians frozn this City of Fort Warth Standard Specification 1. Nane. C. Reiated Speci�cation Sections include, but are nat necessarily limited ta: 1. Division b— Bidding Requirements, Contract Forms and Conditions of the Cantract 2. Division l— General Requirements 3. Section 31 37 00 — Riprap 4. ,Section 32 91 19 — TopsoiI Placement and Finishing of Parkways 5. Section 32 92 13 — Hydro-MuIching, Seeding anci Sociding 6. Section 33 OS I O— Utility Trench Excavation, Embedment and Backfill 1.� PRICE AND PAYMENT PROCEDURES A. Measurez�aent and .Payment 1. Measurement a_ Measured by the linear foot alang the tap of the pipe and inciudes the le�gih of elbows, wyes, tees, and cleanouts 2. Payment a. The work performed and material fiu•nished in accordance with this Item and measured as provided under "Measurement" wi11 be paid for at the unit price bid per linear foot of "Pipe Underdrain" installed for: 1) Various types 2) Various sizes b. The price bid shalt include: 1) Furnishing and instailing the specified Und�rdrain 2) Pipe 3} Couplerrs 4} Plugs 5) Screens 5) Filter material 7) Filter fabric 8) Excavation 9) Hau�ing 10} Disposal of excess materials 11) Connection to existing structures C17'Y OF FORT WORTf� 2016 Bond Year 2, Contract 13 STAIVDAFtD CQI+ISTIiUCTION SPECFF'iCATION DOCi1MENT5 City Project Na. 101475-1 Revised Dacemher 20, 2�12 334600-2 SUBDRAINA,GE Fage 2 af 6 12} Riprap 13} Furnishing, placix�g and compaction of embedment 14} �'urtaishing, placing and compaction of backfill X 5} Clean-up 1.3 REFERENCES A. Reference Standards 1. Referance standards cited it� this Specification refer io ihe current reference standard published at the titne of the lates� revisior� date logged at �e end of this Specification, unless a date is specifically cited. Z. American Association of State Highway and Transpartation Officials {AASH'I"O}: a. M36, Corrugated Steel Pipe, Metallic-Coated, for Sewers and Drains. b. M190, Standard Specification for Bihuninous-Coated Corrugated Metal Culvert Pipe and Pipe Arches c. M196, Corrugated Aluminum Fipe far Sewers and Drains. d. M252, Sta�dard Specification for Corrugated Polyethylene Drainage Pipe. e. M2'�8, Standard Specificatinn for Class PS46 Polyvinyl Chloride (PVC) Pipe. 3, ASTM Intez-r�ational (ASTM}; a. C33, Standard Speci�cation for Concrete Aggregates. h. I)44�, utandard �lassification for �izes of Aggrzgate far P.aad ax�d B�dge Canstruction. c. D2751, S�andard Specificat�on for Acrylonitrile-Butadiene-Styrene (ABS) Sewer Fipe and Fittings. d. F949, Standard Speciiication for Poly{Vinyl Chloride) (PVC} Gorrugated Sewer Pipe With a Sanooth Interior and Fittings. 4. Texas Deparkment of Trar�spartation {T�OT): a. Departmental Materials �peciiicat�on (DMS): 1} DMS 6200, Filter Fabric. 1.4 ADMINISTRATIVE R.EQUIREMENTS [NOT USED] 1.5 SUBNIITTALS [NOT iTSED] 1.6 ACTION SUBMITTALS/INFORMATI4NAL SITBMITTALS A. Product Data — Submit the following information in accordance with Section O1 33 00. 1. Subdrain pipe material to be used. 2. Filter fahric material to be used. 3. Sieve Analysis for filter matcrial ta be used. 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QLTALITY ASSUItANCE [ivOT USED] �10 DELIVERY, STORAGE, AND HANDLING [NOT LTSED] 111 FTELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] CTTY OF FORT WORTH 2fl18 Band Year 2, Contract 13 STAN�ARD CONSTRUCITOTI SPECIFICATION DOCUMENTS Ciiy Project No. 1 D1475-1 Revisert December 20, 2012 334640-3 SUBDItAINAGE Page 3 of6 P�T 2 - PxonucTs 2.1 OWNER FURNISHED [oR] OWNER-SUPPLIED �RODUCTS [NOT USED] �.2 MATERIALS A. Pipe 1. Use only 1 type of pipe for any subdrain system on the project. a. Use perforated pipe in areas to be drained and non-per£arated pipe between the perforated pipe and the outfall. 2. Type 1 a. Corrugated steel pipe conforming io any type specified in AASHTO M36, fabricated from corrugated galvanized sheet. 3. Type Z a. Corrugated aluminum pipe conforming to AASHTO M 196, Type I or IA, fabricated from corrugated sheet. 4. Type 3 a. Bitttminaus-coated coz'rugated steel pipe conforming to the requirements of Type 1 and �nifoxt�aty coated inside and out with a minimum il�icirness of �.OS inches with a bitumi�ous material meeti�g the requirements af AASHTO M190. 5. Type 4 a. Bituminous-coated cortugated aluminum pipe conforming to the requirement of Type 2 and uniforn�ly coated inside and out with a minimum thickness of a.b5 inches with a biiumino�zs material meeting the requirements of AASHTO M190. 6. Type 5 a. Acrylonitrile-butadiene-styrene pipe con%rming to ASTM D2751, SDR-35 b. Yerforations mt�st meet the requirerne�ts o£AASHTO M27$. 7. Type 6 a. Cornzgated polyethylene p�astie tuhing cot��oriming to ASTM M252. 8. Type 7 a. Corrugated polyvinyl chloride (PVC) pipe conforming ta ASTM F949. 9. Type 8 a. Smooth-wall FVC pipe eonfornung to AASHTO M278, Class PS �5. B. Filter Material 1. Furnish Crushed Rock in accordance with Section 33 OS 10. 2. Use onIy 1 type of filter ma�erial for any subdrain system on a project. C. Filter Fabric L Use iilter fabric that meets the reyuirements of DMS-6200, "Filter Fabric," Type 1. D. Riprap 1. When required, provide concrete riprap in accordance with Section 31 37 00. �.3 ACCESSORIES [NOT USED] �.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANDARD COIYSTRUGTION SP�CfFJCATION DQCiJNIENTS City Project No. 101475-1 Revisect December 20, 2012 334b00-4 SUBDRAIlVAGE Page 4 of 6 PART 3 - EXECUTION 3.1 INSTALLERS [N�T USED] 3.� EXAMiNATION [NOT USED] 3.3 PREPARATION (NOT USED] 3.4 �1VSTALLAT�ON A, Exca�ation 1. Begin excavation of the trench at the outfall and proceed �oward its upper end, following the lines and grades shown on the Drawings or as directed by the Engineer. 2. Ho1d the minimum horizantal limits o£ excavation for filter rnaterial to the dimensions shown in Table 3 or as shown on the Drawings. Table 3 Minrmum Horizontal Limits of E�cavation for Filter Material Depth of Trench Trench Width (feet} {inches) Otob 1� Over 6 to 10 25 �ver 1 Q to 15 31 Over 15 37 B. Filter Fabric 1. In areas to be drained, place filter fabric in the battom and sides af the trench befare placing pipe or filter material. 2. Pro�ide enough width of fabric ta averlap on tap of ihe filter material. C. Subdrain Pipe 1. C�nter perforated pipe in the excavated ditch with the perforations below the horizontat axis. 2. Lay pipe according to Drawing Details with the perforations on the underside of the pipe, untess atherwise directed by ihe Engineer. 3. 7oin 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 iilter fabric or filter maierial. 5. P1ace a2-inch tayer of filter �aaaterial as a bottom course. b. Firmly embed the subdrain pipe in the filter xnater�al. 7. Install cieanouts at the upstreatr► end of ihe line, at approximately 200-foot spacing, at bends and other locations shown on the Drawings, and in accordance with City Standard Details. 8. Place plugs recommended by the pipe maz�u.faciurer in the upper ends of a11 pipe. D. Filter Material CITY OF FdRT WOI2TH 2O18 Bond Year 2, Contract 13 STA�il7ARD COI�TSTRUCITON SPECIFICAT�O�f DOCUMENTS City Project No. 1 Q1475-1 Revisecf December 20, 2p12 334600-5 SUBDRAINAGE Page 5 of 6 1. Place filter material at least 10 inches above the top of the pipe or as shown on the Drawings. 2. Do not allow filter material to displace the pipe. 3. After placing pipe and filter material, lap filter fabrie aver the top of the �lter material according to the manufacturer's recommendation or as shawn on the Drawings. E. Connection io Existing Structures 1. Storm Drain 5tructures a. Core hale in drainage structures such as inlets, fnanholes and junction boxes and connect downstream end of subdrain pipe. b. Sea1 connection with non-shrink grout. 2. Drainage Channets a. Where the sui�drain discharges into a drainage channel, center the pipe autlet in a 2-%ot by 2-foot concrete riprap pad. b. Place the riprap to maich the contaur and grade of the embarikinent slope. c. G�t the pipe to the siope of the riprap. 3. Retaining Walls a_ VVl�ere the subdrain discha�rges thro�zgh the face of a retaining waIl, cut pipe to be flush with the face of wall. F. Bacic�ill 1. Ptace backfill over the pipe in accordance with City Standard Details and Section 33 OS 10 or as shown on the Drawings 3.5 RE�TORATION A. Surface Restoration 1. Ixi 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.i FIELD �on] SITE QUALITY CONTROL [1�iOT USEDj 3.� SYSTEM STARTUP [NOT USED] 3.9 AD�USTING (NOT USED] 310 CLEANING [NOT USED] 3.1I CL�SEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION (NOT USEDj 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHNIENTS [NOT USED] END OF SECTION CITY pF FpRT WORTH 201 S Bond Year 2, Contract 13 STANDARD CON3TRUCTION SPECIFICATIOAF DOCUMENTS City Project No. 901475-1 Revised December 20, 2012 33 46 Od - 5 SUBBRAINAGE Page 6 af 6 Revision Log DAT� NAME SUMMARY OF CHANGE [.2.B — Bid Item name updated to match Bid List 12/2Q/2012 D, ,Tohnson 2.2.B — Updated reference far Filter Material CITY OF FORT WORTH 2fl18 Bond Year 2, Contract 13 STA1�fDARI] CONS'I`RUCTIbN SPECIFICATION DQCUMETFFS City Prbject No. 101475-1 Revise.d December 20, 2Qi2 33491D-1 CAST-IlV-FLACE STOIZM DRAfN MANHOLL�S AND JUNCTION BOXES Page 1 of 6 SECTION 33 491d CAST-IN-PLACE STORM DR.AIN M�NHOLES AND JUNCTION BOXE� PART l. - GENERAL 1.1 SUMMARY A. Sectian Includes: 1. Starm drai� cast-irnplace concrete manholes and junction boxes B. Deviations from ihis City of Fort Worth Standard Specification 1. None. C. Related Speci�catian Sectians inciud�, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contraci Forms, and Conditions of the Contract 2. Division 1— G�neral Requirements 3. Division 3 — Concrete 4. Section 03 30 00 — Cast-In-Placa Concrete 5. Section 31 23 16 — Unclassified Excavation 6. 5ection 3I 50 00 — Excava�ion Support and Protection 7. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill S. Section 33 05 13 -- Fz�ame, Cover and Grade Rings 1.2 PRYCE AND PAYMENT PR�CEDURES A. Measurement and Payment 1. Storm Drain Manhole Rzse�rs a. Measuretnent 1) Measurement for this Item shall be per each Manhole Riser complete, or completed to the stage of construction required by Drawings. b. Fayxnent 1) The wark perFormed and materials furnished in accordance with this Item and will be paid for at the unit price bid per each "Manhole Riser" installed �OP: a) Various Sizes c. The price bzd shall include: 1) Mobiliza�ion Z) Excavation 3) Haulir�g 4} Disposai of e�cess rnaterials 5) Furnisl�ing, placement and campaction of embedment 6) Furnishing, placement and campactian of backfill 7) Manhole canstruction 8) ManhoIe frames 9) Steps 10} Ring and Cover �1) Clean-up CITY QF FORT WOATH 2pi 8 Bond Year 2, Conlracl 13 STAI�TUARD CONSTItUC'TION SPECTFICATION DOCUMENTS City Project No. 1 U1475-7 Revised Dacember 20, 2412 334910-2 CAST-IN-PLACE STQIZM I]RA17V MANHOLES AI�➢ JTJNCTION BOXES Page 2 of 5 2. Storm Junction Boxes a. Measurement 1) Measurement for this Iterr� shall be per each Junction Bax complete, or campleted to the stage of cons�ruction required by Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid far at the unit price bid per each "Storm Junction Box" installed for: a) Various sizes c. The price bid shall include: 1) Mobilizatian 2) Excavation 3) Hauling 4} Disposai of excess materials S} Furnishing, placement and compactian o£ embed�ent 6} Furnishing, placement and compaction of backfill 7) Junc#ion Box canstruction 8} Junctian Box frames 9} Steps 1 Q) Ring and Cover 11} C1ea�-u�, 3. Storm Junction Structure a. Measurement 1) Measurement for this Item shaIl be per eac� Junctian Struct�'e co�r►piete, or completed to the stage of construction required by Drawings. b. Payment lj The work performed and ma�erials fi�rnished in accordance with this Item wiil be paid for at the lump sum priee bad per each "Storm Junc�ion Structure" locat�on. c. The price bid shall include: 1) Mobiiization 2) Excavation 3) Hauling 4) Dispasal of excess materia�s S) Furnishing, place�ent and co�npaction of embectment b) Furnishing, placement and compaction of backf'i11 7) 3unction Bax construct�on 8) 3u�ction Box frames 9) Steps 10) Ring and Cover 11) 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 tltis Specification, �nless a date is speci�ically cited. 2. ASTM Internatio�al {A8T"IVn: CI"i'Y OF FORT WORTH 2O18 Bond Year 2, Contract 13 STANBARB CpNS`I'ItUCTI�N SPECIFICATI4N DdCUMENTS C9ty I'roject No. 101475-1 Revised December 20, 2012 334910-3 CAST-TN-PLACE STORM DRAIN MANHOLES AND 3UNCTION BOXES Paga 3 of G a. C478, Standard Specification for Precast 1Zeinforcec� Concrete Manhole ��G�1D115. b. D4101, Standard Specifica�ion for Polypropylene Injection and Extr�sion Materials. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.� SUBMITTALS A. Submittals shalI be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFORMATION SUSMITTALS A. Certificates 1. Furnish rnannfacturer's c�rtificate of compliance tkat their product meets the physical testing requirements o�this Specificatian far the materiats referenced. i.7 CLOSEOUT SUBMITTALS [NOT IISED] 1.8 MAINTEN.ANCE MATERIAL SUSMITTALS [NaT USED] 1.9 QUALITY ASSiJRANCE [NOT USED] l.la DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART�- PRODUCTS 2.1 OWNER FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NUT USED] �.3� EQUIPMENT, PRODUCT TYPES �ND MATERiAL� A. Concreie 1. �u�rnish concreie that conforms to ihe provisions of Section 03 30 00. B. Reinfarcing Steel 1. Fut7ais�. xein%rcing steel that conforms to the requirements of Section fl3 30 00. C. Frames, Grates, Rings, and Cavers 1. Provide frarnes, grates, rings and eovers that conform to dimensions and materials shown on Drawings and Section 33 OS 13. 2. Ensure that covers and grates fit properly into frarnes and seat unifarmly and solidly. D. Steps 1. Provide polypropytene supports a�d steps to the shape a�d dimensions shown on Drawings that meet the require�nents of ASTM D4101 and ASTM C478, Section 16, "Steps and Ladders." CPI'Y OF FORT W�ItTH 2O18 Bond Year 2, Contract 13 STANDARD COI�fSTRUCTIQN SPECIF'ICATIpN DOCIJM�NTS City Project No. 101475-1 Revised �ecember 20, 2012 334910-4 CAST-IN-PLACE 5T4RM DRltllV MAIVHOLE5 AN➢ ]iINCTION BOXES Page 4 of 5 �..3 ACCESS�RIES [NOT USED] �.4 S�URCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [N�T USED] 3.�. EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.� INSTALLATION A, General 1. Perform all concrete work in accordance with Division 3. 2. Use of forms is required for a1I concrete walls, except where the nature of the surrounding material is such that it can be trirnmed to a smooth vertical face a. 4utside form for concrete bases supporting brick walls may be otnitted wi#h approval from the Engineer. 3. r`a�t palypropylene supportil and step� inta concrete vralls wher� cancrete i� placcd or drill and gout steps in place after concrete placement. B. Excavat�on and Embedment 1. Conform to the requirements of Section 31 23 16, �ection 31 50 00 and Section 33 05 1�, wh�re applicable. C_ Manholes foz Precast Concrete Drain Pipes 1. Construct manl�oies %r precast concrete pipe drains as soon as is practicable a�ter drain lines into or tlaraugh the ma�hoIe locations are completed. 2. Neatly cut all drain p'rpes at t�e inside face of the walls of the manhole and po�nt �p with mortar. D. Manholes far Monolithic Drain Pipes 1. Construct bases for manholes on monolithic drain pipes either monolithically with the drain pipe or after the pipe is constructed. E. Manholes far Box Drains 1. Cast bases far manholes far box drains as an integrai part af the drainage system. 2. Manholes may be canstructed priflr to backfilIing or, if tihe Contractar so elects, manhole npening �nay be te�mporarily covered wi� timber to facilitate compactinn of backf 11 for the pipe system as a whale with tractor equipment. a. Perform requir�d excavation fQr manhole, construct manhole and backf 11 in accardance with Drawings. 3. For manholes tl�at are over 5-feet deep, inciude all manhole steps required in the wa11 of the box drain. F. Junction St�ctt�res 1. All structures shall be installed as specified in Drawings. G. Inverts CITY OF FORT WOR�I 2D�8 Bond Year 2, Comract 13 STANDARD COAiSTRUC"I'ION SPECIFICATION A4CtJMENTS City Project No. 1 D1475-1 Revised December 20, 2072 334910-5 CAST-Y€�i-PLACE STORM DRAIN IvIANHOLES AND JUNCTIO]V BOXES Pa$e 5 af 6 1. Shape and route floor inverts passing out or through the manhole as shown on the Drawings. 2. Shape by adding and shaping mortar or cancrete after the base is cast or by p�acing the required additional material with the base. H. G�ari�g l. Cure ail expos�d concrete as required in Division 3. I. Finishir�g l. Finish all concrete as required in Div�sion 3. J. Form Remaval 1. Remqve concrete foz�tn as required in Division 3. K. Placement and Treat�ttent of Castings, Frames, and Fittings 1. Place castings, frarnes and fittings in pasitions indicated on Drawings or as directed by Engineer, irue to line and carrect elevation. 2. Frames or fittings set in new concrete or xn.ortar a. Place and position anchors or bolts befare concrete mortar is placed. b. Do not disturb unit until mortar or concrete has set. 3. Frames or fittings placed upon previously consttucted rnasonry a. Bring bearing surface or masonry t7-ue to line and grade, and present an even bearing surFace, so that entire face or back of unit will come in contact with masanry. b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as directed and approved by the Engineear. 4. Ensure that units are set firnn and secure. 5. Allow concrete or rr�artar to harden for a minimum 7 days. b. Replace and fasten down grates or covers. 3.5 REPAIR / RESTORATXON [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oR] SITE QUALITY C�NTR�L [NOT USED] 3.� SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED) 3.10 CLEAIVING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT IISED] 3.12 PRQTEC'TION [NOT �7SED] 3.13 MAiNTENANCE [N�T USED] 3.14 ATTACI�V�NTS [NOT USED) I �►� Ii) �y-xs� w-Cr7►i CITY OF FORT WORTH 2O98 Bond Year 2, Confract 13 STA7�DARD CQNSTi2UCTION SPECIFICATION DO{;i.JI41ENTS Gity Prajecf No. 101475-1 Revised December 20, 2012 334910-6 CAST-II�I-PLACE 9TOIiM DItAIN MANHOLES AND 7UI�lCTION BOXES Paga 6 of 6 Revision Log DATE NAME SUMMARY OF CHANG� CFFY OF FORT WORTH 2O18 Bond Year 2, Contract 13 5TANDARD CpNSTRUCTION SPSCIFICATIOIJ DOCUMENTS City Prpjeci No. 109475-1 Revised December 20, 2612 APPENDIX GC-4.02 SubsurFace and Physical Conditions [JeotE.:nni� �i � �rc : epo� .' GC-4.04 Underground Facilities SiLf7JL„ltCt'�.c' Utlll� j'.!l.QIlIEG�LYlQ .,.sc�:�S :.re,' E.. . �ue�s i'" �,ree .,� .s� 'Ll�,ca0! il�C�r:� GG6.06.D Minority and Women Owned Business Enterprise CampIiance �;Tl 'B� �c�;.�='.c (C'n�11J-1 S r.l;.:•,r� GC-6.07 Wage Aates 2ul:i P;��.:;,,�t�:�� I��,�g� Rar:.: tc--Il� a, �.:,� H��, � c,": k��. •4�:,',;: F.•�crE.,.1 GG6.091'ermits and Utilities 1;-ee RPmo:.%i perm�i GR-01 6d 00 Product Requirements h_ Ct;1��I-LIMF Tech���,.�ti Dlitcx b. Czty ofFort Worth Water Department Standard Products List c. City af Fort Warth, TPW Stormwater Standard Praducts List d. Pre-approved Concrete Mix Designs e. Pre-approved HMAC Miac Designs CITY OF FORT WORTH Z018 Bond Year z- Contract 13 STANDARB CONSTRUCITON SPECIFICATION DDCUNIENTS City Proycct No. 101�475-1 Revised ]uly f , 201 E GC�4o�2 S�l�s��face ���1 �h�rsflc�.11 ��n�i$Il�ns '�`I-��S PA�E �LE�F'I' ��1'�'��I�'�'IOl���.�L� ��LA.�T� CIT'Y O� FORT WOR"FH 2O18 Bond Year 2- Contract 13 STANDAi2D CONSTRUCTION SPECIFICATION DOCiJML�NTS City Project No. 101475-1 Revised July 1, 2011 ���� ������ s City of Fort Worth Capital Delivery Division/Sail Lab 8851 Camp Bowie Bivd #3�0 Fort Worth, TX 7611b Laboratory Test Results fox A Street Coring Project 6/17/19 Phone: 817-392-7920 Projeci: W. SS and Paving Improvement 2Q18 CIP YR1 Contract 14 & YR3 Cantract 13 CPN# 101475 Date Tested: 5/16/19 - 6/07/19 Requested by: Tony SholnIa This report presents the results of a street coring praject for (W. SS and Paving Improvement 201 S CIP �'R1 Coniract 14 & YR 3 Coniract 13). Mr. Uday Bangale perfarmed the cores, and subgrade lab tests. Mr. Zelalem Arega reviewed and approved the results. I3elEe Pl�ce (1�4�. '7�� �1 tr� I�I�r�fison Ave� HOLE # � LOCATION: 7$' N vf Mattisan Ave {W/4) G.50" HMAC 5.50" Brawn gray sandy Clay w/Gravel & Stone 4.00" Brownish Gray Clay w/Grave� ATTERBURG LIMITS: LL:41.6 PL:18.4 PI: a3,�' SHRKG: l4% HOLE # 2 LOCATION: 83' S oi W 7t� St (E/�) 3.00" HMAC 6.50" Brown gray sandy Clay w/Gravel & Stone 5.50" Pale Brovvn Sandy Clay w/Ston� ATTERBURG L�MITS: LL: PL: PL• SHRKG: HOLE # 3 LOCATIQN: 9S' N of Cvllinwood Ave (W/4} 1.75" HMAC 9.25" Brown Sandy Clay w/Gravel & Stone 5.50" Brown Clay w/Gravel & Stone ATTERBURG LIMITS: LL: 35.4 PL: 16.7 PI: 18.7 SHRKG: 12 % Page 1 0� 7 ���T�����o City of Fort Worth Capital Delivery Divisian/Soil Lab 8851 Camp Bawie Blvd #300 Fort Worth, TX 7bl 16 Phone: 817-392-7920 f1��r};aret �� �Br ers A��k !�� C�1[i�v�v�ad Ave. HOLE # 4 L4CATION: 96' S of Byers Ave {W/4) 1.25" HMAC 3.75" Brown Clay w/Gravel & Stone 3.00" Yellowish Bxown Clayey Sand w/Stone 7.00" Gray Clay w/Gravel & Stone ATTERBURG LIMITS: LL: 36.5 PL: 16.2 PI: 203 SHRKG: 11 % HOLE # S LOCATI�N: 53' N of Collinwood Ave {E/4) 3.50" HMAC a.5�" Bra�rn Sand w/.P�sphalt 8i Gra�el 5.00" Bro� Sandy Clay w/Gravel & Stone 4.50" Reddish Clay w/Grauel ATTERBURG LIMITS: LL: 41.5 PL: 17.5 F'1' ?�_[1 SHRKG: 15% �t3�tirr SI (f3rrer� �ve ta i'€�rsliir� Ave� HOLE # 6 LOCATION: ll1' S of Syers Ave (W/4) 1.25" HMAC 5.75" Pale Brown Sand w/Gravel 9.00" Yellowish Brawn Sandy Clay w/Gravel & Stane ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 7 LOCATION: 99' S of Linden A�e {E/4) 0 .75" HMAC 7.25" Pale Bror�r► Sand w/gravel 8.50" Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: 3f.8 PL: 14.81�.1'; �,�.�� SHRKG: 13% Page 2 of 7 ���� ������ City of Fort Worth Capital Delivery Division/Soii Lab $851 Camp Bawie Blvd #300 Fort WorEh, TX 76116 Phone: S i 7-392-7920 HOLE # 8 LOCATION: 96' S of Collinwood Ave (Wl4) 1.00" HMAC 8.Q0" Pale Brown Sandy Clay w/gravel & stone 7.50" Lt Gray Clay w/gravel & stone ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 9 LOCATION: 159' N of Pers�ing Ave (E/4) 1.50" HMAC 7.50" Paie Broum Sandy C�ay w gravel 7.00" Brown Clay w/g�'avel ATTERBUR.G LIMITS: : LL: 55.8 PL: 24,3 i���: � i.* SHRKG: 17% V4+asl�i�uri� ��ve s'bluni nr�i�e- � �i [� SLuit�.t'SE HOLE # 1 � LOCATION: 38I1 Washburn Ave {S/4) 2.00" HMAC SAO" Pale Brawn Sandy Clay w/Gravel 6.00" Brown Clay wlGravel ATTERBURG LIMITS: LL: 45.0 PL: 20.2 PI: ��},�i SHRKG: 14% HOLE # 11 LOCATION: 3iO4 Washburn Ave (N/�) 3.00" HMAC 6.00" Brown Clay sand w/gravel 7.50" Lt Gz�ay Sandy Clay w/gravel & stone ATTERBURG LIMITS: LL: PL: PI: SHRKG: % H�LE # 12 LOCATION: 3633 Washburn Ave (S/4} 4.25" HMAC 7.75" Yellowish Brown Sand w/gravel & stane 5.00" Pa�e Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: 35.8 PL: 15.3 PI: 20.5 SHRKG: I2% Page 3 of 7 ���� �� �� �a City of For� Wor�h Capital Delivery Di�ision/Soil Lab 8851 Camp Bavc�ie Blvd #3U0 Fort Wartl�, TX 761 I6 Phone: $17-392-7920 HOLE # 13 LOCATiON: 36i� Washburn Ave {N/4) 4.25" HMAC 7,75" Yellowish Brown Sand w/gravel, stone & Asphalt Pieces 4.00" Brown Gray Clay wlgravel & stane ATTERBURG LIMITS: LL: 43.7 PL: 18.8 PI: :'.-�_�� SHRKG: 1S% ��lrir'I���+ Avc {1�M1'aSB� �1 [{I ��1LII��I' �� HQLE # 14 LDCATION: 380� Harley A�e (N/�) 1.50" HMAC 7.5�" Yellowish Brown Sand w/gravel & stone 6.40" Rr��m Sandy rla;� w/gravel 5.5�" Brownish Gray Sandy Clay w/gravel ATTERBURG LIMITS: LL: 33.8 PL: 14.7 PI: 19.1 SHRKG: IO% H�LE # 1 S LOCATIDN: 3iQ9 Harley Ave (S/4) 3.Sa" HMAC 4.SQ" Yellawish Pale Brown Sand w/gravel 11.�0" Brawn �az�.dy Clay w/gravel ATTERBURG LIMITS: LL: 25.4 PL: 16.3 PI: 9. ] 0 SHkKG: 5% F'�nli�qst St irrhn�:��� Awc lu � llc�d �:nd H�LE # 16 LOCATION: Sl' S af Birchman Ave (E/4} 1.00" HMAC 2.Q0" Yellowish Brown Sandy Clay w/gravel 3.00" Brownish Gray Clay w/gravel 12.OQ" Brow�a Clay w/stone ATTERBURG LIMIT�: LL: PL: PI: SHRKG: Page 4 of 7 �'����o���o c�ty of Fa�� wo�n Capitai Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 7b1 T6 Phone: S 17-392-792Q HOLE # 17 LOCATION: �1' N of S Dead End (W/4) 3.25" HMAC 8.75" Brown Sandy Clay w/gravel 6.50" Brownish Gray Clay w/gravel ATTERBURG LIMZTS: LL:419 PL: 1$.9 F t:�'�,�t SHRKG: 14% Jti��nlc�r .�1 (C`a�t: � 13�����ie E3C�•�f to C�tllie:w�o� A�e) I HOLE # 18 L4CATION: 112' S of Camp Bowie Blvd {E/4} 2.25" HMAC 8.75" Brownish Gray Sandy Clay w/gra�el & Stane 5,00" Loose Stone 5.00" YeIlowish Brov�rn Sandy Clay ATTERBURG LIMZTS: LL: PL: PI: SHRKG: HOLE # 19 LOCATION: SO' N of Collinwood Ave (W/4) 3.25" HMAC 7.75" Brownish Gray Clay w/gravel 6.00" Brownish Gray C1ay ATTERBURGLIMIT�: LL: 54.1 PL:23._`° i"1': _��.M.{} SHRKG: 17% fl'li�t�r3enr �'lacc (C'larke Ave to �ai� I3u►��ie Blvdj � HOLE # 20 L4CAT�ON: 1200 Madelene Piace �W/4) 1.75" HMAC 8.Z5" Reddish Brown Sand w/gravel & Stone 6.00" Brovvn Clay ATTERSURG LIMITS: LL: 44.1 PL:14.4 1'1-L�_,7 SHRKG:14% Page 5 of 7 ���� ������ City of Fort Worth Capital Delivery Division/Soil Lab $851 Camp Bowie Blvd #300 Fort Worth, TX 7�116 Phone: 817-392-7920 HOLE # 21 LOCATI4N: 1317 Madelene Place (E/4} 4.25" HMAC 6.75" Reddish Brown Sand w/gravel 7.00" Dark Grayisl� Brown Clay ATTERBURG L�I1+IITS: LL: 47.? PL:21.1 1'�; ���.(� SHRKG:15% .�anqk��nef �t 13 �er� rlre to H:I ['�m � Ave HOLE # 22 LOCATION: 1�� N of Collinwood A�e (W/4) 2.00" HMAC 9.00" Brawnish Gray Sandy Clay w/gravel 6.SQ" Brown Sandy C�ay w/gravel & stone ATTERBURG LIMITS: LL:43.5 PL: 19.7 Pl ��,� I' SHRKG: 14% HOLE # 23 L4CATION: �6' N flf El Campo Ave (E/4} 1.04" HMAC 6.50" Gray Sandy Clay w/gra�el 5.50" Reddish Brown Sandy Clay w/gravel 4A0" Brown �andy Clay w/gravel & stone ATTERBURG LIMITS: LL: PL: PI: SHRKG: Owv��s�� SI f3vers �l��e #a �'almout Ave HOLE # 24 LOCATION: 103' S of Byers Ave (W/4) 3.25" HMAC 5.75" Brown Sandy Clay w/gravel & stone 2.OQ" loose gravel 5.00" Yellowish Brown Sandy C1ay w/grave & stone 3.OQ" Pale Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: Page 6 of 7 �o�T������ City of Fort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Bivd #30d Fort Worth, TX 76115 Phone: 817-392-7920 HOLE � 25 LOCATION: 131' S of Linden Ave (E/4) 1.00" HMAC 11.00" Brown Sandy C1ay w/gravel & stone C.00" Pale Brownish Gray Sandy Clay w/gra�el ATTERBURG LIMITS: LL30.1 PL:17.8 PI:12.3 SHRKG: 7% HOLE # 26 LOCATION: 110' S of CoIlinwood Ave (W/4) 1.75" HMAC 10.25" Brown C�ayey Sand w/gravel 7.00" Bxownish Gray Clay w/gravel ATTERBURG LIMITS: LL: 52.0 PL:2D.1 PI s I.4�' SHRKG: 1fi% HOLE # 27 LOCATION: 110' S of E� Campo Ave (E/4) 2.00" HMAC 10.00" Brown Clayey Sand w/gravel 7.�Q" Brawnish Gray Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: HOLE # 28 LOCATIQN: 1'�4' S of Pershing Ave (W/4) � �ocalizec! Concrete, probably a trench. 3.50" HMAC lnelude quantity for removal and specify �_ ��- �.-�,���-��� t,� �,�f; ���,� backfiiling with excess POL'd materi�l ftom 7.25" Brow�� Clay w/gravel other str�ets. 4.00" Yellowish Pale B�-own Clay ATTERBURGLIMITS: LL:55.5 PL:19.7 P�; .i�.?S SHRKG: 1G% HOLE # 29 LOCATION: 125' N ar Calmont Ave (E/4} 3.00" HMAC 5.00" Brownish Gray Clay w/gravel & stone 9.50" Grayish Brown Clay ATTERBURG LIMITS: LL: 53.2 PL:2D.0 PI:33.2 SHRKG: 16°/a Page 1 0� 7 �C�4o�4 �J��ler�r���n� F���l�t��s S�� Constru�tion I�lans CITY OF FORT WOL2TH 2O18 Bnnd Year 2- Contract 13 ST.4]VllARD CONSTRUCTION SPECIFICATION DdCi)MENTS City Project No. 10]475-1 Revised 7uly i, 2011 G�-6��6.� �i�no�°i$y ar��l ���rne�rn ��vr�e� �aus���ss ������rflse Cox��Iliar�ce 7['][�IS ]PA�]E �.,�El��' Il�T�'�EI�T'�IO�TA�II� �lC.Al�� CITY OF FORT WORTH 2O18 Bond Year 2- Contract 13 STANDARD CQNSTRT7C7'ION SPECIFICATION DOCIJMENTS City Project Na. 101475-1 Revised Ju1y 1, 2011 �'O�Ri' �4RTH� oaQ5,5 �it� vf F'o�t Vlfor�h �usin��� E�ui�y �ivisien �peci�icativns SPEC1r4L INSiF�1��;T1�N� �'�R O���R�R� �4���fCA�'IOP� �� �O�[GY If the total dollar �alue o# the contract is $100,000 or more, then a Business �quity contracting goal is applicable. A 13t.�iness �yvi�y Fiyrr�s refers to certified Mintirity-, ar�clior Womerr-, aw�ed Bus�ness �nterpr�ses �14AlW��j. f�O�ICY �TAi�l�di�i�i It is the policy af the City of Fort Warfh to ensure the full and equitabie participation of Business �quity Firms when applica6le, in the procurement of all goods and services. All requirements and regulatio�s stat�d in the City's current Business Equity Ordinance'�1o.2453�' "f-2020 apply to this bid. I�USIidI�S� I�QUIYI( CO�°.1� The City's f�i111VC�� goal on this project Es �a % of the base I�id �alue of the contract. (If federally funded) �fhe City's D�� goai on this proipct i� % of the �ase I�id value of the canfract. A Business �quiiy Prime Contractor can count it's self-performance services towards meeting the Business Equity Gosl for the assigned IVAiCS commodity codes on their MBE or WBE cer#ificatiqn. lf the BuSiness Equity Prime Cantractor cannof self pertorrri afl of the work, it wili be accountable for subcontracting with c�rtifi�;d Business Equity firms to meei the o�eralE go81. CO�F �IQ►R�C� �"O �If� Sl��Cf�'IC�1i'10�1� On Cify contracfs $9 OO,DDO or more where a Business Eq�ity Goai is applied, aff�rors are r�quired to comply with fhe intent af the City's Business Equity Ordinance by meeting or exceeding the above stated goal through one of the following mefhods: 9. Business Equify subcontracting participation, or; 2. Commercial useful funciion services pertormed by the �usiness �quity Prime to count �owards the goal, or; 3. Combination of Business �quity �rime services and Business �qui#y subcontracting participation, or; 4. Business �quity Joint Venture participation, qr; 5. Good Faith �ffort documentation, or; 6. Prime Waiver documentation. SU�RI�I�A� Q� R�QUIR�� �O�UR�I�NTATIOR� ihe Utilization Plan shall be due at tF�e time specified in the solicitation. The applicable documents must 6e received by the Purchasing Di�ision, within the time aflocated, in order for the entire bid to be considered responsive #a the specifications. The offerer shall deliver the Business Equity documenta#ion in person {ar emai! if designat�d within project specifications) to the appropriate empfoyee af the Purchasing Di�ision and abfain a datelfime receipt. Such receipt shaii be evici�nce #ha# the Ciiy reeeived the documentation irt the time aflocated. Daeuments are to be recei�ed no laier than 2:00 p.m., on E�e second City business day after the bid opening date, exclusive of the bid opening date. �axed capies will not be accepted. The Offeror musf su6mit one of the fo�lowing documentation: 1. Uti�izatien �prm, if the goal is met or exceeded, . 2. Cood �aith Effiort �orm and Utilization �ar�n, including supporting dacurr�entation, if participation is less than stated goa{, or no 8usiness Equity participatian is accarr�piished, . 3. Prime Contractor Waiver �'orm, includir�g supporting documentation,if the OfFeror will perform all subcontracfinglsupptisr opporturtities, , . 4. Joint Ven#ure Form, if goal is met or exceeded with a Jaint Venture. These forms can be found on�line at: h�4 s:lla s.fo�wor�h4exa�. ovl�ro�ec��esources�. FAIbUR� i0 COAIIPLY Mllii� iH� CIiY'S BUSII�ESS EQUIiY ORpfI�AWC�, WILL F�ESULT' IiV '�H� �ID ��iR�G COF�Si��R�� P�ON�R�SPOhSiV� '�O S��CI�IC,4�lO1dS. � I�AlLUR� i� SUBMIT iFfE R�QUIRED BUSlNESS �QUlTI' DOCf1AlIEi�iAT'IOW 1MILL R�SiiLi IN fFi� �I� �3�iNC I COWSID�RE� WON-RESPONSIIIE. A SECONp PAII.URE WIL� �2�SUL� IP! �H� O���ROR ��INC �ISQUAL.I�I�� FOR Q► P�RIOD OF OP�E YE�lFC. T'iiRE� �'AILUR�S IN A�IV� Y�AR ��RIO� WILL R�SUL� IN A DISQII�lLIF'ICA'�IOFI ��RIOD Ot� �HR�� Y�ARS. Any questiar�s, please contaci the Business Equity Division at (81i) 392-2674. �epartment of Diversity and Enclusion Business Equity Di�ision 2pis sona �ea� 2, Contracc 13 Email: �VlN BEOffice@fortworthtexas.go� CityProjectNo.1d1475-1 Phone: (8'f 7) 392-2674 aade�aum No. i Effective 01/01/2021 a� �� w W � U � � Q � � R�1 � � � � � � � o � � O � � .� C� � � •� � � � y � a � •q � � � � � •�. �I � � � � � H � � E"'� � I� r � � � � � � �� � � � � �� 6 iJ C'7 a-�+ � C O U � N � Qi } � � Q m � Q N � � � � � � � � a � m C O Z M ❑ O v � a�i � ❑ ❑ � � � ❑ Q � p.l o � ❑ � r lJ! m � Id ❑ � • (,9 � � W � m C �i •S •d ❑ UJ � W � N � d � � � .� � � d � � m U � � � t!J � � � � m � z � r � ~ � � p � T v N w � m U O Z ❑ � � � � � o .� � � tJ � � � � � �� .� a a� S� F�'� N � � � � � � � C .� N � � � Z ❑ ❑ � U � � � � FX- ❑ U Q � � � 0 ❑ U � U z � tA! � � a � � � � � � C N ,� � U ❑ U .� a � _ ❑ � � U Q c � a � .� .� �� LL! m N .� � C W � � C .N 7 E)0 � � � C � � 'D y 'a � � � N .� fl. � C Ll_i � � C .� � m � � � � LJ.I � Q � .� � L w N y � C .N � m O C � !�! m � � � � U � .� � � w � � .� � m � :i+ .� � � L O � C � � ti? a O � d ❑ � � � � C .� � O _ a � ±� � a� S � d � � Qi c .� � m � � C� � � � � � � � � � y � c N � m -� m _N � � a� � � a .� 0 N � � � � � b � � � U � O � � � � � L�f� � � W � � a � � :L� � � � � � W � � � � � � � QI C .� �. O � � O 7 .y � d � c C N Q. O � � � � m "C7 W y N C .� � � � U C U m N � G O � Q' O 0 CV C � � io O C o� N N ? c � 4 rn� C U @ U U y � 0_. ;O � 'D � Q A j 9 O ��, Q U � � C C � ro �v v� .� � � C � O c rn . � E �� � o � N � �� ::r a� � a �- E � O � U � O = ` 3 � dj ll �`O L a r� +' O � � N N ..L. C V fA N � � � O � O � -a �� � N � N rq � C Q U 7 � C � �Q7 c � o ;o �� `� cD C U "� c QI = N d � L N �� C � O � �� c = O � "� y � L • C 7 W y N� N O � _ D � � � � � � � C W � � ai `� C � •N 'a 3 � m � O � � � N w � � ro N Q � � � .o � [� � C m � � � � � � � f0 !� a � c � "' O C � � Y O � �� m � � � m � L � o .a � a=i O c � � � Q as � C j r/1 �7 C � � .O � � � � � U �,�N 1�- U u�i � .� c � '� o °�'� � '- N d U � � � � � � O •UJ (� •� � VJ 7 f0 Ctl Q1 � m X � C C �' Q•�Lfl � N � m N !� C Q. = r"�+ � N � `� 7� � U � � � � t � .? -� � � � � � � t ... N N Q7 w. � "6 y ' ""' N � i�6 C •� ..4� �'N�� � �� �o ���� a�N ��� c�� +� L �+ C � O U � p� v o � c c -a � Ul N � d in O C N N..7'. N N f0 �N .� w 7 � � i0 � � � �J�j �L�, � n � m ,� � � �.�, y o w a c � � � �r � c �' N � V H �� C m U sa9 -�� 3 �m Q � � � O C � � �dm ��c°1i3 � y � � U N O � � � V � C T tll ❑ � aL `�� �.E o d C � L � i` � = N � U 0- O � '3 .'-'�''' � Ul � �o w� �w� � C � N � �w ���c� a�'i�a�i� �� w` 3 � c ia O O � - L 07 �N �U m�ans � � L m O � � C N c ar q� �' a`� m ui . � 'O � � V1 a`�-+ C � � � � 0 (0 0 O 3 O U � 7 � � � r�" ..._ � s � o � 67• r+❑ y O� C f4 L � .= � 3 � � "�-" N •+ N � t? US Q ' :,6 ,�G • �� �a �Ly� ��C � � U..W f�j � �o Q � � � °° �� 0 �� a�� � � o d � -� �� 'p� Q) � N Q'C� � � � ro o � �� �L _ �"� O � � � �3 �n �n � y C O �" � V � r� � t � � i� � �9 � � •3� ��," ui N N � � � � � Q �� �c�n E�°��'3 .om �� a�a� L � oa a� �m fC � d � � � Qr u] - .�w �u� � s� r EQ � � o �U �o�w-�, � � �� N ��� w-��y Q U '�F � O �' ? W � � Y w � � � , �� �a co- v,c .�'a�i �rn .�o�m '�� �Q � � � � � O O u�i .�.�. m ('�6 L qNj C U U � O� � �a� 4=� ���=w � � � � .0 � N N [�EL UC? "='3 �� W a� � �� � � � � .� Q � �e-- � � O � N � � � � � L � � � � t0 3 � p O Q-�++ �d.� U � � a N y � •fl a N � � Q� O � @ "' O � � � v� D c0 � � uf �� O �a �a --� E o-'c � ta m � � � O � � � (n C 0 45 '� L � N � � N .� � Q � D N �y 7 � � W O � D Q a Q � � Q � � N U r�... � N C � m-o• � � � V �� O � � � � N � � N � U? (� N Q-�� Q R D Q V1 `� in Q � N vI c � � � 7 y � ^ O {p V [6 U •� C L � � �i�oui 7 � •Vj r-' U fll y ..O � r�-� � .O c o o � � � V � LL1 U Q O � m � � � 0 � N �. � o � � � O - O U = � � i � � C �- f�6 �- ro � m � � � � � O � U � y m m � � m Q (0 � �6 fl.woE Vj -p U N O � � "' u1 p� � O ��a� a� il.i m � � ❑ rn N � � � � . � �� � o � a o c � .Q-�qs � � �ro�� ��� ro a � 3 U m � m o al � [0 � � � �' � �� C �- -� � LL.� � Q� � a���um U �n c .: C] oa as is 4 b O � � LiJ � U � � n � � '-+ U�� N � � � z a �+ a� [ � 'O.p'�D o�`� oU � ¢� �� W � U � � ¢ � !� � � � � � � � � .� � � � � h� �' � � '� ,� � ��� � �m .- � _.. = aa W � � � � �} � ''� F. � C � � � �'� -� � b � N O ����o � ��., � 4 J � � � �I � � �� ���� �� � . � ���� � .� �'�'� ` 4 � � v � fl? � 0] � � �j �6 �.}4�0 � �`�� � `° .�~ ,`o c � � � � � � � � � � � � � � � �� � �1:�ro � = �s ° �° c� 4 e' o .� 7�j a5 �a � {i �3 S.} C � � U � U iL� � r� � il} � � � 47 ,� C � � ��-r��i �� �� �x � �`�� � � �w� 4 a u, � C � ���W� ���,.�k� � �+a .� �d, � a � � � � � � '� 4 � � � � +��gr�o � L4 O "J — � � �`� � � � -- b � � W r � � � � �3 5C � � � � � � � �' � � 3 � � w '� � '� � � � wr�n`°�� .� � d �� � � � m ro �� � � _ c � cc �_� ��� � ��� � ������ � � � � � � ��,a�a � 4 �I � j � � u �� n � �,ea � � � � � � .� � � � � � � � �� :� 'o � � i+! � � � � '� � � E � � s� � � � � �� �� � � �= �� L � � � �� �� �� �� `�, �' � � c � � � m � � � t7� �j C C C Q7 J � � � q` N � � e � m � ¢ w �� 4 y � � � � ��° � rn� C � � � � � � � O � � b � O L4 �� �� i3 � � f--_� �a � .F � a � � � � �� .� � �N � � �. ��� w � � q) r� � � � 0 � � � m � �. � �� � �� � �= � :,r 4% 'f 1 [�,7 � O � � � � w � .� � � � � � � � � � � � a � .� � �!� N � � .� � � � � � � � � � � � � � � � .� N � .� � N r9+ V b � A i.� � � � � � � � A � N � � � � � �} �Cs .� s w � � W � � � � d � u C N a� a � u � � Ci � � � t� � � � d �� �� �� � � C� � � � �� N� O� � � �� 0 �� �� �� ELI � � � �� �� aa a" �� �� a� �U � C V � �C i � Z � ❑ ❑ � ; ,� . N Z Q ❑ � � � N ,V � a � ❑ � N � U � � � Q Q U ❑❑❑❑ � c� m � U � A � � � � o .. $ � o � s°.' p z � D ,°' ❑❑❑LJ N � .Q � 3 N .� d � 0 � � � z � O a � � � C � � 0 Z ❑ � � N � ❑ N m � ❑ U � .� ' � � N E � � � ro U .� E � a � � �N U U (�p � ❑ ❑ ❑ � � � U ❑ � Q m � � o �; � ❑ � o z H O � ���� a � N m t� .� a� � 0 m Q H a z � O a ts: � C6 C m c D Z ❑ a� ro E N � ❑ ff1 ro � ❑ U � 'c � .� Q � N � = Z Q ❑ ❑ � � V .� � c a @ � �N V @ V Q Q U ❑❑❑ � m � U ❑ � � � O .. � � � � o z � O r�; ❑❑❑� m .� C � � d � .� m � 0 m Q. � � � � b � tis � � � � � � � d � � � � y � N � � �' Q� +A . tJ � � � � t!J , � � � N � o � � o .� L � `� .-.�-+ .� L�i �" •�' .�w ,� b � •� r.�a ut � D� � vi 'CS O� S m'C7 b� S � � � � O � � � � O � '� S � O � � � � V � B � � � � � � � � 00 os is 0 .o 0 � U � w � � �; � � � �bz � � � � 'C'p '�C a R~. Q Pa Y �� 0 ¢ a' � O Wcri � �� U �' � Q � � � � � � � IJ. � � � � � � Q1 .� � � y � � � � v F.ro. � 0 � � � 0 � d � � � � � .� � � � N � � � O � � .g 0 e� � � � a � � � � s � � � a� � C V ro � V � c V � C V � .� � V .� � _ .0 � V .0 � V m Q � � � Q � � � Q ,� 'N m' Q � Q7 '��', p cq [0 � q N N� O N ta � O N (0 � z= zQ z = za z = z¢ z � z¢ � ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ W N N N N € E N � � � C � � 1� N V � N ti q7 V � LL �� LL � f.L q`� LL N � ❑ Q � ❑ a m ❑ a � ❑ a " � � U @ � � U N � � C_�.1 tg .� � U f� U 7 � a a � � a¢ U � a a � � ¢ a ci ❑ ❑�❑ ❑ ❑❑❑ ❑ ❑❑❑ ❑ ❑❑❑ U C�j U U c � � � � � ❑ ❑ ❑ ❑ ¢ � a ❑ E 0 La O UJ � �, � U I— s � U I— �+ � U I— . S+ � U � � U G� � O � GO � O � � fl' O� � � O � a� � � �- U� L a�i � U X L � t�'i U X� v I� U X� ` a, � � z� o � � z I— O w❑ z F O �❑ z� O � � ❑❑❑❑ U ❑❑❑❑ � ❑❑❑❑ F� ❑❑❑❑ .� �, I � � � � � � � � N � d ai a � � ; •� o � � � po y `� .� r� �3 tA N � iu � w m � � n c� � a � A .� i- � � d a d �� � � 0 � � � � � � � � � d �' a� �' d � a �� � �. a � a� � •_�r N a4 � �sr LIL � � � � � i �� � � W � �a �N �� � o� � a �' �� ai � ai � ei s ci s �� � e � � � � � ° 8 VJ � N � qJ � NJ � U � v � � � a� � a� N � y � � �' y � e� fA '� � V � N � o fJ � H `V � C3 0i y �� CJ � � •� � � � � •- � � �' � � � � � •- � � � �� � a � r� e � � r� o .� � �� � mi � a�u v m� a ua � ao � a� c' ao � a uJ t> DO 05 15 N O N G � U � W � � q � ,-. � O % N Q � � � � y, ; � v �� � o � � aa �V N a� � a Z � W � � � U � K Q � Li � � � N � � � � � � � � � � � � W � � � � � o � � � U � (� � � L � � L � •Q. � 1'�' � � � � U7 � N � '� tn (n (J ca o n C� o� u r�» ro � � � � � .� � U � (n � � � � � � Li! � � .� LiJ B � � � � � •�' � � � �� � W � y •y � � �- � � � � � � � � o � o � � c c Q � � � Q Q Q � � nS tG tC A 0 � A i� ia `m � H H H � � O V C � � p O � Q U � = � � � � o � a� N -p ;�' .`� -� � � � �°� -a� � � E � � � � � � � � a���� c��, � 'N - � � � � N3 � r� O +�-' C - '9 � � � _ O � � � � -p L X � � O � N - Q�`� � N Q � � i a .fl��m Q-"a � � � � o � � a .� .� V � +� _ � � �s � (� ;�' � �' "� C7" . � -� ti.l -� Q O � �C fi -� c � v .0 (:� � � � m .,�-. � � 'C3 O � � � � c�c�r�� o�m�� � � U ,C � S$ D +^' L fA � Q- U � � � � � � � = a � �3 � as�aQ '� � U a� vi � � � c � � O � � � +_+ � w. Q � H � � � � � C � � _,_. O Y � � � � ��� �'� ����L (a y_ ....� � -Qyi.+. � 0 +' t� � .� � � � � � L � � O � ?. U � � � � •� `� � � � � ���a�ia � yL.,. t4 i U .L � U CU � O} (0 �`�.+ C � � O Q � � -�. U L .w vi fl} L � Q � � � t3 � � 4 � E � 3 ro ��� a ��- �°— ""_ � .+_' � ESf � � � V � m��a�ic � � _N � � c�i o � � •� cu — a� c�s o � � � � � a � � 3 f4 N Q � � � � O � N s�'� � NO O � U N N � � � � � � �� � d � � d � rr � � � r-. L �Q� �+�'. AS c � 3 cU� � .� � � L � � � �,-. m m L °� a� scri N fl �, c�a � �C319 � � � f6 � Q N �, L�Ev� U � ° �- �y cu ` �� c� 4 c aS�O� � g� ° � � C •L L 0 L O'�� GS-� +- a�a��,a�o Q�� �"�L� � O p N � � C L ,'�„"� .N � � co o c� Q 01 C � U � � CO � � � � ` � p .w .� Q � U U C � � � �� �� � V � ''� dj L � � ~ O O �, � C N O � � � D � � c � � ,cn � W O L V � - E,� � Q�� d � � � 4 � N � ���-�EU "� {� � L N A S� � ,F �..Q in -p '� uj �' tD � N U p} � '� cn�Lsau�� � a a N � 0 o�i .,� g' � � t1 p � c � L -� � � � 7 � � � L � � � C a1 (ti � U � N .� U � � � � � o � � � :.- (n � 7+ • � � � � (�FS (� � a 0 � �+� X'� N C C� � N �. C]..�C 00 os � s � N a 0 � a w � � � � � � � � w � t� � � � 'g � � � d � � � � 0 � � '„ � � C � p � N d E �z a � �o 'b �cC¢ �� 0 N � M R � N H � � � A � � � O v N � '� � c 0 .� .a � .� 6 w � N m � _� � � 3 Uj C X o � �� U � � m � � � U �tt�� � O �� N Z ���' � •• � m "ro °° OWa ��Rx ������ cit�+ of ��r� �lort� �u�iness �qui� Di�+isier� �00�1 Fai�� E�or� �orm QD �5 1 S A`f �ACFriFiAf�W� 1C �age 1 of 4 PRIMEIOFFEROR Check appficable hox to describe COMPANY N/�1[IAE: Primelaffero�'s Certificakion Susiness Eq���y ❑ Nurt-Businea., PROJECT NAME: Firtn I_-- Equity Fiim ---- -___ Go� � ��n�� ��C�� � � ���IL�C�Cr` � J BI�DATE Business Equiky Goal: Offeror's �usiness Equity Goal Commitment: PROJECT 1VUMBER 1 � ��o o�0 101475- � If the Offeror did not me�t or exceed the Business �quity Goal for thEs project, the PrimelOfferor rnust complete #his form. I� ihe PrimelOfFeror's method of compliance wiih the �usiness �quity �oai is hased upon demonsfirafiion of a"fsood �aiih i�ffart", the �rimel�fFeror will have fihe bu�den of correctly and accurafiely preparing and subrnitting the documentation required by the City. Compliance wifih each ifiem, 't fihru 10 below, shail safiis#y ihe Cood I�aith Ef�orfi requiremen� absenfi proaf of fraud, intenfiionai andlor knowing misrepresenfiaiion of t�e facfis or intentional discrimination by #he Primel�fferor. �ailure to cornplete this form, in i#s enfireiy with sup�or�ing documentation, and received hy the �urchasing Division no later than 1.:0t! p.m. on the second City business day after hid opening, exclusive of bid o�ening da#e, wifl result in the bicf f�eing considered non�responsive to bid specifications. '!.) Please fisfi each and every subcontrac#ing andlar supplier apportunity far the eampletPan of this project, regardfess of whether it is to be provided by a�usiness �quity firm or non��usiness �quify frm. (�0 Rl4� �iSi Pl�4M�S 4� �f�i�S . On a�f projecfis, the 4�rimelOfferor musfi lisfi each subcantracting and or supplier oppo�tunity regardless of tier. {Use addifional sheets, if necessary) Lisfi of Subconfiracting Opportunities L�st of Supplier Oppn�tunifies 2018 Bond Xear 2, Contract 13 City Project No. 101475-1 Addendwn No. 1 Ei#ective 07/01/2027 0o as rs ,��fQ,C�lAA�PIi' 1C �age a of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of �usiness �quity subcontractors andlor suppliers fram the City's �usiness �quity Division. � Yes � I�o Da#e of Listing 3.) Dfd you solicit bids frorn Business �quity firms, within the subcontracting andlor supplier areas previously lisied, at least ten calendar days prio� to bid opening by Eefephone, exclusiwe of the day ihe bids are opened? � Yes (If yes, attach IEst to inciucle name of Business Equity firm, eR �SOn contacted, phone number and date and tirne of cnnkact.} � No 4.} []id you solici# bids from Business �quiiy firms, within the subcontracEing andlar supplier areas previously listed, at least ten calendar day� prior to hid opening by fax, exclusive af the day the bids are opened? � Yes ��� Yes, aitach list to inciude name of Business Equify firm, fax number and date and tfine of contact. In addltion, if the fax is returned as undeliverahle, then tE�at "undellveraf�le confirmation" received rr�ust be printed directly from khe facsimile for proper documentaiian. Failure to submit confirmatiQn andlor "undeli�erable aon#€rmation" doeumentation may render ihe � (dp GFE non-responsive.) �.) D�d yau solicit bids from �usiness Equity firms, within the subcontracting andlor supplier areas previously listed, at least fen calendar days prior #o bid opening by email, exclusi�e of the day the bids are opened? � Ygg (!f yes, attach email canfirmation ta include name of Business Equity firm, date and tir�e. In additian, if an email is ret�rned as undeiiverable, then that "undeliverable message" receipt must be printed directEy frvm fhe ❑�o email system for prpper documentatian. Failure to submit cor�firmation andlar "undeli�erable rneasage" documentatian may render khe GFE non-responsive.j �FOT�; i F�e ih�`e� me�l�cds F:i�nt��Esd a!+�,�� �r+3 ac�ep#a�!� �at s���citin� h�i�+s, and each selected met#�o� m�st lae a�rlE�� �o the a�; !i�a�!e �oi�tr�ct, 7�� Rrim�l�f#ert�r �nus! �+�currEsr�� th�i ei#her at I�ast kwo aktem�t� ��rsra m�da �s��f� two af L�� three rn�!l:���S �i ��i�# #�� I�s�S� �n� 'SUCG��u�Sf{lI R:Of1taC� 1N�S rrta+�e using cne of the trirea lm�thods in ord�r to de�r�e� r�sp��tsiti�� #o':�':Y ��^d Faith ���ri req�i��ement. �i���: �`he Prlrr►e�G�*���r mt�st Gontact ihe er�t�re 13usir�es� �qutty lis# ��;�C�f� #4 e�ch ���i�con�r��*ing ar!d ����;!t�r on��r#unety ta L^�a irt compli�^ce wi�th q��st�an� 3�hr� �. 6.} D€d you pro�ide plans and specifications to potential �usiness Equity firms7 � Yes � No �.) �Ed yflu pro�ide the ir��ormation regarding the location af plans and specifications in order ta assist the �usirtess �quity fi�rEns? � Yes � tdo 2018 Bond Yeaz 2, Contract 13 CityPmjecYNo. ]01475-1 Effecti�e 411Q112021 Addendum No. I DO 45 15 ATCACHI4AEPlT 1C Page 3 of 4 �.} pid you prepare a quotation for the �usirtess �quity firms to bid �n goodslservices specific to their sEtill set? ❑ Yes (If yes, attach all copies of quotations.) ❑ No 9.) INas the contact informatian on any of the listings not valid? ❑ Y�s (if yes, aftach the information thai was not valid in arder for the Business Equity DivisEon to address the correctlans needed.) � No 9Q.} Submit documentation if �usiness �quity firms quotes were rejected. �'he documentation submitEed should be in the firms forms �f an affidavit, include a detailed explanation of why the �usiness �quity firms was rejected and any supportir�g documen#ation the �rimel�fferor wishes to be considered by the Ciiy. ln the event of a bona fide dispute concerning quotes, the �rimelOfferor will provide for confidential in�camera access to an inspection of any relevant documentation by City personnel. Alease use additianal sheeis, if necessa , and attach. Com an Name �ele hone Contact Person Sca e of FNork Reason fior Re'ection Pn��i�'IONA� lR1�O�tAAA�ION: Please prrovide additional informatian you feef will further explain your goad and honest efforis to obtain �usiness �qui�y firm participation on this praject. ihe Prim�iBfFerer further agr�ees to provide, direcfly �o �he Ci�y upon reques�, c�mplefe and accurafie inform�fiion regarding acfival work perFormed �n this confirac�, the payment fihereof and any preposed changes fo fhe original arrangemer��s submitted w�i�h �his bid. �he �rimel�f�eror• also �grees fo all�rw an audit andlor examination A� any booF�s, reeords and files held by iheir� c�mpany �haf rwill subs�anfia�e �he a��ua1 wark pe��rmed on fhis c�ntraci, by �n authori�ed oificer or empl�yee of the City. ��icider or Conir�c�or r�ho infier�iionaliy andl�r kno►�+ingfy misrepresents mafie�ia! facfis shall be �ebarred for a period of time ef nof fess �har� �hree (3) year�s. 201 & Bond Year 2, Conuact 13 City Project No. 101475-I Addendu�n No. 1 Ef#ective 01/01/2021 00 05 15 A��ACbAfl�NY 1C Page 4 of 4 �he undersigned ce�ifies fh�f �he inr"ormation prodided and the �usiness �qui�y �iwms lis�ed w►aslrnaere con,�ac�ed in good faifih. i� is undersfo�d �ha� �ny �usir�ess �quifi� firms lisfied in r4�#achm�n# 1� �vill be con�ac�ed and fihe reasons �'or no� using �hem will be �eri�ed by �he Cif;y's �usiness �quiiy �i��sion. Authcsrized Signature 7itie Cvmpany Fdart�e Acldress CitylSiatetZip Business Equity Di�ision Email: DVIN BEOifice@fortworthtexas.gov Phone: ($17} 392-2674 Printed Signature Contact Rfame and �itle (if different) �hone Number �mail Address Date 2018 Band Year 2, Contract 13 City Project No. 101475-1 .0.ddendum No. 1 Effecfive 01/01/2021 ��RT �ORTH- �ify �� ��r� 1No�th �usiness ��uit� �i�+i�ien �r�ime �ontracior� l�Vaiver ��rm 04 45 15 ATTACFiMENi 18 Page 1 of 1 PRIMEIOFFEROR Check applicable box to describe Prime/ COMPANY NAME: Offerar's Certification usiness �lon-Business PROJECT NAME: Eq��Y f� E ui firtr 201 ��ond, Year �- Contract 13 g�D �ATE City's Business Equity Goal: Offeror's Business Equity Yroject Commitment: �ROJECT NUMBER � 4 o�a % 101475-� !f boih answers to this farm are Y�S, do nat complet� ATTACHMENT 1C (Good Faith EfFort Form). All questions on this form rr�ust be comple#ed and provide a defailed explanation. if the answer to either question is NO, then you must compEete ATTACHMENi" 9C. This form is onEy applicable if bofih answers are yes. �ailu��e to complete this form in i4s en�ireiy and i�e received by the �urchasinq �i�ision no lafer than 2:U0 p.m., on the second Citv �usiness dav after bid openinq, exclusive of the bid opening date, will resulf in �he bicE being consider�ed nonaresponsi�e to bid sp�cificatior�s. 1�lill you perform t�is entire contract withou# subcar�tr�actows? � Y�S If yes, piease provide a detailed explanation that pro�es based on the size and scope of this ❑ �� project, this is your normal business practice and provide an operational profife of your business. -- -- ---- -- - _ - - 1aVil! you perform this entire contract without suppliers? � YE5 If yes, please provide a detailed explanation that pra�es based on the size and scope of this project, this is your normal business practice and provide an in�entory profile of your business. � NO The Prime/Of#eror further agrees to pro�ide, r�irectly to the City upon request, compEete and accurate in#'ormation regarding actua! work perfarmed by all subcontractors, including Business Equity firms on ihis contract, the payment #hereof and any proposed changes to the original Business Equiky firm arrangements submitted with this bid. The Prirr�e/Offeror also agrees ta a(fow an aud€t andlor examination of any books, records and #iles held by their company that wi(I substantiate the acfual work performed by the Business Equity firms on this contract, fay an authorized ofifiCer or empfoyee of the City. Any intentionai andlor knowing misrepreser�tation of facts wil( be grounds for termi�ating the contract or debarment from City work for a period af not fess than three (3) years and for initiating actian under Federal, State or Local laws concerning false statements. Any failure ta compfy with this ordir�ance creates a material breach of contract and may result in a determination of an irresponsible �'rime] Offeror and barred from participating in City work for a period of time nat less ti�an one (1) year. Authorized Signature Title CompanyName Adcfress CitylStatelZip Prinked Signature Cantact Name {if different) Phor�e Number Email Address Date Business Equity Division 20i8 Bond Year 2, Contract 13 Effective O1I0112027 Email: �VIN BEOffice@forfworthfexas.gov CityProjectNo.101475-1 Phone: (817) 392-2674 Addendum No. 7 00 QS 1S ���� �O�T�� : Joint Venture ~� � CITY OF FORT WORTH Page 1 of 3 - Joxnt Venture Eli�ibil��y Fo�m All questions must be �nswerer% use "N/A" if not appficable. Name of Ciiy project: 2018 Bond, Year 2- Contract 13 A joint venture Form must be completed on each praject RFPBid/Proj ect Nuxnber: � 01 �475-1 1. Joint venture information: 1'oint Venture Name: Joint Venture Address: (If applrcable) Telephane: E-mail: ax: Identiiy the firms that comprise the joint venture: Please attash extra sheets if additiona! space is requirad #o provide detailed explanatians of warfs to be performed by each firm comprising the "oint venture Business Equity Non-Buainess k�r�n Name: ui Firm Na�ne: Business Firm usiness F�xz ConEact Name: Contact Name: Business Business Address: Address: Telephone: Fax: Telephaue: P'ax: E-3nai1: E-mail: Certitication Status: Name ot Eertifying Agency: �. Sco e of work erformed b the Joint Venture: Describe ti�e sco e of work of the B�siness E ui �rm: Describe tf�e sco e of work of the nan-Business E�i firm: 2Q18 Snnd Yeaz 2, Contract 13 City Project No. 101475-1 Addendum No. 1 EffeCtive 09109I2fl21 �0 05 15 Joint Venture Page 2 of 3 3. What is the percentage of Business Equity firm par�cipatinn an this joint venture cau�ting towards the project goal? 4. Attach a copy of the joint �enture agreement. 5. Lisf companents of ownership af joint veniare: (Do not complete if this information is described in joit�t ventuf•e agreejnent) Proft and ]oss sharing: CapitaI contributions, including equipment: Other applicabie ownership interests: 6. Identify by name, race, sex a�d �rm thflse individuals (with titles) who are responsible for the day-to-day managemen� and decision mal�ng of the joint venture: Financial decrsions (to includc Account Payahle and Receivable}: Managernent decisions: a. Estimating -------- ---------------------------------------------------- b, Marketing and Sales ------------------------ ------------------------------------- c. Hiring and �'iring of management persannet ------------------------�---- ----------_____---- d. Purchasing of major eyuipment and/or supplies Supervision of field operations The City's Business Equity Di�ision will review your jaint venture s�bmission and will ha�e final approval of the Business Equity percentage applied toward the goal for the pro�ect listed an this form. NOTE: From and after the date of praject award, if any oi the participants, the indi�idually defined scopes of work ar the dollar amountslpercentages change from the origir�ally approved information, then the participants must infarm the City's Business Equity Di�ision immediately for approval. Any unjustified change or defetion shail be a rr�aterial breach of contract and may resulf in debarment in aceord with the procedures ouilined in the City's Busin�ss Equity Ordinance. 2Q18 Band Year 2, Conuacl 13 City Project No. 101475-1 Addendum Na. 1 Effective 41/01/2421 l�0 05 i 5 Joint Venfure Paae 3 of 3 AFFIDAVIT The undersigned a�finms that the foxegoing siatements are true and correct and include all rnaterial information necessary to identify and explain the terms and operation of the joini venture. Furthermore, the undersigned shall agree to provide to the joint venture t�e stated scope of woz'k, decision-making responsibilities and payrnents herein. The City alsa reserves the right to requesi any additional info:rmatianr deezr�ed necessary to deterrnine if the jaint venture is eligible. Failure to cooperate and/ar provzde requested infortnation within the time specified is gro�nds %r termina�ion of the eligibility pracess. The u�dersigned agree to pezmit audits, interviews with owners and examination of the books, recards and f�les of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Loeal laws/ordinances conceming faise statements or wiilful misrepresentat:ian of facts. Name of $usiness Ec�uity Pirm: Name of Ow�er: Signature of Owner Printed Name oi Owner Si�aEure of Owner Title Date State of On this --------- - ......_ ......................._ _ . _.. _. Name of Non-Business Eqaity Firm: Name of Owner: 3ignatelre of Owner Printed Namc of Owner Signature of Owner Title Date Notarization County of day af , 20 , before me appeared and to me personaily known and who, being duly sworn, did execute the foregoing afiidavit and did state that they were properly authorized to execute t�is affidavit and did so as their free ac� and deed. Notary Fublic Print Name Notary Public 5ignature Commission Expires _ Business Equity Division Email: DVIN BEOf�ce@fortwarthtexas.go� ZQ18 Sond Year 2, Contract 13 Ciry Froject No. 101475-] Pho�e: {817) 392-2674 Addendum l�o. � (sea7) Effective fl1l0112fl21 �C-6m�i ���e Y����s �'l��S �P�.�IE I1E�'][" ��'�'IEl�TXO�TA]C.IL� ���I�T� CITY OF FOIiT' WORTH Z018 eond Year 2- Contract 13 STAN�ARD CONSTRUCTION SPECIFiCATION DOCiJN1E�T5 City Project No. 101475-1 Revised July 1, 2011 2813 PREVAILING WAGE R�4T'�5 (Hea�y and Mighway Construction Projects) CLASSIFiCATION []ESCRIPTIQN Asphalt Distributor Qperator Asphalt Paving Machine Operatar Asphait Raker Broom or 5weeper Operator Concrete Finisher, �aving and 5tructures Concrete Favement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraufic 8� tons or less Crane Operator, Lattice Boom 80 Tans or Less Crane Operator, Lattice Boom Over 80 Tons Crawler Tractar �perator Electrician Excavator Operator, 50,000 paunds or less fxca�ator Operator, Over 5D,D00 pounds Fiagger Form Builder/Setter, StrutYures Form 5etter, Paving & Curb Foundatiort Drill Operatar, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator, 3 CY ar Less Front End Loader Operator, Over 3 CY Laborer, Common Labarer, Utility �oader/Backhoe Operator Mechanic Milling Machine Opera#or Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road FEauler Pa�ement Marking MachFne Operator Pipelayer Reclaimer/Pulverizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller Operatar, Other 5craper Operator Servicer Smalt 5lipform Machine Operator 5preader Box Operator Truck i]river Lowboy-Float Truck Dri�er Transit-Mix Truck Driver, Single Axle Truck briver, 5ingie or Tandem Axle Rump Trucfc Truck Dri�er, Tandem Axle Tractor with 5emi Traifer Welder Work Zone Barricade Servicer Wage Fdate $ $ $ $ $ $ $ $ $ $ $ $ 5 $ $ $ $ $ � $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 7.5.32 13.99 12.69 11.74 14.12 16.OS 14.48 18.12 17.27 20.52 14.Q7 ].9.80 i�. is 16.99 10.06 13.84 13.16 17.99 2�A7 Z3.69 14.72 10.72 12.32 15.18 17.68 14.32 17.14 �s.oz 1.2.25 13.53 13.24 11.01 16.15 13.0$ 1I.51 i2.9� 14.58 15.96 14.73 16.Z4 14.14 12.31 12.62 12.86 14.84 11.6$ The bavis-Bacon Act prevailing wage rates shown far Heavy and Highway construction projects were determined by the lJnited States �epariment of Labor ar�d current as of September ZQ13. The titles and descriptions for the cEassifications listed are detailed in the AGC af Texas' Standard Jo6 Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construc#ion in Texas. Page 1 of 1 �C����9 ]�er�i�s �.��1 �Jt��i�iies 7��IS PA.GE ]�E�F'�' I�TT�1�7['��l�A�L�L� �ILAl`T� CI7`Y OF �ORT WORTH 2O18 evnd Year 2- Contract 13 STAIVDARD CONSTRUCTIpN SPECIFICATION DOCiJMENTS City Projecf No_ 1D1475-1 Revised Ju1y 1, 2011 ��RT��R��o � Apri18, 2021 Mr. Greg Robbins City af Fort Worth Transportation & Public Works 204 Texas St Fort Worth, TX 7G 102 Sent via email: gre�ory.robbins(a �o-twortniexa�.gn•� Dear Mr. Robbins, Thi$ letter permits you and/or your representative to remove trees fram the parkways located at Sutter St and Owasso St and the alleys of Margaret St, Belle Place and �wasso St, per the attached plans. There is no mitigation requirement. The failowing trees are pxohibited on city parkways: Ash Hackberry Bradford pear Mimosa Cattonwood Mulberry Siberian elm Willow Silver maple Sycamore You are responsib�e for rnaking s�are ihe remaval and/or planting does not violate any private deed restrictions for your neighborhood, or procuring any additianal approval needed from any PID, TIF or Design Review Board that may govern in your area. If I can be oi any fiuther assistance, please contact rne at 817-392-5738. Sincereiy, 0 Craig Fox, City Forester Park & Recreation Department c: file PARK & RECREATIOl�i DEPARTMENT City of Fort Worth, 4200 South Freevvay, Suite 220Q, Fort Worth Texas, 76115-1499 (817)-392-5700(PAAK) Fax (817)-392-5724 Applicatian for Tree Removal Permit On City of Fort Wor�h Property Including parkways and medians Sectiar� ] -- I��y��licanl I�ifomi��ic��� Contact Name Tit].e Street Address City State _ Zi Code Phane Ernail address �1:��3�1t� � — �,�C�t1Uf1 Location adc�ress Business/Residence Na�ne of Business tiectia�� 3 i�ea�c�� � of Fort Worth �ubmit to City Forester 4200 Sauth Freeway, Suite ��QU Fort Worth, TX 7G11� C�re� Rabbins, PE Senior Project Exigineer 200 Texas St Ft. Worth TX 76102 817 392-2333 Gregary.Robbins(cr��,fortworthtexas.gov _ Various — See attaehed list Variaus — See attached list Various — See attached list i����l ����s��� �a�- ��� af F�. �J�ir�-i�-i '�'�� a��u �aier lD�parimeni, �€3i8 �ond `Year � - Lontract i3 constaruction. Paving, sidewalk, and sanitary sewer conflicts, as lxsted belaw and shown on 100% construction lans dated March 2421. Attach site plan c�rawn to scale showing location nf all �rees by size (DBH) and species, identify those to be remaved, and any existing man made features. Site plan should include layer de�ansirating why trees must be reznoved, such as proposed turn lane, drive approach ar grade change. Plan mu�t also include narth arrow, scale, City Trees ta remain on site, any propased planting on ciiy property and planti�g details along with method of watering. �e��ii€�r1 � -- Mili sEEcan Prohibited trees may be permitted iar removal from parkway and/or median without mitigation. Trees in alley may be perrziitted for removal, usually without mitigation. Tr�es or shrubs listed in the Nonnati�e Invasive Plants of Southern Forests published by USDA may be removed without mitigation regardless of locai�on. A11 other trees less than 3a" in DBH permitted for removal rriust be mitigated on an inch per inch basis. Trees 30" DBH or greater are mitigated on a 2 inch per inch basis. Mitigation trees must be planted on City ROW, median or other p�blic land. They must be watered and maintained for a perioc� of 2 years, or until estabiished, whichever is greater. If mi�igatian on site is not possible ox desirable, mitigation into t�e tree fund can be made in the atnount of $200 er inch not lanted. Mitigatian trees must be plarited before final inspection of the site. Mitigatinn to �tie tree fund must be made at time af ezmit. A tree planting perrnit wi11 be issued for trees to be planted on City praperty at the sarne time as ihe tree removal permit. You �nust submit a tree planting plan and fo�low guidelines for planting in the ROW (see Trees Ash t1 on �h� parkways and medians. Does no� pertain fo other Citv owned Cal�e Pear P rus caller ana Cottonwood Po talus deltoides Hackberry (Celtis sp.) Mulberry (11�or�us sp.) � � .. Siberian Elm (U�rr�� Silver Maple (Acer S ��carnoxe (Plantara Willow (Salix sn. ) �`Any tree listed in the Nonnative Invasi�e Plants of Southern Forests published by the USDA Forest Service Revised January, 2Q19 i ���� � ��� 21 �� �ond �ec�nstr�uction, Year 2� Contraet � 3 �rope�y �wn�r In��rr�aii�n ��r T°r�� ��r�o�►al �11 �1�`I SlD�WALit AP1D PAVING CON��IC�S Sufter St Lot 1 � Moharr�med & Ferial Busoul 3900 Pershing Ave Lot 20 Brian Bohl 3901 Ei Campo Ave {D2�4d49379) Owasso Sf Lot 11 3737 EI Campo LLC 3737 �I Campo Ave Lot 11 Daniel Ga�vin 3737 Byers A�e (D217Q96415) Lot 'f Patricia M. i"aylor 3836 Ef Campo Ave SANI�A�Y S�W�C� iREWCFi COiU�LiCYS Margaref St Alley Near iot 10 — STA 5+00 15" Brenda Van Newkirk 3700 Collinwoad A�e Near fo# 17 — STA 6+26 16" Sandra J.S. Madison 3713 Linden Ave Near lot 3— STA 7�-12 14" CatP�erine K. Davis 3717 Linden Ave Near fot 16 — STA 8f65 20" AJC Homes LLC 3728 Collinwood Ave Near lat 20 — STA 10+88 9 6" Rickey W & Patricia Crow 3801 Linden A�e Near lot 9— STA 1fl+97 92" Jason Lee Sparkman 3804 Collinwood Ave Belle Place Alley Near Iot 20 — 5TA 1+57 6" Gary J Cottrelf 4�009 Linden Ave Near !ot 18-'�9 — STA 1+95 14" Gary J Cotfrell 4Q09 Linden Ave Owassa St AIley Near lot 3— STA 2+59 20" Ninfa Morena 3616 EI Campo Ave Near lot 20 — STA 4+15 16" Celir�da M Acosta 3701 Callinwood Ave Near lot 9 Q— STA 10+2Q 'I8" John Pres#on Thomas 3800 EI Campo Ave Page 1 of 1 G�-��1 �� �� P�°o���t �e�uu�re�ne�n�s '�'��S �.��� I.El�7[' I�'�'�E�T'�'I��TAI�L'� ��AI�I� C[TY OF FORT WORTH 2O18 Bond Year 2- Contract 13 STAIVDARD CONS'iRUC'f'ION SPECiFICA1TON DOCUMENTS City Project 7Vo. iD1475-1 Revised.iuly 1, 2011 �'�� A Martin Marietta Product Laboratory testing and paving project results repeatedly show Cerr��LimeT'"to be the reliable and co5t-effective choiee for clay soils with high Plasticity Index (PQ. I (._ _ �. . _ ..__. _. __.__., ._ �,. ' %a Cem-Lime ^_... 0 i � ___._.._..�______ � � ; � - -__�_6 _--- — _ ._ _..— -- --� ____.___ ___. I % Cem-Lime __.._ __ � ----- -. --- - $ ---- ---- -- ---10----i L�V�J I�i ��IL �4k*�UL�`5 [CLAYCIf 5AkND1 1-Nour � Z-Hour 1-Hour 2-Hour 6 6 5 5 0 1 3 1 0 i 0 0------ 0 WFr..'-,N F� SQI� RESLiLTS (CLAY) 1-Hour Z-Hour �-Hour 43 i 43 41 12 11 14 ___ 9.. �._, ...�__. __ ___13 J J 1 1 2-Hour 41 15 S L�1l4J �'I 5O�!E. RE5ULT5 (CLAVEY S.AfUD} _ _ . � _ _ .. --�/Q Cern-Lirne `----i 1-Day j 3-Day � 7-Day , 1-Day 3-Day j 7-Day _- -- - - � --- ---- -� - � - - j - - - -----------__-- --- -,---- : - - ------ 4 191 ��164 ` 232 � 150 225 240 _ ___ __ __ �_ ____._..�..__ � _�._ �_�39_ � 237� Y 309 18� � 245 280 �i�w �r sai�. ���u�rs (��.�x} _ I F %Cem,Lime � 1-Day 3-Day 7-Day 1-Day � 3-Day 7-Day 0 — — — — � — — -��--- 8�--� 175 223 27� 155 185 Z5fl ��10 186 26] 254 180 �235 295 SuperSf�rry.com Super5furry@martinmarietta.com 9�2-�09��2�0 Cem��imeTM is a cement-based slurry engineered for soil stabilization, increasing pH, decreasing soil plasticity and dramatically increasing the load capacity ancf strength of pa�ement. ���ru �a sa�� �e�u�rs ���a�r�� s�r��} % Cem-Lime pH 0 7,55 � 9 2.4 6 12 .42 NI�,H PI SOIL RESl�L75 (CLAY) % Cem-Lime pH a i 7.59 8 i 11.86 1U i 1 �.93 Cem��.irneTM Impraves Construcfion �or�di�ians! Plasticity Index in Soi] �3 5 x 3�i Hy(�Ta�eL� GIfl1C � C:�ld1=-J.lM� y- 25 _._.. 'u r� �� � � � s o� ��ia $io soi %Added io Soil � All tests were car�duc�ed by Terracon and Rone �ngineering, leadir�g ger�ter_hni«I engineerinn an� laboratory testing firms. �ow �i sot� ��su�.rs �c�a�r€�r sa�r��� % Cem-Lime � Wei�hfi � Moisture 0 116 12.5 4 116 13 6 115.4 13.5 F!l�s�l �I �01� I��S��.T�a {C1.�4Y} % Cem-Lime Weight Moisture 0 9Q.7 27.� 8 91.� 27.8 1 D � 91.8 26,6 Contacfi our sales team and learn more about ho►ry Cem-�imeT"" can �ro�ide the superior solutiar� for your next projec#. �� �� A Martin Mariet�a Product SuperSlurry.cam ����erSiurry�martinmarietta.cam 972�409�3�4Q _ ��� �� ��. �� � I�`� C�7['� Ol� FO1tT ���'�][� �VATEYZ ��l�Al�7Cl't�lCl�f'�' S�A�I���i� P�O�ITC�' ��ST Updated: Septemb�r 06, �019 The Fori Worth Water Deparlment's S�andaxd Produc�s Lisi has been developed to minimize the submitta� review of producis which meet the Fort Warth Water Department's Standard Specifications during utility construction proj�cis. When Technical Speci�cations for specific products, are included as part of the Canstruction Contraci Doeuments, the requirements of the Technical Specification will override tihe For� Worth Water Departmeni's Standard Specifcatians and the Fort Worth Water Department's Siandard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or noi the specific product meets the Fart Worth Water Department's Standard Specificatians or zs on the Fort Worth Water Department's Standard Products List. �'able mf ��n�e�i {Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manhoies & Bases/Components ........................................................... 1 2. Manholes & Bases/Fiberglas,s ............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/�`rames & Cavers/Round ....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tigh� & Pressure Tight .. 5 b. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Ce�nentitious ................................ 7 S. Manholes & Bases/Rehab �ystems/NonCementitiaus ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... IO 11. Pipes/Ducti�� Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B. Sewer 13. Coatings/Epoxy ............ i4. Coatings/Polyurethane . 15. Combination Air Valves 16. Pipes/Cancrete .............. � ....... 13 ....... 14 ....... 15 ,...... 16 17. Pipe Enlargernent System (Methad} ..................................................... 17 1$. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fal� & Farm ...................................................... ...... 23 24. Pipes/Open Profi�e Large Diameter ...................................................... 24 C. Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ...........................................•--•--.......... 27 28. Dzy Barrel Fire Hyrirants ...................................................................... 28 29. Meters .........................................-•--------..........................----.................. 29 3Q. PipesfPVC (Pressure Water} ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. PipesNalves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubbeg Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 � � 6 N b O a O '� � w � � � � L^ � � � � � FI � � � :� � W � � � � � � � � � �V `� �+ � � � �+ � � E-p � � a � 0 N � G � O � a� R 'C �. � � Hz� � � U � � � � � � f� W� �' � � � � � � � � � � � �� �� � � � � � �.1'..i a W 0 N � O O� 6 '� � � � '� � � � � � W � � � � pI��J � fj � F�Y � � � � � � �"tl `4 i� � � � � i ��e 1+1 � �pq�� F�0 � � � � a � Q � � 0 a 0 ti � � +� a � H � � � � � � � � � � � � � � � � � � v�� � �3 �k.�I i � � � � ^ a � 0 N b O � O 'a � � a a r�7 � � �.�i � {� � � � � � � � � � �1 � W � � � � � � � Ci1 a �, �r � � � � �'! a b 0 N W O � O � V J: � v sL � � F'�I L � f�i W W E—� � � A � � � � � � � � � � � � � � � � E"� �'G � F� � �. a � Q N � O O� O R1 d � 'fl � r�7 � � � � � � � � � � � � W � � �i � � � r.s E" �i F+1 r�� � � tO � � � i�� � �� �. � � � � a � 0 N �O P 01 C 'd d R 'C LL � � � � � � � � � � � � � � � � � � � � � � V � � � d �� � � � � ��* I�L � .. 0 N � Q O� O '� a � b � � � � � � H � � � � W � � � � � H � � U � � � � �� �-+01 ��. � � � � �. � � 0 N � a a 0 � d �. � � � � � � H � � � � � � � � � � � � � � � � �"a �i � � � � � � � � � � � � � � a � 0 U O N � H � � � a c � � a�'i �+ �° � a � 0 N � O T O ,ro � � b �. � � �z� ��� ��� � � ��� ��� �$z ��H � � �, � � �. � , � � 1�-�- a d N �O O O� 6 "� � v dY 'd � � � � � � � � � � e�l �� Fil � � � � � � � � � � � v��, � � � N� � � � � � � � � 0 N � O O� O '�G7 � � a � � � ��ar� ��� � � ��� �W� ��� ��� � � '��,, � � � � � � � d � � � � E� � GC Cs Eb � � � � O � � � ��� ��z ��� � � � � � � � � � �, � 0 N b O O� O 'C d m ro � r� � � � � � � � f� F � � � � � � � � � � � � � � � �1 � � � � i � � a � 0 N � O O� 0 '� �W 't3 a � � E� � a P��1E� � � � � � � � � � � W � ��z ��� � , � E--r • � � H � � w a � 0 N � Q Oy Q '� a .. � � �, � � � �1 W {'rt � � � � � � � � � � � � � H � � � � � � � �� � �"'! � � � � � a 0 N b O O� O 'L! d W '� � � � � �1 f� � � H r� � � � � � � � � � � � @�, � � � � � � � �"'� �� � �"� � � �.T..1 a � 0 N b Q 'a 0 ti d a� � �a o. � � � � � E"P � � � A � � � � � a � ��"� E-� �' � � � � � �G � @� � , � � � a � 0 N b O O� O '� N � � '� G r`� � � � � � F � � � � � � �Q � � � � � � 1�d � � � � �� ��/ MN � ��,/ !�1 � a � P N � O T O 'CY d � � d � � i/} � �1 � � ��/ � � @�] � � � I�I r . � �I i�l � � � � � � � � � � kY �� � � ' � � I � � a � � N b O b� O q m y+ � 'b � � � I � � �I � � � � � � � � � �4 ^ � � � � H@z ��� � � �� � � � � � � .� 0 N � a a d � � � � c� � � � � � � � � A E� � � � � � � � � � � � � � � � �.,� � � � � � �. a .. Q N � O Rt B "a � � � a a� � � H � � � � � � � � � � � � � � � � � �, � U � � � U � �-+ �G � E� G� G� � � 0 N � G O� O '� d R '� R � � � W � E� � � A � � � �� � � � � � � � � � � � � �� H � � � � a � O N � d � O 'tJ v r � 'O d � � � � � � � � � � � � �rVry �Fn � � � ^ � � � � � � � � � � F� � � � � T � �1 � � � � a � €� � Z � O � �� � � A E� � � � � � W � � � � � � � � � i �: ��. � �'- � � � � « � � � � E� ��a ��� � � ��� wQ� w ��� ��z v�� � �;. _�.� �� � � � � � � � � ., O N W O a O b d � ^C � � � � � � � ��I� F � � � � � W � � � � � � � � , � F� � � � � � � � N �D O O� O '� � � '� � � � � � � � � � � � � � � � � z � � � � � W E� � � � � � � 0 � � � � � � �1 �k � � � Y� Y ' I�i �"�'�I N N N N� iV N r�. rl i+l 7 d' � � � V � � � � N a U � � p p 3 r � O�i O�i T O 4l �^� Vi � N� Q �` � Qa d � Q Q ¢ .�-� � � ¢ N � � � � { �d. ¢� � � � ��������� � � � � d t � � � � A � = � ¢ g � Y � � 2 � � - �o- � � � m � � _ , a C�.3 i� Q p� A� i� ��5 G; N a7 W � � O F � � � o .� � � � a����� � � � � a o � � � a�. � � � � '� � " � � L '� '� V �j � d ? x�.�� � m ���� � a � �' �' � � � � � � P� � Q � � � � � � X � C ['� � AI'S e+'f S�i #+ 41 � �d� � m ��ia p a p. a � � y R P. P: F. C-� o. s F � � � � � � 5 � x � � � �+ � w a�. r� a, a 6; � �� n, � c � � � a?.< c�i. P. P�. P�. P. a�. r � �� N N N�,�-i �-Ni .N.. f M i _, � � M m in m�n r`�+� r`�'i� �' �.y — i � 00 OD 00 00 oO 00 J �• � �� N N N N (��V + ~LI Y� i� � a. rn N ry � � :G ,Z E L � m vs �n r X a 3 � d � � � a � � � �� � � F � � � � � � a � � � R,` � � � � � � � � � � � � � � H � � � � 0 N � O Q� O 'b m � b C4 � � C/� � � � � � � �1�/J � � � F:y � � �i w � � � E-a � � � � � � �� H � , � F"" � � �.T..i � � � � � a � E� � ��z� ��� � ��� w�� � � ��� ��� � � �' � � �. � H � � a � d N b O b� O 'd m y+ � 'b F7+ � � � F� �l � � � � l� � � � � � � � � � � � ��z v�� � � � � �, � � � � �, � d N b O T O b � � � C � � � ��I -I� � �i W � � � � � � � F�1 � � � � U � � Y� I � � � � � �i � � �+ � � �� r-- � � � � Q� � i+ G 01 C �J O d .0 B M a t a c � � � � u C� � o� .K N M O � O b r 'b a � � z � � � � a � � � � �� Nq/� F�1 - 1 o � � � � � � v� � � 0Po � Fr�^ V1 � � � i�+l � � z w � � � � � @ � �L lr�� V� � � � N � � 0 � � � � � � � � � � � � � p p � �faR�R�A v, _ � N N N iV N m R M � � m !F 00000ao ������� 0000000 ������� ���a���� �mm��� ddddddd � � � � � � � � �¢'�e�4�¢ � o� � o E � o � � F F UN"���rnic°O�t � �� M �.i,� N N ��z� A � >. � � � � � G $ ? swF?wW E& o d o a�,�� 7zzzz"�� � i � � v w > > a a ) U [JUC� � � � n � � v ? �G � � � � �ci�wws�w 3 0 0 0 0 0 0 ����� �� `������ i�h V� N V� h h o e e o �m.�`^i�mm� ��� N N N $��`I N � N N S�tJ N M M ��,aa�a � a w s � � � � � .3 T d r. i d e a � � � .� � 3 0 a � 2 .� .'� � �a e � E F � � e � 0 d � � e 3 w � � � .g O .� O C O �yC' .O a � � � R » � .� � � � � w .9 fl v A � � � �i a x �� • O s� z� � � � n E � r 0 '� £ `e C � v a � « 0 0 � # � v 0 v `m c � � .m � ° . �iiY C3� �'O�T Fh��RiH �re �1ppr�oved Conc�e�e flAix �esign� The cancrete mix designs listed below meet the requirements of City of Fort Worth Standard Specifications. These mix desig�s are pre-approved for use on City projects. The City reserves the r�ght to sample and test materials at any time. For more information on mix designs, contact the Material and Geotechnical Services at (817) 392-8930. Updated: '101�8f���� .�american Cc�ncr�te �dmpa 5a�ppller ��rn��kf�Ey�sit M�x la L#xs. 5ack 3QCAF029 376/94 = 470 5.00 Q11AF3$2 250/85 = 335 3.56 40CNFQ65 45]./113 = 564 C.00 45CAF076 489/122 = 67.1 6.50 M�n, �8-day 51u�np WjCm �#ren�th (psf� �frr�h} Rtitl� 3,U00 3 - S O.SO 1,Q0� 4 - 5 D.87 4,�00 3 -- 5 D.45 4, 500 3- 5 0.40 A��p�ov�d �ar: Sidewafks & Ramps Concrete Bas� Material for Trench Repair Manholes / Utiiity 5fructures Hand Placed Pavin� F�plratian 17�tc Q2/21/ZQ22 05/Q6/2022 02/21/2022 D2/21/2022 l�i �S Cement�Fky�s�x Nifn,2�-d�y Slump WfCm Expir�#i�n 5uppfa�r r11EiK It3 l4pprr�ved F�r: Llss- S�Ci� Stren�k� (psf) �Jncl�) Ratio Uate D100�0001737 468/117 = 585 6.22 4,500 3-- 5 0.44 Hand Pleced Peving 03/03/2022 D10000DQ1791 489/122 = 611 b.5U 4,500 3- 5 0.42 Nand Placed Paving 04/21/2022 �10000401793 481/120 = 6a1 5.39 4,500 3- 5 0.43 Hand Placed Paving 07/28/2�22 f]i0000001103 611/a = 611 6.5a 4,50U 3- 5 0.44 Hand Placed Paving 44/21/2022 D100000D2107 6�.1/d = 611 6.50 4,500 3-- 5 0.43 Hanc! Placed Pavfrrg 05/07/2022 D�.00OOOQ1223 517/0 = 517 5.50 3,600 1-- 3 0.47 Machine Placed �g�ZZ�2�2Z Paving D10U00001617 414/103 = 517 5.5b 3,600 1- 3 0.45 �achine Placed �g�z2/�Oz2 Pa�ing D100000�8381 752/0 W 752 8.00 4,500 (4,500 3- 5 0.33 HES PavEn� 08/04/2022 @ 72 hrs.) D10000009857 30/300 = 330 3.51 50 Flow 0.91 �lowable Fill 04/21/2022 Iniets, Junction Boxes, Manholes, D1.00ODOQ1055 494/0=494 5.26 3,OOD 3--5 0.5Q Channel Liner, OZ/27/2022 Sidewalk, Driveways, Curb & Gutter D1D000010435 470/4 = 470 5.D0 3,000 3- 5 D.56 Sidewalks, Curbs 05/15/2022 �10000D1619S 414/103 = 517 5.50 3,600 3- 5 0.48 Valley Gutter 06/25/2022 Pre�Approved Cancrete Mix Designs Page 1 of 9 10/28/2020 �rme��tfFly a�h lti+lifl. �8-day Sfump UVjCm �x�araiio� �� 5���plker NlEx IU A��Qrowed F+�r: LIyS- S�ck Str�ngih �#rSl} jInS�4) a�#io O�te Curbs, Curb & D100Q0015655 376/94 = 470 S.OQ 3,000 3— 5 Q_�4 �utter, Sidewalk, p���$�Z072 Dri�eway Approach, ARA Ramp Inle#s, Boxes, a10000001615 406J101= 5(l7' 5.39 3,6QD 3— 5 4.49 Encasement, 04/21/2022 Blocking InEe�s, Baxes, �lpppppp1Q61 502/Q = 502 5.34 3,600 3— 5 Encasernent, 04/21/202Z Blocking D10U00001Q83 554/Q = 554 5.89 4,000 3— 5 a.46 Valve Pads 04/21/2022 D1000001D83S S64/0 = 554 6.00 4,000 3— 5 0.44 �nfets, Headwalls, 1p/21/ZDZZ 1'hrust Blocking D10�OOOb16$5 451/113 = 564 6.OD 4,0.00 3— 5 0.45 Value Pads 04/21/2fl22 D10000005751 18S/47 = 235 2.50 754 1-4 1.0� Trench Ftepair 1�/21/2�2Z Inlets, 5tructures, D100�00�1083 554/0 = 554 5.89 4,{300 3— 5 0.45 Meadwalls, Thrust 03/06/202Z Blocking H2adwali, Retaining D10�00001581 451/113 = 564 6.00 4,OOQ 3— 5 0.45 Wall, Bax C�Ivert, Q6/19/2022 Vailey Gutter �1 � �'.�iMCI'Q�B Stapplfer Cemenlf�i� as�� NJfn. ��-day 51arr}p f�ix fD #.��, Sa�k �#rpng� �Cnchj (�s� 145��A� 846/0 = 846 9.00 4,540 3— 5 �urnco �'exas ��C Ra �o '�pRruvesf ��r: I �,Reatlan I 0.38 I HES 07 Sup�Eler Crm�flt�Fly ash {lbs.� Ih!lln. 28-day 51ump W f�m Expl:a#Fon �pproved For: N1iss IE} LF�s_ S�Ck �irPr�gth ���i� �Ittt�� R�#�� �ate 45US0�8G 4$9/122 = 611 6.50 4,500 3— 5 p_qp ��nd Placed Paving, �1/29/2022 5torm Sfiructures �441J553BG 451/113 = 564 6.00 4,OpQ i— 3 0.�4� Machine Placed Paving 01/29/2022 5511120AG 705/0 = 705 7„5p ��5Q0 (3,OOD 3— 5 038 HE5 Pa�ing 10/14/20Z1 @ 3-days} Pipe Collars, fniets, 30U100AG 47Q / 0= 470 5.00 3,00� 3— 5 Q.47 Thrust Bloefcs, 03/03/2022 Sidewalks and Ramps 30U1D1AG 470/� = 470 5.0� 3,000 3— S 0.49 Flatwork 03/17/2022 8locking, �riveways, 30U504BG 380/94 = 474 5.04 3,000 3— 5 0.49 Curb & Gutter, 01/29/2D22 Sidewalks and Ramps Storm Clrain 4C�tJ500BG 451/113 = 554 6.OQ 4,000 3— 5 0.44 5tructures, Driveways, 01/29/20zz Screen walls Pre-Appra�ed Concrete Mix Designs Page 2 of 9 �012812020 Supo���� Cen��n ; G:� ash {�bs,� [V�Irr. 213��y 5lum� UUf �m �xpiratfnn 1V�ix FO I.bs. S�Kk St�en�th jps#j �Inc�� R�#Eo �APra+�ed Kar� Oate 36U500BG 43Z/108 = 540 5.74 3,600 3-5 p,44 Lighting and Traffic 01/29/�OZ2 Signal Foundations 08Y450BA 210/50 = 260 2.77 800 3-- 5 D.S3 Concrete Base for yZ��.��2�21 Trench Repair O1Y690BF 30/300 = 330 3.51 100 Flow 0.86 CiSM / Flowable Fill 01/29/2022 �harley's Conc�ete 5u�pl3er CsmentJ�ly ash Min. ��•da}r SiumR UI�ICm EKpisat�u� f+�lix If� I.bs, Sark Stren�eh (psij {Gnch� iiatio �R�rwed Far: pate 4142 414/103 = 517 5.50 3,600 3-� 5 0.�48 Curb tnlets, Junction 03/OS/20�2 Boxes, 5idewalks 4145 414/143 = 517 5.5Q 3,600 3. - 3 0.48 Machine Placed Pa�ing 0�/23/2022 5167 517/0 = 517 5.50 3,600 1- 3 0.45 Machine Placed Pa�ing 03/23/20Z2 4609 489/122 = 611 6.5� 4,500 3-- 5 �.44 Hand Placec! Paving, 02/25/2022 Manhofes Hand Piaced Paving, 61a3 611./0 = 611 6.50 4,5Q0 3- 5 0.44 �anholes 02/25/2022 450� 47p/0 = 47D S.flO 3,OQ0 3- 5 0.46 5dewalks, Blocking OS/10/Zfl22 3759 376/94 = 47p S.QQ 3,pQ0 3- 5 D.SO Sidewalks 05/28/202z 151$ 3p/3pp 3.51 1S0 Flow Q.85 Flowable Fill 09/17/2q22 5642 564/Q = S64 fi.QO 4,QQ0 3- 5 0.45 Junction Box 09/17/202� 6595 658/0 = 658 7,pp 5,000 (4500 �_ 5 0.40 HE5 Paving 04/14/20z� @ 72 hrs.) 6589 658/0 = 658 7A0 4,500 3- S 0,36 HE5 Paving 02/2A/202Z Alt �OC1CC@t@ �OI't'1 5upplf�r Cemer�# I 14+i�x IU Lbs. 3�HA201I 376/94 = 47 45iVG25if 458/153 = 6� 45NA201I 489/122 = f ] 36LA2011 451/113 = 5E 36JAOOIJ 414/�03 = 57 40LA20lI 451/113 = 5E �sh Mfn� �B-da�y Sfump WJCrn 5atk 5krerMgth �psij �k�t#�� Itaklo 5.00 3,00[� 3- 5 Q.45 6S0 3,600 5- 7 0.45 6.50 4,50D 3- 5 0.45 6.Q0 3,60fl 1- 3 0.44 5.50 3,600 1-- 3 0.43 6.00 4,000 3- 5 0.44 A�rpra��d For: Blocking, Sidewalks, Flatwork, Pads Class C Drilled Shaft Hand Placed Paving Machine Placed Pa�ing Machine Placed Pa�ing Storrn Drain Structures �x�rfration qate 08/04/2022 ��rnersione �ntime �o�erete D3/13/2022 5upplYer CemefilfFiy�sh Jhrlir�.28-day 5iump 1NfCrn Exp�ratinn l+Ipprnve€! Ft�r: (Vlix #� I.bs. Syck 5trength �psi} �Insh� R�ti� f]ate COC A000 588/0 � 588 6.26 4,000 3- 5 O.QS Lighting and Trafflc 07/23/2022 5igna! Foundations Pre-Approved Cancrete Mix Designs Page 3 of 9 1�I2812020 �owr Town I�edi �NNix Can�re�e S�p�lier ��rrxer�kf�lyash Min. ��•d�y Sl�mp VdfCm E�p�ration �+tix la �.�s. Sar[s 5lr�n�th ��si �IncN� Ftatia '�P�rnved For: pat� Sidewalks, Dri�eways, 250 376 / 9� = a70 5Ao .�,000 3- 5 0.51 g�rrier Free Ramps d1/15/2022 �z� 350 470 / 0= 470 5.Q6 3,000 3- 5 0.�2 Sidewalks, Dri�eways, Dl/15/20Z2 Barrier Free RarrEps 9 50/150 = 200 2.13 70 7- 9 1.67 Fiowable fill/Ci.SM 09/04/2022 9-5 200/0 = 200 2.13 7D 7- 5 1.67 Flowable fil!/CLSM 03/06/2022 220-8 48/152 = Z00 2.13 50 7- 9 1.45 Flowable filf/Cl.SM 03/23/2022 32D-8 200/0 = 2�0 2.13 50 7- 9 1.45 Flowable fill/CLSM 03/23f 2022 Concrete Base Material 230-8 226/5f = 282 3.�� 750 3- 5 �.59 03/23/2022 for Trer�ch Repair 330-SS 282/0 = 282 3.pp 7�p �_� Q$� Concrete 8ase Material �����I��ZZ for Trench Repair Sidewalks & A�A Ramps, pri�eways, Cur6 & 353 494/0 = 494 5.26 3,000 3�- 5 0.50 Gutter, Sa#ety End 06/25/2f122 Treatments, Non-7xD0T Retaining Walls Curbs, Dri�eways, sidewalks & ADA Ramps, 253-W 399/1QQ - 499 5.31 3,000 �- 5 a.49 Inle#s, Junction Boxes, 06/25/2022 Non-TxDOT Retaining Walls Bridge Slabs, Box Cul�er, Fieadwalls, Lighting and 260 451/1!3 = 564 S.OQ 4,000 3- 5 a.44 Traffic 5ignal �4/24/2022 �aundat9ons 260-1 451/113 = 56A 6.�� 3,600 3- 5 0.44 Headwalls 05/44/2022 Box Culver, Headwalls, 260-2 451/113 = 564 6.00 3,600 3- 5 0.44 Lighting and Traffic 03/Ob/2022 Signa9 Foundatians Bridge Slab, Box Cul�er, Headwalfs, Lighting and 360 554/0 = S64 6.0� 4,000 3- 5 0.45 �-raffic Signal 04/24/2022 Foundations 350-1 564/0 = 564 6A0 3,600 3- 5 D.45 Box Cul�erts, Wing walls, a3/05/202Z Headwalls 264-N 489/122 = 511 6.50 4,5D0 3- 5 0.42 Hand Placed Pauing Q3/11/2022 366 611/0 = 611 fi.50 4,500 3- 5 0.41 Hand Placed Aa�ing 03/11/2022 265 489/7.�2 = 611 5.5D 4,500 3- 5 0.42 Hand P[aced Pa�ing 12/01/2021 365 611/0 = 611 6.50 4,5fl0 3- 5 0.42 Hand Placed Paving 03/23/2022 370-R�C 6S8/0 = 658 7A0 4,500 3- 5 Q.40 HES Concrete Pa�ing 03/23/2022 2Fi7 451/113 = 564 6.00 4,200 3-5 0.44 Manholes & Rrainage �z�7.��2Q2� 5tructures 270 526/132 = 558 7.�0 5,000 3- 5 Q.39 CIP Bax Cufvert 05/19/2U22 370 658/0 = 558 7.00 5,000 3- S 0.4� CIP Bax Culvert 05/Z9/2022 � Pre-Approved Concrete Mix Designs Page 4 of 9"'���..._._ 1OI28/2020 5avplr�:r Cemer9@/EI� ash P,�9En, �#l�1�y 5a�r�x�p iNJCtn fxpireSioa� �Vflix ID Lbs. Sar.k �tr�ngtN Rpsi] {�nchJ ftati� �NNrovec� For: Oatc 255-2 414/103 = 517 5.50 3,000 3- 5 p,qg Inlets, Thrust Blocking, 03/06/2022 Concrete Encasement LigF�tir�g and Traffic 2S7 41�4/1Q3 = 517 5.5� 3,6p0 3- 5 0.47 Signal Foundations, 07/23/2022 Valfey Gutter 257-M 414/103 = 517 5.50 3,600 1. - 3 0.45 Mathine Placed Pa�ing 02/21/2022 260-M 451/113 = 564 6.00 4,000 1- 3 0.43 Machine Placed Paving 04/14/2022 360-M 564/0 = 564 6.0� 4,000 1- 3 0.44 Machine Placed Paving 04/14/2022 Z55-LP 414/103 = 517 5.50 3,000 3- 5 0.52 Cur6 & Gutter 02/24/2022 355-LP 517/0 = 517 5.50 3,000 3- 5 0.48 Curb & Gutter 02/24/2UZ2 Flatwork, Inlets, ihrust 255 414/103 = 517 5.5 3,500 3- S 0.4$ Blocking, Concrete 05/05/2022 Encasemer�t Enlets, Thrust Blocking, 355 517/0 � 517 5.50 3,000 3- 5 0.48 03/06/2022 Concrete Encasement 357-M 517/0 = 517 5.50 3,600 1- 2 D.4S Machine Placed Paving 04/271�QZ2 Bridge slabs, top slabs of 365-STX 611/Q = 611 6.54 4,000 3- 5 0.43 direct traffic cuEverts, 08/18/2022 appraach slabs Lighting and Traffic 357 537/0 - 517 5.5D 3,600 3- 5 0.49 Signal Foundations, 01/29/2022 Valley Gutter In ram �oncrete & r4 re ates �em�ntJ#1y ash Min. ?�-day ����� ���m Expir�t�on Su�p�ll�r hhix IC� Strength �pprbwed For: I.b�. 5:�ck ����� �knch� iiatio D�#� Lighting and 151PX5DM 414/103 = 517 5.5D 3,600 3- 5 0.46 Traffic Signal 07/23/2022 Foundations Lighting and 70K235p4 517/0 = 517 5.50 3,500 3- 5 0.47 Traffic 5ignal 07/z3/20z2 �oundations C47PV5E5 353/118 = 471 5.01 3,OOD 1- 3 0.46 5idewalks & 05/Z8/2022 Ramps 2MWR- q�p�0 = 470 5.D0 3,Oa0 3-5 0.51 SidewaEks & �0/14/2022 70J235�4 Ramps zMWR- 376/94=47D 5.04 3000 3-5 0.50 Sidewalksand 10/14/2022 147QW5D5 ' Ramps 2MWR- 489/�.22 = 611 6.50 4,50Q 3- 5 fl q� �and Pfaced �p�14/Zq22 161UV5pM Paving 2MWR- 611/0 = 611 6.50 4,500 3_ 5 Q,�� Hand PlacecE ip�14/2022 lOMQ550N Paving 161PS5EM 458/153 = 611 6.50 4,500 3- 5 0.36 HancE Placed p5/28/2022 Paving Pre-Appraved Concrete Mix Designs Page 5 of 9 14/28/2020 � �C "i.�attimore I�°�t�rials �;or .} � 5upp11er Cernor����y �sh (4+fln. 2�-day 53ump �AlfCm �xpi�aCinn Mix ID Lbs. S,��k Str�r��il+ �psij {In�#�j �}��€u �Prov�d Far_ ETate 5177 376/94 = 470 5A0 3,Q00 3- 5 0.51 Sidewalks 05/D2/2022 1251 470/0 = 470 5A0 3,OOD 3- 5 I].53 Sidewalks 05/06/2022 5409 �#5�./113 = 564 bA0 4,OOD 3- 5 0.45 Sidewalics, Inlets 05/04/2022 1551 517/0 = 517 5.50 3,OQ0 3- 5 0.49 Blocking 11/01/2021 1701 564/D = 564 6A0 4,000 3- 5 0.45 Storm Drain 5tructures, �2�2��2�Z2 SS Manhole 5507 489/122 = 61i fi.50 4,5a0 3- 5 Q.42 Nand Placed Pa�ing OZ/07/2022 9500 526/132 = 658 7.00 3,60D 7- 9 Q.40 Class SS - Drifl Shafts 11/�1/202� 1851 554/0 = 564 6.00 4,540 3- 5 0.44 Stnrm Drain Structures, �4/22/2022 Hand Placed Paving �i �,i� Sfione Sup�llef_ [�ment/Flyss#� �wlJx li� tb�. 5ac:� C40QQG 451/113 = 564 6.00 Mar#in Mari�ita V4�an. �8�ay glump WfCrn �xyiratlon StrenRth �4p���v�d €t�r: �P��� (Inchj f�a#ao D�te 4,000 � 3-5 I p,42 I Lighting and Traffic I p7/23/2022 Si�naf Fvundations 5upRller Cemen#JF�y asir a41ir�. 28�y Slum� U4!{Ctn �xpirst��r� I lkpprove� F�r: �411K ID Lbs. 5ac�ss 5trength �ps3} [Inch� Ratia p,�t� R213�014 �470/0 = 470 5.00 3,000 3-- 5 0.55 5idewalks & Ramps 02/21/20Z2 R2132214 376/94 = 47a 5.Q0 3,000 3- 5 0.53 5idewalks & Ramps 02/24/zb,�2 L79490SC 495/b = 49S 5.27 3,D00 3-- 5 4.52 5idewalks & Rampa 02/24/2bzZ R2131214 37f/44 = 470 5.00 3,000 3�- 5 �.53 Sidewalks & Ramps Q4/06/202� R2131314 3S3/118 = 471 5.0� 3,000 3- 5 4.53 Sidewalks & Ramps 09/29/2022 R2136220 400/1�0 = 504 5.32 3,5Q0 3- S 0.50 Light Pole Bases 09/30/2022 R2136224 416/1QA. = S20 S_53 3,60Q 3- 5 0.48 Curb Inlets fl3/05/2022 Starm 5tructures, R2141233 452/113 = 565 6.01 3,60Q 3- 5 Q.44 Inlets, 8locking & 04/24/2022 Encasement FLOW25A 71/165 = 236 2.51 �p Fiow 1 �� F�dwak3le Fifl/CLSM 4�4/29/2022 fill R2142233 452/113 = 5b5 6.Q1 3,600 3- 5 fl.44 Manholes, Inlets & p2�24/2022 Headwalls Manholes, Inlets & €i2141230 44a/110 = 5S0 5.85 4,000 3- 5 a.45 Headwalls, Val�e 03/13/Z022 Pads R2� 61070 750/0 = 750 7,gg �.000 {3,000 3- 5 �.34 HES Pa�ing 10/16/2022 @ zr#-hrs.j Q2142231 424/?06 = 530 5.64 4,OOQ 1- 3 0.46 Machine Placed OZ/24/2D�2 Pa�ing - ■ - Pre-Approved Cancrete Mix Desigr�s Page 6 flf 9 �0I28/242p 5r�ppfRer Ccmc�#JFIy asl� Nlin. �8•d�y Si�xrrtp iNfCr�i �xp�ratlon Mix I� I.I�s. Sa�:ks 5tr�n$th {�s�j �Ir��hy Rat�a ���r��r2d Far; bate �94925FC 595/0 = 595 6.33 4,OD0 1- 3 0.41 Machine PEaced 02/24/2022 Paving Q2141226 424/�.06 = 530 5.64 4,000 1-3 4.45 Machine Placed d4�a5�2022 Paving Hand Placed Paving, R2146238 47�/118 = 590 6.28 4,500 3- 5 D.42 Inlets, Storm Drain 03/13/2022 Structures R214b336 435/145 = 580 6.17 4,500 3- 5 Q.43 Nand Placed Paving 07/21/20�2 R2146038 590/0 = 590 6.28 4,500 3- 5 0.44 �nlats, Storm Drain ������2022 Structures R214603fi 580/0 = 580 6.17 a,500 3- 5 0.44 Hand Placed Paving 05/19/2022 R2146042 b10/0 = 610 6.49 4,500 3- 5 fl.42 Hand Placed Paving 04/07/2020 R2146242 488/122 = 610 6.49 4,5Q0 3- S ❑.41 Hand Placed Pa�ing 04/07/2020 R27.46236 464/116 = 580 5.1i �4,5Q0 3-5 0.43 Hand Placed Paving 04/06/2Q22 D94935C 640/Q = 640 5.81 �,500 3- 5 0.40 Hand Placed Paving 02/24/2022 R2147241 484/121= 511 6.44 4,500 3- 5 0.41 Hand Placed Paving 02/29�/2022 ��� �BC�! �IX Ce�n��tl�J�Ry�sh fNtn. ZS-d�y Su�pli�rlUlix �I��rnp V4�fCm �xpifatlan Stirenglh Appraved �4r. IC� C�b�, Sack [litith} H��tia flate ��15l� NC55D20A �76�g� 5.Q0 3 000 3-- 5 0.53 Curb & Gutter, 06/10/2022 �}70 ' Dri�eways, Sidewalks NC55520AMP 414/103 = 5.50 3,60d 1- 2 0.45 Machine Pfaced ���1Q�2Q2Z 517 Paving NC5602flAFfP 451/113 W SAO 4 500 3-5 0.45 �alley Gutters, Hand ���10�Za22 564 ' Placed Paving �edE^�IR�i� CAn�re�e Gemenr/Fiya�k, �� rv�fn.2��day S�ppli�r �`� Stren�tli 5[�r�p LUfCm �A�raved Far; ExP�ratioM� Mfx �D I.bs_ Sac�x ���i� �kn�hj Ratfp I�ale = DCA2E554 353/118 = 471 5.01 3,OOQ 3- 5 b.53 Rip Rap 05/28/2022 VOJ11524 376/94 = 470 5A0 3,000 3- S 0.55 Curb & Gutter 02/24/2022 Cernent 5tabilized FOC10021 150/38 =188 2.00 215 Fiow 2.33 5a�� 06/10/2022 10JZ1524 3i6/94 = 470 5.00 3,000 3- 5 0.52 t�ri�eway, Ramp 02/24/2022 Valley Gutter, lOL�.1524 452/112 = 564 6A0 3,600 3--5 0.44 Manhole, Inlet, p��29�ZflZz Junction 6ox, Neadwall Thrust Blacics and 1RJ11524 396/98 = 494 5.26 3,500 3- 5 0.5Q Valve Pads, Light pole OS/19/2022 Foundations 15fi11524 aS2/112 = S64 6.OQ 4,OOa 3- 5 0.44 CiP Storm �rain 05/19/2022 Structures Pre-Approvec� Concrete Mix Designs Page 7 of 9 10/28/2020 C�mer�#fflq 2si� Mii�. �$-��y �up�l�er 5tr�r�g�h 51urM� IAJfCm �qPR�oue�Fo�: �xp��$tinn nn�x in ���. sa�� ����� (�r�c�,� �a��� �aee F35238VR� 30/320 = 350 3.72 100 Flow 0.76 CLSM / Flowahle Fill 02/25/2022 FOD138VM 24/211 � 235 2.50 100 Flow 1.17 CLSM / Flowable Fill 04/14/2022 POG138K4 i88/188 = 376 4.00 1,000 9-11 0.84 �rench Repair Base ���16/2n22 Material 1.OK11504 517/0 = 517 5.5Q 3,600 3- 5 p.qg �ightir�g and Traffic fl��23/2022 5ignal Fo�rndations 10K11524 414/103 = 517 5.5Q 3,600 3- 5 0.48 Lighting and Traffic �5/19/2022 Signal Fo�nciations 10N11507 F58/0 = 658 7.06 4,500 (2,60Q 3- 5 0.38 HES Pa�9ng �3/05/2022 @ 24hrs.) 10N11504 656/p = fi5$ 7.Qp 5,000 (3,600 3- 5 0.4Q HES Paving 05/19/2022 @ 2-daysJ 50K11524 414/103 = 517 5.5� 3,60a 1- 3 0.45 Machine �laced fl2�25/2022 Pa�ing 10M115D4 4$9/122 = 611 6.50 4,5a0 3- 5 0.40 Hand Piaced Pa�ing 05/19/2022 10M11524 489/12Z = 611 6.50 4,500 3- 5 0,41 Hand PEaced Pa�ing 08/06/2021 1OM11504 611/0 = 611 6.50 4,5a0 3- 5 0.42 Fiartd Placed Pa�ing {l2/25/2022 145CD5P4 452/112 = 564 6.00 4,5Q0 3- 5 0,44 Hand Placed Pa�ing 02/25/2022 Tarr�n±':o�i�rete C�m�ntfFly ��I� Niin. �&�da�y �u��lie�Nli� SC�emp MNfCm Expir�tGan IU L�s. Sack �t��s��� �In€h} Ratia �`PRrn+ms4 For; p�te FW6020AHF 4S1/113 = 564 6.�0 4,50Q 3- 5 �,44 �and Piaced q3/11/2022 Pa�ing FW50A�iP 564/0 = 564 6.00 4,500 3- 5 0.44 Hand Placed �3/11/2022 Paving FW7520AMR 526/132 = 65S 7.�0 �''�� �3'��� 3- 5 Q35 HES Paving 09/09/2Q22 @72 hrs) FW5320A 348/10b 5.30 3,000 3-5 0.50 Blocking 03/Z3/2022 FWFF150CLS�lI 30/300 3.51 50-150 F�OW �.86 FlowableFill/CLSM 03/24/2022 Fil! FWFF275 5a/150 = 200 2.13 50 --150 Flow �� ��owable Fill/CL5M 07/23/2022 Fill FW602�A2 451/113 = 564 6.00 4,000 3- 5 o.44 Storm Drain 03/23/2022 5tructures Lighting and TrafFic FW6020A 3,500 07/23/2022 5ignaf Foundations Curb & Gutter, �W5025A 353/117 = 470 5.00 3,000 3- 5 0.51 Dri�eways, 09/D9/2022 5idewalks & Ramps Curbs & Gutter, FW5020A 376/94 = 470 5.00 �,00� 3- 5 0.51 5idewalks, 03/12/2Q22 dri�eways CP5020A 375/94 = 470 S.OQ 3,000 3- 5 0.51 Curb & Gutter 02/24/2422 Pr�-Apprflved Concrete Mix Designs Page 8 of 9 10I2812Q2� CerFFer�tfFly ash �,hin. 7$-d�ry Suppl�erMJx ��ur�� 1�IJfCr� Ex�a�atEon IfJ EF�s. 5ack �t����}� {Incfi} Rati� '�rY��'''`'dFnr; d�te 51 Valley Gutters, Sidewalks, Drive FW5525A2 388/lz9 = 517 5.50 3,500 3— 5 0.47 Approaches, A�A 08/19/2022 Ramp, Light Pole Foundations 7�1'tl� ��1� R�CEI �ilX -- Centi�nEJ�lyashr M�n. �B-day Sup�^.kier 51ump V1f/Cm �xpirallan Sue�gth A�a�rove:l Fue: Nlix kD Ib�. S�Wis �Jrtcltj R�tla �a#e � ��l Flatwork, Curb & 0250.23a 376/94 = 47p 5.�0 3,000 3— 5 0.49 Gutter, Driveways, 06/30/2022 Sidewalks 255.2302 �}14/1Q3 � 517 5.50 3,64d 3— 5 0.46 Light Pole Foundations 09/08/2022 0250.2301 376/94 = 470 5.00 3,000 3— 5 p,q{ Curb & Gutter, 02/21/20Z2 Driveways, Sidewalks 350.240 D260.2302 451/113 = 564 6.Od 4,p(�d 1_ g a�y Nlachine Placed 04/27/2022 Paving a255.2301 414/103=517 5.50 3,60Q 1—� 0.41 MachinePlaced D7/10/2022 Paving 0260.z30�. 451/113 = 564 6.00 4,5D0 3— 5 0.44 Hand Piaced Pa�ing 07/10/Z022 0265.�301 489/122 = 611 6.50 4,5Qa 3— 5 0.40 Valley Gutters, Hand OZ/21/2022 Placed Paving 1�dise Ready �Ili�c �upMl�e; Ce�nenr/Fly ash i4r�ix II? lhs. Sark 3678 384/96 = 480 5.11 �hhl�. ��-d�y 5lurr�p �Lr�n�#FF �Ir4Ch� {���� 3,fi0E3 3 — S W f �n1 ��Pxi7t+�{f KOr; Ratio � 5Q Lighting and Traffic Si�nal Foundations �k�}�i n:!o:1 l�ate 07/23/2022 Pre-Approved Concrete Mix Designs Page 9 of 9 10/28/2020 �lYY d� �OF�i Fl���iH �r�e�Appr�oded HiWAC �ix �esigns The hot mix asph�lt mix concrete (HMAC) �ix des�gns listed belaw meet the requirements of City of Fort Vllorth Standard Specifications. These mix designs are pre- appraved for use on City projects. The City reserves the right to sample and test materials at any time. For more information on mix cfesigns, contact the Material and Geoiechnical S�r�ices at (817) 392-�930. Updated: '� pf���202q1 Austin �4sphalfi �ontract�r t7�tart�rnr� FCecy�led ta VMA � flestgn #i l�spha�t Totai 13inder Optirnum Cohter�# Ratio. � AC FT5D137965 ''�� a.0 15.5 PG6�4-22 FT]:B139965 ��2� 0.0 13.2 PG64-22 ' FT1B117.2 4.3% 18.6 13.7 PG64-22 Ir�tiirert Tensile 157.4 151.4 140.6 dlpprow�d r-nr iype D Fir�e Surface Type B Fine Base Type B Fine Base Expirataoil Rate 05/04/2022 10/09/2022 05/04/2022 ��� Optfrro;.r �eeytJed #c� V(1R�1 � kn��reet Con#ra�tor m �xpfrikian TotaJ �indcr Optimurn T�nsllc l4ppro+red For Oesipn # �tspkralt �axin. 9� +�C St�on�lh {psl� ��te �A�1tBryS JLB-�.8-20876-D 5.�% 0.0 15.6 116.0 �Ype C1 Fine 07/31/2022 PG64-22 Surface �S Ca�krsct4r ��slgn �t 19D1D 1612B {�p#fmu �c�y�led lo V�41A � fl� Tolallitn€#er Op#irne�m Ikspll�l� {�akiD,'#h A(: �Ofl��flt 5.1% ��� PG6422 OA ] 5.3 �'�� 19.0 13.5 PG64-22 Iradire�l E���ra#ian Ter�sil� Appraveri For �atc� ��i411�Kti ��}5M} 108.0 Type D Fine 09/U4/z�22 Sarface 1Fi2 TYpe B Fine 09/11/2022 Base Pre-Approved HMAC Mix �esigns Page 1 of 2 101281202fl Sunmounfi Padi optfmu ��cwcled to Contr�c#nr m Tat�l �ind�e D�sign Ff Aspl�alt R�tfa. 9G [an#en# 341- 4.3% BRAP6422ERG PG64-22 �7[[iST 18.6 1�M+lA+� le�direct opt�marn T��sil� Approved �ar fIC Strength ���si� 13.2 3.25.7 �Y�� � FinQ Base Explrat��n �ate 1�/27/2022 Dptimum YR�[y[�e�to 1lf1+�AC�I Ir�dire�t Ca��[tac[o� EkQir�tlah �ksph�lt T�t�l B�nsler DpYfr'num icns�le Approved Far E��s��n � ��ntent Ratla, °d� �4C 5tr�ng#h (psi� �ate �k.2% Type B Fine 44-Z11305-17 PG64-22 19.0 13.8 132.3 sase 07/fl7/2�22 211305 (1757) 4.�� 17.8 14.3 127 �YP� B Fine 10/07/2022 PG64-22 Base 29-222475-19 4.�% 0.0 15.2 115.5 ��`pe D Fine p7/31/202Z PG64-22 Surface 6�--224125-18 5.�'� 0.0 15.7 109.3 TYPe D Fine �7/07/2022 PG70-22 Surface - --- ----..... 12-222475-19 5.3�0 0.0 16.2 1063 TYpe D Fine p6/17/2022 PG64-Z2 SurFace Pre-Appra�ed HMAC Mix Designs Page 2 of 2 10l28f2�20